Loading...
2023-11-30 City Council Special Packet 22 3 4 5 6 of c�,y s Agenda Edmonds City Council SPECIAL MEETING COUNCIL CHAMBERS 250 5TH AVE NORTH, EDMONDS, WA 98020 NOVEMBER 30, 2023, 6:00 PM PERSONS WISHING TO JOIN THIS MEETING VIRTUALLY IN LIEU OF IN -PERSON ATTENDANCE FOR THE PURPOSE OF PROVIDING AUDIENCE COMMENTS 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 COMMENT BY PHONE: US: +1 253 215 8782 WEBINAR ID: 957 9848 4261 THOSE COMMENTING USING A COMPUTER OR SMART PHONE ARE INSTRUCTED TO RAISE A VIRTUAL HAND TO BE RECOGNIZED. PERSONS WISHING TO PROVIDE AUDIENCE COMMENTS BY DIAL -UP PHONE ARE INSTRUCTED TO PRESS *9 TO RAISE A HAND. WHEN PROMPTED, PRESS *6 TO UNMUTE. WHEN YOUR COMMENTS ARE CONCLUDED, PLEASE LEAVE THE ZOOM MEETING AND OBSERVE THE REMAINDER OF THE MEETING ON THE COUNCIL MEETINGS WEB PAGE. REGULAR COUNCIL MEETINGS BEGINNING AT 7:00 PM ARE STREAMED LIVE ON THE COUNCIL MEETING WEBPAGE, COMCAST CHANNEL 21, AND ZIPLY CHANNEL 39. "WE ACKNOWLEDGE THE ORIGINAL INHABITANTS OF THIS PLACE, THE SDOHOBSH (SNOHOMISH) PEOPLE AND THEIR SUCCESSORS THE TULALIP TRIBES, WHO SINCE TIME IMMEMORIAL HAVE HUNTED, FISHED, GATHERED, AND TAKEN CARE OF THESE LANDS. WE RESPECT THEIR SOVEREIGNTY, THEIR RIGHT TO SELF-DETERMINATION, AND WE HONOR THEIR SACRED SPIRITUAL CONNECTION WITH THE LAND AND WATER. - CITY COUNCIL LAND ACKNOWLEDGMENT CALL TO ORDER/FLAG SALUTE LAND ACKNOWLEDGEMENT ROLL CALL APPROVAL OF THE AGENDA AUDIENCE COMMENTS THIS IS AN OPPORTUNITY TO COMMENT REGARDING ANY MATTER NOT LISTED ON THE AGENDA AS CLOSED RECORD REVIEW OR AS A PUBLIC HEARING. SPEAKERS ARE LIMITED TO THREE MINUTES. PLEASE STATE CLEARLY YOUR NAME AND CITY OF RESIDENCE. RECEIVED FOR FILING Edmonds City Council Agenda November 30, 2023 Page 1 1. Effects of Council Changes to Proposed Budget (0 min) 7. COUNCIL BUSINESS 1. Approval of Contract for Fire Services Feasibility Assessment (15 min) 2. Staff Proposed Changes to 2024 Proposed Budget (30 min) 3. Proposed Revision of Purchasing Policy and Spending Authority (20 min) 4. Council 2024 Budget Deliberations (120 min) ADJOURNMENT 9:00 PM Edmonds City Council Agenda November 30, 2023 Page 2 6.1 City Council Agenda Item Meeting Date: 11/30/2023 Effects of Council Changes to Proposed Budget Staff Lead: Dave Turley Department: Administrative Services Preparer: Dave Turley Background/History Draft spreadsheet showing the effects of the changes that Council has made to the Proposed Budget through November 27, 2023. Staff Recommendation Information only. Narrative N/A Attachments: Effects of Council Changes to Proposed Budget Packet Pg. 3 6.1.a Please Note: This is a DRAFT document current as of November 27, 2023 Proposed 2024 General Fund Budget: Beginning Fund Balance in Proposed Budget $ 6,664,594 Add Revenues 62,492,771 Less Expenses 59,429,234 Ending Fund Balance in Proposed Budget $ 9,728,131 Proposed 2024 General Fund Budget, after effects of Council sponsored changes: Beginning Fund Balance in Proposed Budget $ 6,664,594 Add Revised Revenues 50,487,771 Less Revised Expenses 52,666,611 Ending Fund Balance, after Council changes $ 4,485,754 Ending Fund Balance, after Council changes $ 4,485,754 Reduce fund balance by amount of revised estimate of 2023 ending fund balance 3,617,148 Ending Fund Balance after Council changes and change to 2023 estimates $ 868,606 Amount of Rev & Exp per Proposed Budget Remove 016 Transfer Remove ARPA Transfer Move portion of SCF budget to ARPA Fund Remove DP 7 Traffic Cameras Remove DP 8 Grants Specialist Remove DP 14 Climate Action Manager Remove DP 83 (Mostly Fund 125) Revised Rev & Exp Totals as of 11/22 Remove DP 83 (Mostly Fund 125) Remove gate from DP 64 (Fund 016) Remove DP 87 - Land Acq Support (Fund 126) Add REET budget for Olympic Park bathrooms General Fund d Revenues Expenses 62,492,771 59,429,234 m (2,000,000) y W O (6,500,000) Q (6,250,000) d (3,500,000) (180,000) (183,000) O (149,623) W (5,000) C M 50,487,771 52,666,611 V V C 3 (45,000) reduce expenses O (65,000) reduce expenses V (50,000) reduce expenses p N r.+ 20,000 increase expense! V W Packet Pg. 4 7.1 City Council Agenda Item Meeting Date: 11/30/2023 Approval of Contract for Fire Services Feasibility Assessment Staff Lead: City Council Department: City Council Preparer: Beckie Peterson Background/History In 2016, Fitch & Associates provided Council a comprehensive study on Fire and Emergency Medical Services Efficiency Assessment. On September 26, 2023 Council passed Resolution 1531 (attached) , expressing the intent to pursue the benefits of receiving fire and emergency medical services from the South Snohomish County Regional Fire Authority via annexation. Recommendation Approve the council president to sign the professional services agreement with Fitch & Associates. Narrative Council President Tibbott requested a proposal from Fitch & Associates, asking that they build upon their previous study and provide an updated analysis of fire services options that the City of Edmonds might consider. The Professional Services Agreement is attached, with Exhibit A detailing the Scope of Services. The proposal from Fitch & Associates is also included. Attachments: Resolution 1531 Professional Services Agreement 11.19.2023 for CP signature Fitch signed Exhibit A Scope of Work and Fee Schedule Fitch & Assoc. PSA 11.19.2023 Edmonds, WA - Proposal 11-1-2023 Packet Pg. 5 7.1.a RESOLUTION NO. 1531 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF EDMONDS, WASHINGTON EXPRESSING THE INTENT TO PURSUE THE BENEFITS OF RECEIVING FIRE AND EMERGENCY MEDICAL SERVICES FROM THE SOUTH SNOHOMISH COUNTY REGIONAL FIRE AUTHORITY VIA ANNEXATION WHEREAS, the City of Edmonds ("the City") and the South Snohomish County Fire & Rescue Regional Authority ("SCF") share a contiguous border along the City's Eastern boundary; and WHEREAS, the City is a fire protection jurisdiction as defined in RCW 52.26.020(3); and WHEREAS, RCW 52.26 authorizes two or more fire protection jurisdictions to participate in a regional fire services authority commonly known as a regional fire authority or "RFA"; and WHEREAS, the City and SCF are interested in pursuing the potential operational efficiencies and cost savings over other available service providers, as a result of annexing into SCF; and WHEREAS, both the City and SCF believe that the public health and safety of the citizens they serve may benefit from annexation into SCF; and WHEREAS, the City would like to express the intent to pursue the benefits of receiving fire and emergency medical services as a member of the RFA; and WHEREAS, this Resolution does not bind the City to any course of action other than to discuss with SCF representatives the possible ramifications of annexation into SCF; and WHEREAS, this Resolution does not preclude or prevent the City from investigating other alternatives for fire and emergency medical services; NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF EDMONDS, WASHINGTON, THAT: Section 1. Pursuant to RCW 52.26.300(2), the City requests information about annexation into the South Snohomish County Regional Fire, subject to the provisions of RCW 52.26.300(3) and voter approval. Section. 2. The City Clerk is instructed to file this Resolution with the Governing Board of SCF in accordance with RCW 52.26.300(2). Resolved this 26" day of September, 2023. Packet Pg. 6 7.1.a ATTEST/AUTHENTICATED: -c5z SCOTT PASSEY, CLERK FILED WITH THE CITY CLERK: PASSED BY THE CITY COUNCIL: RESOLUTION NO.: APPROVED: i4iFE NELSON, MAYOR September 22, 2023 September 26, 2023 1531 Packet Pg. 7 7.1.b CITY OF EDMONDS MIKE NELSON 1215T"AVENUE NORTH EDMONDS, WA 98020 425-771-0220 FAX425-672-5750 MAYOR Website: www.edmondswa.gov PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into between the City of Edmonds, hereinafter referred to as the "City," and Fitch & Associates, LLC, hereinafter referred to as the "Consultant." WHEREAS, the City desires to engage the professional services and assistance of a consulting firm to conduct a Fire Services Feasibility Assessment to evaluate fire service delivery models, performance, and cost of services to ensure long-term sustainability; and WHEREAS, the Consultant has the necessary skills and experience, and desires to provide such services to the City; NOW, THEREFORE, in consideration of the mutual benefits accruing, it is agreed by and between the parties hereto as follows: I . Scope of work. The scope of work shall include all services and material necessary to accomplish the above mentioned objectives in accordance with the Scope of Work that is marked as Exhibit A, attached hereto and incorporated herein by this reference. 2. Payments. The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment for work accomplished under the terms of this Agreement shall be on a time and expense basis as set forth in Exhibit A; provided, in no event shall the payment for work performed pursuant to this Agreement exceed the sum of FORTY-FOUR THOUSAND FIVE HUNDRED DOLLARS ($44,500.00). B. All vouchers shall be submitted by the Consultant to the City for payment pursuant to the terms of this Agreement. The City shall pay the appropriate amount for each voucher to the Consultant. The Consultant may submit vouchers to the City monthly during the progress of the work for payment of completed phases of the project. Billings shall be reviewed in conjunction with the City's warrant process. No billing shall be considered for payment that has not been submitted to the City three (3) days prior to the scheduled cut-off date. Such late vouchers will be checked by the City and payment will be made in the next regular payment cycle. Packet Pg. 8 7.1.b C. The costs records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City for a period of three (3) years after final payment. Copies shall be made available upon request. 3. Ownership and use of documents. All research, tests, surveys, preliminary data, reports, and any and all other work product prepared or gathered by the Consultant in preparation for the services rendered by the Consultant under this Agreement shall be and are the property of the Consultant, provided, however, that: A. All final reports, presentations, documentation and testimony prepared by the Consultant shall become the property of the City upon their presentation to and acceptance by the City and shall at that date become the property of the City. B. The City shall have the right, upon reasonable request, to inspect, review and copy any work product during normal office hours. Documents prepared under this Agreement and in the possession of the Consultant may be subject to public records request and release under Chapter 42.56 RCW. C. In the event that the Consultant shall default on this Agreement, or in the event that this Agreement shall be terminated prior to its completion as herein provided, the work product of the Consultant, along with a summary of work done to date of default or termination, shall become the property of the City and tender of the work product and summary shall be a prerequisite to final payment under this Agreement. The summary of work done shall be prepared at no additional cost. 4. Time of performance. The Consultant shall perform the work authorized by this Agreement promptly in accordance with the receipt of the required governmental approvals. 5. Indemnification / Hold harmless agreement. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses, demands, or suits at law or equity arising from the acts, errors or omissions of the Consultant in the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. The Consultant shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The Consultant specifically assumes potential liability for actions brought by the Consultant's own employees against the City and, solely for the purpose of this indemnification and defense, the Consultant specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Packet Pg. 9 7.1.b 6. General and professional liability insurance. The Consultant shall obtain and keep in force during the term of this Agreement, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the State. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall be written with limits no less than one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. D. Professional liability insurance in the amount of one million dollars ($1,000,000). Excepting the Worker's Compensation Insurance and Professional Liability Insurance secured by the Consultant, the City will be named on all policies as an additional insured. The Consultant shall furnish the City with verification of insurance and endorsements required by the Agreement. The City reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The Consultant shall submit a verification of insurance as outlined above within fourteen days of the execution of this Agreement to the City. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the City. The Consultant's professional liability to the City shall be limited to the amount payable under this Agreement or one million dollars ($1,000,000), whichever is the greater, unless modified elsewhere in this Agreement. In no case shall the Consultant's professional liability to third parties be limited in any way. 7. Discrimination prohibited. The Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, age, sex, sexual orientation, marital status, veteran status, liability for service in the armed forces of the United States, disability, or the presence of any sensory, mental or physical handicap, or any other protected class status, unless based upon a bona fide occupational qualification. 8. Consultant is an independent contractor. The parties intend that an independent contractor relationship will be created by this Agreement. No agent, employee or representative of the Consultant shall be deemed to be an agent, employee or representative of the City for any purpose. The Consultant shall be solely responsible for all acts of its agents, employees, representatives and subcontractors during the performance of this Agreement. 9. City approval of work and relationships. Notwithstanding the Consultant's status as an independent contractor, results of the work performed pursuant to this Agreement must meet the approval of the City. During pendency of this Agreement, the Consultant shall not perform work for any party with respect to any property located within the City of Edmonds or for any project subject to the administrative or quasijudicial review of the City without written notification to the City and the City's prior written consent. Packet Pg. 10 7.1.b 10. Termination. This being an Agreement for professional services, either party may terminate this Agreement for any reason upon giving the other party written notice of such termination no fewer than ten (10) days in advance of the effective date of said termination. 