Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CSS 2023-04-24 COMPLETE AGENDA PACKET
The City of Tukwila strives to accommodate individuals with disabilities. Please contact the City Clerk’s Office at 206-433-1800 (TukwilaCityClerk@TukwilaWA.gov) for assistance. City of Tukwila Community Services and Safety Committee Mohamed Abdi, Chair Thomas McLeod Tosh Sharp Distribution: M. Abdi T. McLeod T. Sharp C. Delostrinos Johnson Mayor Ekberg D. Cline R. Bianchi C. O’Flaherty A. Youn L. Humphrey AGENDA MONDAY, APRIL 24, 2023 – 5:30 PM THIS MEETING WILL BE CONDUCTED BOTH ON-SITE AT TUKWILA CITY HALL AND ALSO VIRTUALLY. ON-SITE PRESENCE WILL BE IN THE HAZELNUT CONFERENCE ROOM (6200 SOUTHCENTER BOULEVARD) THE PHONE NUMBER FOR THE PUBLIC TO LISTEN TO THIS MEETING IS: 1-253-292-9750, Access Code 944274640# Click here to: Join Microsoft Teams Meeting For Technical Support during the meeting call: 1-206-433 -7 155. Item Recommended Action Page 1. BUSINESS AGENDA a. An update on the South King County Community Impact Fund. Ilays Aden, Interim Senior Program Manager, Port of Seattle b. An Interlocal Agreement with Washington State Department of Ecology for Duwamish River Monitoring Access. David Rosen, Fiscal Analyst c. 2023-2024 Foster Golf Links Capital Purchases. David Rosen, Fiscal Analyst d. An ordinance amending parking penalties. Eric Hines, Traffic Officer e. Contracts (2) for Sound Health Co-Responders Eric Drever, Police Chief 2. MISCELLANEOUS a. Discussion only. b. Forward to 5/1 Regular Meeting Consent Agenda. c. Forward to 5/1 Regular Meeting Consent Agenda. d. Forward to 5/8 C.O.W. and 5/15 Regular Meeting. e. Forward to 5/8 C.O.W. and 5/15 Regular Meeting. Pg.1 Pg.5 Pg.41 Pg.51 Next Scheduled Meeting: May 8, 2023 INFORMATIONAL MEMORANDUM TO: Community Services & Safety Committee FROM: David Rosen, Parks & Recreation Fiscal Analyst DATE: April 12, 2023 SUBJECT: Interlocal Agreement with Washington State Dept. of Ecology at Foster Golf Links ISSUE An interlocal agreement has been proposed by the Washington State Department of Ecology (DOE) to install and maintain a stream gauge structure for Ecology on city property located at 13500 Interurban Ave S, otherwise known as Foster Golf Links. Per council policy, interlocal agreements, regardless of monetary amounts concerned, must be approved by the full City Council before the Mayor may sign and execute them. BACKGROUND In late March of this year Tukwila Parks and Recreation was approached by Mr. Sean Struder, Hydrogeologist 2 for the Freshwater Monitoring Unit within the Washington State Department of Ecology. Mr. Welles indicated he was taking over the efforts to get a proposed monitoring station setup at Foster Golf Links from a colleague of his who was moving to a different project within his department. We received the standard agreement from DOE, had it reviewed and revised by our City Attorney Office, returned said revised copy to DOE and had it signed by Mr. Struder’s supervisor, Stacy Polkowske, Western Operations Section Manager for DOE’s Environmental Assessment Program. At this time we are ready to fully execute the contract and allow DOE access to the premises for installation of their equipment. FINANCIAL IMPACT This interlocal agreement is for cooperation only and does not create and inflows or outflows of any city funds. Financial impact is therefore zero. RECOMMENDATION Staff recommends the committee forward the attached contract for approval on the Regular Meeting Consent Agenda on May 1, 2023. ATTACHMENTS A --- Proposed Agreement - Tukwila Parks & Recreation and Washington State Dept. of Ecology 1 2 {EFM2800227.DOCX;1/13175.000001/ } Agreement Between Tukwila Parks and Recreation Department And the Washington State Department of Ecology This Agreement (“Agreement”) is by and between the City of Tukwila (“Landlord”) and the Washington State Department of Ecology (“Ecology”) to allow Ecology to install and maintain a stream gage structure for Ecology on Landlord’s property. Location: The location of Ecology’s gaging structure is as follows: Latitude - 47.4789861, Longitude - -122.2587333 ("Premises”). Address: 13500 Interurban Ave S, Tukwila, WA 98168. Scope: The Landowner agrees to allow Ecology and their agents to install, access, and maintain the gaging station described in the above paragraph. Term and Termination: This Agreement shall begin on the latest date it is fully executed by the parties. Ecology agrees to remove the stream gage structure within 30 days of the Landlord’s written notification. Amendment: This Agreement shall not be changed, modified or amended except in writing signed both the Landlord and Ecology. If property is sold or otherwise changes hands, the aforementioned landowner shall notify Ecology. Indemnification: Except to the extent caused by the sole negligence or willful misconduct of the Landlord, Ecology shall indemnify, defend (with counsel reasonably acceptable to Licensor), and hold harmless the Landlord and its officials (elected and appointed), officers, employees, agents, representatives, and invitees from and against any and all liabilities, claims, suits, actions, judgments, demands, costs, damages, fines, penalties, losses and expenses (including but not limited to reasonable attorneys’ fees) which arise out of the or result from Ecology’s occupancy and or use of the Premises. ___________________________________ ________________________ _______________________________ Date _____________________________ _____________________________ _____________________________ _____________________ 4/10/2023____________________ Stacy Polkowske, Western Operations Section Manager Date Environmental Assessment Program PO Box 47710 3 {EFM2800227.DOCX;1/13175.000001/ } Olympia, WA 98594 4 INFORMATIONAL MEMORANDUM TO: Community Services & Safety Committee FROM: David Rosen, Parks & Recreation Fiscal Analyst DATE: April 13, 2023 SUBJECT: FY23/FY24 Foster Golf Links Operations Fleet Capital Purchases ISSUE Parks and Recreation staff are currently working with vendors and manufacturers to complete purchase of new equipment for the Foster Golf Links Operations division as budgeted for Fiscal Years 2023 and 2024. These fleet purchases include equipment that amounts to or are above $40,000 in total price, which per City Purchasing Policy (Resolution 2015) requires full city council approval before the purchasing agreement may be signed by the mayor. DISCUSSION Items proposed for purchase, which were included in the 411 Fund FY23/24 Budget include: Equipment Current Est. Cost ($) Dakota 440 Turf Tender 75,000 Toro 3555-D Fairway Mower 66,400 Toro 3150-Q Triplex Mower 49,400 John Deere HD200 Sprayer 63,875 Total 254,675 Note: The attached HD200 Sprayer quote does NOT include sales tax (10.1%), it has been included above. Items proposed for purchase are needed for effective maintenance of the course grounds, maintaining playability and customer satisfaction as well as introducing new efficiencies to maintenance. Currently, manufacturers and vendors refuse to provide exact pricing for a given piece of equipment due to lead times potentially in excess of 12 months. Staff has provided council with the best estimates possible at this time, but would like to make council aware additional approval for amounts in excess of estimates above may be required if final quoted prices come in higher than what is seen above. FINANCIAL IMPACT These purchases are funded by the Foster Golf Links (411) Fund and do not create any outflow of General Fund resources. The 411 Fund has sufficient fund balance to support these purchases. RECOMMENDATION Staff recommends the committee forward the attached quotes for approval on the City Council Consent Agenda on May 1, 2023. ATTACHMENTS A --- Dakota 440 Turf Tender Quote B --- Toro 3555-D Fairway Mower Quote C --- Toro 3150-Q Triplex Mower Quote D --- John Deere HD200 Sprayer Quote E --- Equipment Visuals 5 6 Date: February 15, 2023 Quotation for Foster Golf Links Quote No:8077416-00 1 | Page Prepared For:Ryan Rosevear