2025-03-04 Council Committee A PacketAgenda
Edmonds City Council
COUNCIL COMMITTEE A
CITY COUNCIL CONFERENCE ROOM
121 - 5TH AVENUE N, EDMONDS, WA 98020
MARCH 4, 2025, 3:00 PM
COUNCIL COMMITTEE MEETINGS ARE WORK SESSIONS FOR THE COUNCIL AND CITY STAFF.
COMMITTEE MEETING AGENDAS DO NOT INCLUDE AUDIENCE COMMENTS OR PUBLIC HEARINGS.
PERSONS WISHING TO JOIN THIS MEETING VIRTUALLY IN LIEU OF IN -PERSON ATTENDANCE CAN
CLICK ON OR PASTE THE FOLLOWING ZOOM MEETING LINK INTO A WEB BROWSER USING A
COMPUTER OR SMART PHONE:
HTTPS://ZOOM. US/J/95798484261
OR JOIN BY DIAL -UP PHONE:
US: +1 253 215 8782
WEBINAR ID: 957 9848 4261
STAFF AND COUNCILMEMBERS ATTEND COMMITTEE MEETINGS VIRTUALLY, AND MEMBERS OF
THE PUBLIC ARE ENCOURAGED TO ATTEND THE SAME WAY.
IF MEMBERS OF THE PUBLIC CANNOT ACCESS THE VIRTUAL COMMITTEE MEETINGS WITH THEIR
PERSONAL DEVICES, A MONITOR IS PROVIDED AT THE CITY COUNCIL CONFERENCE ROOM AT 121
5TH AVE N, EDMONDS WA.
COMMITTEE MEMBERS: MICHELLE DOTSCH (CHAIR), SUSAN PAINE, WILL CHEN, COUNCIL
PRESIDENT (EX-OFFICIO MEMBER)
1. CALL TO ORDER
2. COMMITTEE BUSINESS
1. First Responder Flex Fund (5 min)
2. Snohomish Regional Drug Task Force ILA (SRDTF) (5 min)
3. Contract with JCI Jones for Sodium Hypochlorite for the Wastewater Treatment Plant (5 min)
4. Authorization to purchase (1) 2025 Elgin Crosswind Sweeper (5 min)
ADJOURNMENT
Edmonds City Council Agenda
March 4, 2025
Page 1
2.1
City Council Agenda Item
Meeting Date: 03/4/2025
First Responder Flex Fund
Staff Lead: Chief Rod Sniffen
Department: Police Services
Preparer: Alexandra Ehlert
Background/History
The Edmonds Police Department has received this funding for the last several years. Snohomish County
Human Services administers this grant to assist agencies with residents experiencing homelessness. It is
one path our staff can use to assist unhoused individuals in Edmonds with basic needs, including
emergency hotel stays, without having an impact on our general fund. Typically, general fund dollars are
used to pay similar expenses when necessary for our unhoused population. This contract is limited to
$7500 in reimbursable funds, with robust reporting and accountability requirements. Our embedded
social worker will also have access to this resource.
There is no impact to the 2025-2026 budget. Snohomish County earmarks $7,500 for the City of
Edmonds to use on a reimbursement basis.
Sharon Cates has reviewed and approved this contract as to form on 2/13/2025.
Staff Recommendation
Staff recommends Council approve the Mayor to sign the First Responder Flex Fund contract.
Narrative
Secure a grant opportunity for $7500 of reimbursable funding from Snohomish County for outreach
work with individuals or families experiencing homelessness.
Attachments:
BH-25-62-05-224
Packet Pg. 2
Snohomish County Human Services
3000 Rockefeller Avenue, M/S 305 1 Everett, WA 98201
(425) 388-7200
vN
Contract Number:
BH-25-62-05-224 Maximum Contract Amount: $7,500
U
vTitle
of Project / Service: First Responder Flex Fund
zLu
0 a
U N
Status
Start Date. 01/01/2025 End Date: 12/31/2025 Determination: Subrecipient
O Z
Agency Name:
City of Edmonds
Z O
� �
Address:
250 5th Ave. N.
t..) N
City, State & Zip:
Edmonds, WA 98020 IRS Tax No. / EIN: 91-6001244
Q
Z
O �
Contact Person:
Alexandra Ehlert NF1AQNT457R7
Unique Entity Identifier:
O
Telephone:
425.771.0282 Email Address: alexandra.ehlert@edmondswa.gov
Funding Authority:
RCW 36.22.1791 and 43.185c
N
C�
Z LL-
� U
ALN* No. & Title:
N/A
u- 0-
Cn
Funding Specifics:
Ending Homelessness Program
Funding Source:
County Federal Funding Addendum Attached:
Yes
X
No
ZProgram
Division
Contact Person Contact Email Contact Phone
O
Behavioral Health
Cleo Harris cleo.harris@snoco.org 425-388-7423
Additional terms of this Contract are set out in and governed by the following, which are incorporated herein by reference:
Basic Terms and Conditions HSD-2018-127-224 , maintained on file at the Human Services Department:
Business Associate Aqreement BAA-2018-127-224, maintained on file at the Human Services Department:
Specific Terms and Conditions Attached as Exhibit A
Statement of Work/Project Description Attached as Exhibit B
Approved Contract Budget Attached as Exhibit C
Approved Invoice 0 Attached as Exhibit DE
In the event of any inconsistency in this contract, the inconsistency shall be resolved by giving precedence in the following order: (a
appropriate provisions of state and federal law, (b) Specific Terms and Conditions, (c) Basic Terms and Conditions, (d) Business Associatf
Agreement, (e) other attachments incorporated by reference, and (f) other documents incorporated by reference.
THE CONTRACTING ORGANIZATION IDENTIFIED ABOVE (HEREINAFTER REFERRED TO AS AGENCY), AN[
SNOHOMISH COUNTY (HEREINAFTER REFERRED TO AS COUNTY), HEREBY ACKNOWLEDGE AND AGREE TO THE
TERMS OF THIS CONTRACT. SIGNATURES FOR BOTH PARTIES ARE REQUIRED BELOW. BY SIGNING, THE AGENCY I;
CERTIFYING THAT IT IS NOT DEBARRED, SUSPENDED, OR OTHERWISE EXCLUDED FROM PARTICIPATING IN FEDERALLI
FUNDED PROGRAMS. * ALN is the Assistance Listina Number formerly known as CFDA number for federal fundina
FOR THE CONTRACTING ORGANIZATION:
(Signature)
(Date)
FOR SNOHOMISH COUNTY:
Mary Jane Brell Vujovic, Director
Department of Human Services
(uate
(Title)
Packet Pg. 3
2.1.a
EXHIBIT A
SPECIFIC TERMS AND CONDITIONS
FIRST RESPONDER FLEX FUNDS
I. DEFINITION OF TERMS
A. Access to Care Standards (ACS): The Division of Behavioral Health and
Recovery (DBHR) a division of the HCA (Health Care Authority) minimum
eligibility requirements for Medicaid adults & Medicaid older adults guidelines
reflect the most restrictive eligibility criteria that can be applied, pursuant to
RCW 71.24. North Sound Behavioral Health Administrative Services
Organization (BH-ASO) may expand coverage based on availability of local
resources.
B. Adjudicated Youth: Refers to a youth who has been determined by a juvenile
court judge to have committed a delinquent offense.
C. Advanced Directive: A written document that contains directions and
preferences for treatment and care during times an individual is having difficulty
communicating or making decisions.
D. Aging Population: Age 65 and older.
E. ASAM: Acronym for American Society of Addiction Medicine.
F. Behavioral Health: The prevention, treatment of, and recovery from substance
use disorders, mental health disorders, and/or problem and pathological
gambling disorders.
G. Case Management: Assistance to a recipient and family (or significant other)
to obtain, maintain, or develop appropriate resources.
H. Child: Refers to an individual under the age of ten (10).
Community Outreach and Intervention: Services to link individuals to treatment
and other appropriate support services.
J. Complaint: A verbal or written statement by a participant that expresses
dissatisfaction with some aspect of services covered under this Agreement, the
Primary Care Provider, or Agency.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 1 of 12
Packet Pg. 4
2.1.a
K. Contingency Management: An evidence -based practice allowing individuals to
earn tangible rewards to reinforce positive behaviors such as service
attendance, abstaining from drugs and alcohol, and involvement in pro -social
activities.
L. Corrective Action/Compliance Review: When findings from monitoring efforts
or audits show that there are apparent violations of this Contract, the Agency
shall implement corrective action within specified timeframes determined by the
County.
M. Corrective Action Plan (CAP): A written plan specifying what a Contractor is
required to do to be compliant. This includes required improvements and a
timeline for such action(s) to be accomplished.
N. Counselors: Personnel employed by the Agency who meet the criteria as
defined in WAC.
O. COVID-19: An infectious disease caused by severe acute respiratory
syndrome coronavirus 2 (SARS-CoV-2).
P. Cultural Competence: A set of congruent behaviors, attitudes and policies that
come together in a system or Agency and enable that system or Agency to
work effectively in cross-cultural situations. A culturally competent system of
care acknowledges and incorporates at all levels the importance of language
and culture, assessment of cross-cultural relations, knowledge, and
acceptance of dynamics of cultural differences, expansion of cultural
knowledge and adaptation of services to meet culturally unique needs.
Q. Cultural Humility: The lifelong practice of being aware and thinking of one's own
values, beliefs, own biases, and social position within the context of the present
moment and be aware of and sensitive to historic realities like legacies of
violence and oppression against certain groups of people.
R. Direct Student Services (DSS): Include, face-to-face sessions with an
individual student and/or the student's family to address the student's needs.
S. Department of Social and Health Services (DSHS), or the department, or the
Department: DSHS of the State of Washington and its Secretary, officers,
employees, and authorized agents.
T. DSM 5: Acronym for the Diagnostic and Statistical Manual of Mental Disorders
fifth edition.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 2 of 12
Packet Pg. 5
2.1.a
U. Evidenced Based Treatment: A program, policy or practice recognized by
research that, when applied in treatment, has improved outcomes for clients,
participants, or communities.
V. Fair Hearing: A grievance hearing before the Washington State Office of
Administrative Hearings.
W. Family: Those the individual defines as family or those appointed/assigned
(e.g., parents, foster parents, guardians, siblings, caregivers, and significant
others).
X. Flex funds: Funds provided through a program that are used to procure goods
and/or services directly related to the needs of the participant as outlined in
Exhibit B.
Y. GAIN -SS: Acronym for Global Appraisal of Individual Needs Short Screening.
Z. Grievance: An expression of dissatisfaction about any matter. The term is also
used to refer to the overall process that includes grievances handled at the
NSBHASO level and access to the state fair hearing process. Possible subjects
for grievances include, but are not limited to, the quality of care or services
provided, and aspects of interpersonal relationships such as rudeness, or
failure to respect the enrollee's rights.
AA. Hardship Insured: Individuals with insurance who cannot afford to pay
insurance deductibles or co -pays.
BB. HCA: Refers to the Health Care Authority.
CC. Healing Organization: An organizational system where staff policies,
procedures, services, and treatment models apply an understanding of trauma
embedded within them. Their approaches to providing services are trauma -
shielding or trauma -reducing.
DD. HIPAA: Acronym for "Health Insurance Portability and Accountability Act."
Additional information is outlined in the Business Associate Agreement as
referenced on the face sheet of this Contract.
EE. Housing Services: The services or activities designed to assist individuals or
families in locating, obtaining, or retaining suitable housing. Component
services or activities may include tenant counseling, helping individuals and
families to identify and correct substandard housing conditions on behalf of
individuals and families who are unable to protect their own interests and
assisting individuals and families to understand leases, secure utilities and
make moving arrangements.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 3 of 12
Packet Pg. 6
2.1.a
FF. Independent Peer Review: To assess the quality, appropriateness and
efficiency of treatment services provided in the state to individuals under the
program involved.
GG. Indirect Student Services (ISS): Include all contact with an individual student's
support system.
HH. Individual Treatment: Planned therapeutic or counseling activity provided to a
sole eligible individual by one (1) or more counselors.
II. Individual: Previously known as client, consumer, patient, or participant.
JJ. Labor Harmony Requirement: A "No Service Disruption Guarantee" outlined in
Exhibit E, as applicable.
KK. Low Income: Participants whose monthly income does not exceed 250% of the
national poverty index, or as negotiated in your Contract.
LL. MCO: Acronym for Managed Care Organization.
MM. Mental Disorder: A disorder as defined in RCW 71.34.020(13) for children and
RCW 71.05.020(26) for adults.
NN. Mental Health Professional (MHP): Personnel employed by the Agency who
meet the criteria as defined in WAC.
00. NSBHASO: Acronym for "North Sound Behavioral Health Administrative
Services Organization."
PP. No Service Disruption Guarantee: An agreement to maintain services and
prevent a disruption of service caused by labor unrest. See "Labor Harmony
Requirement" above. Additional information is outlined in Exhibit E.,
Attachment A, as applicable.
QQ. Nurse Family Partnership (NFP): An evidence based, community health
program for vulnerable mothers pregnant with their first child.
RR. Outcome: An outcome defines changes that occur as a result of the program's
work. Examples include Short Term (a change in learning: awareness,
knowledge, skills, motivations); Intermediate (a change in action: behavior,
practice, decision -making, policies); Long Term (consequences: social,
economic, environmental).
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 4 of 12
Packet Pg. 7
2.1.a
SS. Outpatient Counseling: The provision of substance abuse treatment, mental
health treatment and other support services according to a prescribed plan in
a non-residential setting.
TT. Output: An output details what the program does and is usually a count of
something. Examples include Activities (the actual tasks done such as
screenings, assessments, workshops); Participation (who the program serves;
customers and stakeholders).
UU. Outreach/Education Services (OES): Training and information sharing to
Agency staff and external providers about the Student Support Advocate
program not directly related to a particular case management student.
VV. Personal Information: Information identifiable to any person, including, but not
limited to, information that relates to a person's name, health, finances,
education, business, use or receipt of governmental services or other activities,
addresses, telephone numbers, social security numbers, driver license
numbers, other identifying numbers, and any financial identifiers.
WW.Quality Assurance: A focus on compliance to minimum requirements (e.g.,
rules, regulations, and contract terms) as well as reasonably expected levels
of performance, quality, and practice.
XX. Recovery: The processes through which people are able to live, work, learn,
and participate fully in their communities.
YY. Referral: A process of directing an Individual to available specialty care or
services.
ZZ. Remote Learning: Also referred to as distance learning, gives learners who
aren't in a physical location for in -person education access to online training
materials.
AAA. RCW: Acronym for "Revised Code of Washington."
BBB. Resiliency: The personal and community qualities that enable individuals to
rebound from adversity, trauma, tragedy, threats, or other stresses, and to live
productive lives.
CCC. Shall: Compliance is mandatory.
DDD. SHP: Acronym for Supportive Housing Program.
EEE. Substance Use Disorder Professional (SUDP) (formerly CDP): Personnel
employed by the Agency who meet the criteria defined in WAC.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 5 of 12
Packet Pg. 8
2.1.a
FFF. Substance Use Disorder Professional Trainee (SUDPT) (formerly CDPT):
Personnel employed by the Agency who meet the criteria defined in WAC.
GGG. Serious Mental Illness (SMI): According to Federal Register Vol. 58, No. 96,
May 20, 1993, persons aged 18 and over who currently, or at any time during
the past year, have a diagnosable mental, behavioral, or emotional disorder of
sufficient duration to meet diagnostic criteria specified within the current DSM,
that has resulted in functional impairment which substantially limits one or more
major life activities.
HHH. Strengthening Families Program 10-14: Refers to the evidence -based
prevention program developed at Iowa State University for families and young
adolescents.
III. Student Support Advocate (SSA): Personnel hired by the school district to
perform contracted services.
JJJ. Substance Use Disorder (SUD): Acronym for "Substance Use Disorder." This
definition replaces the definition for Chemical Dependency.
KKK. Telehealth: The distribution of health -related service and information via
electronic information and telecommunication technologies.
LLL. TILT Team: Refers to the Trauma -Informed Leadership Team, the selected
group of staff dedicated to the advancement of Trauma -Informed Practices in
the school or Agency.
MMM. Trauma: Refers to experiences that cause intense physical and psychological
stress reactions. It can refer to "a single event, multiple events, or a set of
circumstances that is experienced by an individual as physically and
emotionally harmful or threatening and that has lasting adverse effects on the
individual's physical, social, emotional, or spiritual well-being.
NNN. Trauma -Informed: A trauma -informed approach to the delivery of behavioral
health services includes an understanding of trauma and an awareness of the
impact it can have across setting, services, and populations. It involves viewing
trauma through an ecological and cultural lens and recognizing that context
plays a significant role in how individuals perceive and process traumatic
events, whether acute or chronic. Per SAMHSA, the three key elements of a
trauma -informed approach include: realizing the prevalence of trauma;
recognizing how trauma affects all individuals involved with the program,
organization, or system, including its own workforce; and responding by putting
this knowledge into practice.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 6 of 12
Packet Pg. 9
2.1.a
000. Trauma -Informed Care: TIC is a strengths -based service delivery approach
"that is grounded in understanding of and responsiveness to the impact of
trauma, that emphasizes physical, psychological, and emotional safety for both
providers and survivors, and that creates opportunities for survivors to rebuild
a sense of control and empowerment. TIC also involves vigilance in anticipating
and avoiding institutional processes and individual practices that are likely to
retraumatize individuals who already have histories of trauma, and it upholds
the importance of consumer participation in the development, delivery, and
evaluation of services.
PPP. Trauma -Informed System: An organizational system which has developed a
shared language to define, normalize, and address the impact of trauma on
clients and the workforce. The organization operates from a foundational
understanding of the nature and impact of trauma.
QQQ. Veteran: A veteran is defined as an individual that has served as a member of
the armed forces, active duty or reserves, for at least one day. This will also
include service in the National Guard, as well as Merchant Marines in support
of US resources in wartime. Veteran status may be verified through self -
identification, discharge certificate, or Department of Defense Form DD-214.
RRR. WAC: Acronym for "Washington Administrative Code".
SSS. WSUE: Refers to Washington State University Extension, a division of
Snohomish County Parks & Recreation Department (PRD).
TTT. Youth: Means a person from age ten (10) through age seventeen (17)
II. PERFORMANCE STANDARDS AND LICENSING
A. The Agency shall meet the requirements of WAC, applicable local and state
rules, and state and federal statutes. In addition, the Agency shall meet the
applicable specific program requirements for licensure and certification to
perform contracted services. A copy of the certification shall be submitted to
the County upon request.
B. The Agency shall maintain relevant and appropriate licensure by the State of
Washington to provide behavioral health and/or community support services.
The Agency shall notify the County in writing within five (5) business days of
any change in licensure status.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 7 of 12
Packet Pg. 10
2.1.a
III. COMPLIANCE WITH SPECIFIC LAWS AND REGULATIONS
A. All services provided under this Contract shall meet all standards set forth in
current, revised and replaced WAC's and RCW's.
B. The Agency shall meet all applicable standards for program operations set forth
in WAC and RCW. The Agency shall ensure that WAC and RCW requirements
are followed and are adjusted as the WAC and RCW are amended, revised,
eliminated or added.
C. The Agency shall operate and adhere to fidelity of the model of services utilized
by the Agency and as negotiated with the County.
D. The Agency must have policies and procedures in place to protect and
safeguard individually identifiable health information obtained in the course of
providing services under this Contract. The Agency shall not disclose an
individual's information, directly or indirectly, except to the extent allowed under
applicable state or federal laws and regulations. The Agency shall comply with
all terms and conditions of Federal Confidentiality of Substance Use Disorder
Patient Records, 42 CFR Part 2 and applicable provisions of the Health
Insurance Portability and Accountability Act (HIPAA) and the Family
Educational Rights and Privacy Act (FERPA).