11. Integration. The Agreement between the parties shall consist of this document and the Scope of Work and fee schedule attached hereto as Exhibit A. These writings constitute the entire Agreement of the parties and shall not be amended except by a writing executed by both parties. In the event of any conflict between this written Agreement and any provision of Exhibit A, this Agreement shall control. 12. Changes/Additional Work. The City may engage the Consultant to perform services in addition to those listed in this Agreement, and the Consultant will be entitled to additional compensation for authorized additional services or materials. The City shall not be liable for additional compensation until and unless any and all additional work and compensation is approved in advance in writing and signed by both parties to this Agreement. If conditions are encountered which are not anticipated in the Scope of Work, the City understands that a revision to the Scope of Work and fees may be required. Provided, however, that nothing in this paragraph shall be interpreted to obligate the Consultant to render services, or the City to pay for services rendered, in excess of the Scope of Work in Exhibit A unless or until an amendment to this Agreement is approved in writing by both parties. 13. Standard of Care. The Consultant represents that the Consultant has the necessary knowledge, skill and experience to perform services required by this Agreement. The Consultant and any persons employed by the Consultant shall use their best efforts to perform the work in a professional manner consistent with sound practices, in accordance with the schedules herein and in accordance with the usual and customary professional care required for services of the type described in the Scope of Work. 14. Non -waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15. Non -assignable. The services to be provided by the Consultant shall not be assigned or subcontracted without the express written consent of the City. 16. Covenant against contingent fees. The Consultant warrants that he/she/they has/have not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that he/she/they has/have not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award of making of this Agreement. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 17. Compliance with laws. The Consultant in the performance of this Agreement shall comply with all applicable Federal, State or local laws and ordinances, including regulations for licensing, certification and operation of facilities, programs and accreditation, and licensing of individuals, and any other standards or criteria as described in the Agreement to assure quality of services. Packet Pg. 11 7.1.b The Consultant specifically agrees to pay any applicable business and occupation (B & O) taxes which may be due on account of this Agreement. 18. Notices. Notices to the City of Edmonds shall be sent to the following address: City of Edmonds 121 Fifth Avenue North Edmonds, WA 98020 Notices to the Consultant shall be sent to the following address: Fitch & Associates, LLC 2901 Williamsburg Terrace Suite G Platte City, MO 64079-0170 Receipt of any notice shall be deemed effective three (3) days after deposit of written notice in the U.S. mails, with proper postage and properly addressed. DATED THIS day of CITY OF EDMONDS Neil Tibbott, Council President APPROVED AS TO FORM: Office of the City Attorney STATE OF )ss COUNTY OF 2023. FITCH & ASSOCIATES, LLC 511?)�-` 4;9 Steven Knight, PhD, Partner On this day of 2023, before me, the undersigned, a Notary Public in and for the State of , duly commissioned and sworn, personally Packet Pg. 12 7.1.b appeared , to me known to be the person who executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said person, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument. WITNESS my hand and official seal hereto affixed the day and year first above written. NOTARY PUBLIC My commission expires: Packet Pg. 13 EXHIBIT A 7.1.c Scope of Work: Element 1: Establishing Current and Desired Performance • Update a quantitative data assessment of response times. • Discuss with the policy group the desired performance and the associated costs for each service level Element 2: Evaluate the efficacy of annexing into the RFA. • Evaluate the fiscal implications of the RFA proposal for the City. • Provide an assessment of the pros/cons of the approach. Element 3: Evaluate the efficacy of providing fire services as a City department. • Evaluate the fiscal and operational implications creating a new city department. • Provide an assessment of the pros/cons of the approach. Element 4: Evaluate the potential of contracting for services with another provider. • Evaluate the fiscal and operational implications of contracting with an alternative provider. • Provide an assessment of the pros/cons of the approach. Element 5: Prepare an Executive Summary Report and Presentation • Evaluate and provide alternatives for consideration that optimize current and future states. • Provide high-level fiscal projections for any prioritized alternatives. • Provide pros/cons of any prioritized alternatives. • Provide implementation strategies. Fitch & Associates, LLC will travel to the City of Edmonds for project kick-off and data gathering. The key deliverable for the project is to be a clearly written executive summary outlining our conclusions and actionable recommendations. In addition, a professional presentation will be developed and presented to the City Council at an in -person meeting. It is understood that project work will include access to proprietary documents and information. Both parties acknowledge that Fitch & Associates, LLC represents other medical transportation and related organizations. Fitch & Associates, LLC agrees that confidential information about the City or its related entities will not be released, except as required by law, without the prior approval of the City. Fitch & Associates, LLC agrees to execute a Business Associate Agreement as required under federal guidelines in accordance with what is commonly referred to as "HIPAA." The City agrees that it shall not release any of Fitch & Associates, LLC's materials provided, or utilized during the process, without written permission. Personnel utilized to complete this Agreement will be the principles and employees of Fitch & Associates, LLC or its related entities. The City will be contacted, in advance if possible, should a change of personnel be necessary. The City agrees not to employ, or offer employment to any of Fitch & Associates LLC's personnel, for a period of two years following the conclusion of this Agreement without written permission. 2901 Williamsburg Terrace Suite G ■ PO Box 170 ■ Platte City, MO 64079 ■ Office: (816) 431-2600 ■ Fax: (816) 431-2653 ■ www.fitchassoc.com Packet Pg. 14 7.1.c Schedules outlined in documents are approximate and may be modified by agreement of the parties. Fitch & Associates, LLC will not be held liable for schedule compliance should the City request or require schedule adjustments. If for any reason any portion of this Agreement between the parties is in dispute, both parties will make best efforts to resolve the dispute without resorting to litigation. Fee Schedule: Professional fees to accomplish the engagement shall be $44,500. These fees shall be paid as follows: Fifty percent ($22,250) is due upon the execution of this Agreement. Fifty percent ($22,250) is due upon receipt of the Final Executive Summary Report. Usual and customary travel and related expenses including telephone, printing, and postage are included in the professional fees. If the City requests additional services, or a broader scope of work, the parties agree to amend this Agreement for an additional fixed cost or provide customized services at an hourly rate of $275• In the event the City determines not to proceed with this Agreement during its term, Fitch & Associates, LLC may retain all sums paid by the City for any expenses incurred and for work actually performed, but unpaid by the City, at an hourly rate of $275. However, the initial payment due upon execution of this Agreement is guaranteed and not subject to this provision. Fitch & Associates, LLC will submit an itemized bill for services rendered through the date of termination, both paid and unpaid, and upon full payment, other obligations of either party to this Agreement shall terminate. 2901 Williamsburg Terrace Suite G • PO Box 170 • Platte City. MO 64079 • Office: (816) 431-2600 ■ Fax: (816) 431-2653 • .,- . Packet Pg. 15 7.1.d 1 November 2023 Beckie Peterson Executive Assistant City of Edmonds 121 5th Avenue North Edmonds, WA 98020 Dear Beckie Peterson: Thank you for your inquiry and considering Fitch & Associates to conduct a Fire Services Feosibility Assessment for the City of Edmonds. Per our discussion, we have prepared a high-level scope of work for your consideration. The suggested scope of work document has been coalesced into common "Elements" for clarity and to align consulting and data analyses. Per our conversation, our understanding is that the intent is to evaluate the fire service delivery models, performance, and cost of services to ensure long-term sustainability. The intent is to evaluate the current fire service delivery models and the efficacy of the Regional Fire Authority (RFA) proposal, an evaluation of the creating an internal fire department, and potential contractual relationship with another provider. Ultimately, recommendations will be provided for any substantive alternatives with cost vs benefit assessments. The overall intent is to evaluate the current state and make recommendations that that are fiscally and operationally sustainable and that meet expectations. Scope of Work: Element 1: Establishing Current and Desired Performance • Update a quantitative data assessment of response times. • Discuss with the policy group the desired performance and the associated costs for each service level. Element 2: Evaluate the efficacy of annexing into the RFA. • Evaluate the fiscal implications of the RFA proposal for the City. • Provide an assessment of the pros/cons of the approach. Element 3: Evaluate the efficacy of providing fire services as a City department. • Evaluate the fiscal and operational implications creating a new city department. • Provide an assessment of the pros/cons of the approach. Element 4: Evaluate the potential of contracting for services with another provider. • Evaluate the fiscal and operational implications of contracting with an alternative provider. • Provide an assessment of the pros/cons of the approach. Element 5: Prepare an Executive Summary Report and Presentation • Evaluate and provide alternatives for consideration that optimize current and future states. • Provide high-level fiscal projections for any prioritized alternatives. 2901 Williamsburg Terrace Suite G ■ PO Box 170 ■ Platte City, MO 64079 ■ Office: (816) 431-2600 ■ Fax: (816) 431-2653 ■ www.fitchassoc.com Packet Pg. 16 7.1.d • Provide pros/cons of any prioritized alternatives. • Provide implementation strategies. The key deliverable for the project is to be a clearly written executive summary outlining our conclusions and actionable recommendations. In addition, a professional presentation will be developed and presented to the City if desired.. The approach we use blends your team's intimate knowledge of the area and environment with our broad experience working with diverse emergency service models. The firm has managed Fire/EMS system implementations and transitions over our 35+ year history. One of the Firm's partners is involved in every project. I will serve as the partner on this project. Information on the staff and the Firm is available at our website http://www.fitchassoc.com. Thetotal professional servicesfee will be $44,500. This is a fixed price proposal inclusive of travel and expenses. Travel times are anticipated at project kickoff and information gathering as well as the final presentation. The completiontime will be two months and will begin from the time that we receive the requested data at project kickoff. I hope this information is helpful to you in considering Fitch & Associates for your important project. Thank you again for allowing us to present this proposal for your consideration. Sincerely, 6):�� 4�w Steven Knight, PhD Partner 816-500-7481 sknight@fitchassoc.com 2901 Williamsburg Terrace Suite G ■ PO Box 170 ■ Platte City, MO 64079 ■ Office: (816) 431-2600 ■ Fax: (816) 431-2653 ■ www.fitchassoc.com Packet Pg. 17 7.1.d Proposed Project Staff Chief Steven Knight (Ret.), PhD, Partner. Dr. Knight has nearly 25 years of experience and retired as the Assistant Fire/EMS Chief for the City of St. Petersburg, Florida. He has served as a subject matter expert for both the National Fire Academy and the Center for Public Safety Excellence (CPSE). He has also served as a team leader and peer assessor for the Commission on Fire Accreditation International (CFAI) and has held multiple faculty appointments in Fire Science and EMS. Dr. Knight previously served the International City and County Management Association (ICMA), as the Senior Manager for Fire and EMS. Dr. Knight holds a PhD from the University of South Florida in Curriculum and Instruction and a Minor in Research and Measurement, a master's degree in public administration from Troy University and a Bachelor's in Fire & Safety Engineering from the University of Cincinnati. Chief Knight is also a graduate of and faculty for the Executive Fire Officer Program (EFO) through the U.S. Fire Administration, Federal Emergency Management Agency. Knight has been accredited multiple times as a Chief Fire Officer (CFO) through the Center for Professional Credentialing. Knight also served as an adjunct professor at St. Petersburg College and the State College of Florida in their Fire Science and Public Safety Administration Programs, is the former program director for Emergency Medical Services at the Manatee Technical Institute and is an affiliate faculty with the University of Central Florida's College of Medicine. Bruce J. Moeller, PhD — Senior Consultant. Dr. Moeller most recently served as Executive Director for Safety & Emergency Services in Pinellas County, Florida and as Interim Chief of Staff for the County. Pinellas County is a community of almost 1 million residents; his areas of responsibility include 9-1-1, EMS &Fire Administration, Justice & Consumer Services, Radio & Technology, Emergency Management and Animal Services. Prior to his current role, Dr. Moeller served as city manager in Sunrise, Florida. Moeller's background includes 30+ years of public safety service, culminating as Chief of Department for several fire -rescue agencies, including Broward County, Florida. Dr. Moeller is active in fire service and public management organizations, having served in committee and leadership roles for the International City County Management Association (ICMA), National Fire Protection Association (NFPA), and International Association of Fire Chiefs (IAFC). He is also an active member of the International Chiefs of Police (IACP). 