Quote No:8077416-00 Foster Golf Links iQuote No:125997 6200 South Center Blvd Tukwila, WA 98188 Sales Person:Shawn Frisbee shawn.frisbee@turfstar.com 206-501-7248 Summary Configuration Name Qty Unit Price Sub Total Sales Tax Total 010-Dakota JD Mount 410 Turf Tender 1 $18,760.00 $18,760.00 $1,894.76 $20,654.76 020-Dakota 440 Turf Tender 1 $48,563.00 $48,563.00 $4,904.87 $53,467.87 Totals:$67,323.00 $6,799.63 $74,122.63 7 Date: February 15, 2023 Quotation for Foster Golf Links Quote No:8077416-00 2 | Page Configuration Product Details 010-Dakota JD Mount 410 Turf Tender Model Product Description Qty Unit Price Extended Sales Tax Total DC4131 Mounted 410 Turf Tender Deere ProGator 1 $16,750.00 $16,750.00 $1,691.75 $18,441.75 DC41016AD 410 AUTO FRONT DOOR 1 $1,450.00 $1,450.00 $146.45 $1,596.45 DC41934 Universal Parking Sta 1 $560.00 $560.00 $56.56 $616.56 Totals: $20,654.76 8 Date: February 15, 2023 Quotation for Foster Golf Links Quote No:8077416-00 3 | Page Configuration Product Details 020-Dakota 440 Turf Tender Model Product Description Qty Unit Price Extended Sales Tax Total DC44182 4Whl Elect Brakes Opt 1 $36,410.00 $36,410.00 $3,677.41 $40,087.41 DC44050 Spinner Package 1 $3,750.00 $3,750.00 $378.75 $4,128.75 DC44070 Side Conveyor 1 $5,160.00 $5,160.00 $521.16 $5,681.16 DC44160 Manual Front Door 1 $365.00 $365.00 $36.87 $401.87 DC44190 Hopper Vibrator 1 $1,058.00 $1,058.00 $106.86 $1,164.86 DC420440A D Auto Rear Door 1 $1,820.00 $1,820.00 $183.82 $2,003.82 Totals: $53,467.87 9 Date: February 15, 2023 Quotation for Foster Golf Links Quote No:8077416-00 4 | Page Standard Terms and Conditions Prices including all finance options are subject to change based on Turf Star Western’s receipt of product and estimated shipments. Currently, product availability is a minimum of 6-18 months. Your Final Price will be determined at time of shipment. Delivery is FOB point of origin unless otherwise stated. Office Locations Northern California: Southern California: Pacific Northwest: 3928 N.Blattela Lane 79-253 Country Club Drive 1750 Industrial Dr.NE Fresno, CA 93727 Bermuda Dunes, CA 92203 Salem, OR 97301 Fax: (559) 277-7123 Fax: (760) 345-4297 Ph: (503) 691-0250 2438 Radley Court 955 Beacon Street 5869 South 194th Hayward, CA 94545 Brea, CA 92821 Kent, WA 98032 Fax: (510) 785-3576 Fax: (800) 775-8873 Fax: (253) 872-6942 11373 Sunrise Gold Circle 2110 La Mirada Ste 100 2824 East Garland Rancho Cordova, CA 95742 Vista, CA 92083 Spokane, WA 99207 Fax: (800) 241-1997 Fax: (760) 734-4285 Fax: (509) 483-7563 WARNING: Cancer and Reproductive Harm-http://www.P65Warnings.ca.gov For more information, please visit http://www.ttcoCAProp65.com CALIFORNIA SPARK ARRESTER WARNING Operation of this equipment in the State of California may create sparks that can start fires around dry vegetation. A spark arrestor may be required. The operator should contact local fire agencies for laws or regulations relating to fire prevention requirements. 10 Date: January 26, 2022 Quotation for Foster Golf Links Quote No:8069752-00 1 | Page Prepared For:Ryan Rosevear Quote No:8069752-00 Foster Golf Links iQuote No:82074 6200 South Center Blvd Tukwila, WA 98188 Sales Person:Shawn Frisbee shawn.frisbee@turfstar.com 206-501-7248 National IPA Pricing: Contract 2017025, IPA Membership required. Summary Configuration Name Qty Unit Price Sub Total Sales Tax Total 010-Reelmaster 3555-D 1 $60,090.04 $60,090.04 $6,069.08 $66,159.12 020-Freight/Shipping 1 $205.00 $205.00 $20.71 $225.71 Totals:$60,295.04 $6,089.79 $66,384.83 11 Date: January 26, 2022 Quotation for Foster Golf Links Quote No:8069752-00 2 | Page Configuration Product Details 010-Reelmaster 3555-D Model Product Description Qty Unit Price Extended Sales Tax Total 03820 Reelmaster 3555-D 1 $40,921.14 $40,921.14 $4,133.03 $45,054.17 03487 22in 5in 8Bld RR DPA CU 5 $3,169.14 $15,845.70 $1,600.42 $17,446.12 107-3280 REAR ROLLER SCRAPER KIT (22IN)5 $65.08 $325.40 $32.86 $358.26 03412 Weight 5in Hyd CU w/o Attachments 1 $250.38 $250.38 $25.28 $275.66 121-7924 TIRE ASM 22-12X12, TREAD ED 2 $282.50 $565.00 $57.07 $622.07 30669 Universal Sunshade White 1 $691.86 $691.86 $69.88 $761.74 03614 Golf Ball Operator Guard For Riders 1 $646.62 $646.62 $65.31 $711.93 44963 MVP KIT, 1000 HR, GM35XX /RM35XX, T4 1 $150.52 $150.52 $15.20 $165.72 30629 Premium Seat-GM3500 RM3100 1 $693.42 $693.42 $70.03 $763.45 Totals: $66,159.12 12 Date: January 26, 2022 Quotation for Foster Golf Links Quote No:8069752-00 3 | Page Configuration Product Details 020-Freight/Shipping Model Product Description Qty Unit Price Extended Sales Tax Total INBFRT Inbound Freight Fee 1 $205.00 $205.00 $20.71 $225.71 Totals: $225.71 13 Date: January 26, 2022 Quotation for Foster Golf Links Quote No:8069752-00 4 | Page Standard Terms and Conditions Prices, including all finance options, are valid for 30 days from date of quotation. Open Account Terms are N30, subject to credit approval. Used and demo equipment is in high demand and availability is subject to change. Delivery is FOB Destination, unless otherwise stated Office Locations Northern California: Southern California: Pacific Northwest: 3928 N.Blattela Lane 79-253 Country Club Drive 1750 Industrial Dr.NE Fresno, CA 93727 Bermuda Dunes, CA 92203 Salem, OR 97301 Fax: (559) 277-7123 Fax: (760) 345-4297 Ph: (503) 691-0250 2438 Radley Court 955 Beacon Street 5869 South 194th Hayward, CA 94545 Brea, CA 92821 Kent, WA 98032 Fax: (510) 785-3576 Fax: (800) 775-8873 Fax: (253) 872-6942 11373 Sunrise Gold Circle 2110 La Mirada Ste 100 2824 East Garland Rancho Cordova, CA 95742 Vista, CA 92083 Spokane, WA 99207 Fax: (800) 241-1997 Fax: (760) 734-4285 Fax: (509) 483-7563 WARNING: Cancer and Reproductive Harm-http://www.P65Warnings.ca.gov For more information, please visit http://www.ttcoCAProp65.com CALIFORNIA SPARK ARRESTER WARNING Operation of this equipment in the State of California may create sparks that can start fires around dry vegetation. A spark arrestor may be required. The operator should contact local fire agencies for laws or regulations relating to fire prevention requirements. 14 Performance you expect, in a size you didn’t. Call your Toro distributor at 800-803-8676©2018 The Toro Company. All rights reserved. Rev. 1/18 *Verticutters are not recommended for these mowers. • Productivity – The three wheel design is highly maneuverable. Smooth, turf-friendly tires reduce the potential for turf tear. The 100 inch (2.5 m) cutting width in combination with up to a 7 mph (11.3 km/h) mowing speed make the 3555-D and 3575-D fast and effective. • Superior Traction – The Series/Parallel 3-wheel drive system provides power to at least two wheels at all times. The result is impressive traction in hilly and wet conditions with minimal wheel slip so it’s also gentle on the turf. • Efficiency – Powered by a 24.8 hp (18.5 kW) Tier 4 compliant Kubota® diesel engine, these Reelmaster models provide plenty of power to climb hills, even while operating groomers and rear roller brushes, yet it uses less fuel per acre than other standard fairway mowers. • Simplicity – The Reelmaster 3555-D and 3575-D utilize a common platform design with other Toro mowers which can improve operator and technician efficiency. • Lightweight Design – With a weight that is 20 percent lighter than a comparably equipped Toro 4-wheel drive fairway machine, the Reelmaster 3555-D and 3575-D provide the ideal combination of turf friendliness and productive performance. • Outstanding Quality of Cut – Dual Precision Adjustment (DPA) cutting units – featuring Toro’s all new EdgeSeries™ reels combine to deliver a consistent, high quality cut and superior after cut appearance, while reducing maintenance with improved reel edge retention. FEATURES Reelmaster ® 3555-D/3575-D FAIRWAY MOWERS Introducing the all new Toro Reelmaster 3555-D and 3575-D (5 and 7 inch reel) fairway mowers. Productivity, efficiency, simplicity, 100 inch cutting width (2.5 m) and lighter weight all packed into a compact chassis. These new Reelmaster models were designed to be over 