E. Staff and volunteers who have access to children or vulnerable adults are
required to have a background check per RCW and WAC. A background check
is required at the time of employment or commencement of volunteer duties.
An Agency shall conduct additional background checks if circumstances arise
that cause the Agency concern. The Agency shall ensure that all persons
convicted of crimes preventing contact with vulnerable populations are
prohibited from having access to those populations.
F. The Agency shall enter data as negotiated with the County. The Agency shall
make use of data and specific to the Agency systems or electronic records for
the purpose of evaluating and reporting individual and program service
outcomes.
G. The Agency shall comply with all terms and conditions of the Business
Associate Agreement.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 8 of 12
Packet Pg. 11
2.1.a
IV. REIMBURSEMENT PROCEDURES
Services rendered under this Contract shall be reimbursed based on the attached
Budget (Exhibit C). Services shall be provided per the attached Statement of Work
(Exhibit B).
:74IJil 111**14iyi14Z111"1LY,111IF_A11[s]ki
A. The Agency shall utilize the contracted dollar amount to provide services
throughout the duration of this Contract.
B. The Agency shall be responsible for ensuring budget is maintained and that
invoices to the County do not exceed the budgeted amount as stated in Exhibit
C, Approved Contract Budget.
C. Utilization of County funding available to this program will be reviewed monthly
and the Contract allocation may be reduced and re -allocated at the discretion
of the County, where needed if expenditures are not sufficient to fully utilize
available funding.
D. The Agency certifies that work to be performed under this Contract will not
duplicate any work to be charged against any other contract, subcontract, or
source.
VI. REPORTING REQUIREMENTS
The Agency shall submit all required reports documenting performance in a timely
manner. All reports shall be completed on approved forms and in accordance with
procedures as issued by the County. In the event the Agency fails to maintain its
reporting obligations, the County reserves the right to withhold reimbursements to
the Agency or order payment stopped to the Agency in an amount proportional to
the data estimated to be outstanding until such time that the data is current.
VII. OTHER REVENUES
Revenues generated by the Agency from other funding sources (e.g. donations,
fund-raising) under this program, including fees collected from low-income
participants, shall be separately identified and recorded as project income. These
funds shall be used exclusively to provide increased levels of service.
VIII. SUBCONTRACTING
A. The Agency is prohibited from subcontracting any funding and/or services
contained within this Contract unless otherwise negotiated with the County.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 9 of 12
Packet Pg. 12
2.1.a
B. All rules, regulations and requirements contained in the Basic Terms and
Conditions must be met for all subcontracts executed pursuant to this Contract.
All subcontracting arrangements require prior written approval from the County.
IX. RECORDS RETENTION
The Agency shall retain all fiscal and clinical books, records, documents and other
materials relevant to this Contract in accordance with WAC.
X. LOCATION AND HOURS OF SERVICE
A. Services provided under this Contract shall be available in Snohomish County
for Snohomish County residents.
B. To ensure participants have consistent access to treatment services, the
Agency shall minimally maintain business hours from 9.00 AM through 5.00 PM
Monday through Friday, excluding recognized holidays or as negotiated with
the County. Any reduction in service hours shall be submitted in writing to the
County for approval, fifteen (15) calendar days prior to implementation.
C. The Agency shall notify the County within ten (10) days of change in personnel
which may affect the faithful execution of this Contract.
XI. ELIGIBILITY
A. County funds shall be the dollar of last resort for billing. The Agency shall
determine at time of intake if the individual has medical insurance, including
state -sponsored programs providing low-cost health care coverage through
private health plans, which covers substance use disorder treatment services.
If the individual has medical insurance that covers substance use disorder
treatment services, the medical insurance shall be used as the first source of
billing to pay for treatment services. The Agency shall ensure that only one
source of funding is used at any given time.
B. Termination of a Contract shall not be grounds for a fair hearing for the service
applicant or a grievance for the recipient if similar services are immediately
available in the County.
C. The Agency shall have policies and procedures in place for participant
grievances in the case of denial or termination of service or failure to act upon
a request for services with reasonable promptness.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 10 of 12
Packet Pg. 13
2.1.a
XII. MONITORING AND EVALUATION
The Agency shall cooperate with the County in monitoring activities a minimum of
once per year or more as deemed appropriate by the County.
XIII. INTERAGENCY COORDINATION
A. The Agency shall identify the primary agencies with whom they have regular
relationships and whose activities substantially affect the delivery of services
under this Contract. The Agency shall negotiate and execute working
agreements with these agencies to ensure coordinated services and
appropriate referral procedures.
B. Working agreements shall minimally address the following:
1. Program description;
2. Referral procedures and timelines;
3. Release of information procedures;
4. Follow up procedures;
5. Procedures for exchanging information concerning program changes and
unavailability of services; and
6. Procedures for problem solving between two (2) agencies.
XIV. EMERGENCY PROCEDURES
The Agency shall have a plan for serving individuals during periods when normal
services may be disrupted. Disruption to normal services may include
earthquakes, floods, snowstorms, and other natural disasters. Particular attention
should be made for those individuals who are most at risk. When services are
delivered at the Agency's workplace the plan shall include contact information for
high -risk individuals, a list of emergency services, and stores of emergency
provisions.
QT� 019]k'kdIk'0]1k' M441[of-rd[9lil
The Agency shall ensure their staff is effectively trained to implement the services
they agree to provide under the terms of this Contract. The Agency is encouraged
to inquire about the availability of additional training funds and opportunities to
support their continuing education efforts.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 11 of 12
Packet Pg. 14
2.1.a
XVI. MEETING PARTICIPATION
The Agency shall ensure they have representation at any County -sponsored
trainings or meetings. The County shall notify the Agency a minimum of two (2)
weeks prior to the event.
rATJIQ=19101kIIQk'6"WAZIIIlk I=1:1iTi61
The Agency shall utilize the definitions and terms in this Exhibit A as applicable
throughout this Contract or as negotiated with the County.
Exhibit A
BH-25-62-05-224
City of Edmonds
Page 12 of 12
Packet Pg. 15
2.1.a
EXHIBIT B
STATEMENT OF WORK / PROJECT DESCRIPTION
FIRST RESPONDER FLEX FUND
I. DESCRIPTION
A. The Project shall assist Individuals to remove barriers to housing and/or abate
emergency situations through the provision of Flex Fund assistance.
B. The Project shall serve eligible Individuals only. The individuals/families must
be experiencing homelessness or at risk of homelessness.
II. PROGRAM ACTIVITIES
In compliance with the terms of the Contract, the City shall perform the tasks and
services as follows:
A. The City shall develop and maintain a process to disburse Flex Funds to First
Responders and Co -Responder Social Workers, not to exceed the total amount
included in the Approved Project Budget (Exhibit C).
B. First Responders and Co -Responder Social Workers shall access Flex Funds
in order to procure goods and/or services directly related to the needs of
Individuals, which cannot be met through existing categorical services or
formal/informal community mechanisms or for an immediate need in which
other mechanisms cannot be accessed in a timely manner. Examples of such
purchases may include, but are not limited to: shelter, food (for example: a hot
meal or food, beverages, groceries to get by for a few days or until another
resource can be accessed), clothing (for example: shoes, coats, socks,
underclothes, pants, tops, gloves), medical care, transportation, or other basic
needs.
C. Flex Funds are designed to be used by Co-Responders/Social Workers who
work with First Responders and by First Responders who may not have a Co -
Responder at the time a need is identified. Flex Funds are not intended to be
used as a reward or withheld as a punishment. Use of Flex Funds in this
manner may lead to a review of this Contract and re-evaluation of this award.
D. Flex Funds shall not be paid directly to the Individuals or used for the purchase
of alcohol, tobacco, vaping, products, marijuana products, firearms,
ammunition, or other weaponry.
E. The City shall utilize flex funds throughout the duration of this Contract and
shall not use these funds at the end of the year to "stock up" in lieu of providing
Exhibit B
BH-25-62-05-224
City of Edmonds
Page 1 of 2
Packet Pg. 16
2.1.a
assistance to individuals and families to help end homelessness in real time
during the year.
F. The City shall submit supporting documentation for expenses covered by Flex
Funds with the Approved Invoice (Exhibit D) for reimbursement.
G. The City shall include receipts for services and purchases with the invoice as
supporting documentation.
H. The City shall submit invoices by the tenth (10th) day of the month following flex
fund use. Exception: the December invoice must be submitted no later than
January 6, 2026.
I. The County will review fund usage throughout this Contract period and may
reallocate unutilized funds to cities that are in need of additional funds.
J. Funds allocated to the First Responder Flex Fund are determined on an annual
basis based on funding availability and are not guaranteed.
III. REPORTS
The City shall submit a report each quarter providing information regarding the
number of individuals assisted, number of assistance activities and a description
of at least one individual or family that was able to remove a barrier to housing or
abate an emergency situation as a result of the Project. The quarterly narrative
shall be submitted with the monthly invoice.
Exhibit B
BH-25-62-05-224
City of Edmonds
Page 2 of 2
Packet Pg. 17
2.1.a
EXHIBIT C
CONTRACT BUDGET - COST REIMBURSEMENT
FIRST RESPONDER FLEX FUND
AGENCY NAME: City of Edmonds
CONTRACT PERIOD: 1/1/2025 to 12/31/2025
FUNDS AWARDED UNDER CONTRACT:
REVENUE SOURCE
FUNDING PERIOD
AMOUNT
AMENDMENT
TOTAL AMOUNT
EHP
1/1/2025 to 12/31/2025
$ 7,500
$ 7,500
TOTAL FUNDS AWARDED: $ 7,500
$ -
$ 7,500
MATCHING RESOURCES:
N/A
MATCH REQUIREMENTS FOR CONTRACT
OTHER PROGRAM RESOURCES (Identify):
N/A
TOTAL MATCHING RESOURCES: N/A
N/A
AMOUNT: N/A
TOTAL OTHER RESOURCES: $ -
Exhibit C
BH-25-62-05-224
City of Edmonds
Page 1 of 4
Packet Pg. 18
2.1.a
EXPENDITURES
CATEGORY
FUND
SOURCE
EHP
FUND
SOURCE
FUND
SOURCE
FUND
SOURCE
FUND
SOURCE
FUND
SOURCE
TOTAL
OTHER
RESOURCES
Salaries/Wages
$ -
Benefits
-
Supplies/Minor Equip.
-
Prof. Services
-
Postage
-
Telephone
-
Mileage/Fares
-
Meals
-
Lodging
-
Advertising
-
Leases/Rentals
-
Insurance
-
Utilities
-
Repairs/Maint.
-
Client Flex Funds
-
Printing
-
Dues/Subscrip.
-
Regis./Tuition
-
Machinery/Equip.
-
Administration
-
Indirect
-
Miscellaneous
-
Flex Funds
7,500
7,500
Misc. Construction
-
Acquisition
-
Relocation
-
TOTAL
$ 7,500
1 $ -Is
-Is
-Is
-Is
-
$ 7,500
1 $
Exhibit C
c
LL
x
0
LL
L
c
0
0_
m
M
L_
FZ
N
N
LO
0
N
LO
N
2
m
c
a�
E
U
Q
B H-25-62-05-224
City of Edmonds
Page 2 of 4
Packet Pg. 19
2.1.a
EXPENDITURE NARRATIVE
c
LL
K
d
LL
L
d
O
Q
U)
4)
L_
LL
v
14
N
N
Ln
O
N
LO
N
2
m
C
d
s
V
Q
Exhibit C
B H-25-62-05-224
City of Edmonds
Page 3 of 4
Packet Pg. 20
2.1.a
DETAIL SALARIES / WAGES
POSITION
FUND SOURCE
% OF TIME
TO FUND
SOURCE
TOTAL MONTHLY
MONTHLY
CHARGE TO
FUND SOURCE
MONTHS
TOTAL CHARGE
TO FUND
SOURCE
N/A
NOTE: Above figures may reflect rounding
TOTAL: $0
Exhibit C
BH-25-62-05-224
City of Edmonds
Page 4 of 4
Packet Pg. 21
Invoice Number:
2.1.a
I NVOI CE-Cost Reimbursement Contracts
Snohomish County Human Services Department - 3000 Rockefeller, M/S 305, Everett, WA 98201
Actual: 0 Estimated:❑
Contracting City and Address: Contract #: BH-25-62-05-224
City of Edmonds Project Title: First Responder Flex Fund
250 5th Ave. N. Contract Manager: Cleo Harris (425)388-7423 cleo.harris@snoco.org
Edmonds,WA 98290 Reporting Period: To:
AUTHORIZING SIGNATURE:
sign in in
Date:
SUB
OBJ
Account Title
Current Expenditures
Contract To Date
Expenditures
Total Contract Budget
Contract Budget
Balance
52
Flex Funds
$ 7,500.00
$ 7,500.00
TOTALS
$
$
$ 7,500.00
$ 7,500.00
ATTACH: CONTRACTOR CERTIFICATION FORM
Exhibit D
BH-25-62-05-224
City of Edmonds
Page 1 of 2
Packet Pg. 22
SNOHOMISH COUNTY
HUMAN SERVICES DEPARTMENT
3000 ROCKEFELLER, M/S305
EVERETT, WA 98201
AGENCY CERTIFICATION FORM
Agency Certification: I hereby certify under penalty of perjury that the items and totals listed herein are proper
charges for materi al s, merchandi se, or servi ces f urni shed to Snohomi sh County, and that al I goods f urni shed and/or
servi ces rendered have been provi ded wi thout di scri mi nati on on the grounds of race, creed, nati onal on gi n, handi cap,
sex, or age.
AUTHORIZING SIGNATURE:
DATE:
Voucher
Check #
Vendor
I nvoi ce
Refer. #
Description
Total
Amount
Charged To:
Non -Grant Grant
(Use -Additional PagesasNecessary) Total: Is - Is - Is -
Exhibit D
BH-25-62-05-224
City of Edmonds
Page 2 of 2
2.1.a
Packet Pg. 23
2.2
City Council Agenda Item
Meeting Date: 03/4/2025
Snohomish Regional Drug Task Force ILA (SRDTF)
Staff Lead: Chief Rod Sniffen
Department: Police Services
Preparer: Alexandra Ehlert
Background/History
Snohomish Regional Drug Task Force is a multi -agency partnership consisting of local, state and federal
detectives and special agents. Partner local agencies include Snohomish County Sheriff's Office, Everett
and Lynnwood Police Departments. The Washington State Patrol and Washington Department of
Corrections also contribute personnel along with our federal partners, the Drug Enforcement
Administration (DEA), Bureau of Alcohol, Tobacco and Firearms (ATF), and U.S. Postal Inspection Service
(USPIS). SRDTF has been in existence since 1988 collaborating to address illegal drug trafficking in the
region. Participation can be through funding (A Participation Jurisdiction), or through a combination of
funding and providing staff (A Contributing Jurisdiction).
The City of Edmonds is currently a participating jurisdiction, however we have been a contributor in the
past. Current staffing is not ideal for us to assign an FTE at this time. In the beginning, Snohomish County
had two drug task forces including the South County Drug Task Force (Lynnwood, Edmonds, and
Mountlake Terrace) and the Snohomish County Drug and Gang Task force (Snohomish County, et. al).
The two groups were combined into one Regional Task Force several years ago. The Snohomish County
Sheriff's Office is the lead organization.
Each jurisdiction is assessed a cost to participate based off percentage of population in the county. Our
contribution for 2025 is $10,749.00
During the program -based budgeting process for the new biennium, this ILA was overlooked and not
included in the PD budget. Now that we need to renew the ILA for 2025, the oversight was realized and
we are bringing it to council for approval. A portion of the current PD OT budget will be reallocated to
cover this expense.
Sharon Cates has approved the ILA as to form.
Staff Recommendation
Staff recommends Council approve the Mayor to sign the Snohomish County Regional Drug Task Force.
Narrative
Continue to be a participating jurisdiction in the Snohomish Regional Drug Task Force
Attachments:
Packet Pg. 24
2.2
2025-2026 Task Force ILA AATF w.exhibits
Packet Pg. 25
2.2.a
INTERLOCAL AGREEMENT ESTABLISHING
SNOHOMISH REGIONAL DRUG TASK FORCE
This Interlocal Agreement Establishing the Snohomish Regional Drug Task Force
("Agreement"), is entered into by and among Snohomish County, a political subdivision of the
State of Washington, and the following municipal corporations and department of the State of
Washington (hereinafter collectively referred to as the "Participating Jurisdictions"):
City of Arlington
City of Bothell
City of Brier
City of Darrington
City of Edmonds
City of Everett
City of Gold Bar
City of Granite Falls
City of Index
City of Lake Stevens
City of Lynnwood
City of Marysville
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 1
City of Mill Creek
City of Monroe
City of Mountlake Terrace
City of Mukilteo
City of Snohomish
City of Stanwood
City of Sultan
Washington State Patrol
Washington Dept. of Corrections
Packet Pg. 26
2.2.a
WITNESSES THAT:
WHEREAS, since 1988, Snohomish County, and multiple cities and towns located in
Snohomish County, have collaborated in a countywide multi jurisdictional task force to address
illegal drug trafficking in the region ("Snohomish Regional Drug Task Force" or "Task Force")
The Task Force has operated on a continuous basis since 1988 under a series of interlocal
agreements;
WHEREAS, the Participating Jurisdictions desire to continue operation of the Task
Force, with Snohomish County administering task force project grants and other funding on
their behalf; and
NOW, THEREFORE, in consideration of covenants, conditions, performances, and
promises hereinafter contained, the parties hereto agree as follows:
1 DEFINITIONS
1.1 Participating Jurisdiction- Participating Jurisdiction means any municipal
corporation, political subdivision of the state, or department of division of the
state of Washington, who is a party to this agreement.
1.2 Contributing Jurisdiction- Contributing Jurisdiction means a Participating
Jurisdiction that also assigns at least one full-time employee to the Task Force.
2 TASK FORCE TERM AND PURPOSE
2.1 The term of this Agreement ("Term") shall begin on January 1, 2025 ("Effective
Date"), and continue through December 31, 2025, unless earlier terminated or
modified as provided in this Agreement.
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 2
Packet Pg. 27
2.2.a
2.2 The purpose of the Task Force is to formally structure and jointly coordinate
selected law enforcement activities, resources, and functions to disrupt illegal
drug trafficking systems and to remove traffickers through a cooperative
program of investigation, prosecution, and asset forfeiture. The parties do not
intend for this Agreement to create a separate legal entity subject to suit.
2.3 The Task Force goals are to:
a. Reduce the number of drug traffickers in the communities of Snohomish
County through professional investigation, apprehension, and conviction;
b. Efficiently attack, disrupt, and prosecute individual and organized mid to
upper level drug traffickers who do not recognize jurisdictional boundaries
or limitations, and by doing so, impact drug trafficking organizations
previously impregnable;
c. Enhance drug enforcement cooperation and coordination through multi -
agency investigations, training of local jurisdictions and the sharing of
resources and information; and
d. Address these issues with the foremost consideration of safety for both law
enforcement and the community.
2.4 The Task Force will follow a management system for the shared coordination
and direction of personnel as well as financial, equipment, and technical
resources, as stated in this Agreement.
2.5 The Task Force will implement operations, including:
a. Development of intelligence,
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 3
Packet Pg. 28
2.2.a
b. Target identification,
c. Investigation,
d. Arrest of Suspects,
e. Successful prosecution of offenders, and
f. Asset forfeiture/disposition.
2.6 The Task Force shall evaluate and report on Task Force performance as required
in any applicable grant or funding agreement.