2901 Williamsburg Terrace Suite G ■ PO Box 170 ■ Platte City, MO 64079 ■ Office: (816) 431-2600 ■ Fax: (816) 431-2653 ■ www.fitchassoc.com Packet Pg. 18 7.2 City Council Agenda Item Meeting Date: 11/30/2023 Staff Proposed Changes to 2024 Proposed Budget Staff Lead: Director Dave Turley Department: City Council Preparer: Beckie Peterson Background/History The 2024 Proposed Budget was delivered to Council on October 2, 2023. Staff Recommendation Review and deliberate these staff proposed adjustments/ changes to the 2024 Proposed Budget. Narrative Each year, there are additions, corrections and updates needed from the time the budget process begins (August/September). These items are those staff -proposed changes. Attachments: Staff Proposed Changes 11.30.2023 Staff Proposed Changes 1 final Staff Proposed Changes 2 Staff Proposed Changes 3 Utility Rates Staff Proposed Changes 4 Municipal Arts Fund Staff Proposed Changes 6 BID Staff Proposed Changes 5 PD Staffing Staff Proposed Changes 7 Planning Staff Proposed Changes 8 Parks Staff Proposed Changes 9 Street Construction Staff Proposed Changes 10 Labor Contract Staff Proposed Changes 11 Packet Pg. 19 7.2.a or NEW CM Fund Description DepartmentAmend NEW STAFF GF Salary Commission Update for Council Council NEW STAFF GF Salary Commission Update for Mayor Mayor NEW STAFF GF/ Water/ Sewer/Storm Utility Rate Update Multiple NEW STAFF GF Transfer to Fund 117 (Municipal Arts Acquisition Fund) CSED NEW STAFF GF Police Department Admin Staff Salary Adjustment Police DP12 STAFF BID dues Update Business Improvement District Budget CSED NEW STAFF GF Planning and Develop. Professional Services - Code Update Planning & Dev NEW STAFF GF Meadowdale Preschool Expenses Parks NEW STAFF Fund 112 Reduce Budget for Traffic Impact Fees Street Construction/Improvement NEW STAFF GF Commissioned Officer Negotiations Police NEW STAFF GF Reduce Non -Rep Salaries/Benefits increase 4.6% to 4.0% Multiple N O M O (L cc r U) c d E .r N 7 .a Q d C! 7 m V N O N M N O N O M r r N d C L U m N O CL O L a M CO c a� E z r r Q Packet Pg. 20 7.2.b Decision Package Budget Report City of Edmonds —Staff New Decision Package - Title : Salary Commission Update for Council Amendment Regarding DP#: Date Budget Year Duration Approval Status 11/30/2023 2024 Staff Ongoing Pending Item Description Salary Commission Update for Council Justification The salary commission in September recommended, and Council approved, increases to the salaries of Council members. This adjustment is needed to provide the already -approved spending authority. Describe All Funding Sources General Fund (no specific funding source identified) Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expenditure): This is an ongoing expenditure. Project Status (if Applicable) N/A FISCAL DETAILS Expenditures $38,685 Revenues$0 Net Budget $38,685 Packet Pg. 21 7.2.c Decision Package Budget Report City of Edmonds —Staff New Decision Package - Title: Salary Commission Update for Mayor Amendment Regarding DP#: Date Budget Year Duration Approval Status 11/30/2023 2024 Staff Ongoing Pending Item Description Salary Commission Update for Mayor Justification The salary commission in September recommended, and Council approved, increases to the Mayor's salary. This adjustment is needed to provide the already -approved spending authority. Describe All Funding Sources General Fund (no specific funding source identified) Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expenditure): This is an ongoing expenditure. Project Status (if Applicable) N/A FISCAL DETAILS Expenditures $21,904 Revenues$0 Net Budget $21,904 Packet Pg. 22 7.2.d Decision Package Budget Report City of Edmonds —Staff New Decision Package - Title : Utility Rate Update Amendment Regarding DP#: Date Budget Year Duration Approval Status 11/30/2023 2024 Staff Ongoing Pending Item Description Utility Rate Update Justification The City Council approved utility rate increases after the proposed budget was presented. This adjustment is needed to provide the already -approved spending authority. Describe All Funding Sources Water, Storm, and Sewer Rates Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expenditure): This is an ongoing adjustment to both revenues and expenditures. Project Status (if Applicable) N/A FISCAL DETAILS This includes both revenues and expenses to multiple funds. Net positive impact to the General Fund is $189,647, to the Water Fund $685,249, to the Sewer Fund $302,846 and negatively impacts the Storm Fund by $324,006. Net impact overall is a positive impact to fund balances of $853,231. Packet Pg. 23 7.2.e Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title : Transfer to Fund 117 (Municipal Arts Acquisition Fund) Amendment Regarding DP#: Date Budget Year Councilmember Duration Approval Status 11/30/2023 2024 Staff One-time Pending Item Description Transfer to Fund 117 Justification In most years, the budget has included a transfer of $15,000 from the General Fund to the Municipal Arts Acquisition Fund. As part of broader cost-cutting measures, this transfer was not included in the 2023 or 2024 budgets. Department staff are asking that this transfer be added back to the 2024 budget consistent with Ordinance 2667. Describe All Funding Sources General Fund (no specific funding source identified) Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expenditure): N/A Project Status (if Applicable) N/A FISCAL DETAILS Expenditures $30,000 (to General Fund) Revenues $30,000 (to Fund 117) Net Budget $0 Packet Pg. 24 7.2.f Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title : Updated Business Improvement District Budget Amendment Regarding DP#: Date Budget Year Councilmember Duration Approval Status 11/30/2023 2024 Staff One-time Pending Item Description The Business Improvement District (BID) requests to make adjustments to the proposed budget. Justification Describe All Funding Sources BID dues Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expenditure): This is a one-time adjustment that includes a small increase to expenses and an adjustment to reduce the revenue shown in the original decision package. The original decision package incorrectly included the beginning balance as "revenue," therefore showing $31,417 more revenue than is projected. This change corrects this error. Protect Status (if Applicable) N/A FISCAL DETAILS Expenditures $1,050 (Increase) Revenues $31,417 (Reduction) Net Budget $32,467 Packet Pg. 25 7.2.g Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title : Police Department Administrative Staff Salary Adjustments Amendment Regarding DP#: Date Budget Year Councilmember Duration Approval Status 11/30/2023 2024 Staff Ongoing Pending Item Description Increase to Administrative Staff Salaries Justification In February of 2023 the Public Safety Committee and Council approved an increase in salary for our Executive Assistant I and II and an increase in hours for our administrative assistant position so we could create a Admin Unit within the police department for efficiency with daily tasks and projects. The condition that council approved the increase under was that we would make the change request official in the 2024 budget request. This is that proposal. After our budget package was approved in 2022 for the 2023 fiscal year, we evaluated our administrative staff needs further and found there was some changes that should be made to create efficiencies within the department involving the administrative workload. We requested in the February 21, 2023 Public Safety Committee meeting that our Executive Assistant position be reclassed to an Executive Assistant II position, the Administrative Assistant position that we had added to our 2023 budget be reclassed to an Executive Assistant I position and that our existing part time (.5 FTE) admin assistant position be increased to a (.75) employee. This request was granted on the condition that we request the change be made permanent for the 2024 budget. This budget package is requesting those changes be made permanently moving forward in the PD budget. We put all of these changes into effect in March of 2023 after council approved it on the consent agenda and had great operational success to date. The impact on budget for each position is: Moving the .5 FTE to a .75 FTE employee cost is $22,713, Reclassing the Chief's Executive Assistant position to an Executive Assistant 11 with supervisor duties cost is $11,729, Reclassing the admin position added in the 2023 budget to an Executive Assistant I position cost is $15,579. Describe All Funding Sources General Fund (no specific funding source identified) Describe Future on OnaoinR Costs (Expenditure) or Savings (Reduction of Expenditure): This is an ongoing adjustment to expenditures. FISCAL DETAILS Expenditures $50,021 Revenues$0 Net Budget $50,021 Packet Pg. 26 7.2.h Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title: Planning & Development Professional Services budget for Code updates Amendment Regarding DP#: Date Budget Year Councilmember Duration Approval Status 11/30/2023 2024 Staff One-time Pending Item Description Staff is proposing to carry forward professional services budget from 2023 to 2024; this was omitted from the Proposed Budget in error. Justification 1) To meet a State mandated Comprehensive Planning process and resultant Plan, and 2) deliver on City Council's commitment to a "code rewrite", funding is needed to continue the following contracts: Comprehensive Plan Update & EIS $649,000 Code Modernization — Unified Development Code $160,000 Code Modernization — Climate Action Plan Legislation $25,000 Describe All Funding Sources General Fund (no specific funding source identified) Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expenditure): This is a one-time expenditure for 2024. Project Status (if Applicable) N/A FISCAL DETAILS Expenditures $834,000 Revenues$0 Net Budget $0 Packet Pg. 27 7.2.i Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title: Meadowdale Preschool Expenses Amendment Regarding DP#: Date Budget Year Councilmember Duration Approval Status 11/30/2023 2024 Staff Ongoing Pending Item Description Funding needed to continue the Meadowdale Preschool in the Fall of 2024. Justification The Meadowdale Preschool 2023-24 school year program has 19 students enrolled. This represents a decline in typical enrollment and may be attributed to the Edmonds School District adding preschool to a handful of schools, at least two are within 5 miles of the Meadowdale Preschool. The school district is able to provide a program that is slightly longer each day and offers lunch with the potential convenience of dropping off preschool age children at the same location as older siblings. Staff suggested that the Meadowdale Preschool be discontinued at the conclusion of the 2024 school year in June in large part due to the decline in enrollment and revenues but also due to the significant increase in expenses, particularly payroll expenditures. The projected deficit to the general fund in the proposed budget is an annual subsidy of approximately $62,000. This decision package reinstates the preschool to a year-round program adding back in the expenses for September, October, November and December of 2024 assuming the current enrollment level of 19 students. Efforts will continue to establish practices that increase revenue while also decreasing expenses where possible to minimize the subsidy, but it will remain a subsidized recreation program. Describe All Funding Sources General Fund —participant tuition Describe Future on Ongoine Costs (Expenditure) or Savines (Reduction of Expenditure): This is an ongoing expenditure. Project Status (if Applicable) N/A FISCAL DETAILS Expenditures $64,956 Revenues $28,500 Net Budget $36,456 Packet Pg. 28 7.2.j Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title : Reduce Budget for Traffic Impact Fees Amendment Regarding DP#: Date Budget Year Councilmember Duration Approval Status 11/30/2023 2024 Staff One-time Pending Item Description Reduce the budget for Traffic Impact Fees revenue to the Street Construction Fund 112 Justification After receiving updated estimates of ongoing and future building and development in the City, staff has determined that our revenue budget for traffic impact fees is overstated and should be reduced accordingly. Describe All Funding Sources N/A Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expenditure): This is a one-time reduction that will be reevaluated in next year's budget. Protect Status (if Applicable) N/A FISCAL DETAILS Expenditures $0 Revenues $380,000 (reduction) Net Budget $380,000 Packet Pg. 29 7.2.k Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title: Commissioned Officer Negotiations Amendment Regarding DP#: Date Budget Year Councilmember Duration Approval Status 11/30/2023 2024 Staff Ongoing Pending Item Description Commissioned Officer Negotiations Justification One labor contract is still under negotiation. The proposed budget includes planned increases in ranges approximately 5%, it is now anticipated that increases in the range of around 12% are more likely to be approved. This DP adds budgetary authority in anticipation of this possible increase to salaries and benefits. Describe All Funding Sources General Fund (no specific funding source identified) Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expenditure): This is an ongoing increase to expenses. Protect Status (if Applicable) N/A FISCAL DETAILS Expenditures $200,414 Revenues$0 Net Budget $200,414 Packet Pg. 30 7.2.1 Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title : Reduce Non -Rep Salaries & Benefits increase from 4.6% to 4% Amendment Regarding DP#: Date Budget Year Councilmember Duration Approval Status 11/30/2023 2024 Staff Ongoing Pending Item Description The proposed budget included an estimate for increases to salaries and benefits for non -represented staff of 4.6%. After the proposed budget was delivered, Council approved a 4.0% increase. This DP is to reduce the amount of salaries and benefits budget to account for the lower percentage that was approved. Justification Describe All Funding Sources N/A Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expediture): This is an ongoing expenditure reduction. Project Status (if Applicable) N/A FISCAL DETAILS Expenditures $54,213 (Reduction) Revenues$0 Net Budget $54,213 (Reduction) Packet Pg. 31 7.3 City Council Agenda Item Meeting Date: 11/30/2023 Proposed Revision of Purchasing Policy and Spending Authority Staff Lead: Council President Tibbott Department: City Council Preparer: Beckie Peterson Background/History The current Purchasing Policy was adopted in May 2022. Recommendation Discuss and consider the merits of changes to the Purchasing Policy. Narrative The Council President requested the City Attorney prepare an amendment to the purchasing policies that would temporarily reduce by 50% the council's delegation of contracting authority to the administration. Please find attached a resolution along with the proposed revisions to the purchasing policies. Attachments: 2023-11-27 resolution 2023-11-27 conversation of PDF PurchasingPolicy dated May2022 Packet Pg. 32 7.3.a RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF EDMONDS, WASHINGTON, TEMPORARILY AMENDING THE CITY'S CONTRACTING AND PURCHASING POLICIES AND PROCEDURES. WHEREAS, state law vests all contracting authority with the city council; and WHEREAS, the city council may delegate that authority, or parts of it, to the administration; and WHEREAS, the city council has adopted a contracting and purchasing policy to set forth the extent of that delegation; and WHEREAS, the city council would like to temporarily reduce by fifty -percent the extent of its delegation under the contracting and purchasing policies as part of an effort to more carefully evaluate city expenditures; now therefore, THE CITY COUNCIL OF THE CITY OF EDMONDS, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. The City of Edmonds Contracting and Purchasing Policies and Procedures are hereby amended to read as set forth in Exhibit A, which is attached hereto and incorporated herein as if set forth in full. Section 2. The May 2022 version of the City of Edmonds Contracting and Purchasing Policies and Procedures shall take effect again on January 1, 2025 unless subsequently amended by separate resolution. RESOLVED this day of , 2023. CITY OF EDMONDS MAYOR, MIKE NELSON ATTEST: CITY CLERK, SCOTT PASSEY Packet Pg. 33 7.3.a FILED WITH THE CITY CLERK: PASSED BY THE CITY COUNCIL: RESOLUTION NO. �L O t Q _ _ 4) Q cn _ R c.i O a tm �a t L a O _ O .y d O N O CL O L a c O 0 U) a� L ti N cM N O N _ d E L t� lC r.