20% lighter, and much more compact than traditional Toro fairway mowers. You get the performance you’ve come to expect from Toro, in a size that is not only highly maneuverable, but is also engineered to decrease turf compaction in sensitive areas. Both models feature a three-wheel design with smooth tires that increase maneuverability, which maximizes productivity, while also significantly diminishing the potential for turf tear. With a standard 3-wheel drive system, a low center of gravity, balanced weight distribution and a powerful 24.8hp engine, the Reelmaster 3555-D and 3575-D are engineered to deliver impressive hill climbing and hillside stability, even in wet turf conditions. Both the Reelmaster 3555-D and 3575-D take a full complement of fairway mowing attachments, including rear roller brushes, groomers, grooming brushes and grass baskets*. The new Reelmaster 3555-D and 3575-D, engineered to perform, designed not to leave a big impression on your turf. EdgeSeriesTM Reels 15 2 2018 Toro Commercial Equipment Guide 18-003-T Rev. 1/18 Reelmaster® 3555-D/3575-D Specifications* The Reelmaster 3555-D & 3575-D are manufactured in Tomah, WI ISO 9002 Certified Plant. * Specifications and design subject to change without notice. Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use, design, required attachments and safety features. See distributor for details on all warranties. REELMASTER 3555-D, MODEL 03820 / REELMASTER 3575-D, MODEL 03821 ENGINE Kubota® 3-cylinder, liquid-cooled diesel engine. 24.8 hp (18.5 kW) @ 3000 RPM. Engine governed to 3220 RPM high idle (± 50 RPM), 1400 RPM low idle (± 50 RPM). Displacement: 68.5 cu.in. (1123 cc). Peak torque: 57.2 lbs-ft @ 2200 RPM. LUBRICATION Pressurized lubrication system with 3.5 quarts (3.3 liters) capacity. FUEL FILTER 10 micron spin-on filter with integral water separator. COOLING Aluminum side-by-side oil cooler/radiator. 8.5 fins per inch, wavy fin, non-louvered. 5.25 quart (4.9 liter) capacity. FUEL TANK CAPACITY 7.5 gallons (28.3 liters), diesel fuel. Biodiesel-Ready for use up to B-20 (20% biodiesel and 80% petroleum blend). TRACTION DRIVE Series/Parallel hydraulic traction circuit provides continuous 3-wheel drive, in mow and transport. Hydrostatic traction drive provides infinitely variable speed in forward and reverse. 6 gallon (23 liter) hydraulic system capacity. GROUND SPEED 0-10 mph (0-16.1 km/hr) forward transport; 0-7 mph (0-11.3 km/hr) mow; 0-3.5 mph (5.6 km/hr) reverse. TIRES Three (3) 22x12-12, 4-ply, no tread tires. 12 PSI recommended pressure. (Optional turf tire) MAIN FRAME Formed steel, welded steel and steel tubing. BRAKES Hydrostatic service brake. Hand-operated parking brake. STEERING Power steering with tilt steering wheel. GAUGES Hour meter, fuel gauge, diagnostic lamp, cluster gauge with glow plug and charge indicator lights, and low engine oil pressure and high coolant temperature warning lights (high temperature safety shut off). CONTROLS Foot operated controls: Forward and reverse traction pedal, mow/transport speed limiter. Hand operated on control panel: Parking brake lever, ignition switch, engine throttle lever, work light switch, on/off switch for cutting units, joystick for cutting unit lift and lower. Other controls: Steering wheel tilt control, reel speed control, backlap engagement lever. ELECTRICAL & INTERLOCKS Heavy-duty 12 V battery, 570 CCA; 40 amp alternator/regulator. Electronic control unit is microprocessor based, solid state control unit with diagnostic capabilities. Traction pedal neutral, parking brake, operator presence in seat, and cutting unit engage/disengage safety interlock switches. REEL DRIVE Hydraulic, open loop through oil cooler & filter. High efficiency pressure balanced gear type motors and pumps. SEAT Mechanical suspension standard. DIMENSIONS 3555-D: Height: 79" (200 cm) Length: 105” (266 cm) Operational Width: 112” (284 cm) Transport Width: 91” (231 cm) 3575-D: Height: 81” (206 cm) Length: 105” (266 cm) Operational Width: 112” (284 cm) Transport Width: 91” (231 cm) WEIGHT 3555-D: 1,655 lbs. (751 kg) with no cutting units. 2,280 lbs. (1,034 kg) with (5) 5” reels, 22” width, 8-blade cutting units. 3575-D: 1,755 lbs. (796 kg) with no cutting units. 2,550 lbs. (1,156 kg) with (5) 7” reels, 22” width, 8-blade cutting units. SAFETY ROPS Standard. Capable of traversing a 25° slope in any direction on dry grass, while mowing. CERTIFICATION Complies with ANSI B71.4-2012 and CE requirements. EN ISO 5395. WARRANTY Two-year limited warranty. Refer to the Operator’s Manual for further details. 16 3 2018 Toro Commercial Equipment Guide 18-003-T Rev. 1/18 Reelmaster® 3555-D/3575-D Accessories* The Reelmaster 3555-D & 3575-D are manufactured in Tomah, WI ISO 9002 Certified Plant. * Specifications and design subject to change without notice. Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use, design, required attachments and safety features. See distributor for details on all warranties. TRACTION UNIT ACCESSORIES 121-7924 Tire – Turf Tread 110-8804 Cool Top Fan (U.S. Only) 03614 Golf Ball Guard 115-4754 myTurf ® Wireless Hour Meter Assembly BEDKNIFE OPTIONS 108-9095 EdgeMax™ 125-2771 EdgeMax Low Cut 108-9096 Standard 110-4084 Standard Low Cut 119-4280 EdgeMax Extended Low Cut 120-1640 Standard Extended Low Cut 110-4074 HD Bedknife RM3555 – 5” (12.7 CM) CUTTING UNIT OPTIONS 03487 22” (56 cm) 8-Blade DPA, RR Cutting Unit 03488 22” (56 cm) 11-Blade DPA, FSR Cutting Unit 03484 End weight (for cutting units without attachments) RM3575 – 7” (17.8 CM) CUTTING UNIT OPTIONS 03638 22” (56 cm) 8-Blade DPA, RR Cutting Unit 03639 22” (56 cm) 8-Blade DPA, FSR Cutting Unit 03641 22” (56 cm) 11-Blade DPA, FSR Cutting Unit 03405 End weight (for cutting units without attachments) 22" (56 CM) DPA CUTTING UNIT ACCESSORIES 03415 Flex Grass Basket Kit (front) 03416 Flex Compact Grass Basket Kit (rear) (127-8562-03 Reduced Width Step Kit required.) 131-6845 Groomer Rod Kit - Flex Baskets 107-3280 Rear Roller Scraper Kit 107-2993-03 Wiehle Roller Scraper 110-1735 Comb/Scraper Kit 114-5412 Full Front Roller 110-9602-03 Full Front Roller Scraper 114-5404 Long Rear Roller Asm 114-5421 Shoulder Roller Asm 110-9609-03 Shoulder Roller Scraper 110-9600 High HOC Kit RM3555 – 5” (12.7 CM) CUTTING UNIT GROOMER AND REAR ROTATING BRUSH OPTIONS 03763 Universal Groomer 03765 22” (56 cm) Groomer Cartridge 03767 Groomer Brush Cartridge 03417 Universal Only Weight Kit 03658 5” (12.7 cm) Universal RRB Kit 03406 Rear Roller Brush ONLY Kit 03412 5” (12.7 cm) End Weight Kit 132-7125 Broomer Kit (for groomers) RM3575 – 7” (17.8 CM) CUTTING UNIT GROOMER AND REAR ROTATING BRUSH OPTIONS 03768 Universal Groomer 03765 22” (56 cm) Groomer Cartridge 03767 Groomer Brush Cartridge 03418 Universal Only Weight Kit 03659 7” (17.8 cm) Universal RRB Kit 03419 Universal w/RRB weight kit 03408 Rear Roller Brush ONLY Kit 132-7125 Broomer Kit (for groomers) 22" CUTTING UNIT: 8-BLADE & 11-BLADE TYPE Five hydraulically driven, balanced, DPA cutting Units. Frame precision manufactured, die-cast aluminum for increased strength, simple click adjustment maintenance. SIZE 22" (56 cm) wide, 5" (12.7 cm) or 7” (17.8 cm) diameter. WIDTH OF CUT 100" (2.54 m) HOC RANGE 8-Blade recommended range 0.25” – 1.0” (6 mm-25 mm). 11-Blade (18”) recommended range 0.25” – 0.75” (6 mm – 19 mm). High HOC Kit available as an option to increase height of cut range from: 5” Reel: 1.0” – 1.5” (25 mm – 38 mm), 7” Reel: 1.0” – 2.0” (25 mm – 51 mm) REEL SPEED 5” reel 2350 (+/- 150) rpm max reel speed, 7” reel 1600 rpm max reel speed, at highest setting. 200 rpm max at low idle and lowest setting for backlapping. BEDKNIFE ADJUSTMENT Precision machined cutting units maintain levelness and hold adjustments. Dual Precision Adjustment (DPA) allows quick bedknife to reel adjustment. ROLLERS Wiehle front roller and standard rear roller included. Optional front full and shoulder rollers, and short and long rear rollers available. GRASS BASKETS Optional baskets. 