3 ORGANIZATION
3.1 The Task Force shall be organized according to the chart contained in Exhibit
A, incorporated herein by this reference.
3.2 Personnel assigned to the Task Force shall be directed in their Task Force duties
by the Snohomish County Sheriff's Office ("SCSO"), through the Task Force
Commander. The Task Force Commander is an employee of Snohomish
County. Selection of the Task Force Commander will be conducted in
accordance with Exhibit B, incorporated herein by this reference. Appointment
and removal of the Task Force Commander remains at the sole discretion of the
Snohomish County Sheriff. Should the Sheriff elect to remove the Task Force
Commander without cause, the Executive Board shall be consulted before action
is taken.
3.3 Exhibit C, incorporated herein by this reference, sets forth the personnel
currently assigned to the Task Force by each Participating Jurisdiction. Nothing
in this Agreement shall restrict the ability of the Snohomish County Prosecuting
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 4
Packet Pg. 29
2.2.a
Attorney, Snohomish County Sheriff, Everett Police Chief, or chief law
enforcement officer of any Participating Jurisdiction to reassign personnel now
or later assigned to the Task Force.
3.4 Contributing Jurisdiction Employees: Any employee assigned to the Task Force
by a Contributing Jurisdiction shall remain, and be considered, an employee of
the assigning Contributing Jurisdiction. Each Contributing Jurisdiction shall pay
all costs associated with its employees when assigned to the Task Force. All
rights, duties, and obligations of the employer and the employee shall remain
with the Contributing Jurisdiction. Each Contributing Jurisdiction shall be
responsible for ensuring compliance with all applicable laws, collective
bargaining agreements, and/or civil service rules and regulations, applicable to
its employees. When a Participating or Contributing Jurisdiction is considering
the assignment of new or replacement personnel to the Task Force, the Task
Force Commander may be allowed to give input regarding the selection of the
assigned personnel.
3.5 Employees assigned to the Task Force are subject to and responsible for
following the published policies and procedures of the Task Force. In the event
of conflicting policies between the Task Force and the employing agency, the
employing agency policy takes precedence.
3.6 The Commander, at his or her discretion, may select an individual from assigned
Contributing Jurisdiction personnel to fill any of the following positions:
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 5
Packet Pg. 30
2.2.a
Detection Canine Handler, Financial Investigations, and Technology
Investigation.
4 GOVERNANCE
4.1 The activities of the Task Force shall be governed by an Executive Board. The
Task Force Executive Board shall be comprised of one representative from each
Participating Jurisdiction that contributes at least one (1) full-time employee to
the Task Force. Executive Board member votes shall be allocated according to
the number of full-time personnel their jurisdiction contributes to the Task
Force. As an example, if the Snohomish County Sheriff provides six employees
and the City of Lynnwood provides three, the Snohomish County Sheriff has six
votes and the City of Lynnwood has three. Additional Executive Board
members, with one vote each include: the Snohomish County Prosecuting
Attorney, the Everett City Attorney, the Northwest HIDTA Director, and one
chief of police from the remaining Participating Jurisdictions, selected by a
majority vote of the chiefs of police of the remaining Participating Jurisdictions.
If a Participating Jurisdiction that has no personnel assigned to the Task Force
as of the effective date of this Agreement, assigns full-time personnel to the Task
Force, a representative from that agency will be added as an Executive Board
member after the full-time personnel has been assigned to the Task Force for
three months.
4.2 The Snohomish County Sheriff shall serve as Chair of the Executive Board. The
Task Force Executive Board may adopt bylaws which include provision for
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 6
Packet Pg. 31
2.2.a
appointment of alternates to attend Executive Board meetings in the absence of
members. At such meetings, the alternate shall have the same rights as the
appointing member. Any action taken by the Task Force Executive Board under
this Agreement shall be based on simple majority of votes.
5 TASK FORCE BUDGET
5.1 The 2025 Task Force budget is attached as Exhibit D, incorporated herein by
reference. Each Participating Jurisdiction shall contribute funding to the Task
Force as specified in Exhibit D.
5.2 The SCSO will annually review and revise the Task Force budget to provide a
sufficient level of funding and total resource obligation for the following
calendar year. The Task Force budget will be allocated to each Participating
Jurisdiction on a proportional basis. Each Participating Jurisdiction's
proportional share will be based on the Participating Jurisdiction's average
population, as determined by the Washington State Office of Financial
Management. If the Task Force budget increases any Participating Jurisdictions
funding obligation by more than three percent (3%) from the prior year, the
budget must be approved by the Executive Board before submission to the
Participating Jurisdictions. Any special assessments must be approved by the
Executive Board.
5.3 Following the closure of each annual budget and not later than June 30 of each
year, the Task Force Commander must submit a report to each Participating
Jurisdiction reflecting a budget summary of all revenues from the previous year
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 7
Packet Pg. 32
2.2.a
including the total amount of spending required to operate the Task Force, a
summary of state and federal forfeitures and total receipts from the previous
year.
5.4 No later than July 1 of each year, the Sheriff shall provide notice to each
Participating Jurisdiction of the subsequent year's proposed Task Force budget,
and each Participating Jurisdiction's proportional share.
5.5 Snohomish County shall maintain designated financial accounts for the purpose
of supporting Task Force operations. Except as modified by Section 7, all
revenues collected or generated by or for the Task Force shall be forwarded to
the Snohomish County Treasurer and placed in the designated accounts. All real
or personal property of the Task Force will be held in Snohomish County's name
for the benefit of the Task Force.
5.6 Each Participating Jurisdiction agrees to provide funding that is no less than the
amount indicated in Exhibit D, and to pay its funding share to Snohomish
County as administrator of Task Force funds no later than March 1, of the year
in which the funding is due.
Each Participating Jurisdiction agrees that the funding it contributes shall be
provided in addition to that currently appropriated to drug enforcement activities
and that no Task Force activity will supplant or replace any existing drug
enforcement activities.
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 8
Packet Pg. 33
2.2.a
6 GENERAL ADMINISTRATION
6.1 Each Participating Jurisdiction agrees to provide Snohomish County with any
documentation necessary to apply for, receive, or comply with any applicable
grant requirements.
6.2 By executing this Agreement, each Participating Jurisdiction agrees to make any
certified or other assurances required by any applicable grant agreement that are
within its particular control, and agrees to make all its records related to the Task
Force available for inspection if required as a condition of receipt of grant
funding.
6.3 Snohomish County is granted the authority to execute on behalf of the
Participating Jurisdictions all agreements and contracts signed as approved by
the Task Force Executive Board, by and through its Chair, including but not
limited to all contracts for professional services. Agreements and contracts
executed in this manner shall have the same legal effect as if they were executed
by each Participating Jurisdiction. All Task Force contracts and agreements
executed on behalf of Participating Jurisdictions under this Agreement must first
be approved on motion of the Task Force Executive Board. By executing this
Agreement, each Participating Jurisdiction agrees that, for the purpose of
administering the assets and resources available to the Task Force, no such
agreement or contract may impose or waive liability with respect to a
Participating Jurisdiction in a manner that is inconsistent with the hold harmless
provision in Section 12 of this Agreement.
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 9
Packet Pg. 34
2.2.a
6.4 Any dispute arising under this Agreement will be forwarded to the Task Force
Executive Board for resolution. The determination made by the Executive Board
shall be final and conclusive as between the parties. This provision shall not
apply to issues of indemnity and liability governed by the hold harmless
provision in Section 12 of this Agreement.
7 ASSET FORFEITURE
7.1 The Participating Jurisdictions shall refer all potential asset forfeitures initiated
or investigated by personnel assigned to the Task Force during the pendency of
this Agreement to the Task Force for disposition at the discretion of the Task
Force Executive Board or prosecuting authority (Prosecuting Attorney or United
States Attorney). Any such referred asset forfeiture that is pursued in state court
will be prosecuted in the name of Snohomish County, on behalf of the Task
Force and its Participating Jurisdictions.
7.2 The Task Force Commander, under the direction of the Task Force Executive
Board, shall manage the acquisition and disposition of assets seized or forfeited
as a result of this Agreement in compliance with state and federal law and Task
Force procedures.
7.3 Federal Forfeiture.
a. For purposes of receipt and processing of federal equitable sharing
distributions, Snohomish County shall be designated as the fiduciary agency
for the Task Force.
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 10
Packet Pg. 35
2.2.a
b. Participating Jurisdictions must comply with federal Equitable Sharing
Program guidelines and reporting requirements, including the requirements
contained in the Guide to Equitable Sharing For State, Local, and Tribal Law
Enforcement, published by the Department of Justice and the Department of
Treasury.
c. Snohomish County will submit request(s) to the federal government, on
behalf of the Task Force, in order to obtain equitable sharing related to
federal forfeitures.
d. Participating Jurisdictions agree and understand that all proceeds from
federal forfeitures of seized assets, which may be awarded to the County on
behalf of the Task Force, will be retained by the County for Task Force
operations and expenses.
e. Except as allowed by Section 7.3(g), Participating Jurisdictions will not
submit individual equitable sharing requests, nor will Participating
Jurisdictions receive shared federal funds from Snohomish County.
f. The Task Force may only use proceeds from federal seizures and forfeitures
for law enforcement purposes, as defined by the United States Department
of Justice.
g. If the Task Force initiates or participates in an investigation that results in a
federal forfeiture of $300,000 or more in net proceeds, each Participating
Jurisdiction that participated in the investigation may file an individual
request for equitable sharing under its own agency code. The parties intend
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 11
Packet Pg. 36
2.2.a
that each Participating Jurisdiction's individual equitable share will be the
Participating Jurisdiction's Task Force participation percent at the time of
the investigation, provided however, the SCSO is entitled to claim an
additional twenty five percent (25%) to account for Task Force
operative/administrative expenses. The parties acknowledge however, that
final determination of a Participating Jurisdiction's receipt, and percentage
allocation, of federal forfeiture proceeds is within the discretionary authority
of the Department of Treasury or Department of Justice, as applicable.
h. The Task Force Commander will notify an eligible Participating Agency of
a federal forfeiture meeting the threshold outlined in Section 7.3(g) within
15 days of the forfeiture. A Participating Jurisdiction seeking an individual
equitable share of the federal forfeiture must file its request no later than 45
days following the forfeiture unless an exemption applies.
7.4 State Forfeiture.
a. The net monetary proceeds of each state asset forfeiture made by the Task
Force shall be retained by the County for Task Force operations and
expenses. If proceeds from state asset forfeitures exceed the amount
necessary for Task Force operations and expenses, the excess state forfeiture
proceeds shall be distributed to Contributing Jurisdictions in accordance
with each Contributing Jurisdiction's participation percent, listed in Exhibit
N
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 12
Packet Pg. 37
2.2.a
b. The Task Force may retain funds in an amount up to $250,000 from the net
proceeds of vehicle seizures for the acquisition of Task Force vehicles and
related fleet costs.
c. Any Participating Jurisdiction receiving a distribution of assets forfeited
under RCW 69.50.505 shall use such assets in accordance with RCW
69.50.505(10).
8 ACQUISITION AND USE OF EQUIPMENT
8.1 For purposes of this Agreement, the term "Equipment" shall refer to all personal
property used by the Task Force in performing its purpose and function,
including but not limited to materials, tools, machinery, equipment, vehicles,
supplies, and facilities.
8.2 If any Equipment is acquired with grant funds, the Participating Jurisdictions
agree that the Task Force will use that equipment only for specified law
enforcement purposes for the term of the grant.
8.3 Personnel assigned to the Task Force may use Equipment that is provided or
acquired for Task Force purposes, as directed by the Task Force Commander.
8.4 Upon termination of the Task Force, any Equipment provided to the Task Force
by a Participating Jurisdiction will be returned to that jurisdiction.
8.5 Upon termination of the Task Force, any Equipment acquired by the Task Force
will be disposed of in accordance with applicable federal, state, or local
requirements or this Agreement.
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 13
Packet Pg. 38
2.2.a
9 MODIFICATION
Participating Jurisdictions here to reserve the right to amend this Agreement in the
future from time to time as may be mutually agreed upon. No such amendment shall be
effective unless written and signed by all then -contributing Participating Jurisdictions
with the same formality as this Agreement.
10 NONDISCRIMINATION
There shall be no discrimination against any employee or against any applicant for such
employment because of race, color, religion, handicap, marital status, political
affiliation, sex, age, or national origin. This provision shall include, but not be limited
to the following: employment, upgrading, demotion, transfer, recruitment, advertising,
lay-off or termination, rates of pay or other forms of compensation, and selection for
training.
11 TERMINATION OF AGREEMENT
11.1 Notwithstanding any provisions of this Agreement, any party may withdraw
from the Agreement by providing written notice of such withdrawal to all other
parties, specifying the effective date thereof at least thirty (30) days prior to such
date. A withdrawing party may take with it any Equipment it has provided to the
Task Force and shall be entitled to distributions under Section 7 of this
Agreement with respect to asset forfeitures which that Participating Jurisdiction
participated before the effective date of withdrawal.
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 14
Packet Pg. 39
2.2.a
11.2 If there is a reduction in funds by the source of those funds, and if such funds
are the basis of this agreement, Snohomish County may unilaterally terminate
all or part of the agreement or may reduce its scope of work and budget.
12 HOLD HARMLESS
Each parry hereto agrees to save, indemnify, defend and hold the other parties harmless
from any allegations, complaints, or claims of wrongful and/or negligent acts or
omissions, by said party and/or its officers, agents, or employees to the fullest extent
allowed by law. In the case of allegations, complaints, or claims against more than one
party, any damages allowed shall be levied in proportion to the percentage of fault
attributable to each party, and each party shall have the right to seek contribution from
each of the other parties in proportion to the percentage of fault attributable to each of
the other parties. Moreover, the parties agree to cooperate and jointly defend any such
matter to the extent allowed by law. A jurisdiction that has withdrawn assumes no
responsibility for the actions of the remaining members arising after the date of
withdrawal but shall remain liable for claims of loss or liability arising prior to the
effective date of withdrawal.
13 GOVERNING LAW AND VENUE
This Agreement shall be governed by, construed, and enforced in accordance with the
laws of the State of Washington without reference to choice of law principles, and venue
of any suit between the parties arising out of this Agreement shall be in the Superior
Court of Snohomish County, Washington.
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 15
Packet Pg. 40
2.2.a
14 INTEGRATION
With the exception of necessary operational agreements between law enforcement
agencies of the Participating Jurisdictions and agreements executed pursuant to Section
6.3, this Agreement constitutes the whole and entire agreement among those parties as
to the Task Force and no other understandings, oral, or otherwise, regarding the Task
Force shall be deemed to exist or bind the parties.
15 EXECUTION OF MULTIPLE ORIGINAL COUNTERPARTS
This Agreement may be reproduced in any number of original counterparts. Each party
need sign only one counterpart and when the signature pages are all assembled with one
original counterpart, that compilation constitutes a fully executed and effective
agreement among all the Participating Jurisdictions. In the event that fewer than all
named parties execute this Agreement, the Agreement, once filed or posted as specified
in Section 17, shall be effective as between the parties that have executed the Agreement
to the same extent as if no other parties had been named.
16 SEVERABILITY
If any part of this Agreement is unenforceable for any reason the remainder of the
Agreement shall remain in full force and effect.
17 POSTING/RECORDING
This Agreement will be filed with the Snohomish County Auditor or posted on the
County or Participating Jurisdiction's interlocal agreements webpage, in compliance
with RCW 39.34.040.
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 16
Packet Pg. 41
2.2.a
18 NOTICES
Any notice required or permitted to be given under this Agreement shall be in writing
and shall specifically refer to this Agreement and be sent by (i) United States registered
mail, return receipt requested, (ii) any nationally recognized overnight carrier or express
mail service (such as FedEx or UPS) that provides receipts to indicate delivery, (iii) by
personal service, or by electronic e-mail (with proof of receipt). All such
communications shall be addressed to the appropriate Administrator of this Agreement
as follows:
To the County:
Snohomish County Sheriff
Drug Task Force Commander
3000 Rockefeller Ave. M/S 706
Everett WA, 98201
If sent by electronic email to:
Email: SSH-TFCommanderksnoco.org
Notices given to a Participating Jurisdiction will be addressed to the Chief of Police of
the participating jurisdiction or as designated by the Participating Jurisdiction.
Any party hereto may, by reasonable notice to the other parties, designate such other
address, or electronic email address, for the giving of notices as deemed necessary. All
notices shall be deemed given on the day each notice is personally delivered, transmitted
by electronic email, or delivered by overnight courier service, or on the third business
day following the day such notice is mailed if mailed within accordance of this section.
In witness whereof, the parties have executed this Agreement.
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 17
Packet Pg. 42
2.2.a
SNOHOMISH COUNTY:
Snohomish County, a political subdivision
of the state of Washington
an
Name:
Title:
Recommended for approval:
Susanna Johnson
Snohomish County Sheriff
Approved as to Form:
Digitally signed by Downs,
Downs, Lyndsey Lyndsey
Date: 2024.12.04 09:43:54-08'00'
Deputy Prosecuting Attorney
Interlocal Agreement Establishing
Snohomish Regional Drug Task Force — Page 18
Packet Pg. 43
2.2.a
SNOHOMISH REGIONAL DRUG TASK FORCE INTER -LOCAL AGREEMENT
EXHIBIT A
SRDTF Executive Board
Snohomish County Sheriff (Chair), Everett Police Chief (Asst. Chair), Lynnwood Police Chief, Lake Steven Police Chief (At -Large), Director of NW-HIDTA,
Snohomish County Prosecuting Attorney, City of Everett City Attorney
OPERATIONS SERGEANT
Everett PD
EPD Detective
EPD Detective
EPD Detective
I S.O. Detective I
DOC Agent
Deputy Prosecutor
Sno. County Prosecutor's Office
Legal Secretary
Sno. County Prosecutor's Office
OPERATIONS LIEUTENANT
Sheriff's Office
OPERATIONS SERGEANT
Lynnwood PD
S.O. Detective
S.O. Detective
WSP Detective
BP Agent
ATF Agent
COMMANDER ADMINISTRATIVE ASSISTANT
Sheriff's Office Everett PD
ADMINISTRATIVE LIEUTENANT
(Vacant)
OPERATIONS SERGEANT
Sheriff's Office
S.O. Financial
Detective
S.O. Technology
Detective
S.O. Secretary
ADMINISTRATIVE SERGEANT
(Vacant)
CONTRIBUTING JURISDICTIONS:
Snohomish County Sheriff's Office (S.O.)
Everett PD (EPD)
Lynnwood PD (LPD)
Washington State Patrol (WSP)
Washington Dept. of Corrections (DOC)
Snohomish County Prosecutor's Office
Alcohol, Tabacco & Firearms Administration (ATF)
U.S. Border Patrol (BP)
Packet Pg. 44
2.2.a
EXHIBIT B
Snohomish Regional Drug Task Force
Commander Selection
The Drug Task Force Commander is a management exempt ("at will") employee of the Sheriff's Office
With the objective of selecting the best possible candidate for the position of Drug Task Force
Commander, and ensuring the best fit into the organization, the Executive Board will recommend to the
Sheriff three candidates to be considered for the position of Drug Task Force Commander. Candidates
for the Drug Task Force Commander position must demonstrate a strong leadership skill set, the ability
to build consensus, and direct the efforts of a multi -agency team to achieve established goals. He or she
must meet the performance objectives set by the Executive Board and the Sheriff. The Sheriff will select
the Drug Task Force Commander from the Executive Board's three recommended candidates.
The Drug Task Force Commander's initial commitment of service is four years, with the option of a year
by year extension after that period. The Sheriff shall consult with the Executive Board before authorizing
any extension of the Drug Task Force Commander's service commitment.
