Loading...
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