+ r.+ Q Packet Pg. 34 7.3.b City of Edmonds d,qC. 1 $9" Contracting and Purchasing Policies and Procedures May 2022 Packet Pg. 35 Table of Contents 7.3.b Paqe Policy... Purpose Authority.................................................................................................................. Parameters............................................................................................................. Procurement of Products........................................................................................ Procurement and Surplus of Vehicles and Equipment ........................................... Procurement of Professional Services.................................................................... A. Professional, Technical, and Other Services ........................................... B. Architectural, Engineering and Land Surveyor Services (A/E) ................ Grant Agreements and Grant Reimbursement Documents .................................... Procurement of Public Works................................................................................. BiddingRequirements............................................................................................. BidProcedures.................................................................................................. Apprentice Requirements.................................................................................. Responsible Bidder Criteria............................................................................... SmallWorks Roster................................................................................................ Change Orders on Public Works Construction Contracts ....................................... Final Acceptance of Public Works Projects............................................................ JobOrder Contracting............................................................................................ Reimbursement of Expenses.................................................................................. OtherIssues........................................................................................................... Interlocal Agreements........................................................................................ Sole Source Procurement.................................................................................. Special Market Conditions................................................................................. Emergencies...................................................................................................... Record Retention Requirements........................................................................ State Minimum Bidding Requirements............................................................... Conflictsof Interest............................................................................................ Forms and Templates........................................................................................ Recyclables....................................................................................................... SurplusItems..................................................................................................... Store -Issued Charge Cards............................................................................... PurchaseCards................................................................................................. QuickChecks..................................................................................................... EarlyRelease.................................................................................................... PettyCash......................................................................................................... BudgetAdjustments........................................................................................... Exclusive Contract Agreements......................................................................... Expenditures of Direct or Indirect Federal Financial Assistance ........................ Safeguard Personally Identifiable Information................................................... Finance Committee............................................................................................ CONFLICT OF INTEREST DISCLOSURE FORM ................................................. �a 3 3 3 4 4 4 4 5 6 6 6 8 9 .... 12 .... 13 .... 14 .... 14 .... 14 =R] City of Edmonds Purchasing Policy May 2022 Page 2 of Packet Pg. 36 7.3.b Policy The City of Edmonds will acquire goods and services in a manner that results in the most efficient deliveryof the same considering cost and value received. To avoid conflict of interest, procurement will be impartial. Procurement of goods and services will provide the City with the best quality for the best value and will be for the benefit of the public. Employees are prohibited from making purchases for personal use and charging any City vendor account. Purchases willbe made within budget limits and to meet goals and objectives approved in the City's budget. Potential purchases that are not within budget limits will be pre -approved through a budget amendment process. All City purchases will ultimately be approved by the City Council through the voucher approval process. Purpose This administrative manual establishes City responsibilities and policies, procedures, and practices to follow to purchase equipment, materials, and services. All employees must follow established policies and procedures. The City's purchasing policies and procedures, however, are intended solely for the benefit ofthe City. Nothing therein shall be interpreted to create any specially benefited or protected class of persons, or any private cause of action against the City. Adherence to policies and procedures will ensure that publicpurchases and contracts are open, fair, and at the least cost to the public. Policies and procedures are divided into six major areas: 1) Procurement of Products, 2) Procurement of Professional Services, 3) Procurement of Public Works, 4) Bidding Requirements, 5) Reimbursement of Expenses, and 6) Other Issues. Authority A department director (or designee), acting within his/her department budget, is authorized to provide for supplies and services purchases. To ensure the City's fiscal responsibility, purchases are coordinated through the Finance Department. The City's procurement procedures are based on Revised Code of Washington minimum standards, Edmonds City Council adopted resolutions and ordinances, rules and guidelines from the State Auditor's Office, and recommendations from Municipal Research Services Center. Parameters Dollar -value ranges indicated pertain to each purchase (including tax, freight, handling and set up costs, if applicable). Purchases cannot be broken into multiple purchases to avoid compliance with State statutes and City policies. Procurement of goods or services specifically identified and approved by Council during the budget process are excluded from pre -approval requirements. Any contract that extends beyond the approved budget cycle or which has continuing provisions r_ (indemnities) which impose obligations beyond the budget cycle must go to Council for authorization; provided that the Mayor (or designees) shall be authorized to execute contracts with L indemnity provisions that survive expiration or termination of the contracts if the following conditions are met: (1) City Attorney determines that the indemnity provision is in a standard form that assigns c risks in a manner consistent withthe costs and purposes of the contract; and (2) the dollar value of the contract is less than $100,000 50 000. N Procurement of Products N 0 N Purchasing decisions costing $50,000 25 0.00 or less must be approved by the department director (or designee). Purchases costing between $20,000 and $35,000 require at least three telephone quotes from vendors (unless the items are from a sole source vendor), and completion of thevendor quote form. w a Purchasing decisions costing more than $35,000 but less than $50,000 must be approved City of Edmonds Purchasing Policy May 2022 Page 3 of Packet Pg. 37 7.3.b by the department director (or designees). Purchases require written quotations from, if possible, at least three vendors (unless the items are from a sole source vendor or if only two possible vendors can be found). Purchasing decisions costing more than $50,000 25 0.00 but less than $100;000 50 000 must be approved by the department director and the Mayor (or their designees). Purchases require written quotations from, if possible, at least three vendors (unless the items are from a sole source vendor or if only two possible vendors can be found). Purchases in excess of $100,000 must be bid competitively (unless the items are from a sole source vendor). See Bidding Requirements below. The City Council must authorize the call for bids for a purchase estimated at $100,000 or more, as well as award the ,.,,.,+r�,+ Purchases of $50,000 or more must be authorized by the City Council regardless of whether they are competitively bid. When soliciting quotes, the City will not inform a vendor of other vendors' quotes. All quotes/bids must be awarded to the lowest responsible bidder. Procurement and Surplus of Vehicles and Equipment The Mayor (or designee) is authorized to approve the purchase of new vehicles and equipmentwith a value of less than $250,000, provided funds specific to the equipment or vehicle have been budgeted by the City Council. The Mayor (or designee) is authorized to surplus vehicles and equipment designated for replacement or disposal in accordance with state law, without reference to the provisions of Chapter 3.01 ECC. Procurement of Professional Services A. Professional, Technical, and Other Services 1. Professional, Technical and Other services include disciplines not specifically related to A/E such as attorneys, computer programmers, financial analysts, bond counsels, artists, planners,real estate appraisers, landscapers, etc. 2. Purchase of professional services requires completion of a City professional service contract that describes services to be performed and purchase price. 3. The department director (or designee) must approve purchases of professional services costing $50 000 25 0.00 or less, and provided funds have been budgeted is authorized to sign the contract. 4. The department director and the Mayor (or their designees) must approve purchases of professional services costing more than $50,000 25 000 but less than $100;009 50 000. The Mayor is authorized to sign the contract provided funds have been budgeted. 5. Professional services with an estimated consultant fee of $100,000 or greater, require a focused public solicitation to ensure the consultant has the necessary expertise. If the work is not part of a project listed in the most current City Council Approved budget or CIP, a summary of the public solicitation must be put on the City Council agenda for approval prior to advertisement. The City Council must approve Professional Service contracts costing more than $100,000 50 000, and authorize the Mayor to sign the contract. 6. Expertise, experience, including prior experience with the City, timeframe for completing projects, and the value of a negotiated agreement will be considered when choosing a consultant/firm to perform professional services. B. Architectural, Engineering and Land Surveyor Services (A/E) 1. Procurement of A/E services will be in accordance with Chapter 39.80 RCW, unless the guidelines in 2 CFR 200 apply and are more restrictive, in which case the more City of Edmonds Purchasing Policy May 2022 Page 4 of Packet Pg. 38 7.3.b restrictive requirements must be met. The statute requires advance notice of the need for professional services (RCW 39.80.030), evaluation of firms' qualifications and performance (RCW 39.80.040), and negotiation with firms in accordance with adjudged City of Edmonds Purchasing Policy May 2022 Page 5 of Packet Pg. 39 7.3.b qualifications (RCW 39.80.050). A/E purchases will be coordinated through the Public Works Department to ensurecompliance with State statutes. 2. The department director (or designee) are designated authority to approve advertising Requests for Qualifications (RFQ's) for A/E services when the estimated consultant contract fee is $50,000 25 000 or less and to approve proceeding with procurement of A/E services using the A/E Consultant Roster, provided funds have been budgeted by Council. 3. The department director and the Mayor (or their designees) must approve consultant contracts when the estimated consultant contract fee is greater than $50,000 25 000, but less than $100,090 50 000, provided funds have been budgeted. The Mayor is authorized to sign the contract. 4. Per Resolution 1155 the City utilizes the A/E consultant roster maintained by Municipal Research and Services Center (MRSC). 