17 18 Date: February 10, 2023 Quotation for Foster Golf Links Quote No:8077297-00 1 | Page Prepared For:Ryan Rosevear Quote No:8077297-00 Foster Golf Links iQuote No:58216 6200 South Center Blvd Tukwila, WA 98188 Sales Person:Shawn Frisbee shawn.frisbee@turfstar.com 206-501-7248 National IPA Pricing: Contract 2017025, IPA Membership required. Summary Configuration Name Qty Unit Price Sub Total Sales Tax Total 010-Greensmaster 3150-Q Gas 18HP 1 $43,135.60 $43,135.60 $4,356.69 $47,492.29 020-Setup 1 $863.00 $863.00 $87.17 $950.17 030-Delivery 1 $863.00 $863.00 $87.17 $950.17 Totals:$44,861.60 $4,531.03 $49,392.63 19 Date: February 10, 2023 Quotation for Foster Golf Links Quote No:8077297-00 2 | Page Configuration Product Details 010-Greensmaster 3150-Q Gas 18HP Model Product Description Qty Unit Price Extended Sales Tax Total 04358 Greensmaster 3150-Q Gas 18HP 1 $31,839.60 $31,839.60 $3,215.80 $35,055.40 04654 DPA 11Blade Cutting Unit 3 $2,975.70 $8,927.10 $901.64 $9,828.74 04255 Front Narrow Wiehle Roller .200 Spacing 3 $349.44 $1,048.32 $105.88 $1,154.20 138-8579 BIMINI SHADE KIT 1 $295.08 $295.08 $29.80 $324.88 126-2058 ARMREST KIT 1 $120.11 $120.11 $12.13 $132.24 04554 LED Light Kit Riding Greensmower 1 $668.46 $668.46 $67.51 $735.97 131-6262 MVP KIT-INITIAL 800 HOUR , GR3150 1 $236.93 $236.93 $23.93 $260.86 Totals: $47,492.29 20 Date: February 10, 2023 Quotation for Foster Golf Links Quote No:8077297-00 3 | Page Configuration Product Details 020-Setup Model Product Description Qty Unit Price Extended Sales Tax Total FSD1 Setup 1 $863.00 $863.00 $87.17 $950.17 Totals: $950.17 21 Date: February 10, 2023 Quotation for Foster Golf Links Quote No:8077297-00 4 | Page Configuration Product Details 030-Delivery Model Product Description Qty Unit Price Extended Sales Tax Total FSD2 Delivery 1 $863.00 $863.00 $87.17 $950.17 Totals: $950.17 22 Date: February 10, 2023 Quotation for Foster Golf Links Quote No:8077297-00 5 | Page Standard Terms and Conditions Prices including all finance options are subject to change based on Turf Star Western’s receipt of product and estimated shipments. Currently, product availability is a minimum of 6-18 months. Your Final Price will be determined at time of shipment. Delivery is FOB point of origin unless otherwise stated. Office Locations Northern California: Southern California: Pacific Northwest: 3928 N.Blattela Lane 79-253 Country Club Drive 1750 Industrial Dr.NE Fresno, CA 93727 Bermuda Dunes, CA 92203 Salem, OR 97301 Fax: (559) 277-7123 Fax: (760) 345-4297 Ph: (503) 691-0250 2438 Radley Court 955 Beacon Street 5869 South 194th Hayward, CA 94545 Brea, CA 92821 Kent, WA 98032 Fax: (510) 785-3576 Fax: (800) 775-8873 Fax: (253) 872-6942 11373 Sunrise Gold Circle 2110 La Mirada Ste 100 2824 East Garland Rancho Cordova, CA 95742 Vista, CA 92083 Spokane, WA 99207 Fax: (800) 241-1997 Fax: (760) 734-4285 Fax: (509) 483-7563 WARNING: Cancer and Reproductive Harm-http://www.P65Warnings.ca.gov For more information, please visit http://www.ttcoCAProp65.com CALIFORNIA SPARK ARRESTER WARNING Operation of this equipment in the State of California may create sparks that can start fires around dry vegetation. A spark arrestor may be required. The operator should contact local fire agencies for laws or regulations relating to fire prevention requirements. 23 24 Call your Toro distributor at 800-803-8676©2018 The Toro Company. All rights reserved. Rev. 1/18 Greensmaster 3150-Q: • Briggs & Stratton® 18 hp (13.4 kW) air-cooled, gasoline engine • Industry’s quietest engine-powered riding greensmower Greensmaster 3250-D: • Kubota® D902, 24.8 hp (18.5 kW) 3-cylinder, liquid-cooled, diesel engine • Ample power for any greens or off-greens application; extremely versatile FEA TURES Greensmaster ® 3150-Q/3250-D RIDING GREENSMOWERS Legendary performance and reliability. The Greensmaster 3150-Q and 3250-D are distinguished for their field-proven performance and exceptional quality of cut. Equipped with patented DPA cutting units for a superior cut and minimal maintenance, convenient controls for easy operation, and ample power to handle any application – it’s no wonder these classic models have been trusted over the years to deliver the performance golf courses demand with a putting surface that exceeds expectations. Greensmaster® 3150-Q Greensmaster® 3250-D EdgeSeriesTM Reels 25 2 2018 Toro Commercial Equipment Guide 18-003-T Rev. 1/18 The Greensmaster 3150-Q is manufactured in Tomah, WI ISO 9002 Certified Plant. Greensmaster® 3150-Q Specifications* 8 BLADE DPA CUTTING UNITS 11-BLADE DPA CUTTING UNITS 14-BLADE CUTTING UNITS, 04656 TRACTOR These cutting units will mount on any Toro riding Greensmaster (excluding Greensmaster TriFlexTM 33xx/34xx series). HEIGHT OF CUT (HOC) RANGE Cutting height is adjusted on front roller by two vertical screws and held by two locking cap screws. Bench HOC range is .062"-.297" (1.6-7.5 mm). With high HOC kit, range is .297-1.0" (7.5-25.4 mm). Effective HOC may vary depending on turf conditions and bedknife installed. REEL WELDMENT Reels are 5" (13 cm) in diameter, 21" (53.3 cm) in length. High carbon steel blades are welded to 5 stamped steel spiders, and heat treated. The reel is ground for diameter and concentricity, and relief ground. REEL BEARINGS Two stainless steel ball bearings, 30 +/-.1 mm inside diameter slip fit onto reel shaft retained by internally splined threaded insert. Low drag seals/slingers for added protection with o-ring sealed motor and counterweight. Reel position maintained by a wave washer with no adjusting nut. MAINTENANCE No grease zerks, sealed bearing design eliminates daily maintenance. REEL DRIVE The reel weldment shaft is a 1.375" (35 mm) diameter tube with internally splined threaded insert. FRAME Precision machined, die-cast aluminum cross member with two bolt-on die-cast aluminum side plates. AGGRESSIVENESS Aggressiveness stays constant throughout the life of the reel. Patented design. BEDKNIFE Replaceable single edged EdgeMaxTM Microcut Bedknife is standard. BEDKNIFE ADJUSTMENT Dual screw, indexed “click” adjustment to the reel; detents corresponding to .0007" (.018 mm) bedknife movement for each position. FRONT & REAR ROLLERS Front: Not included with cutting unit, purchased separately. Option between full, narrow-spaced and wide-spaced Wiehle roller. Rear: Steel full, 2" (5.1 cm) diameter with sealed bearings and through-shaft. GRASS SHIELD Non-adjustable shield with adjustable cut-off bar to improve grass discharge from reel in wet conditions. TOTAL WEIGHT 8-blade: 72 lbs. (32.7 kg) with aluminum Wiehle Roller. 11-blade: 75 lbs. (34 kg) with aluminum Narrow Wiehle Roller. 14-blade: 78 lbs. (35 kg) with aluminum Wiehle Roller. GREENSMASTER 3150-Q, MODEL 04358 ENGINE 18 hp (13.4 kW) @3600 rpm, Briggs & Stratton® gasoline engine, governed to 2850 rpm high idle, 1650 rpm low idle. Air-cooled. FUEL CAPACITY 7 gallon (26.5 liter) capacity; unleaded gasoline. TRACTION DRIVE Hydraulic piston pump, closed loop system. 2WD Parallel Hydrostatic or 3WD Series Parallel piston pump closed loop system. Foot pedal forward and reverse; infinitely variable. GROUND SPEED Forward-mowing speed is variable from 2-5 mph (3.2-8 km/h), adjusted by stop on pedal mechanism. Mow speed setting does not affect transport speed. Maximum Greensmaster 3150-Q transport speed is 8.8 mph (14.4 km/h), may be reduced by adjusting stop in footrest pan without affecting mow speeds. Reverse is 2.5 mph (4.0 km/h) maximum. TURF COMPACTION 8-10 psi (dependent on tire pressure) with operator and cutting units down. IMPLEMENT DRIVE Single gear pump, mono valve block, series reel drive to 3 motors. STEERING Power steering. Adjustable steering wheel tilt and a 5-position steering arm tilt. CONTROLS/GAUGES Raise/lower-mow lever (joystick). Functional control lever (neutral, mow, transport). Foot operated traction drive and brakes. Hour meter. Hand operated throttle and choke. Mechanical engine speed control. ELECTRICAL FEATURES 12-volt lead acid, group size U1, with 300 minimum cold cranking amps at 0° F and 34 minutes reserve capacity at 85° F/25 amps draw. 16 amp alternator. Ignition switch/key. Seat switch. Harness terminals and fuse slot available for optional lights installation. TIRES/WHEELS/PRESSURE Three tires: Three 18 x 10.5-8, 4-ply pneumatic tubeless demountable and interchangeable with smooth tread. 