Packet Pg. 45
2.2.a
EXHIBIT C
Snohomish Regional Drug Task Force
Personnel Assigned by Jurisdiction
January 1, 2025 — December 31, 2025
EVERETT POLICE DEPARTMENT
1 Sergeant
1 Detective
1 Detective
1 Detective
1 Detective
1 Detective
1 Detective
1 Support Personnel
SNOHOMISH COUNTY SHERIFF'S OFFICE
1 Task Force Commander
1 Lieutenant
1 Sergeant
1 Sergeant
1 Detective
1 Detective
1 Detective
1 Detective
1 Detective
1 K9 Detective
1 Support Staff
LYNNWOOD POLICE DEPARTMENT
1 Sergeant
1 Detective
FUNDING
Everett PD
Everett PD
Everett PD
Everett PD
Everett PD- Vacant
Everett PD - Vacant
Everett PD - Vacant
Everett PD
FUNDING
Snohomish County Sheriff
Snohomish County Sheriff
Snohomish County Sheriff
Snohomish County Sheriff— Vacant
Snohomish County Sheriff
Snohomish County Sheriff
Snohomish County Sheriff
Snohomish County Sheriff - Vacant
Snohomish County Sheriff— Vacant
Snohomish County Sheriff
Snohomish County Sheriff
FUNDING
Lynnwood PD
Lynnwood PD — Vacant
Packet Pg. 46
2.2.a
SNOHOMISH COUNTY PROSECUTOR'S OFFICE FUNDING
.5 Support Staff Snohomish County Prosecutor
1 Deputy Prosecutor
STATE OF WASHINGTON
1 Detective
1 Agent
Snohomish County Prosecutor
FUNDING
Washington State Patrol
Department of Corrections
Agency
Participants
E-Board Vote
Pcnt.
Notes
Everett PD
5
5
39%
Snoh Co Sheriff's Off
7
7
54%
Lynnwood PD
1
1
7%
WSP
1
I
Fr. 10% WaSt Tx
DOC
1
1
Fr. 10% WaSt Tx
SC Pros Atty
1.5
1
Evt City Atty
1
I
NWHIDTA Dir
0
1
At Large PD
0
1
TOTALS
17.5
19
100%
Packet Pg. 47
EXHIBIT D
2.2.a
Snohomish Regional Drug & Gang Task Force
April 1, 2024, Population of Cities, Towns and Counties (wa.gov)
2025
JURISDICTION POPULATION PERCENTAGE ALLOCATION
April 1, 2024 AMOUNT
Arlington
22,980
2.65%
$
5,686.00
Bothell
20,380
2.35%
$
5,042.00
Brier
6,600
0.76%
$
1,631.00
Darrington
1,515
0.17%
$
365.00
Edmonds
43,420
5.01%
$
10,749.00
Everett
114,800
13.24%
$
28,407.00
Gold Bar
2,310
0.27%
$
579.00
Granite Falls
4,775
0.55%
$
1,180.00
Index
160
0.02%
$
43.00
Lake Stevens
41,540
4.79%
$
10,277.00
Lynnwood
41,500
4.79%
$
10,277.00
Marysville
74,390
8.58%
$
18,409.00
Mill Creek
21,630
2.49%
$
5,342.00
Monroe
20,830
2.40%
$
5,149.00
Mountlake Terrace
24,260
2.80%
$
6,007.00
Mukilteo
21,590
2.49%
$
5,342.00
Snohomish
10,350
1.19%
$
2,553.00
Stanwood
8,865
1.02%
$
2,188.00
Sultan
7,160
0.83%
$
1,781.00
Snohomish County
378,045
43.60%
$
93,545.00
TOTALS:
867,100
100%
$
214,552.00
Commander Salary
$
231,702
Sergeant Salary
$
-
Task Force Analyst Salary
$
26,850
Credit for (Commerce Grant
Year End Balance 2024)
Commander Baines
$
(44,000)
ILA Contributions Allocations
$
214,552
Increase to Commanders Salary
2024 COLA increase of 4.51% retro back to Jan 1, 2024
2025 COLA increase of 3.63% effective Jan 1, 2025
Packet Pg. 48
2.3
City Council Agenda Item
Meeting Date: 03/4/2025
Contract with JCI Jones for Sodium Hypochlorite for the Wastewater Treatment Plant
Staff Lead: Ross Hahn
Department: Public Works & Utilities
Preparer: Royce Napolitino
Background/History
Sodium Hypochlorite is used as the primary disinfectant for the Wastewater Treatment Plant effluent to
Puget Sound. The hypochlorite solution (safer to handle than gaseous chlorine) is 12.5% by weight of
Sodium Hypochlorite which is significantly safer than using gaseous chlorine. We secure multi -year
chemical supply contracts to provide reliable delivery at a predictable price to the City. These contract
expenses are budgeted in the 423 Sewer/WWTP Fund in the City's 2025-2026 Biennium Budget.
Staff Recommendation
Move to the consent agenda at the next available council meeting and authorize the Mayor to sign the
Agreement.
Narrative
We received three (3) bids and JCI Jones, Inc was the low bidder and selected to furnish Sodium
Hypochlorite to the City of Edmonds Wastewater Treatment Plant for the next two years with an option
to extend to a third year by mutual agreement. Seller has an obligation to provide and deliver these
treatment chemicals on an on -call basis with specific delivery specifications.
The estimated annual usage of Sodium Hypochlorite is 45,000 gallons. The price is calculated (Jan 1,
2025 to Dec 31, 2026): $1.65/Gallon. With a two-year contract, the total estimated contract price (est.
90,000 gallons, based on 2022-2024 usage): $148,500. This represents a savings of $16,500, or 10%,
over the two years compared to 2024 pricing.
The City Attorney has approved the Agreement as to form.
Attachments:
Chemical Bid 2025 Tab Sheet —Sodium Hypochlorite
JCI Agreement - Sodium Hypochloride 1-1-25--12-31-26
2025 Sod. Hypo. Bid Form
Packet Pg. 49
CITY OF EDMONDS
®� www.edmondswa.gov
WASTEWATER TREATMENT PLANT
200 2nd Avenue S. • Edmonds, WA 98020
(425) 771-0237 • FAX (425) 771-0255
MIKE ROSEN
MAYOR
Sodium Hypochlorite & Sodium Bisulfite Bid Tab Sheet for 2025-27
Bids Closed: 12/20/24 2 PM
Sealed Bids Opened: 12/20/24 2:15 PM
Yellow = Winninq Bid for Sodium Hypochlorite
Orange = Winning Bid for Sodium Bisulfite
BIDDERS Sodium Hypochlorite Price Sodium Bisulfite Price
Notes
(In Order Bids Received) Two Years Three Years Two Years Three Years
HASA, Inc.
Northstar Chemical
JCI Jones Chemicals, Inc. $1.65/gallon Winning Bidder for Sodium Hypochlorite
rUnivar USA -Muni Team $4.87/gallon Winning Bidder for Sodium Bisulfite
2.3.a
Packet Pg. 50
2.3.b
Z
O
a
V
W
c
H
Z
W
H
Z
O
t�
H
V
H
Z
O
(L)
J
H
W
G
J
Q
Z
Q
Z
W
Q
Z
a
YZ
0f E VAI0�V
No.
CONTRACT ROUTING FORM
JC1.2025-01-01
(Contract Number
IAI 1S4°
H
m
t
r
0
Originator: Ross Hahn Routed by: Batyah Chliek
w
Department/Division: VWVTP Date: 01/05/2025
2-
Name of Consultant/Contractor: JCI Jones, Inc.
0
CL
CONTRACT TITLE:
R
For Sodium Hypochlorite
•2
d
0
w
Type of Contract: (GR) Grants (I) Intergovernmental Agreement El(L) Lease Agreement
�
I ✓ I (S) Purchase of Services (W) Public Works
n (0) Other
c
0
V
Bid/RFP Number:
to
N
Effective Date: 01 /01 /2025 Completion Date: 12/31 /2026
c
Has the original City contract boilerplate language been modified? OYes
ONo
N
If yes, specify which sections have been modified:
N
Description of Services: For purchase of Sodium Hypochlorite (2-year contract).
d
L
0
(NTE total contract amount for 2 years)
Total Amount of Contract: $ 250,000.00
0
a
Budget # 423.000.7 .535.80 31.53 Amount:
$ 25 ,000.00 1 1 1 1 1 1 1
E
=a
Budget #
Amount:
II
v�
Bud9 et #
Amount:
E
d
Are there sufficient funds in the current budget to cover this contract? Q Yes
O No
;v
Remarks: JCI Jones, Inc. won the bid for Sodium Hypochlorite.
Q
v
The $250,000 is the NTE contract amount for two years.
r
m
=
E
t
Authorization Level: Mayor
0
Q
❑ 1. PW & Utilities Director
2. WWTP Manager
�✓ 3. City Attorney
❑ 4. Contractor
❑ 5. Other
6. City Council Approval Date
(if applicable)
Q 7. Mayor
Z 8. City Clerk
I
Packet Pg. 51
2.3.b
v CITY OF EDMONDS MIKE ROSEN
%ww.edmondsvca.aov MAYOR
WASTEWATER TREATMENT PLANT
200 2nd Avenue S. • Edmonds. WA 95020
Elie. 1100 (425) 771-0237 • FAX (425) 771-0255
AGREEMENT
THIS AGREEMENT ("Agreement") is made and entered into this Ist day of January 2025 by and
between the CITY OF EDMONDS, hereinafter the "Buyer," and JCI JONES, INC., hereinafter the
"Seller," for the provision of certain treatment chemicals for use by the City of Edmonds Wastewater
Treatment Plant.
WITNESS that Seller and Buyer for consideration hereinafter named agree as follows:
ARTICLE 1 - SCOPE OF WORK: Seller shall furnish Sodium Hypochlorite for a two (2) year period
with the option to extend the term of this Agreement for a third year upon the mutual agreement of the
parties, to be documented in a written amendment to this Agreement signed by both parties. The Seller
shall perform as described in the Bid Documents and pursuant to all requirements of this Agreement,
including the Information to Bidders, the Specifications, and the Bid Proposal, excerpts of which are set
forth in Attachments 1, 2 and 3 to this Agreement.
ARTICLE 2 - DELIVERY: The Seller hereby agrees to deliver said treatment chemicals on an on -call
basis as listed in the Specifications, with delivery costs included. Failure to deliver as specified may
result in nullification of this Agreement at the option of the Buyer.
Buyer shall have the right to inspect the goods before the goods are introduced into Buyer's system and
shall have the right to accept or reject same before delivery. The Buyer shall give ten (10) days' notice
from date of acceptance. Conforming goods shall not be returned to Seller without Seller's prior consent,
which consent shall not be unreasonably withheld.
No claim, whether as to goods delivered or for non -delivery of goods shall be greater than the purchase
price of the goods in respect of which such damages are claimed, however this limitation on damages
shall not apply to any negligent, reckless or intentional act by the Seller that results in damage to the
Buyer's equipment.
ARTICLE 3 - COMPENSATION: The Buyer accepts the Seller's submitted Bid Proposal price of $1.65
per gallon for the purchase of Sodium Hypochlorite for the two-year period of this Agreement. The
annual quantity purchased may be higher than the quantity estimated on Page S-Iof the Bid Documents.
The total purchase amount for Sodium Hypochlorite for the two-year term of this Agreement shall not
exceed Two Hundred Fifty Thousand Dollars ($250,000).
Unit or lump sum prices shall be all inclusive and submitted as FOB destination, freight prepaid and
allowed (freight included in price).
If the unit price does not compute to the extended total price, the unit price shall govern. Pricing shall be
firm for the Agreement period; however, nothing in this Agreement will prevent the Seller from charging
a lower than quoted price.
The Seller represents that all prices, terms, and benefits offered in response to this solicitation are equal
to or better than the equivalent prices, terms, and benefits offered by the Seller to any other government
unit or commercial customer.
City of Edmonds / JCI Jones, Inc. Page 1 of 9
1 / 1 /2025 — 12/31 /26 Sodium Hypochlorite Agreement
Packet Pg. 52
2.3.b
Should the Seller, during the term of this Agreement, enter into any contract, agreement, or arrangement
that provides lower prices, more favorable terms, or greater benefits to any other government unit or
commercial customer, this Agreement shall thereupon be deemed amended to provide the same price or
prices, terms and benefits to the City. This provision applies to comparable products and purchase
volumes by the City that are not less than the purchase volumes of the government unit or commercial
customer that has received the lower prices, greater benefits, or more favorable terms.
The City is entitled to any promotional pricing during the Agreement period that is lower than pricing
provided in the submittal.
Price decreases shall be immediately passed on to the City.
ARTICLE 4 - INTEGRATION: This Agreement consists of this document; the Bid Documents; the
Information to Bidders, Specifications, and Bid Proposal attached to this Agreement as Attachments 1-3;
and Appendices 1 and 2, all of which shall be considered part of this Agreement and by reference hereto,
the same incorporated herein as if set forth in full. These documents shall constitute the entire agreement
of the parties and shall not be modified except in writing with the consent of both parties; provided,
however, that this clause shall be expressly limited in its effect and operation in order to preserve the
right of the Buyer to pursue any verbal warranty or other assurance, including, but not limited to, any
warranty of fitness for use, or any right or warranty assigned hereunder.
ARTICLE 5 — DISPUTES: If, for any reason, the Buyer is required to institute legal proceedings or
otherwise incur legal expenses in order to obtain compliance by the Seller with the terms and conditions
of this Agreement, then, in that event, the prevailing party shall be entitled to its costs and reasonable
legal fees associated with the institution and prosecution of such claims, or in the event litigation is not
instituted, but if it is necessary for the Buyer to incur legal expenses in obtaining compliance with this
Agreement, the Seller agrees to pay the amount of such expenses so incurred, together with all costs.
IN WITNESS WHEREOF, two (2) identical counterparts of this Agreement, each of which shall, for all
purposes be deemed an original thereof, have been duly executed by the parties herein before named on
the day and year in the Agreement first above written.
CITY OF EDMONDS (BUYER): ATTEST/AUTHENTICATED:
Mike Rosen, Mayor Scott Passey, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CORPORATION: JCI J E�C. ELLER):
ZZ
Prixted acme: r
Title:
City of Edmonds / JCI Jones, Inc. Page 2 of 9
1/1/2025 — 12/31/26 Sodium Hypochlorite Agreement
Packet Pg. 53
2.3.b
STATE OF Vy & l t � )
SS
COUNTY OF (-eV e P, )
On this H44 ` day of e bym , 20 �:� , before me personally appeared
l�el'n DAv idS i)n known to be the (president, vice president, secretary,
treasurer or other uthorized officer r agent, as the case may be) of the corporation that executed the
within and foregoing instrument, and acknowledged said instrument to be the free and voluntary act
and deed of said corporation, for the uses and purposes therein mentioned, and upon oath stated that
he/she was authorized to execute said instrument and the seal affixed hereto is the corporate seal of
said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
year first above written.
State of Washington
MICHELLE K. TRAMMELL
LICENSE # 125791
MY COMMISSION EXPIRES
MAY 22, 2025
r l O�i �t
l ,"1
Notary Public in and for the State of
residing at 1 ay o ma
City of Edmonds / JCI Jones, Inc. Page 3 of 9
1 / 1 /2025 —12/31 /26 Sodium Hypochlorite Agreement
Packet Pg. 54
2.3.b
APPENDIX 1 CONTRACT
(Appendix A of USDOT 1050.2A Standard Title VI Assurances)
During the performance of this Agreement, the Seller, for itself, its assignees, and successors in
interest (hereinafter collectively referred to as the "Seller") agrees as follows:
1. Compliance with Regulations: The Seller shall comply with the acts and
regulations relative to nondiscrimination in federally -assisted programs of the United States
Department of Transportation (USDOT), Title 49, Code of Federal Regulations, Part 21 (49 CFR
21), as they may be amended from time to time (hereinafter referred to as the Regulations), which
are herein incorporated by reference and made a part of this Agreement.
2. Nondiscrimination: The Seller, with regard to the work performed by it during the
Agreement, shall not discriminate on the grounds of race, color, national origin, sex, age, disability,
income -level, or LEP in the selection and retention of subcontractors, including procurement of
materials and leases of equipment. The Seller shall not participate directly or indirectly in the
discrimination prohibited by Section 21.5 of the Regulations, including employment practices when
the Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and
Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Seller for
work to be performed under a subcontract, including procurement of materials, or leases of
equipment, each potential subcontractor or supplier shall be notified by the Seller of the Seller's
obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds
of race, color, national origin, sex, age, disability, income -level, or LEP.
4. Information and Reports: The Seller shall provide all information and reports
required by the Regulations and directives issued pursuant thereto, and shall permit access to its
books, records, accounts, other sources of information, and its facilities as may be determined by the
City or the appropriate state or federal agency to be pertinent to ascertain compliance with such
Regulations, orders, and instructions. Where any information required of a Seller is in the exclusive
possession of another who fails or refuses to furnish the information, the Seller shall so certify to the
City, or state or federal agency, as appropriate, and shall set forth what efforts it has made to obtain
the information.
5. Sanctions for Noncompliance: In the event of the Seller's noncompliance with the
nondiscrimination provisions of this Agreement, the City shall impose such contract sanctions as it
or the appropriate state or federal agency may determine to be appropriate, including, but not limited
to:
• Withholding of payments to the Seller under the Agreement until the Seller
complies; and/or
• Cancellation, termination, or suspension of the Agreement, in whole or in part.
6. Incorporation of Provisions: The Seller shall include the provisions of the above
paragraphs one (1) through five (5) in every subcontract, including procurement of materials and
leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The
Seller shall take such action with respect to any subcontractor or procurement as the City or
appropriate state or federal agency may direct as a means of enforcing such provisions, including
sanctions for noncompliance. Provided, that if the Seller becomes involved in, or is threatened
with, litigation by a subcontractor or supplier as a result of such direction, the Seller may request that
the City enter into such litigation to protect the interests of the City; or may request that the
appropriate state agency enter into such litigation to protect the interests of the State of Washington.
In addition, the Seller may request the appropriate federal agency enter into such litigation to protect
the interests of the United States.
City of Edmonds / JCI Jones, Inc. Page 4 of 9
1/1/2025 — 12/31/26 Sodium Hypochlorite Agreement
Packet Pg. 55
2.3.b
APPENDIX 2 CONTRACT
(Appendix E of USDOT 1050.2A Standard Title VI Assurances)
During the performance of this contract, the Seller, for itself, its assignees, and successors in interest
(hereinafter referred to as the "Seller") agrees to comply with the following non-discrimination
statutes and authorities; including but not limited to:
Pertinent Non -Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,
(42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has
been acquired because of Federal or Federal -aid programs and projects);
• Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on
the basis of sex);
• Section 504 of Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as
amended, (prohibits discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage
and applicability of Title VI of the Civil Rights Act of 1964), The Age Discrimination Act
of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of
the terms "programs or activities" to include all of the programs or activities of the Federal -
aid recipients, sub -recipients and contractors, whether such programs or activities are
Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the
basis of disability in the operation of public entities, public and private transportation
systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-
12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37
and 38;
• The Federal Aviation Administration's Non -Discrimination statute (49 U.S.C. § 47123)
(prohibits discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low -Income Populations, which ensures discrimination against minority
populations by discouraging programs, policies, and activities with disproportionately high
and adverse human health or environmental effects on minority and low-income
populations;
• Executive Order 13166, Improving Access to Services for Person with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of limited English proficiency (LEP). To ensure compliance with
Title VI, you must take reasonable steps to ensure the LEP person has meaningful access to
your programs (70 Fed. Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
City of Edmonds / JCI Jones, Inc. Page 5 of 9
1/l/2025—12/31/26 Sodium Hypochlorite Agreement
Packet Pg. 56
2.3.b
ATTACHMENT 1
INFORMATION TO BIDDERS
Bid Submittal
Bid submittal shall include Proposal, Addenda (if any), Non -Collusion Affidavit, and Bid
Notarization.