5. Selection of an A/E consultant from the consultant roster may be made if the estimated consultant fee is $100,000 or less. If Federal funds are used to pay for all or a portion of the cost, the City must perform formal bidding at the federal threshold of $100,00 under Pre-UG or $150,000 under UG. 6. All projects with an estimated A/E consultant fee of $100,000 or greater, and projects that are sufficiently complex/unique will require a focused public solicitation advertised as a Request for Qualification (RFQ's) to ensure the A/E consultant has the necessary expertise. If the project is not listed in the City's current City Council Approved budget or CIP, a summary of the RFQ and project details must be put on the City Council agenda for approval prior to advertising the RFQ. The City Council must approve A/E Professional Service contracts costing more than $100,080 50 000, and authorize the Mayor to sign the contract. 7. A selection panel, with a minimum of three employees, shall be used to select an A/E consultant when the estimated consultant fee exceeds $100,000. A selection panel is optional when theA/E consultant fee is estimated to be less than $100,000. 8. Purchase of A/E services require completion of a City professional service contract that describes services to be performed and purchase price. Grant Agreements and Grant Reimbursement Documents The Mayor shall be authorized to execute grant agreements for capital projects where the City Council previously authorized the project in the current Capital Improvement Program and, for growth -related projects, where the scope of the project is substantially consistent with the project description in the Capital FaciIities Plan. Once a grant agreement has been properly executed as provided above, the director of the department overseeing the capital project may execute documents necessary to implement the grant agreement, including documents necessary for the city to be reimbursed by the granting agency. The Federal Highway Administration, through the State, sometimes authorizes Federal transportation funding to the City of Edmonds for transportation projects. The Code of Federal Regulations, 2 CFR 200.415(a) has been revised to ensure that final fiscal reports or vouchers requesting payment under Federal agreements must include the following certification, which, under the this policy, may be signed by the Mayor, Director, or City Engineer, who are hereby authorized to legally bind the City for the sole purpose of requesting reimbursement for Federally funded transportation project to terms that are consistent with the applicable grant agreement. "By signing this report, I certify to the best of my knowledge and belief that the report is true, complete and accurate, and the expenditures, disbursements and cash receipts are for the purposes and objectivesset forth in the terms and conditions of the Federal award. I am aware that any false, City of Edmonds Purchasing Policy May 2022 Page 6 of Packet Pg. 40 7.3.b fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section1001 and Title 31, Sections 3729-3730 and 3801-3812)." Procurement of Public Works RCW 39.04.010 defines public works to include all work, construction, alteration, repair or improvement other than ordinary maintenance, executed at the cost of the City. (Most public works projects are multiplecraft, defined as more than one type of work being executed.) 1. City employees may be used to perform public works projects until the accumulated costs of public works projects performed by them during a budget cycle meets ten percent of the City's public works construction budget; PROVIDED that, for any public works project costing more than sixty-five thousand dollars, if multiple crafts or trades are involved, or forty thousand dollars, if only a single craft or trade is involved, must be bid competitively. See Bidding Requirements below. 2. Starting in January 1, 2010, the bid limits above will be sixty five thousand dollars and forty thousanddollars, respectively. 3. Once the accumulated cost of public works project performed by City employees during a budget cycle meets or exceeds ten percent of the City's public works construction budget, all other public works projects must be bid competitively, regardless of estimated costs. See Bidding Requirement below. 4. Public works projects are governed by prevailing wage requirements, regardless of contract amount. 5. Except as noted below for Small Works Roster or limited public works, a bid bond of five percent will be required on all public works bids, and a performance bond (or retainage for public works contracts of thirty five thousand dollars or less) will also be required pursuant to Chapter 39.08 RCW on public works contracts. Bidding Requirements The competitive bid process is generally (although not exclusively) used for public works projects. Dollar -value ranges indicated pertain to each purchase (including tax, freight, handling and set up costs, if applicable). Purchases cannot be broken into multiple purchases to avoid compliance with State statutesor City policies and procedures. Negotiations on bids are not permitted. Bid Procedures 1. Authorization for Bids " Authorization to call for bids will be approved by the department director (or designee) for public a worksprojects estimated at less than $50,000; and by the department director and the Mayor (or their designees) for a public works project costing more than $50,000. If the project is not ° included in the current City Council Approved budget or CIP, the City Council must authorize the o call for bids for a project estimated at $100,000 or more. N L 2. Publication of Notice > After proper authorization, the requesting department director (or designee) will publish the 0 advertisement for Bids reasonably in advance of the bid submittal deadline in the official F­ newspaper ora newspaper of general circulation most likely to bring responsive bids. `7 3. Notice Contents M N Notice (or advertisement) for bids should contain definite specifications and procedures for N bidders touse to estimate their bids. A bid notice for public work should include: m - project title, E nature and scope of work or goods sought, a - where contract documents (plans and specifications) can be reviewed or obtained, City of Edmonds Purchasing Policy May 2022 Page 7 of Packet Pg. 41 7.3.b cost, if any, to obtain a set of contract documents, - place, date, and time that bids are due, place, date, and time that bids will be opened (if different from above), - materials and equipment to be furnished by the City, if any, statement that a bid bond must accompany the bid for public works projects, and a - statement that the City retains the right to reject any and all bids and to waive minor irregularities in the bidding process. In addition, the City may provide evaluation criteria; minimum qualification expectations; date, time, and location of pre -bid conference (if applicable); and name, address, and telephone number of the project contact to assist bidders in preparing responsive submittals. 4. Bid Opening Bids are submitted to the City Clerk's Office, where they are time and date stamped and processed. No bids will be opened prior to the predetermined date and time. 5. Report on Bids The requesting department director will report on all bids received with a recommendation on the lowest responsible bidder, if any, or to reject all bids. 6. Bid Award Unless all bids are rejected, a winning bid must be awarded to the lowest responsible bidder by the department director (or designee) for a public works project costing less than $50,000 25 000; and by the department director and the Mayor (or their designees) for a public works project costing more than $50,000 25 0.00 but less than $100,000 50 000. The City Council must award bids which exceed $100;c00 50 000. The City may choose to reject all bids for any reason. The following shall apply to bid solicitations: Selection of a winning offer is based primarily on low bid, after factoring whenever possible 2 such costs as maintenance and operations over the expected period of use. Consideration, a0 however, may also be given for the following: • Ability, capacity, expertise and skill of the bidder to perform the contract. s L • Character, integrity, reputation, judgment, experience, and efficiency of bidder. a U_ • Ability to perform within time specified. a • Quality of performance of previous contract(s). c 0 • Other information having a bearing on the decision to award the contract. N L • Minimum qualifications must be provided to ensure respondents are reasonably qualified. _ Minimum qualification requirement should be compared against the marketplace to ensure they �0, are not overly restrictive. N • To ensure consistency and fair process, the City will use standard forms, documents, M contracts, and terms and conditions, when practical. The Public Works & Finance c Departments will maintaintemplates for bid -related documents for use by departments. The ci City may use an evaluation selection committee to promote an open and proper selection. The requesting department director will appoint committee members to act in an advisory m capacity. c� • When practical, the City will conduct a pre -bid conference to allow a thorough discussion of a the City's expectations, intent, scope, specifications, and terms. Interested companies should be encouraged to attend. City of Edmonds Purchasing Policy May 2022 Page 8 of Packet Pg. 42 7.3.b Every bidder for a public works contract that is expected to cost one million dollars or more must submit as part of the bid, or within one hour after the published bid submittal time, the names of thesubcontractors with whom the bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the prime contract bidder must indicate which subcontractor will be used for which alternate. Failure of bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or moresubcontractors to perform the same work shall render the bid nonresponsive and, therefore, void. • If no responsive bid is received on the first call the City may re -advertise and make a second call, or without any further call, it may enter into a negotiated contract, purchase the supplies, material or equipment or perform the work or improvement using its own employees. Apprentice Reauirements A. Definitions. 1. "Apprentice" means an apprentice enrolled in a state -approved apprenticeship training program. 2. "Contractor" means a person, corporation, partnership, limited liability company, or joint venture entering into a contract with the City to construct a public work. 3. "Labor hours" refers to the total number of hours worked by workers receiving an hourly wage who are directly employed on the site of the public work and who are subject to stateor federal prevailing wage requirements. "Labor hours" shall also include hours worked by workers employed by subcontractors on the site of the public work, and shall include additional hours worked as a result of a contract or project adjustment or pursuant to an agreed -upon change order. 4. "Estimated cost" means the anticipated cost of a public work, as determined by the City, based upon the expected costs of materials, supplies, equipment, and labor, but excluding taxes and contingency funds. 5. "Public work" refers to all City funded construction projects that constitute a public work pursuant to RCW 39.04.010 as now or hereafter amended and estimated to cost $1,000,000 or more. 6. "State -approved apprenticeship training program" means an apprenticeship program approved or recognized by the Washington State Apprenticeship and Training Council. 7. "Subcontractor" means a person, corporation, partnership, limited liability company, or joint venture that has contracted with the contractor to perform all or part of the work to construct a public work by a contractor. B. Apprentice utilization Apprentices shall be utilized for the construction of public works by contractors and subcontractors in accordance with this section. 1. Apprenticeship utilization program goal. For public works contracts with an estimated cost of One Million Dollars $1,000,000) or more, the Director of Public Works, or his designee, is authorized to require that up to fifteen percent (15%) of the contract labor hours, including contractor and subcontractor hours, be performed by apprentices. 2. Contract requirements. Contract documents for such public works construction projects shall include provisions detailing the apprentice labor requirements. 3. Monitoring. The City will include an Apprenticeship Utilization Form for contractors to 0 complete when submitting their bid documents, which identifies the intended usage of a apprentices by the contractor and any subcontractors. This document will require the City of Edmonds Purchasing Policy May 2022 Page 9 of Packet Pg. 43 7.3.b identification of individual apprentices by name and Washington State apprenticeship registration number, an estimate of the total apprentice labor hours, and the identification of apprentice hours to be worked by minorities, women, persons with disabilities and disadvantaged youth. This provision is not intended and shall not be used to discriminate against any applicant for training. In addition, the City will require the submittal of an Apprenticeship Verification Form by the contractor at the conclusion of the public works project that will identify the actual work performed by apprentices for the contractor and subcontractors. 4. Failure to meet utilization goal. Failure by a contractor to comply with established apprenticeship requirements, unless otherwise adjusted or waived in writing as set forth below, shall be deemed a breach of contract for which the City shall be entitled to all remedies allowed by law under the contract. Failure to comply with the apprenticeship requirements may also be considered evidence bearing on a contractor's qualification for award of future contracts with the City. 5. Adjustment and waiver. The Director of Public Works, or his designee, may adjust or waive the requirements of this section for a specific project at any time for the following reasons: (a) The demonstrated lack of availability of apprentices in specific geographic areas; (b) A disproportionately high ratio of material costs to labor hours, which does not make feasible the required minimum levels of apprentice participation; (c) The reasonable and necessary requirements of the contract render apprentice utilization infeasible at the required levels; (d) In order to meet the requirement, the contractor will be forced to displace members of its workforce; (e) The participating contractor has demonstrated a good faith effort to comply with the requirements of this section; and/or Other criteria deemed appropriate that are not inconsistent with the purpose and goals of this section. A. Mandatory responsible bidder criteria. 