8-12 psi front; 8-15 psi rear. Optional Traction Tire (4-ply): P/N 119-3516. BRAKES Two 6" (15.2 cm) drum type. HYDRAULIC OIL 7.5 gallon (28.4 liter) tank with internal baffle. 1.0 gallon (3.8 liter) auxiliary tank. LEAK DETECTION Equipped with Turf Guardian™ leak detection system. SOUND LEVEL 82 dB(A) at operator’s ear under normal conditions. OVERALL DIMENSIONS Wheel Tread: 49.5" (149.9 cm), Wheel Base: 47" (119 cm), Length: 90" (229 cm), Width: 69.7" (177 cm) w/reels, Height: 74.5" (189 cm), Weight: 1,087 lbs. (493 kg). WIDTH OF CUT 59" (150 cm) REEL SPEED Approximately 1975 RPM at 2850 engine RPM. Adjustable. BACKLAPPING Standard equipment. CUTTING UNIT SUSPENSION Cutting units are completely free-floating, each attaching to the tractor by direct pull links and lifted by a centered lift arm. Baskets are supported by carrier frames that are ground following. Cutting unit floatation is unaffected by basket content. Grass baskets are all interchangeable and accessible from the front of the machine. ROPS Roll Over Protection System standard. CERTIFICATION Certified to meet ANSI specification B71.4-2012 and European CE standards with appropriate kits installed. WARRANTY Two-year limited warranty. Refer to the Operator’s Manual for further details. * Specifications and design subject to change without notice. Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use, design, required attachments and safety features. Consult your local Toro Distributor. 26 3 2018 Toro Commercial Equipment Guide 18-003-T Rev. 1/18 The Greensmaster 3150-Q is manufactured in Tomah, WI ISO 9002 Certified Plant. * Specifications and design subject to change without notice. Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use, design, required attachments and safety features. Consult your local Toro Distributor. Greensmaster® 3150-Q Accessories* TRACTION UNIT ACCESSORIES 04476 3-Wheel Drive Kit 04479 Thatching Reel (Set of 1) 04495 Greens Tri-Roller Kit 30707 Armrest Kit 119-3516 Traction Tires 04554 Light Kit 130-6536 Hydraulic Oil Cooler Kit 108-6472 Traction Speed Control Kit 104-6540 Spark Arrestor Screen 115-4510 Bimini Folding Shade 100-6442 2WD Weight Kit 99-1645 3WD Weight Kit 115-4754 Wireless Hour Meter ROLLER OPTIONS 04626 Front Narrow Wiehle Roller (set of 3) 04627 Front Wide Wiehle Roller (set of 3) 04625 Front Full Roller (set of 3) 04628 Solid Steel Roller Kit (front Wiehle & rear steel rollers) 04629 Anti-Bobbing Roller 71-1550 Cast Iron Rear Wiehle Roller 107-3514 Steel Wide Wiehle Roller 121-4675 Extended Wiehle Roller 04258 Extended Narrow Wiehle Roller 04267 Narrow Wiehle Roller (for paspalum) 107-3510 Steel Narrow Wiehle Roller 120-9595 Steel Rear Roller (standard) 125-5180 DPA Rear Roller Extension Kit 120-9600 High Height of Cut Kit 04249 Split Full Front Roller 04250 Split Narrow Wiehle Roller THATCHING REEL ACCESSORIES 117-6824 Thin dynaBlade, (1.2mm Thickness)(Individual) 119-1128 Regular dynaBlade, (2mm Thickness) (Individual) 117-6839 Replacement Kit, 1.2mm dynaBlade (36 Blades) 117-6840 Replacement Kit, 2mm dynaBlade (36 Blades) 121-6675 Spring Steel Kit 121-6674 Blade, Spring Steel 121-9525 Thatching Reel Quick Change Kit GROOMER OPTIONS 04648 Universal Groomer Drive (Set of 1) 04802 Groomer Reel 04270 Grooming Brush – Soft 04271 Grooming Brush – Stiff 106-2643 Groomer Pull Link Kit SCRAPER OPTIONS 125-5303 Front Narrow Wiehle Roller Scraper 125-5304 Front Wide Wiehle Roller Scraper 125-5305 Front Full Roller Scraper 115-7377 Front Narrow Wiehle Roller Scraper Brush 115-7378 Front Wide Wiehle Roller Scraper Brush 115-7379 Front Full Roller Scraper Brush 115-7380 Front Narrow Wiehle Roller Scraper Comb 115-7381 Front Wide Wiehle Roller Scraper Comb 115-7382 Front Full Roller Scraper Comb 115-7383 Rear Roller Scraper 121-2260 Adjustable Rear Roller Scraper 04646 Spring Loaded Rear Roller Scraper (Set of 3) 107-9561 Anti-Bobbing Roller Scraper Kit 04650 Rotating Rear Roller Brush (Set of 1) BEDKNIFE & BEDBAR OPTIONS 93-4262 Microcut Bedknife 93-4263 Tournament Bedknife 93-4264 Low Cut Bedknife 94-6392 High Cut Bedknife 63-8600 Fairway Bedknife 108-4303 Extended Microcut Bedknife 108-4302 Extended Tournament Bedknife 115-1880 EdgeMaxTM Microcut Bedknife (Standard) 115-1881 EdgeMax TM Tournament Bedknife 112-7475 EdgeMax TM Fairway Bedknife 106-2648-01 Bedbar (Standard) 99-3794-03 Aggressive Bedbar CUTTING UNIT & REEL OPTIONS 04652 8-Blade Cutting Unit 04654 11-Blade Cutting Unit 04656 14-Blade Cutting Unit 119-4103 8-Blade Reel (Individual) 121-6651 8-Blade Reel, Heavy-Duty (Individual) 119-4104 11-Blade Reel (Individual) 127-2202 14-Blade Reel (Individual) GREENSMASTER 3150-Q ACCESSORIES BIO-HYDRAULIC FLUID / HYDRAULIC FLUID / OIL 119-2157 Bio-Hydraulic Fluid, 5 gal. (18.9 L) 119-2158 Bio-Hydraulic Fluid, 55 gal. (208.2 L) 108-1178 Premium Hydraulic Fluid, 5 gal. (18.9 L) 108-1177 Premium Hydraulic Fluid, 55 gal. (208.2 L) 108-1197 Premium Engine Oil SAE 30, 5 gal. (18.9 L) 108-1196 Premium Engine Oil SAE 30, 55 gal. (208.2 L) TOOLS 04399 Turf Evaluator 125-5610 Paper – Reel 125-5611 Shim – Reel 94-9010 Height of Cut Bar Assembly 27 4 2018 Toro Commercial Equipment Guide 18-003-T Rev. 1/18 The Greensmaster 3250-D is manufactured in Tomah, WI ISO 9002 Certified Plant. GREENSMASTER 3250-D, MODEL 04384 ENGINE Kubota® 902 tier 4i, 3-cylinder liquid-cooled diesel engine. 55.0 cu. in. (902 cc). Full pressure lubrication, oil filter. 24.8 hp (18.5 kW) @ 3600 rpm. Engine governed to 2760 rpm high idle, 1500 rpm low idle (no load). FUEL CAPACITY 6 gallons (22.7 liters). Biodiesel-Ready for use up to B-20 (20% biodiesel and 80% petroleum blend). TRACTION DRIVE Hydraulic piston pump, closed loop system. 2WD Parallel Hydrostatic or 3WD Series Parallel piston pump closed loop system. Foot pedal forward and reverse; infinitely variable. GROUND SPEED Forward-mowing speed is variable from 2-5 mph (3.2-8 km/h), adjusted by stop on pedal mechanism. Mow speed setting does not affect transport speed. Maximum Greensmaster 3250-D transport speed is 8.8 mph (14.4 km/h), may be reduced by adjusting stop in footrest pan without affecting mow speeds. Reverse is 2.5 mph (4.0 km/h) maximum. TURF COMPACTION 10 psi (.68 bar) average at recommended minimum tire pressures, with a 200 lb. operator, and cutting units down. STEERING Power steering. No-tool quick adjust steering arm position, with arm motion allowing a wide range of operator sizes. Steering cylinder has through shaft design for accurate straight line steering. CONTROLS/GAUGES Raise/lower-mow lever. Functional control lever (neutral, mow, transport). Foot operated traction drive and brakes. Hour meter and 4 bulb warning cluster. Hand operated choke, throttle. Mechanical engine speed control. ELECTRICAL FEATURES Maintenance-free 12-volt battery with 530 minimum cold cranking amps at 0° F (-17.7° C) and 95 minutes minimum reserve capacity at 85° F (29.4° C) 40 amp alternator, circuit fused at 40 amps. Ignition switch/key. Seat switch. High temperature engine kill override switch. Harness terminals, fuse slot, and console switch location available for optional lights installation. SOUND LEVEL 84 dBA at operator ear under normal conditions. OVERALL DIMENSIONS Width of Cut: 59.0" (150 cm) Overall Height: 77.5" (197 cm) Wheel Tread: 50.5" (128 cm) Net Weight (no fuel, no operator): 1,216 lbs. (552 kg) Wheel Base: 48.6" (123 cm) Reel Speed: Approx.1,950 rpm @ 2760 rpm (Adjustable) Overall Length (w/baskets): 93.9" (238 cm) Overall Width: 68.0" (173 cm) TIRES Three 19 x 10.5-8, 2 ply pneumatic tubeless demountable and interchangeable. Smooth tread (approx. 1290 rev/mile). 8-12 psi front; 8-15 psi rear. LEAK DETECTION Turf Guardian™ optional. BACKLAPPING Standard equipment. BRAKES 6" (15.2 cm) drum type mechanical with rack and pawl lock for parking. SEAT Contour seat with high backrest. 