Award of Contract
The City intends to award a contract within thirty (30) days of bid opening.
The City reserves the right to split the bid and award to the lowest, most responsive bidder on an
item -by -item basis. The amounts shown are estimated annual quantities and the City reserves the
right to increase or decrease the amounts as the demand requires.
Execution of Contract
The successful bidder shall submit the executed Agreement to the City within fifteen (15) days of the
Notice of Award.
City of Edmonds / JCI Jones, Inc. Page 6 of 9
1/1/2025—12/31/26 Sodium Hypochlorite Agreement
Packet Pg. 57
2.3.b
ATTACHMENT 2
SPECIFICATIONS
(From the Bid Packet)
ITEM NO. 1 CHEMICAL
Sodium Hypochlorite 12.5% NaOCI liquid
ESTIMATED ANNUAL USAGE: 65,000 gallons (US)
City of Edmonds Vendor will fill owner's bulk storage
Treatment Plant tanks at building location at Edmonds
200 2nd Ave. S. Treatment Plant.
Edmonds, WA
Sodium Hypochlorite bulk shipments of 4,800 gallons are preferred. The City has two (2)
3,000-gallon tanks. The vendor must be able to provide a continuing supply as required by
the City.
Tank trucks may use plant air or be equipped with a compressor for unloading Sodium
Hypochlorite to storage pneumatically. Vendor must supply a single flexible hose to connect
to a 2-inch camlock connection. Vendor to verify length of hose needed and may store the
hose at the City's plant or on their truck. Any Sodium Hypochlorite spilled during unloading
is classified a hazardous material spill. It is the responsibility of the vendor to promptly
clean up and properly dispose of any chemical spilled during transfer.
Page S - 1
City of Edmonds / JCI Jones, Inc. Page 7 of 9
1/1/2025 — 12/31/26 Sodium Hypochlorite Agreement
Packet Pg. 58
2.3.b
ATTACHMENT 3
JCI JONES, INC
BID PROPOSAL
TO: Honorable Mayor and Council
City of Edmonds
Office of the City Clerk
121 5th Avenue North
Edmonds, WA 98020
Per the Information to Bidders, we hereby propose to furnish to you, subject to the proper execution
of Agreement, the following chemicals for the year/years as specified:
A. BIDS (excludes Washington State sales tax)
Price two year Price three vear
ITEM 1 -Sodium
liypochlorite
Price) per gallon (US) $ ' �, $--NO BID
Page P-9
City of Edmonds / JCI Jones, Inc. Page 8 of 9
1/1/2025—12/31/26 Sodium Hypochlorite Agreement
Packet Pg. 59
2.3.b
BID PROPOSAL (continued)
B. Will you sell additional units to the City of Edmonds at the bid price
until further notice? Yes No
C. OVERHEAD, PROFIT, ETC.
All proposals listed in this form of bid include overhead and profit, as
well as all other expenses involved.
f). EXCEPTIONS
List all base bid exceptions:
E. SIGNATURES
JCr JONES CHENIICAt. S. INC
Name of firm
By:_
& Title
1 ,;)RK
13y: ,3 .1 -, �
o-. igna9ure & Title
_ 1919 MARINE VIEW DRIVE
Street Address
7 ACOMA, VVA 96422
City, State, Zip Code
c 253)274-0104
Telephone Number
If bidder is corporation, write state of incorporation tender signature.
Page P-2
City of Edmonds / JCI Jones, Inc. Page 9 of 9
1/1/2025—12/31/26 Sodium Hypochlorite Agreement
Packet Pg. 60
2.3.c
BID AND
CONTRACT DOCUMENTS
2025 Wastewater Treatment Plant - Treatment Chemicals
MAYOR
Mike Rosen
CITY CLERK
Scott Passey
CONTACT PERSON
Ross Hahn
425-771-0237
CITY OF EDMONDS
121 5th Avenue North
Edmonds, Washington 98020
CITY COUNCIL
Vivian Olson
Chris Eck
Will Chen
Neil Tibbott
Michelle Dotsch
Susan Paine
Jenna Nand
Packet Pg. 61
2.3.c
ATTACHMENTS
Invitation to Bid .......................... Page I-1
Information to Bidder ..................... Page B-1
Bidder's Checklist
For Bid Opening .................... Page B-2
Proposal ........................... Page B-2 & 3
After Notice of Award
Instruction on Executions ............... Page B-4
Bid Proposal ............................. Page P-1 & 2
Non -Collusion Affidavit ................... Page NCA-1
Bid Notarization .......................... Page BN-1
Specifications ............................ Page S-1 & 2
Agreement .............................. Page A-1, 2 & 3
Packet Pg. 62
2.3.c
INVITATION TO BID
TREATMENT CHEMICALS
CITY OF EDMONDS
The City of Edmonds will accept bids for Sodium Hypochlorite, Sodium
Hydroxide and Sodium Bisulfite, in accordance with Bid and Contract
documents until 2:00 p.m., December 20, 2024 at the Office of the City
Clerk located at 121 5th Avenue North, Edmonds, Washington. If dropped
off can leave with front desk of City Hall with Bid addressed to City Clerk.
These sealed bids will be opened on December 20, 2024 at 2:30 p.m., in a
virtual meeting to be held via Zoom video conference:
Join Zoom Meeting
https://zoom.us/j/93 54909886 I ?pwd=NRBPP8EwKtaPfaObpa 1 vJoCYv9QWgh. I
Meeting ID: 935 4909 8861
Passcode: 6uV3JK
BID AND CONTRACT DOCUMENTS may be obtained through the 0
Treatment Plant located at 200 2" d Avenue South, Edmonds, Washington or
can be mailed by request by phoning the Treatment Plant at 425-771-0237. o
L
U-
The City of Edmonds reserves the right to reject any or all bids and to waive 'm
irregularities or informalities, in the bid or in the bidding process, that does CL
not give a material advantage to any bidder. _
Scott Passey, City Clerk
City of Edmonds, Washington
Page I-1
0
W
LO
N
O
N
r�+
C
0
s
0
Q
Packet Pg. 63
2.3.c
INFORMATION TO BIDDERS
Bid Submittal
Bid submittal shall include Proposal, Addenda (if any), Non -Collusion Affidavit, and Bid
Notarization.
Award of Contract
The City intends to award a contract within thirty (30) days of bid opening.
The City reserves the right to split the bid and award to the lowest, most responsive
bidder on an item -by -item basis. The amounts shown are estimated annual quantities and
the City reserves the right to increase or decrease the amounts as the demand requires.
Execution of Contract
The successful bidder shall submit the executed Agreement to the City within fifteen (15)
days of the Notice of Award.
Page B-1
E
L
O
LL
m
O
Q
0
ui
N
O
N
r�+
C
4)
E
t
V
r
r
Q
Packet Pg. 64
2.3.c
BIDDER'S CHECKLIST
FOR BID OPENING
To receive consideration, Proposals must be received prior to the specified time of
bid acceptance. Furthermore, a list of deviations from the Specifications shall be
provided by Bidder.
Proposals shall be mailed or delivered to:
City of Edmonds
Scott Passey, City Clerk
121 5th Avenue North
Edmonds, WA 98020
Address envelope to plainly indicate `BID FOR TREATMENT CHEMICALS'.
WITHDRAWAL OF BIDS: Any Bidder may withdraw their bid, either in person
or by written request, at any time prior to the time set for the Bid Opening thereof.
SPECIAL NOTES: At the option of the City of Edmonds, this agreement may be
executed in accordance with one of two alternative bids as described in the Bid
Proposal.
THE BIDDER'S ATTENTION IS ESPECIALLY CALLED TO THE E
FOLLOWING FORMS WHICH MUST BE EXECUTED IN FULL AS U°
REQUIRED: m
6
a
PROPOSAL =
E
DELIVERY: Prices quoted by Bidder will be considered as being based on Cn
delivery at the location indicated in the specifications, and to be inclusive of all c
charges for delivery. If awarded an Agreement, the Bidder will be required to N
provide the required chemicals on a call basis. Failure to deliver as specified may
result in nullification of the Agreement at the option of the City of Edmonds. s
�a
w
a
Page B-2
Packet Pg. 65
2.3.c
BIDDER'S CHECKLIST (continued)
TAXES: Prices quoted shall include all applicable taxes, other than Washington
State Sales Tax. Washington State Sales Tax shall be listed separately as a
percentage. The Bidder shall designate the item or items of the proposal to which
the sales tax is applicable.
MODIFICATIONS: No bid shall be considered except those submitted on the
Bid Proposal form supplied by the City of Edmonds. No oral, telephonic,
telegraphic or facsimile bids or modifications will be accepted.
EXCEPTIONS: If awarded a Contract, the Bidder will be required to furnish the
particular item referred to in strict accordance with the SPECIFICATIONS unless
a departure or substitution is clearly noted and described in the BID PROPOSAL.
SIGNATURE: Each bid must be signed in longhand by the Bidder with his usual
signature. Bids by partnerships must be signed with the partnership name by one
of the partners, followed by signature and designation by the partner signing.
Bids by corporations must be signed with the legal name of the corporation,
followed by the name of the State of Incorporation and by the signature of the
President, Secretary, or other person authorized to bind it in the matter. Below
the signature, print or type the name and corporate title of each person signing.
NON -COLLUSION AFFIDAVIT
Each bid shall be accompanied by a properly executed Non -Collusion Affidavit.
This form must be filled in and signed before a Notary Public.
BID NOTARIZATION
Each bid shall be accompanied by a completed corporate Notary form.
Page B-3
E
0
U_
m
0
a
x
0
co
LO
N
O
N
r.+
C
0
E
t
0
r
r
Q
Packet Pg. 66
2.3.c
AFTER NOTICE OF AWARD
AGREEMENT
INSTRUCTION ON EXECUTIONS: The Bidder shall have the Agreement
executed by an authorized representative and have the authorized representative's
signature notarized. The sole proprietor or agent should sign only once in the
blank provided for the type of business structure that the Bidder maintains. The
signature must be notarized.
In case of default by the Bidder, the City of Edmonds may procure the articles of
services from other sources and hold the Bidder responsible for any excess
expense occasioned thereby, including delay in time, whether foreseeable or
unforeseeable.
The City of Edmonds reserves the right to waive any deficiency in the bidding
process that does not give to any bidder a material advantage or to reject any and
all bids. Such decisions are to be exercised in its sole discretion.
Page B-4
E
L
O
U-
m
O
Q
0
ui
N
O
N
r�+
C
4)
E
t
V
r
r
Q
Packet Pg. 67
2.3.c
BID PROPOSAL
FOR THE
CITY OF EDMONDS, WA
TO: Honorable Mayor and Council
City of Edmonds
Office of the City Clerk
121 5th Avenue North
Edmonds, WA 98020
Per the Information to Bidders, we hereby propose to furnish to you, subject
to the proper execution of Agreement, the following chemicals for the
year/years as specified:
A. BIDS (excludes Washington State sales tax)
Price two year Price three year
ITEM 1 - Sodium
Hypochlorite
Price per gallon (US) $ 1.65 $ NO BID
ITEM 2 - Sodium Bisulfite
Price per gallon (US) $ NO BID $ NO BID
ITEM 3 - Sodium Hydroxide
Price per gallon (US) $ NO BID $ NO BID
Page P-1
Packet Pg. 68
2.3.c
BID PROPOSAL (continued)
B. Will you sell additional units to the City of Edmonds at the bid price
until further notice? Yes X No
C. OVERHEAD, PROFIT, ETC.
All proposals listed in this form of bid include overhead and profit, as
well as all other expenses involved.
D. EXCEPTIONS
List all base bid exceptions:
N/A
E. SIGNATURES
JCI JONES CHEMICALS, INC
Name of firm
0
& Title
V YORK
Lo
1919 MARINE VIEW DRIVE
Street Address
�fL+�et•�.jti.7rrTACOMA, WA 98422
City, State, Zip Code
(253) 274-0104
Aigna`Tu—re & Title Telephone Number
NEW YORK
If bidder is corporation, write state of incorporation under signature.
Page P-2
a
m
s
L
�0
s
CL
E
4)
s
0
L
L
c
0
U
E
L
0
U-
m
0
a
x
0
LO
N
O
N
0
E
s
r
Q
Packet Pg. 69
2.3.c
CITY OF EDMONDS
NON -COLLUSION AFFIDAVIT
STATE OF �� OL 11
1 ss
CO )14
Y OF it ��►� )
I being first duly sworn, on his her oath, says that ie she
is tl �tllc 1 tY of ..JCT101'1QS '1yr1iCA1S . 1L.
and that the bid above s mitted is a genuine and not a sham o • collusive bid, or made in
the interest or on behalf of any person not therein named; and 9/she fiirther says that the
said bidder has not directly or indirectly induced or solicited any bidder on the above
work or supplies to put in a sham bid, or any other person or corporation to refrain from
bidding; and that said bidder has not in any matter sought by collusion to secure
himself/herself as an advantage over any other bidder or bidders.
SIGNATURE ! �'
Subscribed and sworn to before me this day of t'Q'1 Or
20
Notary Public
State of Washington
MICHELLE K. TRAMMELL
LICENSE # 125791
MY COMMISSION EXPIRES
MAY 22. 2025
,hv �tp A c/?, vv► m
tor� Public in and fo the State of
slntl'ltw , residing at
Ili
_T6uCOV Jam., V� P�
Page NCA -I
SUPP W
By: "%�'
Title: &JAINJI WP
;J C L I-b s 0-emi c s, pic
(Name of Corporation)
E
0
U_
m
0
a
x
0
LO
N
O
N
r�+
C
E
t
V
r
r
Q
Packet Pg. 70
2.3.c
STATE OF )
) SS
COUNTY OF )
On this day of , 20 , before me personally appeared
, and on his/her oath swore that he/she is a partner or duly
authorized agent of the partnership that executed the within and foregoing instrument and is duly
authorized to execute said instrument on behalf of the partnership as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
year first above written.
Notary Public in and for the State of
residing at
STATE OFj( R)U "NI l � 1 )
,J )SS
COUNTY OF �Ie,���
On t day of I�CCQ i� r , 20 A, before me personally appeared
ir_ known to be the (president, vice president, secretary,
tre rer or of a ut iorized officer or agent as the case maybe) of the corporation that executed
the within and foregoing uistnimen , an acknowledged said instrument to be the free and
voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and upon
oath stated that he/she was authorized to execute said instrument and the seal affixed hereto is the
corporate seal of said corporation.
IN WI set my hand and affixed my official seal the day and c
year fiEabove@KY ub Cf WashingtonE K. TRAMMELL ,', I /� cNSE # 125791ISSION EXPIRES Notary Pu lic i i and f the State of
Y 22, 2025
residing at atu oa
STATE OF ) _
) SS o
COUNTY OF ) Ln
N
O
N
On this day of , 20 , before me personally appeared
and on his/her oath swore that he/she is a duly authorized agent E
of the sole proprietorship that executed the within and foregoing instrument and is duly
authorized to execute said instrument on behalf of the sole proprietorship as its free act and deed, w
Q
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
year first above written.
Notary Public in and for the State of
residing at
Page BN-1
Packet Pg. 71
2.3.c
SPECIFICATIONS
ITEM NO. 1 CHEMICAL
Sodium Hypochlorite 12.5% NaOCI liquid
ESTIMATED ANNUAL USAGE: 65,000 gallons (US)
City of Edmonds Vendor will fill owner's bulk storage
Treatment Plant tanks at building location at Edmonds
200 2nd Ave. S. Treatment Plant.
Edmonds, WA
Sodium Hypochlorite bulk shipments of 4,800 gallons are preferred.
The City has two 3,000-gallon tanks. The vendor must be able to
provide a continuing supply as required by the City.
Tank trucks may use plant air or be equipped with a compressor for
unloading Sodium Hypochlorite to storage pneumatically. Vendor
must supply a single flexible hose to connect to a 2-inch camlock
connection. Vendor to verify length of hose needed and may store the
hose at the City's plant or on their truck. Any Sodium Hypochlorite
spilled during unloading is classified a hazardous material spill. It is
the responsibility of the vendor to promptly clean up and properly
dispose of any chemical spilled during transfer.
ITEM NO. 2 CHEMICAL
Sodium Bisulfite 38% NaHS03 liquid
ESTIMATED ANNUAL USAGE: 7,000 gallons (US)
City of Edmonds Vendor will fill owner's 700 gallon
Treatment Plant tank at building location at Edmonds
200 2nd Ave. S. Treatment Plant.
Edmonds, WA
Sodium Bisulfite shipments of between 200 and 500 gallons are
required. The vendor must be able to provide a continuing supply as
required by the City.
Page S - I
SPECIFICATIONS (CONTINUED)
L
0
U-
m
0
a
x
0
LO
N
O
N
r.+
C
0
E
s
Q
Packet Pg. 72
2.3.c
Tank trucks may use plant air or be equipped with a compressor for
unloading Sodium Bisulfite to storage pneumatically. Trucks must be
equipped with at least 50 feet of flexible hose that connects to a 2-inch
camlock fitting. Any Sodium Bisulfite spilled during unloading is
classified a hazardous material spill. It is the responsibility of the
vendor to promptly clean up and properly dispose of any chemical
spilled during transfer.
ITEM NO.3 CHEMICAL
Sodium Hydroxide
ESTIMATED ANNUAL USAGE:
City of Edmonds
Treatment Plant
200 2nd Ave. S.
Edmonds, WA
50% NaOH liquid
1000 gallons (US)
Vendor will fill owner's 1,000 gallon
tank at building location at Edmonds
Treatment Plant.
Sodium Hydroxide bulk shipments of between 700 and 800 gallons are required. The
vendor must be able to provide a continuing supply as required by the City.
All tank trucks must be equipped with compressors for unloading Sodium Hydroxide to
storage pneumatically. Trucks must be equipped with at least 50 feet of flexible, 2-inch
hose. Any Sodium Hydroxide spilled during unloading is classified a hazardous material
spill. It is the responsibility of the vendor to promptly clean up and properly dispose of
any chemical spilled during transfer.
Page S-2
E
0
LL
2
m
0
Q.
x
0
LO
N
O
N
r-�
C
0
E
L
0
rr
r�
Q
Packet Pg. 73
2.3.c
AGREEMENT
THIS AGREEMENT, made and entered into at Edmonds, Washington, this day
of , 20 , between the CITY OF EDMONDS, hereinafter called the
"Buyer", and hereinafter called the "Seller",
WITNESS that Seller and Buyer for consideration hereinafter named agree as follows:
ARTICLE 1 - SCOPE OF WORK: Seller shall furnish
for a 2 year agreement; with the option to extend the
agreement for a Yd year upon the mutual agreement of the parties to be documented in a
signed addendum to this agreement, as described in the BID AND CONTRACT
DOCUMENTS, and shall furnish all requirements of this Agreement, the Information to
Bidders, the Specifications, and the Bid Proposal.
Unit or lump sum prices shall be all inclusive and submitted as FOB destination, freight
pre -paid and allowed (freight included in price).
If the unit price does not compute to the extended total price, the unit price shall govern.
Pricing shall be firm for the Agreement period; however, nothing in this Agreement will
prevent the Seller from charging a lower than quoted price.
The Seller represents that all prices, terms, and benefits offered in response to this
solicitation are equal to or better than the equivalent prices, terms, and benefits offered by
the Seller to any other government unit or commercial customer.