1. The bidder responsibility criteria set forth in this section shall be used by the Public Works Department to establish the minimum requirements for all contractors and subcontractors bidding on City contracts for public work (as those terms are defined in RCW 39.04.010). The bid documents shall set forth the documentation to be submitted by bidders to demonstrate their compliance with the mandatory responsible bidder criteria. 2. To be considered a responsible bidder and qualified to be awarded a City contract for public work, the bidder must: (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW (contractor registration); (b) Have a current state unified business identifier (UBI) number; (c) If applicable, have: (i) industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; (ii) a state employment security department number as required in Title 50 RCW; and City of Edmonds Purchasing Policy May 2022 Page 10 of Packet Pg. 44 7.3.b (iii) a state excise tax registration number as required in Title 82RCW; (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or RCW 39.12.065(3); and (e) Until December 31, 2013, not have violated RCW 39.04.370 more thanone time as determined by the State Department of Labor and Industries. 3. A bidder must verify mandatory responsibility criteria for each first tier subcontractor, and a subcontractor of any tier that hires other subcontractors must verify mandatory responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and ECC 18.00.060 and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license, if required by chapter 70.87 RCW. This verification requirement, as well as the mandatory responsibility criteria, must be included in every public works contract and subcontract of every tier. B. Supplemental responsible bidder criteria. 1. In addition to the mandatory bidder responsibility criteria set forth in ECC 18.00.060 (A), the Public Works Department may adopt in connection with a particular project relevant supplemental bidder responsibility criteria which the bidder must meet. Those supplemental criteria, including the basis for evaluation and the deadlines for requesting modification of the supplemental bidder responsibility criteria and for appealing a determination that a low bidder is not responsible under the supplemental bidder responsibility criteria, shall be provided in the invitation to bid or bidding documents. 2. As relevant to a particular project, supplemental bidder responsibility criteria may be included to require that: (a) The bidder shall not owe delinquent taxes to the Washington State Departmentof Revenue without a payment plan approved by the Department of Revenue; (b) The bidder shall not currently be debarred or suspended by the federal government; (c) The bidder shall have complied with minority and women's business enterprises, disadvantaged business enterprises, or other similar utilization requirements or goals on federally -funded public works projects with such requirements completed by the bidder within three years of the bid submittal date, unless there are extenuating circumstances acceptable to the City; (d) The bidder shall not be listed as an ineligible contractor on the federal GSA Excluded Parties List System set forth by 31 U.S.0 § 6101 and Executive Order 13496; (e) If bidding on a public works project subject to the apprenticeship utilization requirements in ECC 18.00.050, the bidder: (i) shall not have been found out of compliance with apprenticeship requirements of ECC 18.00.050 unless otherwise excepted or waived in writing by the Mayor or the Mayor's designee pursuant to that section for a one-year period immediately preceding the date of the bid submittal deadline; and (ii) shall have complied with apprenticeship utilization goals on public works projects having such requirements that were completed by the bidder within a three-year period immediately preceding the date of the bid submittal deadline, unless there are extenuating circumstances acceptable to the City; City of Edmonds Purchasing Policy May 2022 Page 11 of Packet Pg. 45 7.3.b (f) The bidder shall not have been convicted of a crime involving bidding on a public works contract within five years from the bid submittal deadline; (g) The bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the bidder shall havean established procedure which it utilizes to validate the responsibility of eachof its subcontractors. The bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with which it contracts are also "responsible" subcontractors as defined by RCW 39.06.020; (h) The bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects during the previous three years that demonstrate a lack of effective management by the bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances acceptable to the City; (i) The bidder shall have successfully completed projects of a similar size and scope as required by the contract documents for the project. In evaluating whether projects were successfully completed, the City may check owner references for previous projects and evaluate the owner's assessment of bidder performance, including but not limited to quality control, safety record, timeliness of performance, use of skilled personnel, management of subcontractors, availability of and use of appropriate equipment, compliance with contract documents, and management of submittals process, change orders and close-out; (j) The bidder shall not have had any public works contract terminated for causeby a government agency during the five year period immediately preceding the bid submittal deadline for the project, unless there are extenuating circumstances acceptable to the City; (k) The bidder shall not have judgments entered by a court of law against the bidder within five years of the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances acceptable to the City; and (1) The bidder shall not have a documented pattern of prevailing wage complaints filed against it within five years of the bid submittal date that demonstrates a failure to pay workers prevailing wages, unless there are extenuating circumstances acceptable to the City. 3. Supplemental bidder responsibility criteria may include any other criteria determined by the City to be relevant to the particular project being bid, including but not limited to the ability, capacity and skill of the bidder to perform, the experience and efficiency of the bidder, the financial situation of the bidder, and the performance of the bidder on previous contracts or services. 4. In a timely manner before the bid submittal deadline, a potential bidder may request that the City modify the supplemental bidder responsibility criteria. The City must evaluate the information submitted by the potential bidder and respond before the bid submittal deadline. If the evaluation results in a change of the criteria, the City must publish an addendum to the bidding documents identifying the modified criteria. 5. If the bidder fails to supply information requested concerning responsibility within the time and manner specified in the bid documents, the City may base its determination of responsibility upon any available information related to the supplemental criteria or may find the bidder not responsible. 6. If the City determines a bidder to be not responsible, the City must provide, in writing, the reasons for the determination. The bidder may appeal the determination within the time period specified in the bidding documents by presenting additional information to the City.The City must consider the additional information before issuing its final determination. If the final City of Edmonds Purchasing Policy May 2022 Page 12 of Packet Pg. 46 7.3.b determination affirms that the bidder is not responsible, the City may not execute a contract with any other bidder until two business days after the bidder determined to be not responsible has received the final determination. 7. The invitation to bid or bidding documents shall specify the times, manner and meansof communications, deadlines and determinations required by this section. Small Works Roster The City of Edmonds has entered into an agreement with Municipal Research and Services Center, whereas they will maintain the Small Works Roster. Resolution 1155, passed November 5, 2007 established a small works roster process to award public works contracts, and is incorporated below. The Mayor (or designee) is authorized to proceed with procurementfrom the Rosters, provided funds have been budgeted by Council. Use of the Small Works Roster allows the City to preclude the advertisement requirements and sealed bidding procedures of the formal competitive process. All other bidding procedures and requirements not in conflict remain the same. The following small works roster procedures are established for use by the City pursuant to RCW 39.04.155: Cost. The City need not comply with formal sealed bidding procedures for the construction, building, renovation, remodeling, alteration, repair, or improvement of real property where the estimated cost does not exceed Three Hundred Thousand Dollars ($300,000.00), which includes the costs of labor, material, equipment and sales and/or use taxes as applicable. Instead, the Citymay use the small works roster procedures for public works projects as set forth herein. The breaking of any project into units or accomplishing any projects by phases is prohibited if it is done for the purpose of avoiding the maximum dollar amount of a contract that may be let using the small works roster process. 2. Publication. At least once a year, on behalf of the City, MRSC shall publish in a newspaper of general circulation within the jurisdiction a notice of the existence of the roster or rosters and solicitthe names of contractors for such roster or rosters. Responsible contractors shall be added to appropriate MRSC roster or rosters at any time that they submit a written request and necessary records. The City may require master contracts to be signed that become effective when a specificaward is made using a small works roster. 3. Telephone or Written Quotations. The City shall obtain telephone, written or electronic quotations (in accordance with City of Edmonds Purchasing Policies and Procedures) for public works contracts from contractors on the appropriate small works roster to assure that a competitive price is established and to award contracts to a contractor who meets the mandatory bidder responsibility criteria in RCW 39.04.350(1) and any pre -establish supplementary bidder criteria under RCW 39.04.350(2). a) A contract awarded from a small works roster need not be advertised. Invitations for quotations shall include an estimate of the scope and nature of the work to be performed as well as materials and equipment to be furnished. However, detailed plans and specifications need not be included in the invitation. b) Quotations may be invited from all appropriate contractors on the appropriate small works roster. As an alternative, quotations may be invited from at least five contractors on the appropriate small works roster who have indicated the capability of performing the kind of work being contracted, in a manner that will equitably distribute the opportunity among the contractors on the appropriate roster. "Equitably distribute" means that the City may not favor certain contractors on the appropriate small works roster over other contractors on the appropriate small works roster who perform similar services. If the estimated cost of the work is from one hundred fifty thousand dollars ($150,000) to three hundred thousand dollars ($300,000), and the City chooses to solicit bids from at least five, but less than all the appropriate contractors on the appropriate small works City of Edmonds Purchasing Policy May 2022 Page 13 of Packet Pg. 47 7.3.b roster, the City must notify the remaining contractors on the appropriate small works roster that quotations on the work are being sought. The City has the sole option of determining whether this notice to the remaining contractors is made by: (i) publishing notice in a legal newspaper in general circulation in the area where the workis to be done; (ii) mailing a notice to these contractors; or (iii) sending a notice to these contractors by facsimile or email. c) At the time bids are solicited, the City representative shall not inform a contractor of the terms or amount of any other contractor's bid for the same project; d) A written record shall be made by the City representative of each contractor's bid on the project and of any conditions imposed on the bid. Immediately after an award is made, the bid quotations obtained shall be recorded, open to public inspection, and available by telephone inquiry. 