7" (17.8 cm) fore/aft slider adjustment with two mounting positions, allowing 9" (22.8 cm) total seat travel. Operator manual tube mounted on the seat back for easy access. ROPS Roll over protection system standard. CERTIFICATION Certified to meet ANSI specification B71.4-2012 and European CE standards with appropriate kits installed. WARRANTY Two-year limited warranty. Refer to the Operator’s Manual for further details. Greensmaster® 3250-D Specifications* * Specifications and design subject to change without notice. Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use, design, required attachments and safety features. Consult your local Toro Distributor. 8 BLADE DPA CUTTING UNITS 11-BLADE DPA CUTTING UNITS 14-BLADE CUTTING UNITS TRACTOR These cutting units will mount on any Toro riding Greensmaster (excluding Greensmaster TriFlex 33xx/34xx series). HEIGHT OF CUT (HOC) RANGE Cutting height is adjusted on front roller by two vertical screws and held by two locking cap screws. Bench HOC range is .062"-.297" (1.6-7.5 mm). With high HOC kit, range is .297-1.0" (7.5-25.4 mm). Effective HOC may vary depending on turf conditions and bedknife installed. REEL WELDMENT Reels are 5" (13 cm) in diameter, 21" (53.3 cm) in length. High carbon steel blades are welded to 5 stamped steel spiders, and heat treated to RC 48-54 hardness. The reel is ground for diameter and concentricity, and backgrind. REEL BEARINGS Two stainless steel ball bearings, 30 mm inside diameter slip fit onto reel shaft retained by internally splined threaded insert. Low drag seals/slingers for added protection with o-ring sealed motor and counterweight. Reel position maintained by a wave washer with no adjusting nut. MAINTENANCE No grease zerks, sealed bearing design eliminates daily maintenance. REEL DRIVE The reel weldment shaft is a 1.375" (35 mm) diameter tube with internally splined threaded insert. FRAME Precision machined, die-cast aluminum cross member with two bolt-on die-cast aluminum side plates. AGGRESSIVENESS Aggressiveness stays constant throughout the life of the reel. Patented design. BEDKNIFE Replaceable single edged EdgeMaxTM Microcut Bedknife is standard. BEDKNIFE ADJUSTMENT Dual screw, indexed “click” adjustment to the reel; detents corresponding positively to .0007" (.018 mm) bedknife movement for each position. FRONT & REAR ROLLERS Front: Not included with cutting unit, purchased separately. Option between full, narrow-spaced and wide-spaced roller. Rear: Steel full, 2" (5.1 cm) diameter with sealed bearings and through-shaft. GRASS SHIELD Non-adjustable shield with adjustable cut-off bar to improve grass discharge from reel in wet conditions. TOTAL WEIGHT 8-blade: 72 lbs. (32.7 kg) with aluminum Wiehle Roller. 11-blade: 75 lbs. (34 kg) with aluminum Narrow Wiehle Roller. 14-blade: 78 lbs. (35 kg) with aluminum Wiehle Roller. 28 5 2018 Toro Commercial Equipment Guide 18-003-T Rev. 1/18 * Specifications and design subject to change without notice. Products depicted in this literature are for demonstration purposes only. Actual products offered for sale may vary in use, design, required attachments and safety features. Consult your local Toro Distributor. The Greensmaster 3250-D is manufactured in Tomah, WI ISO 9002 Certified Plant. Greensmaster® 3250-D Accessories* GREENSMASTER 3250-D ACCESSORIES TRACTION UNIT ACCESSORIES 04477 3-Wheel Drive Kit 04479 Thatching Reel (Set of 1) 04495 Greens Tri-Roller Kit 30707 Armrest Kit 99-4506 Traction Tires 104-7701 Hydraulic Oil Cooler Kit 04554 Light Kit 120-1951 Spark Arrestor 04497 Leak Detector 112-0279 Front Wheel Weight Kit 100-6442 2WD Weight Kit 99-1645 3WD Weight Kit 100-6430 Hose Adapter Kit 105-9766 Radiator Screen Kit 104-9400 Ground Follow Kit 115-4510 Bimini Folding Shade 115-4754 Wireless Hour Meter ROLLER OPTIONS 04626 Front Narrow Wiehle Roller (set of 3) 04627 Front Wide Wiehle Roller (set of 3) 04625 Front Full Roller (set of 3) 04628 Solid Steel Roller Kit (front Wiehle & rear steel rollers) 04629 Anti-Bobbing Roller 71-1550 Cast Iron Rear Wiehle Roller 107-3514 Steel Wide Wiehle Roller 121-4675 Extended Wiehle Roller 04258 Extended Narrow Wiehle Roller 04267 Narrow Wiehle Roller (for paspalum) 107-3510 Steel Narrow Wiehle Roller 120-9595 Steel Rear Roller (standard) 125-5180 DPA Rear Roller Extension Kit 120-9600 High Height of Cut Kit 04249 Split Full Front Roller 04250 Split Narrow Wiehle Roller THATCHING REEL ACCESSORIES 117-6824 Thin dynaBLADE, (1.2mm Thickness)(Individual) 119-1128 Regular dynaBlade, (2mm Thickness)(Individual) 117-6839 Replacement Kit, 1.2mm dynaBlade (36 Blades) 117-6840 Replacement Kit, 2mm dynaBlade (36 Blades) 121-6675 Spring Steel Kit 121-6674 Blade, Spring Steel 121-9525 Thatching Reel Quick Change Kit GROOMER OPTIONS 04648 Universal Groomer Drive (Set of 1) 04802 Groomer Reel 04270 Grooming Brush – Soft 04271 Grooming Brush – Stiff 112-9248 Groomer Pull Link Kit SCRAPER OPTIONS 125-5303 Front Narrow Wiehle Roller Scraper 125-5304 Front Wide Wiehle Roller Scraper 125-5305 Front Full Roller Scraper 115-7377 Front Narrow Wiehle Roller Scraper Brush 115-7378 Front Wide Wiehle Roller Scraper Brush 115-7379 Front Full Roller Scraper Brush 115-7380 Front Narrow Wiehle Roller Scraper Comb 115-7381 Front Wide Wiehle Roller Scraper Comb 115-7382 Front Full Roller Scraper Comb 115-7383 Rear Roller Scraper 121-2260 Adjustable Rear Roller Scraper 04646 Spring Loaded Rear Roller Scraper (Set of 3) 107-9561 Anti-Bobbing Roller Scraper Kit 04650 Rotating Rear Roller Brush (Set of 1) BEDKNIFE & BEDBAR OPTIONS 93-4262 Microcut Bedknife 93-4263 Tournament Bedknife 93-4264 Low Cut Bedknife 94-6392 High Cut Bedknife 63-8600 Fairway Bedknife 108-4303 Extended Microcut Bedknife 108-4302 Extended Tournament Bedknife 115-1880 EdgeMaxTM Microcut Bedknife (Standard) 115-1881 EdgeMax TM Tournament Bedknife 112-7475 EdgeMax TM Fairway Bedknife 106-2648-01 Bedbar (Standard) 99-3794-03 Aggressive Bedbar CUTTING UNIT & REEL OPTIONS 04652 8-Blade Cutting Unit 04654 11-Blade Cutting Unit 04656 14-Blade Cutting Unit 119-4103 8-Blade Reel (Individual) 121-6651 8-Blade Reel, Heavy-Duty (Individual) 119-4104 11-Blade Reel (Individual) 127-2202 14-Blade Reel (Individual) BIO-HYDRAULIC FLUID / HYDRAULIC FLUID / OIL 119-2157 Bio-Hydraulic Fluid, 5 gal. (18.9 L) 119-2158 Bio-Hydraulic Fluid, 55 gal. (208.2 L) 108-1178 Premium Hydraulic Fluid, 5 gal. (18.9 L) 108-1177 Premium Hydraulic Fluid, 55 gal. (208.2 L) 121-6393 Premium Engine Oil SAE 10W30, 5 gal. (18.9 L) 121-6392 Premium Engine Oil SAE 10W30, 55 gal. (208.2 L) TOOLS 04399 Turf Evaluator 125-5610 Paper – Reel 125-5611 Shim – Reel 94-9010 Height of Cut Bar Assembly 29 30 Quotes of equipment offered through contracts between Deere & Company, its divisions and subsidiaries (collectively “Deere”) and government agencies are subject to audit and access by Deere's Strategic Accounts Business Division to ensure compliance with the terms and conditions of the contracts. Vendor: Deere & Company 2000 John Deere Run Cary, NC 27513 Signature on all LOIs and POs with a signature line Contract name or number; or JD Quote ID Sold to street address (no PO box) Bill to email address (required to send the invoice and/or to obtain the tax exemption certificate Customer: Quotes are valid for 30 days from the creation date or upon contract expiration, whichever occurs first. A Purchase Order (PO) or Letter of Intent (LOI) including the below information is required to proceed with this sale. The PO or LOI will be returned if information is missing. Rick Michel Pacific Golf & Turf 1818 Bickford Avenue Snohomish, WA 98290 Tel: 360-568-7798 Fax: 360-568-2248 Email: rmichel@pacificgolfturf.com For any questions, please contact: Ship to street address (no PO box) Bill to contact name and phone number Bill to address Membership number if required by the contract 31 ALL PURCHASE ORDERS MUST BE MADE OUT TO (VENDOR): Deere & Company 2000 John Deere Run Cary, NC 27513 FED ID: 36-2382580 UEID: FNSWEDARMK53 