Should the Seller, during the term of this Agreement, enter into any contract, agreement,
or arrangement that provides lower prices, more favorable terms, or greater benefits to
any other government unit or commercial customer, this Agreement shall thereupon be
deemed amended to provide the same price or prices, terms and benefits to the City. This
provision applies to comparable products and purchase volumes by the City that are not
less than the purchase volumes of the government unit or commercial customer that has
received the lower prices, greater benefits, or more favorable terms.
The City is entitled to any promotional pricing during the Agreement period that is lower
than pricing provided in the submittal.
Price decreases shall be immediately passed on to the City.
ARTICLE 2 - DELIVERY: Seller hereby agrees to deliver said treatment chemicals on a
call basis as listed in the Specifications, with delivery costs included. Failure to deliver
as specified may result in nullification of this Agreement at the option of the Buyer.
If, for any reason, the Buyer is required to institute legal proceedings or otherwise incur
legal expenses in order to obtain compliance by the Seller with the terms and conditions
of this Agreement, then, in that event, the prevailing party shall be entitled to its costs and
reasonable legal fees associated with the institution and prosecution of such claims, or in
the event litigation is not instituted, but if it is necessary for the Buyer to incur legal
expenses in obtaining compliance with this Agreement, the Seller agrees to pay the
amount of such expenses so incurred, together with all costs.
Page A-1 of 4
E
0
U_
ca
0
a
x
0
Cn
W
N
O
N
C
d
E
s
�a
Q
Packet Pg. 74
2.3.c
No claim, whether as to goods delivered or for non -delivery of goods shall be greater
than the purchase price of the goods in respect of which such damages arc claimed,
however this limitation on damages shall not apply to any negligent, reckless or
intentional act by the Seller that results in damage to the Buyer's equipment. Buyer shall
have the right to inspect the goods before the goods are introduced into Buyer's system
and shall have the right to accept or reject same before delivery. Buyer shall give 10 days
notice from date of acceptance. Conforming goods shall not be returned to Seller without
Seller's prior consent, which consent shall not be unreasonably withheld.
ARTICLE 3 - THE CONTRACT SUM: Buyer shall pay Seller for performance of this
Agreement subject to additions and deductions provided herein based on the Bid Proposal
with quantities estimated on Page S-1 & S-2 of the bid documents.
ARTICLE 4 - INSTRUCTION TO BIDDERS. SPECIFICATIONS AND BID
PROPOSAL: The Information to Bidders, Specifications, Bid Proposal, and Appendices
1 & 2, attached to this Agreement shall be considered part hereof and by reference hereto,
the same incorporated herein as if set forth in full. These documents shall constitute the
entire agreement of the parties and shall not be modified except in writing with the
consent of both parties; provided, however, that this clause shall be expressly limited in
its effect and operation in order to preserve the right of the Buyer to pursue any verbal
warranty or other assurance, including, but not limited to, any warranty of fitness for use,
or any right or warranty assigned hereunder.
IN WITNESS WHEREOF, two (2) identical counterparts of this contract, each of which
shall, for all purposes be deemed an original thereof, have been duly executed by the
c
parties herein before named on the day and year in the Agreement first above written.
U
E
ATTEST/AUTHENTICATED: CITY OF EDMONDS:
o
U_
'm
Scott Passey, City Clerk Mike Rosen, Mayor
°a
x
APPROVED AS TO FORM:
-a
0
U)
Office of the City Attorney
LO
N
40
N
w
a�
E
- -
0
ca
SOLE PROPRIETOR: SUPPLIER:
r
a
By:
Sole Proprietor doing business
as:
Page A-2 of 4
Packet Pg. 75
2.3.c
PARTNERSHIP:
CORPORATION
Page A-3 of 4
SUPPLIER:
By:
Partner or authorized agent
for:
(Name of partnership)
SUPPLIER:
By:
Title:
(Name of Corporation)
E
L
O
U-
m
O
Q
0
co
ui
N
O
N
r�+
C
0
E
t
V
r
r
Q
Packet Pg. 76
2.3.c
STATE OF )
) SS
COUNTY OF )
On this day of .20 , before me personally appeared
, and on his/her oath swore that he/she is a partner or duly
authorized agent of the partnership that executed the within and foregoing instrument and is duly
authorized to execute said instrument on behalf of the partnership as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
year first above written.
Notary Public in and for the State of
residing at
STATE OF )
) SS
COUNTY OF )
On this day of , 20 , before me personally appeared
known to be the (president, vice president, secretary,
treasurer or other authorized officer or agent, as the case may be) of the corporation that executed
the within and foregoing instrument, and acknowledged said instrument to be the free and
voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and upon
oath stated that he/she was authorized to execute said instrument and the seal affixed hereto is the
corporate seal of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
year first above written.
Notary Public in and for the State of
residing at
STATE OF )
) SS
COUNTY OF )
On this day of 120 , before me personally appeared
, and on his/her oath swore that he/she is a duly authorized agent
of the sole proprietorship that executed the within and foregoing instrument and is duly
authorized to execute said instrument on behalf of the sole proprietorship as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
year first above written.
Notary Public in and for the State of
residing at
A-4 of 4
E
0
u_
m
0
a
x
0
Cn
W
N
0
N
C
m
E
s
Q
Packet Pg. 77
2.3.c
APPENDIX 1 CONTRACT
(Appendix A of USDOT 1050.2A Standard Title VI Assurances)
During the performance of this Agreement, the Seller, for itself, its assignees, and successors in
interest (hereinafter collectively referred to as the "Seller") agrees as follows:
1. Compliance with Regulations: The Seller shall comply with the acts and
regulations relative to nondiscrimination in federally -assisted programs of the United States
Department of Transportation (USDOT), Title 49, Code of Federal Regulations, Part 21 (49 CFR 21),
as they may be amended from time to time (hereinafter referred to as the Regulations), which are
herein incorporated by reference and made a part of this Agreement.
2. Nondiscrimination: The Seller, with regard to the work performed by it during the
Agreement, shall not discriminate on the grounds of race, color, national origin, sex, age, disability,
income -level, or LEP in the selection and retention of subcontractors, including procurement of
materials and leases of equipment. The Seller shall not participate directly or indirectly in the
discrimination prohibited by Section 21.5 of the Regulations, including employment practices when
the Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and
Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Seller for
work to be performed under a subcontract, including procurement of materials, or leases of equipment,
each potential subcontractor or supplier shall be notified by the Seller of the Seller's obligations under
this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color,
national origin, sex, age, disability, income -level, or LEP.
4. Information and Reports: The Seller shall provide all information and reports
required by the Regulations and directives issued pursuant thereto, and shall permit access to its
books, records, accounts, other sources of information, and its facilities as may be determined by the
City or the appropriate state or federal agency to be pertinent to ascertain compliance with such
Regulations, orders, and instructions. Where any information required of a Seller is in the exclusive
possession of another who fails or refuses to furnish the information, the Seller shall so certify to the
City, or state or federal agency, as appropriate, and shall set forth what efforts it has made to obtain
the information.
5. Sanctions for Noncompliance: In the event of the Seller's noncompliance with the
nondiscrimination provisions of this Agreement, the City shall impose such contract sanctions as it or
the appropriate state or federal agency may determine to be appropriate, including, but not limited to:
• Withholding of payments to the Seller under the Agreement until the Seller
complies; and/or
• Cancellation, termination, or suspension of the Agreement, in whole or in part.
6. Incorporation of Provisions: The Seller shall include the provisions of the above
paragraphs one (1) through five (5) in every subcontract, including procurement of materials and
leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The
Seller shall take such action with respect to any subcontractor or procurement as the City or
appropriate state or federal agency may direct as a means of enforcing such provisions, including
sanctions for noncompliance. Provided, that if the Seller becomes involved in, or is threatened with,
litigation by a subcontractor or supplier as a result of such direction, the Seller may request that the
City enter into such litigation to protect the interests of the City; or may request that the appropriate
state agency enter into such litigation to protect the interests of the State of Washington. In addition,
the Seller may request the appropriate federal agency enter into such litigation to protect the interests
of the United States.
E
L
0
u_
72
m
0
Q.
x
0
Cn
LO
N
O
N
_
0
E
r
Q
Packet Pg. 78
2.3.c
APPENDIX 2 CONTRACT
(Appendix E of USDOT 1050.2A Standard Title VI Assurances)
During the performance of this contract, the Seller, for itself, its assignees, and successors in
interest (hereinafter referred to as the "Seller") agrees to comply with the following non-
discrimination statutes and authorities; including but not limited to:
Pertinent Non -Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252),
(prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,
(42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property
has been acquired because of Federal or Federal -aid programs and projects);
• Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on
the basis of sex);
• Section 504 of Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended,
(prohibits discrimination on the basis of disability); and 49 CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as
amended, (prohibits discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage
and applicability of Title VI of the Civil Rights Act of 1964), The Age Discrimination
Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the
definition of the terms "programs or activities" to include all of the programs or activities
of the Federal -aid recipients, sub -recipients and contractors, whether such programs or
activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on
the basis of disability in the operation of public entities, public and private transportation
systems, places of public accommodation, and certain testing entities (42 U.S.C. §§
12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R.
parts 37 and 38;
• The Federal Aviation Administration's Non -Discrimination statute (49 U.S.C. § 47123)
(prohibits discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low -Income Populations, which ensures discrimination against minority
populations by discouraging programs, policies, and activities with disproportionately
high and adverse human health or environmental effects on minority and low-income
populations;
• Executive Order 13166, Improving Access to Services for Person with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of limited English proficiency (LEP). To ensure compliance with
Title VI, you must take reasonable steps to ensure the LEP person has meaningful access
to your programs (70 Fed. Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
E
0
U_
2
m
0
Q.
x
0
Cn
LO
N
O
N
r-�
C
0
E
r
Q
Packet Pg. 79
2.3.c
BID ADDENDUM
1. The chlorine Producers have declared Force Majeure a combined eleven times since 2021.
Chlorine supply remains on strict allocation. In September 2022, all chlorine shipments in the
nation were halted for a week, and were behind schedule for several more, due to the threat of a rail
strike.
JCI has no control over raw material supply or its transportation, and we must ensure that we are
not penalized should we be rendered unable to deliver by any disrupting event beyond our control.
Therefore, JCI must respectfully insist on including the following Force Majeure clause, or one of
your choosing that is approved by ICI, as a term of our bid and any related contract that may be
issued.
FORCE MAJEURE: JCI Jones Chemicals shall not be responsible for damages or delays c
caused by Force Majeure nor other events beyond its control and which could not
reasonably have been anticipated or prevented. For purposes of this Agreement,
L
Force Majeure includes, but is not limited to, adverse weather conditions, floods,
c
epidemics, war, riot, strikes, lockouts, and other industrial disturbances; unknown
U
site conditions, accidents, sabotage, fire, and acts of God.
E
0
tL
00
Please note that Force Majeure is of no relation to pricing- it is supl2l related only. JCI's pricing and
c
price terms will always remain as -bid regardless of Force Majeure status.
CL
0
2. JCI's payment terms are Net 30 days. c
N
Corporate Offices • 1765 Ringling Blvd. • Sarasota, Florida 34236 • telephone: 941.330.1537 • facsimile: 941.330.9657. 800.477.1078
Branch Locations • Warwick, NY • Caledonia, NY • Barberton, OH • Riverview, MI • Merrimack, NH • Charlotte, NC
Jacksonville, FL • Beech Grove, 1N • Milford, VA • Tacoma, WA • Torrance, CA
www.jcichen-dcals.com
r.+
C
E
t
V
r
r
Packet Pg. 80
2.4
City Council Agenda Item
Meeting Date: 03/4/2025
Authorization to purchase (1) 2025 Elgin Crosswind Sweeper
Staff Lead: Phil Williams
Department: Public Works & Utilities
Preparer: Royce Napolitino
Background/History
Unit #66-STM, a 2012 Elgin Eagle Street Sweeper, was budgeted for replacement at $450,000. This Unit,
to be replaced in 2025, was approved for replacement with B-Fund monies in Decision Package 770-
25001 - Scheduled Vehicle Replacements (2 units totaling $490,000).
Staff Recommendation
It is recommended that authorization be given to the Department of Public Works to purchase (1) new
2025 Elgin Crosswindl Street Sweeper from Owen Equipment on the Sourcewell Contract #093021. As
well, further authorization should be given to surplus the existing Storm Division equipment at auction
upon delivery and acceptance of the new equipment.
Narrative
Unit #66-STM is being replaced by a single engine regenerative air sweeper. Public Works is taking
ownership of Unit E256ST, the Elgin Crosswindl. This sweeper is a productive and versatile regenerative
air sweeper. The Elgin sweeper is an integral part of the City's storm drainage maintenance program and
the City's NPDES (Dept. of Ecology) permit compliance. The Storm Maintenance group operates a single
City sweeper year round with a second sweeper operating in fall and winter months. This helps remove
small particles and debris before it enters the City's storm drainage system.
The Fleet Division has the appropriate and authorized B-fund budget to purchase the machinery. The
current amount for the 2025 Elgin Crosswindl Street Sweeper is $443,981.21 including tax and is
approved by purchase order on the Director and Mayor level.
Attachments:
2025 Elgin Sweeper E256ST_PO_signed
2025 B-fund Decision Packages
Packet Pg. 81
W
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
_ CITY OF EDMONDS PUBLIC WORKS �I pURCHA$E
��� 7110 210th St SW u
ORDER #
Edmonds, WA 98026
425-771-0235 ❑ WORK
44YC I8go
ORDER #
1ORDER DATE:
cq7� Th Strut
�✓� f". 90 0,3 1
I i
THIS NUMBER- MUST APPE
ON ALL INVOICES, PACKA,
BILLS OF LADING AND ALI
CORRESPONDENCE.
H f� 0 �cir�or�s
P wl0 a/0 7 'SW
1i
T --- -
O 'ldhc�S, N JA
DOCUMENT
NUMBER
VENDOR
ZIP C00
9 E301:
AME
3
co —
Qt1AM�1TY
NhT'.4
;!CATAL0Q,
DFSCRIPTION4EXPLANATION
UNIT COST
TOTAL Cl
0i 15 (frvss Loirld/
'�- e e e
79,2
0/
w` sj
FREIGHT
COMMENTS;
�l>rcebcJ e_ cot?frl>tG�
f
SUB -TOTAL
TAX
0 8
TOTAL
yy3/ y9
REOURTL�✓`. BY/DATE:��
NL I�
RECEIVED BY / DATE;
"CODE
PROJECT
AMOU
Packet Pg. 82
_...--- - - ...........
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BF0
2.4.a
Q
u7
N
O
N
C
d
E
t
V
m
Q
Packet Pg. 83
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
2.4.a
City of Edmonds, WA
MODEL: CROSSWIND SINGLE ENGINE
/��+
S o u rcewe l l .
EFFECTIVE DATE: 121t1VIOU
S ALL PREVIOUS PRICE LISTS
R&MVIN
DEALER PRICE LIST (U.S. DOLLARS)
DEALER PRICE
httos iAyy V sourcav�mooerative-ourrh3sma/093021-E1_G
REVti Cad Rugg 6-4-2r City of Edmond;. WA
QUANTI Y PART NUMBER
MODEL DESCRIPTION
EXTENDED
0
1127252
CROSSWIND - M2
Equipped with MemorySweep•; 8.0 cu. Yd. Hopper, right and left side brooms, sweeper
$141.340
$0
is powder mated from powder coatings chart 2003/N with powder mated gray
0
undercarriage and includes the standard features listed below.
1
1128622
CROSSWIND -DUAL -PETERBILT
Equipped with MemorySweep"; 8.0 cu. Yd. Hopper, right and left side brooms, sweeper
$141,340
$141,340
is powder mated from powder coatings chart 2003/N with powder mated gray
1
underceniaae and includes the standard features listed below
CHASSIS
0
SPECIAL
M2 DUAL STEER
CONTACT INSIDE SALES
$0
0
SPECIAL
PETERBILT RIGHT HAND STEER (NON STOCKED CHASSIS)
$0
SINGLE SPEED REAR AXLE
CONTACT INSIDE SALES
1
SPECIAL
PETERBILT DUAL STEER (NON STOCKED CHASSIS)
$0
SINGLE SPEED REAR AXLE
CONTACT INSIDE SALES
CHASSIS MOUNTING CHARGE
r 0 1127fi35 M2 CHASSIS - CHASSIS ALTERATIONS $3.585 SD
r 1 1128609 PETERBILT CHASSIS - CHASSIS ALTERATIONS $3.585 $3.535
NOTE. Customer Supplied Chassis requires both the Chassis Alterations and the Handling Charge
APPLICATION - SPECIFIC PACKAGES
0 SPECIAL CROSSWIND DUAL FSX PACKAGE CONTACT INSIDE SALES $0
Equipped with FSX pickup head ILO the standard Crosswind pickup head, 11" diameter
0 suction hose and oolyoronvlene side broom seaments.
1 1 4820001 1 PAINT CAB STANDARD WHITE N/C so
1 1 1 4810001 1 PAINT SWEEPER STANDARD WHITE N/C 1 $0
NOTE: A BODY includes the cost of Elgin standard white finish paint It does not however, include the price of the chassis.
NOTE: The chassis being supplied by a customer or dealer must comply completely with an Elgin requirements or the chassis will be modified at dealers expense.
NOTE: For cost of sweeper mounted on any other chassis, consult factory.
NOTE: One year warranty on all Elgin supplied parts and labor. Consult your Elgin dealer for full warranty details.
STANDARD FEATURES
1
0702255
CROSSWIND SHARED POWER 74HP PARTS MANUAL
STANDARD
$0
1
0701679
CROSSWIND SHARED POWER 74HP OPERATORS MANUAL
STANDARD
$0
1
0730166
BROOM MEASUREMENT RULER
STANDARD
$0
1
1032481
168" WATER FILL HOSE
STANDARD
s0
1
0701705
MACHINE DELIVERY PACKET
STANDARD
STANDARD
so _
s0
1
0702020
ELGIN SAFETY MANUAL
Alternator, 95 amp
Backup Alamh, electric
Blower, HARDOX-500 steel with linatex lined housing
Brooms, hydraulic rotation
Brooms, Dual
Camera, rear mounted
Console, w/rocker switches for all sweep
functions, with full
gauge package including tachometer, engine
hour meter, of pressure indicator, coolant
temperature, voltmeter and fuel lever indicator,
water level gauge and warning lights for hopper
"up", hopper rear door "open" and hopper "full",
with auxiliary engine, RPM control, side broom down
pressure controls and automotive style blade fuses
Doors, access fiberglass doors provide easy
service and maintenance on auxiliary engine,
hydraulic and electrical system
Electronic Actuated Throttle, sweep resume/sweep
transport/reverse pick-up
Flow Blocker
Hopper rear door, hydraulically opened/dosed and
locked/unlocked with external manual controls
Hose, hydrant fill, 168" (5080 mm) with couplirg
LED Clearance Lights
Lights; rear clearance and rear identification
Manuals, operator and parts
Minors, West Coast type with 8"
convex inserts, one each side
Pick-up head, hydraulically operated,
14" (355 mm) outside diameter pressure hose,
12-3/4" (324mm) inside diameter
suction hose with quick disconnect on suctions side
Water system; one (1) rocker switch with HI / LOW setting,
with manual valves for water control
Spray nozzles, sixteen (16), seven (n in the
pick-up head, three (3) in the suction
nozzle, three (3) at each side broom
Side Broom Outer Position Stop
Trans Oil Cooler
Vacuum enhancer, external manually operatec
Water tank, molded polyethylene, 240 gallons 907L)
Water pre -fitter, hydrant fill hose
MEMORY SWEEP HAS BEEN SELECTED
1 11262 59 I —MEMORY S S3 7F.0 _ 53 -F)
I ELGIN SWEEPER EXCLUSIVE SWEEP RESUME FEATURE; Provides in -cab I
Q
Page 1 of 5
Packet Pg. 84
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
ELOW
City of Edmonds, WA
Sou rcewell
ODEL: CROSSWIND SINGLE ENGINE
-FECTIVE DATE: 12/04/2023
JPERCEDES ALL PREVIOUS PRICE LISTS
EALER PRICE LIST (U.S. DOLLARS)
EWt1 Cad Rugg 6-4-2A C,ty of Edmonds. WA
QUANTITY PART NUMBER MODEL DESCRIPTION UNI FK[Uh EXTENDED
feedback for operator awareness of sidebroom tiff angle, vacuum enchancer percent
open/dose and one switch sweep resume of sweep functions. Elgin's optional
Memory Sweep ® system allows the operator to resume all previous sweep settings,
even broom till (if so equipped), with one touch control. This feature enhances
productivity and reduces fatigue Memory Sweep incorporates a multi -screen display
that indicates system diagnostics as well as optional features such as broom tilt
angle, vacuum enhancer position, and broom hours.