4. Limited Public Works Process. If a work, construction, alteration, repair, or improvement project is estimated to cost less than thirty-five thousand dollars ($35,000), the City may award such a contract using the limited public works process provided under RCW 39.04.155(3). For a limited public works project, the City will solicit electronic or written quotations (note: no telephone quotations permitted) from a minimum of three contractors from the appropriate small works roster and shall award the contract to the lowest responsible bidder as defined under RCW 39.04.010. After an award is made, the quotations shall be open to public inspection and available by electron icreq u est. For limited public works projects, the City may waive the payment and performance bond requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW, thereby assuming the liability for the contractor's nonpayment of laborers, mechanics, subcontractors, materialmen, suppliers, and taxes imposed under Title 82 RCW that may be due from the contractor for the limited public works project. However, the City shall have the right of recovery against the contractor for any payments made on the contractor's behalf. The City shall maintain a list of the contractors contacted and the contracts awarded during the previous 24 months under the limited public works process, including the name of the contractor, the contractor's registration number, the amount of the contract, a brief description of the type of work performed, and the date the contract was awarded. Determining Lowest Responsible Bidder. The contract must be awarded to the contractor submitting the lowest responsible bid, or all bids must be rejected. If all bids are rejected, the City may call for new bids. A responsible bidder shall be a registered and/or licensed contractor who meets the mandatory bidder responsibility criteria established by RCW 39.04.350 and any supplementary criteria pre -established by the City. Award. For contracts of $100,000 50 000 or more, the Mayor or his designee shall present all quotations/bids and recommendation for award of the contract to the lowest responsible bidder to the City Council for approval. For public works project contracts of less than $1100;000 50 000, the Mayor or his designee shall have the authority to award public works contracts. Bond and Other Requirements. Vendors/contractors selected off the Small Works Roster are not relieved from observing applicable legal requirements such as Bid Bond, Performance Bond,Retainage Requirements, Prevailing Wage, Labor and Material Bonding, etc. The City may waivebid bond for any solicitation using the Small Works Roster process, and/or performance bond for any contract awarded using the limited public works process. Change Orders on Public Works Construction Contracts Approval of change orders on Public Works Construction Contracts shall be in accordance with the following requirements: City of Edmonds Purchasing Policy May 2022 Page 14 of Packet Pg. 48 7.3.b City Council members shall be notified by e-mail of any change order in excess of $50,000. City Council approval shall be required for: a) any change order in excess of $100,000 b) any change order which puts the total of change orders on a project over the designated management reserve. c) If City Council approval is required for a change order, but circumstances require a speedier approval, the Mayor is authorized to approve the required work provided that thechange order and a written statement of the special circumstances requiring speedier approval is placed on the next City Council agenda for review. Final Acceptance of Public Works Projects: The Mayor (or designee) is authorized to accept public works projects as complete, and to declare thatFinal Acceptance has been achieved, after the contractor has completed all tasks and furnished to theCity all documentation required by the public works contract and by applicable law. Job Order Contracting A "job order contract" is a contract in which the contractor agrees to a fixed period, indefinite quantity delivery order contract, which provides for the use of negotiated, definitive work orders for public works. Pursuant to RCW 39.10.420, all public bodies of the state of Washington are authorized to award job order contracts and use the job order contracting procedure. The City Council has determined that the use of job order contracts will benefit the public by providing an effective means of reducing the total lead time and cost for the construction of public works projects for repair and renovation required at public facilities through the use of unit price books and work orders by eliminating time consuming, costly aspects of the traditional public works process, which requires separate contracting actions for each small project. The maximum total dollar amount that may be awarded under a job order contract is Four Million Dollars ($4,000,000) per year for a maximum of three (3) years. Any unused capacity from the previous year may be carried over for one year and added to the immediately following year's limit. Job order contracts may be executed for an initial contract term of not to exceed two (2) years, with the option of extending or renewing the job order contract for one (1) year. The City may have no more than three (3) job order contracts in effect at any one time. The maximum dollar amount for each work order issued under a job order contract is Five Hundred Thousand Dollars ($500,000), excluding Washington state sales and use tax. All work orders issued for the same project will be treated as a single work order for purposes of the dollar limit on work orders. The City will adhere to all requirements of Chapter 39.10 RCW with regard to its Job Order Contracting program. Reimbursement of Expenses Travel or training requires the requesting department director's prior approval. Expenses incurred on authorized travel will be reimbursed as submitted on the required, itemized, Claim for Expenses form. Receipts must be submitted with the claim form for all expenses except meals. To qualify for reimbursement, submitted expenses must be within 30 days of incurrence, reasonable and prudent under the circumstances, and directly relate to the conduct of City business or service. Reimbursement for personal expenses is prohibited. Travel mileage by private vehicle is reimbursed at theCity's established rate, which is the current IRS rate. Other Issues Solicitation of bids/quotations is not required when purchases of materials, supplies, or equipment are made under State standard contracts or similar contracts executed by and through other local City of Edmonds Purchasing Policy May 2022 Page 15 of Packet Pg. 49 7.3.b governments. The City Council must approve an interlocal agreement with the local government or State agency after confirming that the other government or agency has complied or intends to comply with its own statutory requirements and either (i) posted the bid or solicitation notice on a web site established and maintained by a public agency, purchasing cooperative, or similar service provider, for purposes of posting public notice of bid or proposal solicitations, or (ii) provided an access link on the state's web portal to the notice. Neither solicitation of bids/quotations nor interlocal agreement is required when purchasing materials, supplies, or equipment from or through the United States of America or any agency thereof (RCW 39.32.070). All internal procurement approval requirements must be observed and the process must comply with statestatutory requirements. If, after conducting a good faith review of available resources, the requesting department director determines that there is only one source of the required materials, supplies, equipment or service (including public works), a purchase may be awarded without complying with established bid requirements. The requesting department will submit a written request for sole source procurement with negotiated contract price, terms, conditions and delivery for approval. The vendor must certify that the City is getting the lowest price offered as compared to similarly situated clients, terms and conditions. Department directors can approve Sole Source purchases up to $50,000 25 0.00, the department director and the Mayor can approve sole source purchases costing more than $50, )GG 25 0.00 but less than $100,-WG 50 000. Council must approve sole source purchases costing more than $100;000 50 000. Immediately after the award of any sole source purchase, the factual basis for awarding the same must be recorded and open to public inspection. The City may waive established bidding requirements if an opportunity arises to purchase favorably- pricedsupplies, materials or equipment unrelated to public works projects that will be sold before the City can conduct the bid process. The City may waive established bidding requirements and acquire any supplies, materials, and equipment through an auction if the items can be purchased at a competitive price. Waiver will be authorized by the Mayor (or designee). Immediately after the award of any special market conditions contract, the contract and the factual basis for awarding the same must be recorded and open to public inspection. In case of unforeseen circumstances beyond the control of the City that present a real and immediate threat to the City's ability to properly perform essential functions, or to City property or the safety of citizens and/or staff, the Mayor (or designee) can waive bid requirements to purchase supplies, materials, equipment or services to stabilize the emergency condition. Purchases must be properly documented as an emergencyas soon as possible following the event. Within two weeks of confirming the emergency existed, the City Council will adopt a resolution certifyingthe emergency situation existed. The City must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. All quote/bid documents must be retained as indicated in the State of Washington Retention Schedule and be available for public inspection. State Minimum Bidding Requirements City of Edmonds Purchasing Policy May 2022 Page 16 of Packet Pg. 50 7.3.b On a case by case basis, the City Council may waive any requirement contained in the City's purchasing policies and procedures as long as the result complies with applicable state laws. Conflicts of Interest The City will not accept donations of materials or services in return for a commitment to continue or initiatea purchasing agreement. No employee will participate in a procurement when they are aware of a conflict of interest, or accept gifts or gratuities from existing or potential vendors in return for a commitment to continue or initiate a purchasing relationship. See also RCW 42.23.030 and Chapter 3.70 ECC. The City maintains the following standards of conduct covering conflicts of interest and governing the performance of its employees engaged in the selection, award and administration of contracts. No employee or elected official of the City can participate in the selection, award, or administration of a contractsupported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee or elected official, any member of his or her immediate family, hisor her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The employees and elected officials of the City must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, in accordance with Section 10.14 of the City Personnel Policy, this requirement is waived if the benefit received is not substantial or is of nominal value. These standards of conduct provide for disciplinary actions to be applied for violations of such standards by employees or elected officials of the City. Employees participating in the selection, award, or administration of a contract supported by a Federal Award must complete and sign a Conflict of Interest Disclosure Form, below in Exhibit 1. Forms and Tem Ia ates Purchasing forms and templates may be obtained from the public directory. Recyclables Every effort will be made to use products made from recycled materials if such products are available, ofacceptable quality, and generally priced the same as similar, non -recycled products (Resolution 766). Surplus Items The City may acquire property from another governmental entity on mutually agreeable terms with outsoliciting bids/quotations. Store -Issued Charge Cards It is sometimes necessary to use store -issued charge cards. The Department Managers will request priorapproval from the Finance Director or designee before establishing account. Purchase Cards " N Purchase cards can be issued with the approval of the Finance Director. They are to be used solely forCity-authorized business purposes. See Credit Card Policy. N 0 Quick Checks N Quick checks may be issued to avoid incurring penalties, interest, or late charges. Submit requests for quickchecks to the Finance Department. Quick checks will be approved by the Finance Director or designee. w a Departments should avoid requests for quick checks by informing vendors of invoice City of Edmonds Purchasing Policy May 2022 Page 17 of Packet Pg. 51 7.3.b deadlines andpayment schedules. Any checks requiring an early release must be approved by the Finance Director or designee. Departments should avoid requests for early release by informing vendors of invoice deadlines and payment schedules. Petty Cash Petty cash funds cover minor disbursements. Employees may be reimbursed from petty cash funds for authorized purchases that total less than the established, petty -cash limit. Budget Adjustments Department directors (or designees) must ensure that purchases are initiated only when departmental appropriations are sufficient to cover the anticipated cost. Expenditures that exceed departmental appropriations require the Mayor's approval via the Budget Adjustment Request Form. Exclusive Contract Agreements The City may enter into an exclusive contract with a vendor in order to ensure the lowest prices on goods and/or services unrelated to architecture, engineering, land survey or public works requiring competitive bidding. All departments must use exclusive vendor unless special circumstances such as emergencies, vendor does not carry exact product, etc. Prior to contracting for goods or services which will be paid for with either direct or indirect Federal financial assistance, where vendors have not signed a self certification, vendors must be checked against the Excluded Parties List System to assure they have not been suspended/debarred and are prohibited from receiving federal funds (http://www.epls.gov/). Documentation of verification must be retained and available for audit. See related Grant and Intergovernmental Loan Policy. Safeguard Personally Identifiable Information The City shall take reasonable measures to safeguard protected, personally identifiable information and other information the Federal awarding agency or pass -through entity designates as sensitive or the non -Federal entity considers sensitive consistent with applicable Federal, state, local and tribal laws regard ingprivacy and obligations of confidentiality. The Finance Committee, composed of two Council members and the Finance Director, will review andupdate the City of Edmonds' purchasing and accounts payable policies and procedures, as necessary. City of Edmonds Purchasing Policy May 2022 Page 18 of Packet Pg. 52 7.3.b EXHIBIT 1 City of Edmonds, WA CONFLICT OF INTEREST DISCLOSURE FORM FOR CITY COUNCIL MEMBERS, MAYOR, DIRECTORS, and STAFF Name (please print) Date Position It is the policy of the City of Edmonds to address how issues of actual, potential and perceived conflicts of interest involving elected officials, directors, and employees of the City should be identified, disclosed and managed. This form is designed to identify and disclose known conflicts in an effort to properly manage them I have read the City of Edmonds's Conflict of Interest policy and understand that as an employee/Elected Official of the City of Edmonds it is my obligation to act in a manner which promotes the best interests of the City and to avoid conflicts of interest when making decisions and taking actions on behalf of the City of Edmonds. My answers to this disclosure form are correctly stated to the best of my knowledge and belief. Should a possible conflict of interest arise in my responsibilities to the City of Edmonds, I recognize that I have the obligation to notify, based on my position, the appropriate designated individual (Director, Mayor, City Council member), and to abstain from any participation in the matter until the City of Edmonds can determine whether a conflict exists and how that conflict shall be resolved. If any relevant changes occur in my affiliations, duties, or financial circumstances, I recognize that I have a continuing obligation to file an amended "Conflict of Interest Disclosure Form" with the appropriate designated department. I understand that the information on this form is solely for use by the City of Edmonds and is considered confidential information. Release to external parties will be only when required by law. Signature Date Please complete the following questions and submit this form to the Human Resources Director of the City of Edmonds. 