ALL PURCHASE ORDERS MUST BE SENT TO DELIVERING DEALER: Pacific Golf & Turf 1818 Bickford Avenue Snohomish, WA 98290 360-568-7798 WTaft@pacificgolfturf.com Confidential Salesperson : X ______________Accepted By : X ______________ Quote Summary Prepared For: FOSTER LINKS GOLF COURSE 13900 INTERURBAN AVE SSEATTLE, WA 98168Business: 206-433-1871 Delivering Dealer: Pacific Golf & TurfRick Michel1818 Bickford AvenueSnohomish, WA 98290 Phone: 360-568-7798rmichel@pacificgolfturf.com Quote ID:28436650 21 March 2023 11 April 2023 Created On: Last Modified On: Expiration Date:31 July 2024 Equipment Summary Selling Price Qty Extended JOHN DEERE ProGator 2020A (Gas) $ 35,906.27 X 1 = $ 35,906.27 Contract: WA Lawn and Grounds 05218 (PG 4S CG 22) Price Effective Date: March 20, 2023 JOHN DEERE HD200 SelectSpray (for ProGators 2020A, 2020 and 2030A, 2030) $ 22,109.18 X 1 = $ 22,109.18 Contract: WA Lawn and Grounds 05218 (PG 4S CG 22) Price Effective Date: March 20, 2023 Equipment Total $ 58,015.45 * Includes Fees and Non-contract items Quote Summary Equipment Total $ 58,015.45 Trade In SubTotal $ 58,015.45 Est. Service Agreement Tax $ 0.00 Total $ 58,015.45 Down Payment (0.00) Rental Applied (0.00) Balance Due $ 58,015.45 32 ALL PURCHASE ORDERS MUST BE MADE OUT TO (VENDOR): Deere & Company 2000 John Deere Run Cary, NC 27513 FED ID: 36-2382580 UEID: FNSWEDARMK53 ALL PURCHASE ORDERS MUST BE SENT TO DELIVERING DEALER: Pacific Golf & Turf 1818 Bickford Avenue Snohomish, WA 98290 360-568-7798 WTaft@pacificgolfturf.com Confidential Salesperson : X ______________Accepted By : X ______________33 Quote Id: 28436650 Customer Name:FOSTER LINKS GOLF COURSE Selling Equipment Confidential ALL PURCHASE ORDERS MUST BE MADE OUT TO (VENDOR): Deere & Company 2000 John Deere Run Cary, NC 27513 FED ID: 36-2382580 UEID: FNSWEDARMK53 ALL PURCHASE ORDERS MUST BE SENT TO DELIVERING DEALER: Pacific Golf & Turf 1818 Bickford Avenue Snohomish, WA 98290 360-568-7798 WTaft@pacificgolfturf.com JOHN DEERE ProGator 2020A (Gas) Hours: Stock Number: Contract:WA Lawn and Grounds 05218 (PG 4S CG 22) Price Effective Date:March 20, 2023 Selling Price * $ 35,906.27 * Price per item - includes Fees and Non-contract items Code Description Qty List Price Discount% Discount Amount Contract Price Extended Contract Price 140CTC ProGator 2020A (Gas) 1 $ 40,651.00 22.50 $ 9,146.48 $ 31,504.52 $ 31,504.52 Standard Options - Per Unit 001A US/Canada 1 $ 0.00 22.50 $ 0.00 $ 0.00 $ 0.00 183E JDLink™ Modem 1 $ 0.00 22.50 $ 0.00 $ 0.00 $ 0.00 1139 Standard Front Tires 23x10.5-12 (4 PR) 1 $ 0.00 22.50 $ 0.00 $ 0.00 $ 0.00 1161 Fairway Rear (2) Tires and (2) Wheels, 26x14-12 (4 PR) 1 $ 0.00 22.50 $ 0.00 $ 0.00 $ 0.00 1190 2WD Traction Unit 1 $ 0.00 22.50 $ 0.00 $ 0.00 $ 0.00 2200 Factory Installed Auxiliary Hydraulics 1 $ 0.00 22.50 $ 0.00 $ 0.00 $ 0.00 9773 Electronic Multi-Mode Throttle/Governor Control Kit 1 $ 497.00 22.50 $ 111.83 $ 385.17 $ 385.17 9775 Armrest Kit (One Set) 1 $ 124.00 22.50 $ 27.90 $ 96.10 $ 96.10 9778 Quick Connect Kit 1 $ 215.00 22.50 $ 48.38 $ 166.62 $ 166.62 9837 Canopy with Rear View Mirror 1 $ 1,014.00 22.50 $ 228.15 $ 785.85 $ 785.85 9839 Mirror Kit 1 $ 181.00 22.50 $ 40.73 $ 140.27 $ 140.27 Standard Options Total $ 2,031.00 $ 456.99 $ 1,574.01 $ 1,574.01 Dealer Attachments/Non-Contract/Open Market BTC10091 4-Post Rollover Protective Structure (ROPS) Conversion Kit (Green) 1 $ 2,670.71 22.50 $ 600.91 $ 2,069.80 $ 2,069.80 BM20433 Heavy-Duty Front Spring Kit 1 $ 488.99 22.50 $ 110.02 $ 378.97 $ 378.97 TCB10910 Heavy-Duty Rear Spring Kit 1 $ 488.99 22.50 $ 110.02 $ 378.97 $ 378.97 Dealer Attachments Total $ 3,648.69 $ 820.95 $ 2,827.74 $ 2,827.74 Value Added Services Total $ 0.00 $ 0.00 $ 0.00 34 Quote Id: 28436650 Customer Name:FOSTER LINKS GOLF COURSE Selling Equipment Confidential ALL PURCHASE ORDERS MUST BE MADE OUT TO (VENDOR): Deere & Company 2000 John Deere Run Cary, NC 27513 FED ID: 36-2382580 UEID: FNSWEDARMK53 ALL PURCHASE ORDERS MUST BE SENT TO DELIVERING DEALER: Pacific Golf & Turf 1818 Bickford Avenue Snohomish, WA 98290 360-568-7798 WTaft@pacificgolfturf.com Additional Discounts Additional Discount Total $ 0.00 $ -0.00 $ -0.00 Total Selling Price $ 46,330.69 $ 10,424.42 $ 35,906.27 $ 35,906.27 JOHN DEERE HD200 SelectSpray (for ProGators 2020A, 2020 and 2030A, Equipment Notes: Hours: Stock Number: Contract:WA Lawn and Grounds 05218 (PG 4S CG 22) Price Effective Date:March 20, 2023 Selling Price * $ 22,109.18 * Price per item - includes Fees and Non-contract items Code Description Qty List Price Discount% Discount Amount Contract Price Extended Contract Price 3769M HD200 SelectSpray (for ProGators 2020A, 2020 and 2030A, 2030) 1 $ 18,399.00 22.50 $ 4,139.78 $ 14,259.22 $ 14,259.22 Standard Options - Per Unit 001A United States and Canada 1 $ 0.00 22.50 $ 0.00 $ 0.00 $ 0.00 2002 Gen2 Automatic Rate Controller for Centrifugal or Diaphragm Pump 1 $ 1,585.00 22.50 $ 356.63 $ 1,228.37 $ 1,228.37 3000 18 Ft. Spray Boom with Electro-Hydraulic Lift 1 $ 0.00 22.50 $ 0.00 $ 0.00 $ 0.00 6452 Stainless Steel Centrifugal Pump 1 $ 898.00 22.50 $ 202.05 $ 695.95 $ 695.95 9031 Electric Foam Maker 1 $ 2,428.00 22.50 $ 546.30 $ 1,881.70 $ 1,881.70 9040 Sprayer Storage Stand 1 $ 1,400.00 22.50 $ 315.00 $ 1,085.00 $ 1,085.00 9055 Electric Reel and 200 Ft. of 1/2 In. Hose, Less Spraygun 1 $ 3,013.00 22.50 $ 677.93 $ 2,335.07 $ 2,335.07 9060 Spraygun 1 $ 287.00 22.50 $ 64.58 $ 222.42 $ 222.42 9869 Hose Plumbing Kit 1 $ 518.00 22.50 $ 116.55 $ 401.45 $ 401.45 Standard Options Total $ 10,129.00 $ 2,279.04 $ 7,849.96 $ 7,849.96 Total Selling Price $ 28,528.00 $ 6,418.82 $ 22,109.18 $ 22,109.18 35 36 Dakota 440 Turf Tender 37 Toro 3555 Fairway Mower 38 Toro 3150-Q Triplex Mower 39 John Deere HD200 Sprayer 40 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM {EFM2727195.DOCX;2/13175.000001/ } TO: Community Services and Safety Committee FROM: Police Chief Eric Drever BY: Eric Hines CC: Mayor Ekberg DATE: April 11, 2023 SUBJECT: Changes to Tukwila Municipal Code Title 9 ISSUE The Police Department is seeking committee approval to repeal the existing chapter 9 Tukwila Municipal Code and replace it with this updated version, attached for your review. BACKGROUND Tukwila Municipal Code chapter 9 explains proper vehicle parking, registration requirements, and the impoundment of vehicle within the city limits. This TMC is effective for vehicles parked on public roadways, right of way, and City owned property (buildings, their parking lots, City parks). Parts of the TMC chapter 9 as it is currently written were challenged and those sections discontinued for use as a result. This updated TMC corrects that language in each section and how they relate to one another. All sections were examined and updated as needed to reflect present day issues. DISCUSSION Tukwila Municipal Code chapter 9 is the single location in this City’s municipal code that lists the current regulation regarding the parking of vehicles, violations for which a notice of infraction can be issued, and the conditions under which vehicles can be impounded. One of the most frequent issues complained about to PD from City residents in the parking of vehicles with expired tabs upon the license plate. This section of the TMC was invalidated at a TMC trial due to the wording of the original TMC utilizing “registration plate” instead of specific language regarding a license plate. As a result, for the past several years this section of the TMC has not been used, despite frequent complaints by citizens through the See Click Fix on-line reporting portal. The original TMC also has a section regarding “residential parking permits” that have not been issued in several years. These permits would allow citizens to park in areas prohibited by posted no parking signs. This poses a safety problem as those no parking anytime signed areas are posted to keep them clear of vehicles to allow line of sight of on-coming vehicles to allow a safe entry into a roadway and avoidance of a collision. TMC chapter 9 also covers impoundment of vehicles and specified a 24-hour time period for waiting to impound abandoned vehicles. PD practice for many years now is to mark a vehicle for impound but not to impound it until 72 hours have elapsed. When a vehicle is impounded TMC chapter 9 specified the registered owner of the vehicle may request an impound hearing at King County district court when for over a year now, such hearings take place at the Tukwila Municipal Court. 