STEP # 2 SELECT PRODUCT ENHANCEMENTS
--SWEEPER COMPONENTS----
1
1114s11
—BROOM HOURS VM IN -CAB DISPLAY
$160
S160
1
I 1119211
-VACUUM ENHANCER Nei -CAB CONTROL WITH IN -CAB DISPLAY
$630
$630
—SIDE BROOMS OPTIONS---
1
1111176
RIGHT HAND GUTTER BROOM TILT WITH IN -CAB DISPLAY
$1.360
S1.360
1
1111175
LEFT HAND GUTTER BROOM TILT WITH IN -CAB DISPLAY
$1.350
$1.350
1
1127399
VARIABLE SPEED -DUAL SIDEBROOMS
S4,270
S4,270
ALL WORK & FLOOD LIGHTS ARE EACH CONTROLLED USING INDIVIDUAL ROCKER SWITCHES
NOTE: Sidebroom Lights are NOT STANDARD
0
1127624
INDVIDUAL SWITCHES FOR DUAL SIDEBROOM LIGHTS -LED
$995
so
D
1127625
INDVIDUAL SWITCHES FOR RIGHT HAND SIDEBROOM LIGHT -LED
$925
s0
0
1127626
INDIVIDUAL SWITCHES FOR DUAL REAR FLOOD LIGHTS -LED
$1.210
s0
1
1126157
INDIVIDUAL SWITCHES FOR DUAL SIDEBROOM & REAR FLOOD LTS-LED
$1.685
$1.685
—WATER SYSTEM (CHOOSE UP TO ONE)--
1 1110823 FUNCTIONAL CONTROL OF WATER SYSTEM $960 $960
FUNCTIONAL CONTROL OF WATER SYSTEM dispenses water wth the use of the
sweeper function rocker switch. Not compatible with Individual control water system.
Not compatibale with PM-10 water system.
OR
"—INDIVIDUAL SWITCHES FOR WATER SYSTEM CONTROL (NOT
0 1113730 COMPATIBLE WITH PM10) $1,815 $0
--SIDE BROOMS--
1 1112947—DUALSWEaBROOMSCRUBBI% ]-osillor: 52.320 S2,320
SIDE BROOM SCRUBBING POSITION provides additional switch on console to
allow the side brooms to sweep inboard in front of the pickup head in the scrubbing
STEP 83 SELECT OPTIONSJACCESSORIES
--ALARMS---- _ _
1 1128244 BACKUP ALARM. SMART $605 S605
--AUTO LUBE—
D 1127489 AUTO LURE SWEEPER ONLY $5.520 $0
BROOMS
0 1078M4 DUAL POLY BROOMS $260 so
1 1 112152 1 RED LOGO/CROSSWIND 1 $0 I SO
0 112:155 WHITE LOGO/CROSSWIND $0 So
0 1 1122929 1 SHIP DECALS AND SWOOSH LOOSE IN HOPPER $0 1 SD
--GAUGES-----
t 1061886 HYDRAULIC OIL LEVEL GUAGE W/THERMOMETER $245 $245
--HOPPER OPTIONS-
1
1085864
RIGHT HAND INSPECTION DOOR
$590
S590
0
1085882
LEFT HAND INSPECTION DOOR
$615
so
0
1117147
STAINLESS STEEL RIGHT HAND INSPECTION DOOR
$620
so
0
1117148
STAINLESS STEEL LEFT HAND INSPECTION DOOR
$620
5o
0
1127045
RIGHT HAND INSPECTION DOOR & STEP
$1.050
so
0
1127046
LEFT HAND INSPECTION DOOR & STEP
$1,050
so
1
1085887
6" HOPPER DRAIN
$1,060
S1,060
0
1071234
STAINLESS STEEL HOPPER SCREENS
$1.995
so
0
1127047
STAINLESS STEEL RIGHT HAND INSPECTION DOOR & STEP
$1,065
so
0
1127048
STAINLESS STEEL LEFT HAND INSPECTION DOOR & STEP
$1,065
$0
0
1119271
STAINLESS STEEL HOPPER DOOR WITH HOPPER DELUGE
$1,405
$0
---LIFELINER HOPPER--
t 1124502 LIFELINER HOPPER SYSTEM W/WARRANTY $10.715 $10.715
--MANUALS--
Page 2 of 5
Packet Pg. 85
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
2.4.a
City of Edmonds, WA
Sourcewell a
FLSiiR
MODEL: CROSSWIND SINGLE ENGINE
EFFECTIVE DATE: 1210412023
SUPERCEDES ALL PREVIOUS PRICE LISTS
DEALER PRICE LIST (U.S. DOLLARS)
REVd1 Carl Ruaa 6.4-b Citv of Edmonds WA
1 0702255 CROSSWIND) PARTS MANUAL 1 $115 $115
1 0701, CROSSWIND) OPERATORS MANUAL I $115 S115
1 702490 CROSSWINDI SERVICE MANUAL $120 S120
—1 Ir14TINr_
0
1121500
REAR LED ARROWBOARD
$3,515
$0
0
1121121
REAR LED BEACON / LED ARROWBOARD
$3.895
$0
1
1126158
_
(2) ALTERNATING FLASHING REAR LIGHTS
MUST SELECT ONE "INDVDUAL SWITCHES WORK LIGHT OPTION"
$1,430
$1,430
0
1126575
LED ARROWSTICK
$2.890
SO
—_—_oA1.,
0
4811018
PAINT SWEEPER YELLOW RAL 1018
$625
$0
0
4811023
PAINT SWEEPER YELLOW RAL 1023
$670
50
0
481 0037
PAINT SWEEPER YELLOW PAL 1037
$670
$0
0
4813020
PAINT SWEEPER TRAFFIC RED RAL 3020
$625
$0
0
SPECIAL
PAINT SWEEPER OTHER RAL THAN ABOVE
$0
0
SPECIAL
PAINT SWEEPER NON RAL COLOR
$0
—PM10 COMPLIANCE---
PM-10 WATER SYSTEM (NOT
1
1132094
COMPATIBLE WITH FUNCTIONAL OR
$5,530
$5,530
INDMDUAL WATER SYSTEM)
PM-10 WATER SYSTEM USE WITH SS HOPPER
(1
1132095
(NOT COMPATIBLE WITH FUNCTIONAL OR
$5,450
$0
INDIVIDUAL WATER SYSTEM
PM-10 WATER SYSTEM USE WITH CENTERBROOM
0
1132098
(NOT COMPATIBLE WITH FUNCTIONAL OR
$12,005
$0
INDMDUAL WATER SYSTEM
PM-10 WATER SYSTEM USE WITH CENTERBROOM AND SS HOPPER
0
SPECIAL
(NOT COMPATIBLE WITH FUNCTIONAL OR
$0
INDMDUAL WATER SYSTEM
0 1048643 SLOW MOVING VEHICLE SIGN $215 SO
0 5117211 HYDRAULIC JACK, 5 TON $350 $0
0 9306848 ( TRIANGLE REFLECTOR FLARES (3) _ $125 1$0
1 1095548 I LEFT HAND SIDE CAMERA 1 $795 1 S795
--SWEEP COMPONENTS--
0 1132092 CENTERBROOM $6.365 So
--TOOLS/TOOL BOX--
0
1036150
HYDRANT WRENCH _
$155
$0
0
1057687
TOOL BOX WITOOLS
$945
SO
---WANDERING HOSE-
0
1119217
HYDRAULIC WANDERING HOSE
$6.500
So
0
1120863
HYDRAULIC WANDERING HOSE
USE WNARIABLE SPEED
$6,415
$0
0
1 1128249
4 FT. ALUMINUM WANDERING HOSE EXTENSION - REAR MOUNT
$1.015
SO
_WATER CVCTFM_
1
1032484
25' WATER FILL HOSE ILO 16' 8"
$280
$280
0
1040094
QUICK DISCONNECT WATER FILL
$695
_
$0
1
1059209
HOPPER DELUGE
$1,400
$1,400
1
1088582
HOPPER WATER NOZZLES
$745
$745
0
1070059
AIR PURGE FOR WATER SYSTEM
$565
$0
0
1111680
LOW PRESSURE WASH DOWN NOT COMPATIBLE WITH PM 10)
$1,540
SO
0
1132096
HIGH PRESSURE WASHDOWN USE W/CENTERBROOM
$11,925
SO
0
1132093
HIGH PRESSURE WASHDOWN
Ti
S5.530
SO
0
1131153
AIR PURGE FOR WATER SYSTEM (USE WIPM10)
$565
SO
—WIRE MOUNT---
0 1121740 WIRE/1AOUNT RIGHT & LEFT REAR USE WIWANDERING HOSE $1,270 $D
1 1121741 WIRE/MOUNT R&L REAR (USE W/OUT WANDERING HOSE) $1.270 1 $1,270
M1 rUACCIC n0T1nMQ __
0
1063734
CAB PAINT
$5 795
$0
0
1070639
LED/STOPlfAIL/REAR TURN LIGHT
$840
SO
0
1071626
PAINT TRUCK RIMS
$1,455
SO
1
1109607
12" CONVEX MIRRORS
$430
$430
0
1081188
EXTRA KEY
$65
$0
0
1081901
SPARE TIRE & WHEEL. BALANCED
$1,625
$D _
0
1081365
AIR RESTRICTOR GUAGE
$1,100
SO
0
1111698
FRONT SPRAY BAR NOT COMPATIBLE WITH THE STANDARD WATER SYSTEM)
$760
SO
Page 3 of 5
Packet Pg. 86
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
2.4.a
City of Edmonds, WA
EL�IR
-•• — ----
S O ����� I I �.
hMs r/wrev.sourc weLL n.00v/c000erabve-ourthaEno/093021-ELG
MODEL: CROSSWIND SINGLE ENGINE
ESUPERCEDESFFECTIVE DATE: 1210412023
PREVIOUS
ALL PREVIOUS PRICE LISTS
DEALER PRICE
DEALER PRICE LIST (U.S. DOLLARS)
REV01 Cad Rupp 6-4-2r City of Edmonds, WA
QUANTITY PART NUMBER MODEL DESCRIPTION EXTENDED
0
1111756
FRONT SPRAY BAR (USE W/PM-10) (NOT
COMPATIBLE WITH THE STANDARD WATER SYSTEM)$760
$0
0
1090653
DUAL AIR HORN
$2,110
$0
0
1128650
2 1/2 LB. FIRE EXTINGUISHER
$285
SO
0
1128651
5 LB, FIRE EXTINGUUISHER
$325
SO
0
1127569
AUTO LUBE TRUCK/SWEEPER
$9 445
$0
0
1121736
CAB & (2) REAR LED BEACONS USE W/ WANDERING HOSEI
$2,650
SO
0
1121737
CAB & (2) REAR LED BEACONS
USE W/ WANDERING HOSE & AIR HORN
$2,650
$0
0
1121738
CAB & (2) REAR LED BEACONS USE W/O WANDERING HOSE
$2.650
SO
0
1121739
CAB & (2) REAR LED BEACONS
USE W/O WANDERING HOSE & W/O AIR HORN
$2,650
$0
0
1125772
CAB / REAR LED STROBE / LED ARROWSTICK
$4.625
SO
0
1125773
CAB / REAR WIRE/MOUNT/ LED ARROWSTICK
$4.495
$0
0
1121162
WIRE/MOUNT CAB & REAR
$1.275
SO
0
1121163
WIRE/MOUNT CAB & REAR W/GUARD
$1.885
SO
0
1121164
LED BEACON CAB & REAR
$3,010
SO
0
1121903
BEACON CAB & REAR WITH ARROWBOARD
$5.060
$0
0
1121164
LED STROBE CAB/REAR
$3,010
$0
—PETERBILT CHASSIS OPTIONS
0
1119463
FRONT SPRAY BAR NOT COMPATIBLE WITH THE STANDARD WATER SYSTEM
$735
$0
1
1119464
FRONT SPRAY BAR (USE W/PM-10) (NOT
COMPATIBLE WITH THE STANDARD WATER SYSTEM
$760
$760
0
1120869
CAB & (2) REAR STROBES USE W/ WANDERING HOSE
$3,035
$0
0
1120870
CAB 8 2 REAR STROBES (USE W/O WANDERING HOSE)
$3.035
SO
0
1121577
EXTRA KEY
$185
SO
1
1122155
LED STOP, TAIL, TURN LIGHTS
$925
$925
0
1123158
2 1/2 LB. FIRE EXTINGUISHER
$280
$0
0
1123159
5 LB. FIRE EXTINGUUISHER
S335
$0
--WARRANTY------
CROSSWIND 2ND YEAR PARTS/LABOR S3 490
SO
SO
SO
iL�i�ENA-2PL
3-NA-3PL
CROSSWIND 3RD YEAR PARTS/LABOR
$5 305
SO
"c.W-:kvi-NA-4PL
CROSSWIND 4TH YEAR PARTSILABOR
$8 095
$D
0 EW-AIR-NA-5PL
CROSSWIND 5TH YEAR PARTS/LABOR
$11.035
$0
FREIGHT RATES
EFFECTIVE DATE: 0110
0
FRT-124-001
SELF SHIPPING DOCK CHARGE
$985
$0
0
FRT-124-002
FREIGHT-IL,WLIAJN,MI,MN,KY
S2,100
$0
0
FRT-124-003
FREIGHT-TN,WV,PA,NY
S4,145
SO
0
FRT-124-004
FREIGHT-NH,VT.ME
S4.855
SO
0
FRT-124-005
FREIGHT -NEW YORK CITY
$5.415
SO
0
FRT-124-006
FREIGHT-ND,SD,NE,OK,KS,AR,AL,MO
$3.665
$0
0
FRT-124-007
FREIGHT-AZ,UT
$6.710
SO
1
FRT-124-OOB
FREIGHT-CA,NV,ID,OR,WA
$7.685
$7.685
0
FRT-124-009
FREIGHT -CH ICAGO/MILWAUKEE
$1,140
SO
0
FRT-124-010
FREIGHT -FL.LA.TX,NM.CO,WY,MT
$5450
SO
0
FRT-124-011
FREIGHT-OH,ST.LOUIS METRO
$2.200
SO
0
FRT-124-012
FREIGHT-MS.GA,SC.NC.VA.MD
S4.425
SO
0
FRT-124-013
FREIGHT -RIDE, CT.NJ.MA
S4.030
SO
0
FRT-124-014
FREIGHT - LAREDO,TX
$8.030
SO
0
FRT-124-015
SPECIALIZED TRANSPORT EQUIPMENT
$1.290
SO
SUB TOTAL $196,235.00
--DISCOUNTS--
D DISC-124-ADOL ADDITIONAL DISCOUNT S5 887 -S5 887 t15
SPECIAL RFQ OPTIONS / OTHER DESCRIPTIONS
1
Peterbilt 220 240HP RH Drive only, 2025MY which VPD Installed
$189,750
S189,75D.00
'Note: Peterbilt 220 chassis quantities are limited
1
RFQ 81782 SP-In Cab Controlled Curtain Lifter for Pickup Head
$2,810
$2,810.00
1
LED Arrowboard Whelen TA 125NF2 12 lamp
$3,745
$3 745.00
2
Whelen Responders R10HDPA
$1,750
$3 500.00
1
Cab Mount Bracket for Beacon
$890
$890.00
1
Extra Water Tank with 140 Gallons of Water Capacity
$9 625
$9.625.00
'Note: Pickup Head Camera, Backup Camera, and Flow Blocker are Standard Now
1
RFQ 79687 SP- Pickup Head Deluge
$1.125
$1.125.00
I Subtotal $401,792.95
(Kent Sales Tax 102 %+.3%= 10.5%) Sales Tax S42,188.26
Total $443,981.21
Page 4 of 5
Packet Pg. 87
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BF0
2.4.a
Crosswt'ndfi
am,
AW
Subsidiary of Federal Signal Corporation
Q
C
W
LO
N
O
N
C
d
E
t
V
f4
Q
Packet Pg. 88
Docyusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
0
j
s3.
Ps� Q
-�
SD
- L
- 3
a
o
r-_ c1
N 9
C
.y
I
O
a
I
SUPERIOR SINGLE —ENGINE
co
LO
REGENERATIVE AIR SWEEPER N
W
CL
Searching for a solution that eliminates maintaining and servicing an auxiliary engine on Un
a regenerative air sweeper? Elgin° Sweeper Company has the answer. The Crosswind1® S
eliminates all things associated with a diesel auxiliary engine, providing value to customers w
Ln
that extends beyond having one less engine. The Crosswind1 has undergone years of cus- c
tomer focused testing and validation-, ensuring a design that exceeds expectations!
a�
E
f e
-- g
110in
' 176 in '
271 in
Packet Pg. 89
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
VARIABLE SPEED DEVICE
(VSD) TECHNOLOGY
The Crosswindt single -engine provides a simple solution; a single
push-button operation. This procedure incorporates a Variable
Speed Device (VSD) — a planetary gearbox — located between the
chassis engine and the Allison transmission. The VSD has two modes
of operation; road mode and work mode.
The VSD replaces the diesel auxiliary engine, eliminates a complex aftertreatment system, and untimely regenerations. It's simple
to operate, and carries a three year warranty.
SINGULAR PUSH-BUTTON
TECHNOLOGY
The Crosswindl does not require engaging the park brake before shifting
into work or road modes. Shift -on -the -fly design provides unmatched ease
of operation; combined with increased productivity.
ROAD MODE:
When the VSD is in road mode, the chassis operates normally.
The accelerator pedal controls the chassis engine speed and the
transmission shifts normally.
WORK MODE:
When the VSD is in work mode, the chassis accelerator now
controls only the input speed to the transmission, not the chassis
engine speed.
Packet Pg. 90
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BF0
2.4.a
INNOVATIONS AT WORK
A closer look at the Elgin Crosswindl reveals innovative design features, systems, and components that not only simplify
operation and improve performance but also make maintenance and servicing faster and easier. The result is the
optimal efficiency of your operations, as you reduce maintenance requirements and downtime. The Crosswindl brings you
an array of innovative systems including:
MEMORY
AffiFSMEUP
Flexible Design
The Crosswindl mounts on a conventional or cab -over chas-
sis, respectively offering maneuverability, visibility, ease of
entry and egress. ELgin's standard auto pickup -in -reverse
feature protects the sweep components while allowing quick
change of sweeping Locations.