1. Are you or a member of your immediate family an officer, director, trustee, partner (general or limited), employee or regularly retained consultant of any company, firm or organization that presently has business dealings with the City of Edmonds or which might reasonably be expected to have business dealings with the Cityof Edmonds in the coming year? Yes No If yes, please list the name of the company, firm or organization, the position held, and the nature of the business which is currently being conducted with the City of Edmonds or which may reasonably be expected to be conducted with the City of Edmonds in the coming year: 2. Do you or does any member of your immediate family have a financial interest, direct or indirect, in a company, firm or organization which currently has business dealings with the City of Edmonds or which may reasonably be expected to have such business dealings with the City of Edmonds in the coming year? Yes No If yes, please list the name of the company, firm or organization, the nature of the interest and the name of the City of Edmonds Purchasing Policy May 2022 Page 19 of Packet Pg. 53 7.3.b EXHIBIT 1 person holding the interest, and the nature of the business which is currently being conducted with the City of Edmonds or which may reasonably be expected to be conducted with the City of Edmonds in the coming year: 3. Do you or does any member of your immediate family have a financial or personal interest in an entity inwhich the City of Edmonds has a financial or other vested interest. Yes No If yes, please provide details below: 4. Have you or an immediate family member accepted gifts, gratuities, lodging, dining, or entertainment that might reasonably appear to influence your judgment or actions concerning the business of the City of Edmonds? Yes No If yes, please provide details below: 5. Do you have any other interest or role in a firm or organization, where that interest or relationship might reasonably be expected to create an impression or suspicion among the public having knowledge of your acts thatyou engaged in conduct in violation of your trust as a trustee, officer, Director or staff member? Yes No If yes, please provide details below: Please add additional pages as needed. If any material changes to the responses provided on this disclosure form occur, the trustee, officer or employee is required to update the information on this form in writing, and submit the update to the City of Edmonds HumanResources Director. Form reviewed by: Remedial Action(s) to be taken: The City of Edmonds will follow-up on all recommended actions to ensure compliance. City of Edmonds Purchasing Policy May 2022 Page 20 of Packet Pg. 54 7.4 City Council Agenda Item Meeting Date: 11/30/2023 Council 2024 Budget Deliberations Staff Lead: City Council Department: City Council Preparer: Beckie Peterson Background/History On October 2, Mayor Nelson presented the proposed 2024 City Budget. On October 17 and November 6, Council held public hearings on the 2024 budget. Recommendation N/A Narrative City Councilmembers will have discussion on the budget and amendments they would like to consider for the 2024 City Budget. Attachments: DPs from council 11.30 with voting through 11.22.2023 NEW Fire Services Feasibility Assessment NEW DP $6.25M ARPA to Fire Expense Budget amendment costs reductions —Chen by DP 18 amendment teitzel fix Amend DP 56 Buckshnis 2023.11.17 - New Decision Packet -Small Business Grants Packet Pg. 55 7.4.a or NEW CM Fund Description DepartmentAmend DP 7 Teitzel GF Remove DP 7 Traffic Cameras Police 5-2 motion carries DP8 Teitzel GF Remove DP 8 Grant Specialist new position CSED 5-2 motion carries DP14 Teitzel GF Remove DP 14 Climate Action Manager new position Planning & Dev 5-2 motion carries DP18 Teitzel GF Remove DP 18 Security and Safety System Facilities Tabled DP61 Teitzel B fund Remove DP Vehicle replacements Fleet 3-4 motion lost DP64 Teitzel Fund 016 Reduce DP by $65,000 (cost of replacement motorized gate) Bld Maint 5-2 motion carries DP65 Teitzel GF/ Fund 016/ ARPA Reduce 016 Transfer to $0, Reduce ARPA Transfer to $2M Bld Maint/ Budget removed by vote DP83 Teitzel Fund 125 Remove DP Waterfront Emergency Study Parks Capital Projects motion carries DP87 Teitzel Fund 126 Remove DP 87 Land Acquisition Support Parks Capital Projects 4-3 motion carries NEW Chen GF Reduce 2024 Overall Expenditures Budget Tabled NEW Chen ARPA Highway 99 Police Substation Police 2-4 motion fails amend Budget Chen amend Strategic Outlook RFA Assumption Budget 4-2 motion carries amend Budget Chen amend Strategic Outlook Labor Inflation factor Budget 3-3 motion fails DP65 Olson Fund 016 Reduce 016 Transfer to GF Bldg Maint motion carries DP56 Buckshnis Remove DP 56 WWTP DP 66 Buckshnis Remove DP66 Street Capital Projects w/d DP89 Buckshnis Remove DP 89 Budget discussed, w/d DP96 Buckshnis Remove DP 96 Budget 2-5 motion fails NEW Teitzel REET Add $20,000 for Olympic Park Bathrooms 2024 Parks Capital Projects 5-1 motion carries NEW Nand ARPA Add $250,000 for Small Business Grants CSED pending other DP NEW Buckshnis ARPA Direct $6,250,000 directly to Fire Service Contract Inter -departmental 7-0 motion carries NEW Tibbott General Fund Add $44,500 for Fire Service Feasibility Assessment Council NEW Council ARPA Summarization of $6.25 ARPA to Fire Service Contract Inter -departmental a Packet Pg. 56 7.4.b Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title : Fire Services Feasibility Assessment Amendment Regarding DP#: Date Budget Year Councilmember Duration Approval Status 11/22/2023 2024 Tibbott One Time Pending Item Description Funding of $44,500 for a Fire Services Feasibility Assessment requested by City Council. Justification Council has passed a resolution expressing intent to pursue the benefits of receiving fire and emergency medical services from the South Snohomish County Regional Fire Authority via annexation. Council will use the analysis of this study to evaluate alternative fire service options. The total cost of this study is $44,500.00. Describe All Fundine Sources General fund Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expediture): One time expenditure Project Status (if Applicable) FISCAL DETAILS Expenditures 001.000.11.511.60.41.00 PROFESSSIONAL SVC $44,500 Revenues Net Budget $44,500 Packet Pg. 57 7.4.c Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title: Apply $6,250,000 from ARPA to 2024 South County Fire Expense Date Budget Year Councilmember Duration Approval Status 11/22/2023 2024 Council One Time Pending Item Description Dedicate $6.25 million of American Rescue Plan Act (ARPA) funding to the 2024 South County Fire Services expense and pay for that from the ARPA fund instead of the General Fund. Justifiration Decision Packet 65 proposed two fund transfers. On November 14 by vote Council removed the part of the decision package authorizing a $2 million transfer from Fund 016 to the General Fund. On November 21 Council revised the part of the decision package authorizing a $6.5 million transfer from the ARPA fund to the general fund, so these two actions together eliminate staff proposed DP 65 from the 2024 budget. On November 21, council approved a motion to allocate $6.25 million of ARPA funds for the 2024 expenditures for South County Fire services. This Decision Package will clarify and document the specifics of this decision. The Final Ruling issued by the Department of Treasury allows up to $10 million to be used for any governmental purposes. Providing fire and rescue services via our contract with South County Fire is an important government purpose and we are allowed to allocate and designate ARPA money for that purpose. Because this is an allowable expenditure under ARPA regulations, the city is not required to transfer money from the ARPA fund to the general fund for this purpose. As a result this action will not affect the general fund, including the use of restricted or unrestricted reserves, in any way. Under ARPA rules, any ARPA funds not spent or obligated (for example, obligated by a legally binding contract) by December 31, 2024 will be required to be returned to the federal government. This decision package represents a prudent use of these resources because it ensures that ARPA funds received by the city will be used for their intended purpose, which is to provide city services and recovery to the people of Edmonds. Describe All Funding Sources Edmonds Rescue Plan Fund 142 (ARPA Grant Funds) Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expediture): One time. FISCAL DETAILS Expenditures: Reduce Intergovernmental Services (Fire Contract) budget, General Fund 001.000.39.522.20.41.50 by $6,250,000 Increase Intergovernmental Services (Fire Contract) budget, ARPA Fund 142.000.XXX (BARS TBD) by $6,250,000 Packet Pg. 58 7.4.c Decision Package Budget Report City of Edmonds — City Council Revenues: Reduce Grant Revenue, General Fund 001.000.333.21.019.00 by $6,500,000 Increase Grant Revenue, ARPA Fund 142.000.333.21.019.00 by $6,250,000 Net Impact to Budget: Reduces the amount of ARPA funds dedicated to city spending by $250,000 and reduces the amount of ARPA fund revenue recognized by $250,000. Packet Pg. 59 7.4.d Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title: 2024 overall expenditure reduction by $4 million. Amendment Regarding DP#: Date Budget Year Councilmember Duration Approval Status 11/7/2023 2024 Will Chen One Time Pending Item Description The proposed budget for 2024 General Fund Expenditures needs to be reduced by $4 million in order to balance with the budget amendments to reduce revenue from Grants, Fines & Forfeitures, and Transfers from Building Maintenance Fund 016. Justification As declared by Resolution 1532, the city is in a fiscal emergency due to the structural budget imbalance where expenditures outpaced revenues. In addition, the proposed budget revenue from Grants of $6.5 million ARPA, Fines & Forfeitures of $3.5 million from red-light cameras, and Transfers of $2 million from Building Maintenance Fund 016 are not well vetted and may not be supported by Council. It's necessary for the mayor and administration, not Council, to find ways to strategically reduce expenditures by $4 million, approximately 7% of the proposed expenditure. Describe All Funding Sources General Fund 001 Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expediture): Expenditure reduction by $4 million. Protect Status (if Applicable) n/a FISCAL DETAILS Expenditures: Reduction by $4 million Revenues: $0. Net Budget: $4 million. Packet Pg. 60 7.4.e Decision Package Budget Report City of Edmonds — City Council Decision Package : Security and Safety system changes Amendment Regarding DP#: 18 Date Budget Year Councilmember Duration Approval Status 11/3/23 2024 Teitzel One time Pending Item Description This Decision Package requests funding to upgrade security systems (cameras. Alarms, etc) in 2024. Justification This decision package proposes to upgrade security systems in city facilities and structures. However, the narrative does not suggest the current security systems are wholly inadequate. In view of the serious fiscal issues now facing the City, this Decision Package should be denied at this time. This item should be reintroduced in the 2025 budget cycle for Council consideration, after the 2024 City financial actuals reveal whether the city budget can absorb this expense. Describe All Funding Sources Fund 001.000.66.518.30.48 (Repair/Maintenance) Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expenditure): n/a Project Status (if Applicable) NA FISCAL DETAILS Expenditures: Proposed: $125,000 Revenues Net Budget Increased proposed one-time expense of $125,000. If this DP is deferred, $0 budget effect in 2024. Packet Pg. 61 7.4.f Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title : Amendment Regarding DP#: 56 Carbon Recover Project (Close-out/ Hauling) Date Budget Year Councilmember Duration Approval Status 11/16/23 2024 Buckshnis One Time or Ongoing Pending Item Description Carry over or close out cost associated with the carbon recover project. luctifirntion This decision package should be denied as this contract is an all-inclusive project and so the designer/contractor should be responsible for these funds. Another reason to deny is that the Administration can come forth with a budget amendment in 2024 if something seemed to be allowed The CFP for this is PWP 02 should be moved out a year in case the all-inclusive stands firm legally. Describe All Funding Sources From DP 56 - Fund 423 and WWTP Partners according to respective percentage of capacity. Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expediture): Proiect Status (if Aaalicable) FISCAL DETAILS Expenditures Revenues Net Budget ($253,950) Packet Pg. 62 7.4.g Decision Package Budget Report City of Edmonds — City Council New Decision Package - Title : Small Business Support Grants Date Budget Year Councilmember Duration Approval Status 11/16/2023 2024 Nand One Time Pending Item Description Allocate $250,000.00 of American Rescue Plan Act (ARPA) funds for Community Services and Economic Development to disperse $5000.00 grants to qualifying small businesses. Qualifying small businesses must: 1) Be presently in operation, AND 2) Be headquartered located in Edmonds or conduct more than 50% of their business activities within city limits, AND 3) Have been in operation for any period of time between January 31, 2020 and May 11, 2023, AND 4) Have had the financial health of their business affected by the COVID-19 related economic recession, AND 5) Qualify as a "small business," with fewer than 20 employees and less than $1,000,000.00 in annual gross revenue. h mtifiratinn In 2022, Council authorized the Administration to distribute $250,000.00 in ARPA funds to Edmonds businesses for the purpose of fagade improvement. However, the administration did not have capacity to advertise or administer the program to benefit Edmonds' business community. In 2023, thus far, the Administration has allocated $0.00 of ARPA funds to support the local small business community. ARPA funds must be distributed by 2024. By directing Community Services and Economic Development to distribute $5000.00 grants to qualifying local small businesses in Edmonds, Council can ensure that these funds are administered as originally intended in the 2023 budget. Describe All Funding Sources Describe Future on Ongoing Costs (Expenditure) or Savings (Reduction of Expediture): ARPA funds much be distributed by 2024. Project Status (if Applicable) FISCAL DETAILS Expenditures: $250,000.00. Revenues: $0.00. Net Budget:-$250,000.00. ri N O N c a� E s 0 ca 21 Packet Pg. 63