High Capacity/Efficient Loading
The 8 cu. yard (6 m3) capacity hopper provides extend-
ed sweeping time. Abrasion -resistant steel inlet deflector
directs debris flow to the center of the hopper for maximum
capacity utilization. Drop down hopper screens make the
Crosswindl easy to clean.
Memory Sweep
ELgin's exclusive Memory Sweep feature aLLows the operator
to resume ALL previous sweeper settings with one -touch
control to increase productivity. The feature provides a
multi -screen display for tilt angle, broom hours, water level,
and diagnostic information.
Ergonomic Controls
The Crosswindl's centrally -mounted console features rocker
switches for all sweep functions and complete gauges (fuel
Level, fan hour meter, fan RPM) for quick review of system
conditions. A backup camera and alarm are standard for
increased operational awareness and safety.
Packet Pg. 91
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
2.4.a
Powerful Blower
The Crosswindl features a nine -vane closed face turbine
blower. Vanes are constructed from Hardox® brand steel for
durability.
Unique Trailing Arm Side Brooms
Elgin's trailing arm design provides inward motion to avoid ob-
stacles. Standard parallelogram linkage allows side brooms
to closely follow road contours, and maintain a consistent
broom tilt (angle) with the road surface. Digging pressure is
adjustable in -cab. Brooms can be extended outward for maxi-
mum sweep path.
Superior Dust Suppression
The durable 240 gal (908 Q polyethylene water tank provides
ample water capacity. Water is delivered using two run -dry
water pumps; distributed through quick -to -clean water noz-
zles. High/low in -cab selectable pump speeds allow adjust-
ment by application.
Simple, Easy -Access Maintenance
The Crosswindl is designed so that systems are accessible
and easy to service. The hydraulic system with o-ring face
seal (ORFS) fittings is designed for long life and leak -free
operation. Heavy-duty, waterproof electrical connectors, and
color -coded wires are functionally stamped for quick identifi-
cation and trouble shooting.
BUILT TO LAST
Packet Pg. 92
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
2.4.a
Crosswindil
POWERFUL CLEANING SYSTEM
Elgin regenerative air sweepers give contractors, municipalities and airports a powerful
sweeper with versatility and productivity. The Elgin® Crosswind1® efficiently cleans large flat
paved areas such as streets, parking lots, and airport runways. Mounted on the short -wheel-
base of either conventional or cab -over chassis, the Elgin Crosswind1 is operated by simple
rocker switches and equipped with all the essentials to get the job done right. A combina-
tion of large 8 cubic yard (6 m3) hopper and 240 gal (908 Q water tank, plus excellent fuel
efficiency, allow maximum productivity between trips to dumping, re -watering and fueling.
ENHANCEMENTS
a
Lifeliner® hopper system
In -cab side broom tilt
and extended reach
EFFICIENT AIR
CONVEYANCE SYSTEM
Efficient air flow, including a superior vacuum source and air
routing path, is essential to Crosswindl. High volume air flow
at high velocity results in exceptional one -pass pickup while
reducing plugging that can occur in similar type sweepers. A
nine -vane closed face turbine blower is hydrostatically driven,
eliminating belt tensioning, and provides vibration free and quiet
operation. A centrifugal dust separator minimizes pressure loss
and maximizes sweep performance and fan life.
HIGH -PRODUCTIVITY
SWEEP SYSTEM
The sweep path picks up debris close to the curb and across a
wide area. A 90 in (2286 mm) wide pick-up head and hydrau-
lically driven 42 in (1067 mm) dual side brooms provide a 12 ft
(3658 mm) wide sweep path. Work with brooms fully extend-
ed, or add the optional full broom retract feature for powerful
scrubbing action in front of the pick-up head. An optional center
broom provides added digging power for compacted debris. A
12 3/4 in (324 mm) diameter suction hose accepts large debris.
Quick disconnect allows operator to inspect and clean hose
and intake tube without raising hopper. The vacuum enhancer
facilitates sweeping under light and bulky debris conditions.
ti - i�-
Wandering hose
ADDITIONAL ENHANCEMENTS
• Automatic Lubrication system
• Broom camera system
(rear standard)
PM-10 dust suppression
Broom hour meter
• Center broom
• Front spray bar
• And more
R
Packet Pg. 93
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
2.4.a
W T '
:;
OUR COMMITMENT TO QUALITY ONLY
BEGINS WITH OUR EQUIPMENT
The Elgin Crosswind 1 is manufactured in an ISO 9001 certified, advanced industrial
plant. We employ the latest technology to build the most reliable equipment, including
high -precision laser cutters, efficient, accurate computer numerical controls (CNC), and a
sophisticated powder coating system.
When you build a quality product you can back it up with a full one-year, unlimited hours warranty.
Elgin also backs up your investment with superior local service and support. Our goal is to
keep your machine —and your entire operation —up and running.
The Crosswind 1 can be customized to your unique requirements to meet local standards and
regulations by means of a broad selection of configurations, options and accessories.
Through our international dealer network, we maintain a vast inventory of spare parts and offer
fast shipment to any region of the world.
Altogether, the rugged, reliable Elgin Crosswind 1 is easy to operate, easy to maintain, and an eas).
choice when you are looking for quality equipment that is built to last.
Crosswind1 Truck Mounted Regenerative Air Sweeper Specifications
d
CL
d
d
3
Cn
d
N
M
t
V
L
a
0
0
N
0
w
R
Chassis Engine*
g
Electrical
System
Side Brooms
Pick-up Head
Hopper
Make Cummins ISB 6.7 or
Chassis Battery Rating
Diameter 42 in (1067
Length:
Volumetric Capacity 8
equivalent
12 volt
mm)
90 in (2,286 mm)
cubic yard (6 m3)
Type In -Line 6 cylinder,
Sweeper Battery Rating
Disc Construction Steel
Area:
Effective Dump Angle
turbocharged diesel
1000CCA
late
50,
Displacement 409 cubic
Chassis Engine Alternator
Speed Constant
Approx. 2,700 in.z
Dust Separator Self -
inch (6.7 L)
160 amperes
P
Drive Hydraulic motor,
(17,420 cm2)
cleaning, centrifugal
Horsepower 200 (150
Lights Rear clearance,
protected b relief valve
p y
Pressure Hose:
Lifting Hydraulic,
KVV) @ 2,400 RPM
rear identification
Mounting Free floating
14 in (355 mm)
two -stage telescoping
Torque 520 ft-lbs (708
Reversing Safety
trailing arm
Suction Hose:
cylinders
Nm) @ 1,600 RPM
Electric back-up alarm,
Motion Pneumatically
13 in (330 mm)
Hopper Dump Door
PP P
Fuel Tank Capacity 50 al
P tY 9
sweep components raise
P P
inward/outward, raised/
Hydraulic open/close and
(189 L)
automatically
lowered
lock/unlock
Packet Pg. 94
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
2.4.a
Crosswindfi
RELIABLE. VERSATILE.
REGENERATIVE AIR SWEEPER
The Crosswind1 steps ahead as the market leader with innovative single -en-
gine technology. This new easy -to -use design, with single button operation, will
increase productivity and decrease maintenance time and costs. The Cross-
wind1 sweeper is also effective in frequent maintenance of permeable pave-
ment. This sweeper is versatile and can easily pick up litter and chip seal. The
large pickup head makes it desirable for many applications.
WHY CROSSWIND 1:
• Maintaining two engines
• Complex aftertreament system and maintenance
• Untimely auxiliary engine regenerations
• Cost exposure resulting from "missed"
auxiliary engine regenerations
• Cumbersome belt tensioning systems
• Auxiliary engine noise and vibration
j
t� 00
ELI Wirw
Subsidiary of Federal Signal Corporarion
Elgin Sweeper • 1300 West Bartlett Road, Illinois 60120 USA
Phone 847-741-5370 1 Parts & Service 877-800-1111
Specifications subject to change without notice. Some products shown with optional equipment Elgin@ is a registered trademarks of Elgin Sweeper.
Products may be covered by one or more United States Patents and/or pending patent applications.
Elgin Sweeper is a subsidiary of Federal Signal Corp. I Federal Signal Corp. is listed in the NYSE by the symbol FSS.
Effective Date 01/23 P/N 0705429-C 02023 Elgin Sweeper Printed in the USA
Packet Pg. 95
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BF0
2.4.a
Crosswindfi
SINGLE -ENGINE 4 WHEEL REGENERATIVE AIR SWEEPER
Searching for a solution that eliminates maintaining and servicing an auxiliary engine on a
regenerative air sweeper? Elgin Sweeper Company has the answer. The Crosswind1° eliminates all
things associated with a diesel auxiliary engine, providing value to customers that extends beyond
having one less engine. The Crosswind1 has undergone years of customer focused testing and
validation; ensuring a design that exceeds expectations!
ELIMINATES:
• Maintaining two engines
• Complex aftertreament system, and maintenance
• Untimely auxiliary engine regenerations
• Cost exposure resulting from "missed" auxiliary engine regenerations
• Cumbersome belt tensioning systems
• Auxiliary engine noise and vibration
CUSTOMER FEEDBACK:
• Increases productivity
• Easy to use and learn; single push-button on -the -fly operation
• Quiet operation
• Reduces daily checks
EXHAUSTIVELY PROVEN OVER:
Years of testing and validation, with thousands of miles and hours in
operation, and customers market driven feedback to ensure a
design that exceeds expectations.
Packet Pg. 96
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BF0
2.4.a
Q
u7
N
O
N
C
d
E
t
V
m
Q
Packet Pg. 97
Docusian Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BFO
Sweep System - Single -Engine
2.4.a
Variable Speed Device (VSD)
Replaces auxiliary engine; installed between the
chassis engine and the Allison transmission
In "Road Mode" VSD produces 1:1 speed ratio
between chassis and transmission
In "Work Mode" VSD allows chassis accelerator
pedal to control input to transmission and
engine speed remains constant - fan speed
is adjustable
Singular in -cab push button control
No parking brake requirement
No complex EPA off highway
afrertreatment system
Sweep System — Components
General Specifications
Sweeping path:
Pickup Head only
90 in (2,286 mm)
Pickup Head & one Side Broom
117 in (2,971 mm)
Pickup Head & two Side Brooms
144 in (3,658 mm)
Travel speed Up to highway speed
Blower
Drive direct Jaw -type coupling with hydraulic
2.87 cu-in (47 cc) displacement bent axis motor
Blower Construction Hardox brand steel
Blower Housing 10 gauge (3.4 mm) Steel,
replaceable urethane -lined for extended wear
Pickup Head
Length 90 in (2,286 mm)
Head Area Approx. 2,700 in' (17,420 cm-)
Hose Diameters
Pressure 14 in (355 mm)
Suction 12 'A in (324 mm)
Control Hydraulic raising and lowering
Vacuum Enhancer External, manually controlled
Hose Connection Quick disconnect type near
pickup head at lower area of suction hose
Hose Construction Flexible rubber
steel reinforced
Side Broom
Diameter 42 in (1067 mm)
Disc Construction Steel plate
Available Enhancements
Single -engine System
Make Variable Speed Device
Type Planetary Gearbox Design
Horsepower 240 (179 kW) approved input rating
Torque 560 ft-lb approved input rating
Air Cleaner Dual safety element dry type
Alarm For Low Hyd Oil I High Hyd Temp
Chassis Engine*
Make Cummins ISB 6.7 or equivalent
Type in -line 6 cylinder, turbocharged diesel
Displacement 409 cu. In. (6.7 L)
Horsepower 200 (150 ICW) @ 2400 RPM
Torque 520 ft-lbs (708 Nm) @ 1600 RPM
Fuel Tank Capacity 50 gal (189 Q
Speed Constant
Drive Hydraulic motor, protected by relief valve
Mounting Free floating trailing arm
Motion Pneumatically inward/outward,
raised/lowered
Adjustment Inward/outward, forward/backward
Digging Pressure/wear control pneumatic in cab
Sweep Position Fully extended or in front of
pickup head with optional full retract feature
Type Segment set disposable
Debris Hopper
Volumetric Capacity 8 yd' (6 m')
Effective Dump Angle 50 degrees
Dust Separator Self-cleaning, centrifugal
Lifting Hydraulic, two -stage telescoping
cylinder
Hopper Dump Door Hydraulic open/close and
lock/unlock
Hopper Dumping Control In -cab switches
combined with Dump Mode control
Hopper Screens Hinged, quick release, steel
Hydraulic System
Purpose Powers hydraulic motors on side
brooms, blower fan, and activates hopper
dump cycle
Hydraulic Blower Pump variable - piston type -
with 4.2 cu-in (68.8 cc) /rev rating
Hydraulic Sweeper Pump gear driven with
capacity of 19.5 GPM (73.8 LPM) @ 3400
RPM; sweeper brooms, hopper dump, and
pickup head raise/lower
-Glycol recovery system 'Hopper deluge washout system
• FSX Airport
• Quiet Pak-, acoustical
Application System
insulation on front cowling and
• MemorySweep�
access doors
*Broom hour meter
'Hopper drain
• Full broom retract
• Center broom in pick-up head
•In -cab vac enhancer control
•High/low pressure washdown
• Enhanced water control
'Auxiliary water tank capacities
'Aux. lighting packages
• Water system air purge
•In -cab side broom tilt
PM- 10 water system
• Variable broom speed
• Caster pick-up head wheels
• Wandering hose
' Full -width magnet
8 in (203 mm) diameter
' Cast aluminum side air
'Auto lubrication system
blast nozzle
' LifeLinee Hopper System
'Aluminum refillable side
•Stainless steel hopper
broom segments
*Hopper inspection door(s)
• Extended warranty
Paint
Electrical System
Chassis Battery Rating 12 volt
Sweeper Battery Rating 1000CCA
Chassis Engine Alternator 160 amperes
Instrumentation / Controls
Rocker switches in central console gauges:
Blower tachometer, hour meter, fuel,
voltmeter, coolant temperature, spray water
level gauge, hopper up, hopper rear door
open, full load indicator
VSD mounted Oil Level Sight Gauge
Reservoir Capacity 23 gal (87 Q
Filter Sweeper Functions System 10 micron
spin -on type filter, twin suction strainers 100
mesh. Cooler hydraulic system accessible
without raising hopper.
Filter Blower System 6 micron canister type
Filter reservoir vent 10 micron spin -on
type breather
Spray Water System
Water Tank Construction Polyethylene
Water Tank Capacity 240 gal (908 L)
Fill Hose 16 ft 8 in (5,080 mm)
Pump Type Diaphragm with run -dry capability
with HI or LO selectable pump speeds
Pump Capacity 8 GPM (30 LPM)
Pump Pressure 40 PSI (2.7 bar)
Spray Nozzles Total of 16
(21, with optional center broom)
Quick release brass for ease of cleaning
or service.
7 in pickup head (12 if with center broom)
3 in suction tube
6 (3 each) side brooms
Controls On -off switches in cab, manually
adjustable valves
Filter 100 mesh, cleanable
Fittings Prestomatic Push-To-Lok type with
thermoplastic tubing
Chassis Warranty
Powder Coated, Available on commercial
Standard Elgin white cab -over and conventional
and gray Consult factory
'Chassis dcpcnden,
�2019 Elgin 5w per C.mpagv. FJgin' and Crnawindi' arc mgism d
mdc ks of Federal Signal Corpovd... Fcdc l Signal Corpora is
lis"d on she NYSE by d,c "bol F55.
Sweeper
1 year parts and labor
VSD
3 year parts and labor
E Emkm
Elgin Sweeper Company
1300 W. 11 ¢1e Rd.
Elgin, Illinois, U.SA. 60120-7529
847-741-5370 Phone
847-742-3035 Fax
wwnv.elgin eper.co
Eff iv 4119
Spccifimsiossss bj— . lunge wish ... ... ice
PIN 0705414-D
Packet Pg. 98
Docusign Envelope ID: 4920B7AC-4F8F-4AF5-A8B5-A34220449BF0
2.4.a
Q
u7
N
O
N
C
d
E
t
V
m
Q
Packet Pg. 99
gIDPBdgtRpt Decision Package Budget Report
1/8/2025 2:37:46PM City of Edmonds
Decision Package: 770-25001 - 2025 Scheduled Vehicle Replacements
Date Budget Year Group Version Priority Duration Approval Status
07/18/2024 2025 crugg 0 1 One -Time Approved
Item Description
Vehicles that need to be replaced in 2025
66-STM 2012 Elgin Crosswind Street Sweeper (Storm)
104-ITS 2004 Ford Taurus (IT)
Justification
These vehicles are fully funded through the 511 B-Fund and are in need of replacement.
Program and Tier
Equipment Rental Fund (B-Fund)
Performance Metric
A replacement fund established for capitalized Fleet assets, funded through annual rental rates collected from internal
departments that have Fleet assets assigned to them. Supports the purchase and procurement of replacement
vehicles/equipment and asset inventory. Full program description found in The Edmonds City Code, Chapter 3.05
Describe All Funding Sources
Fully funded through 511 B-Fund 511.100.77.594.48.64.00
Describe Future or Ongoing Costs
Operational costs will be covered by A -Fund equipment rental rates
Project Status (if applicable)
Narrative Not Defined
FISCAL DETAILS 2025
Capital Expenditures
511.100.77.594.48.64.00 EQUIPMENT - B FUND 490,000.00
Total Capital Expenditures 490,000.00
Total Expenditures 490,000.00
Net Budget 490,000.00
Approval History
Approver Lvl In Out
DEBRA SHARP 1 7/18/2024 10:08:12AM 8/6/2024 9:54:28AM
Approver Lvl
DEBRA SHARP 1
Scenario Name
Adopted Budget
Decision Packages
In
Out
O/O/LVL4 :7.D1+:L0HIVI IL/ IL/LVL4 I I:Vq.VVF11V1
Action
Returned
Action
Approved
Scenarios
Security Level Position Budget Model Include PA Can Edit
2 2025 Base N Y
2 N Y
Packet Pg. 100
gIDPBdgtRpt Decision Package Budget Report
1/8/2025 2:35:18PM City of Edmonds
Decision Package: 770-25002 - 2026 Scheduled Vehicle Replacements
Date Budget Year Group Version Priority Duration Approval Status
07/18/2024 2026 crugg 0 1 One -Time Approved
Item Description
Vehicles that need to be replaced in 2026:
11-STR 2001 International 10yrd Dump Truck/Snow Plow (Street)
283-POL 2014 Ford Escape (Police Detective)
397-POL 2021 Ford Explorer (Police Patrol)
282-POL 2016 Ford Explorer (Police Patrol)
818-POL 2020 Ford Explorer (Police Patrol)
Justification
These vehicles are fully funded through the 511 B-Fund and are in need of replacement.
Program and Tier
Equipment Rental Fund (B-Fund)
Performance Metric
A replacement fund established for capitalized Fleet assets, funded through annual rental rates collected from internal
departments that have Fleet assets assigned to them. Supports the purchase and procurement of replacement
vehicles/equipment and asset inventory. Full program description found in The Edmonds City Code, Chapter 3.05
Describe All Funding Sources
Purchased with B-Fund money accrued through rental rates
Describe Future or Ongoing Costs
Operational costs will be covered by A -Fund rates.
Project Status (if applicable)
Narrative Not Defined
FISCAL DETAILS 2026
Capital Expenditures
511.100.77.594.48.64.00 EQUIPMENT - B FUND 505,000.00
Total Capital Expenditures 505,000.00
Total Expenditures 505,000.00
Net Budget 505,000.00
Approval History
Approver Lvl
DEBRA SHARP 1
Scenario Name
Adopted Budget
Decision Packages
In
A -+i--
7/18/2024 10:26:51AM 12/12/2024 11:15:13AM Approved
Scenarios
Security Level
2
2
Position Budget Model Include PA Can Edit
2025 Base
N Y
N Y
Packet Pg. 101