41 INFORMATIONAL MEMO Page 2 {EFM2727195.DOCX;2/13175.000001/ }https://tukwilawa.sharepoint.com/sites/mayorsoffice/cc/Council Agenda Items/Police/Parking ordinance amendment-Info memo 4-2023.docx The revised TMC chapter 9 corrects the language regarding a vehicles license plate, corrects the time limit for impoundment and the location of any requested hearing to reflect present practice and location. FINANCIAL IMPACT There is no financial impact by making changes to the Tukwila Municipal Code. RECOMMENDATION Request that the Committee approve the repeal of TMC ordinance chapter 9 as it now exists, and replace it with the attached updated chapter 9 as proposed, and forward to the 5/8/2023 Council Of The Whole meeting and 5/15/23 Regular meeting. ATTACHMENTS Ordinance with strike-through 42 CC:\Legislative Development\Parking Regulations Update strike-thru 12-28-22 Eric Hines Review by Andy Youn Page 1 of 7 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, AMENDING ORDINANCE NOS. 1370 §1 (PART) AND 1502 §3, AS CODIFIED AT TUKWILA MUNICIPAL CODE (TMC) SECTION 9.32.020; ORDINANCE NO. 1794 §1 (PART) AS CODIFIED IN TMC SECTION 9.28.040; AND ORDINANCE NO. 2494 AS CODIFIED IN TMC CHAPTERS 9.20 AND 9.28, TO UPDATE REGULATIONS REGARDING PARKING; PROVIDING FOR SEVERABILITY; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, Ordinance No. 2494, as codified at various chapters of Tukwila Municipal Code (TMC) Title 9, “Vehicles and Traffic,” was passed February 1, 2016, to update parking regulations in the City of Tukwila; and WHEREAS, Ordinance No. 2494 set a maximum penalty of $300 for parking violations under TMC Section 9.20.120, “Penalties and Impound Procedures,” and WHEREAS, historically, fines for parking violations have been set by the Tukwila Municipal Court through their posted bail schedule; and WHEREAS, the posted bail schedule does not specify penalties for parking violations below the maximum penalty of $300, and Rule 6.2(d), “Penalty Schedule,” of the Infraction Rules for Courts of Limited Jurisdiction (“IRLJ”) provides in part that penalties for parking, standing, stopping, or pedestrian infractions established by municipal code “shall be consistent with the philosophy of these rules,” which is to “secure the just, speedy, and inexpensive determination of every infraction case,” pursuant to IRLJ 1.1(b), “Purpose;” and WHEREAS, the Police Department and Tukwila Municipal Court have determined there is a need to update language in various sections relating to parking, confirmation of vehicle registration, impounds and fines to improve clarity and to match current processes; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY ORDAINS AS FOLLOWS: 43 CC:\Legislative Development\Parking Regulations Update strike-thru 12-28-22 Eric Hines Review by Andy Youn Page 2 of 7 Section 1. Ordinance No. 2494 §6, as codified at TMC Section 9.20.020, “Alley – Driveway entrance,” is hereby amended to read as follows: 9.20.020 Alley – Driveway entrance No person shall park a vehicle within an a City alley in such a manner or under such conditions as to leave available less than eight 10 feet of the width of the roadway for the free movement of vehicular and emergency traffic, and no person shall stop, stand, or park a vehicle within an a City alley in such a position as to block the driveway entrance to any abutting property. Section 2. Ordinance No. 2494 §7, as codified at TMC Section 9.20.030, “Parking on municipal property,” is hereby amended to read as follows: 9.20.030 Parking on municipal property A. Generally. No person shall stop, stand or park a vehicle in any garage, City of Tukwila park, parking area or other property operated by the City, where signs prohibit or restrict such stopping, standing or parking without lawful authority or permission. Any motor vehicle so stopped, standing or parked on municipal property for a period of 6 hours or more without authority or permission is a nuisance. B. Municipal Parks and Trails. No person shall stand, stop or park a vehicle in any municipal park or trail areas except in areas designated for such purposes. No person shall stand, stop or park any vehicle in a parking stall designated for a municipal park or trail area for a period of time exceeding the maximum amount of time permitted as posted or, if a time limit is not posted, for a period of time exceeding 6 hours, without lawful permission or authority. Section 3. Ordinance No. 2494 §9, as codified at TMC Section 9.20.050, “Parking over time limits on City streets and highways prohibited,” is hereby amended to read as follows: 9.20.050 Parking over time limits on City streets and highways prohibited A. Generally. No person shall stop, park, leave standing, or store any vehicle, whether attended or unattended, on any street or highway within the City for more than 72 hours. Provided, however, that any such vehicle stopped, parked, stored or left unattended on any street or highway within the City without a valid registration plate will be subject to immediate issuance of a notice of infraction without regard to the length of time the vehicle has been stopped, parked, stored or left unattended. B. Restricted Parking. Any street with a sign denoting limited hours for parking shall be restricted for general street parking. The street or area shall be marked by a sign clearly indicating limited hours for parking. C. Residential Parking Permits. Residents who can prove their residence is on a street with limited parking hours can apply for a residential parking permit at Tukwila City Hall. Residents may park in one spot, including on a street with a sign denoting limited hours for parking, for no longer than 72 hours, and shall follow all other applicable laws for parking on City streets. 44 CC:\Legislative Development\Parking Regulations Update strike-thru 12-28-22 Eric Hines Review by Andy Youn Page 3 of 7 Section 4. Ordinance No. 2494 §10, as codified at TMC Section 9.20.060, “General parking regulations,” is hereby amended to read as follows: 9.20.060 General parking regulations A. Except where necessary to avoid conflict with other traffic, or in compliance with the law or the directions of a law enforcement officer, no person shall stop, stand or park a vehicle: 1. In front of a public or private driveway or within 5 feet of the end of the radius leading thereto. 2. In a place that restricts vehicular access to mailboxes. 3. In any place where official signs prohibit parking. 4. In such a manner or under such conditions as to leave available less than 10 feet of the width of the roadway for free movement of vehicular and emergency traffic. 5. When signs are displayed giving notice thereof, on one or both sides of a street where parking is prohibited. 6. On cul-de-sacs when such action reduces the radius of the cul-de-sac to less than 35 feet. 7. Wrong way parking: To facilitate the safe flow of traffic entering a lane of travel, vehicles parked along the curb or on a City right-of-way must be parked facing the direction of vehicle travel for that lane of travel. B. Any vehicle stopped, parked, stored, or left unattended on any street, alley or highway within the City without a valid and current registration record (a license plate issued by any of the United States), and with the expiration of said registration confirmed through checking the license plate attached to the vehicle, or the VIN number of the vehicle, through the applicable State Department of Licensing, shall be subject to immediate issuance of a notice of infraction without regard to the length of time the vehicle has been stopped, parked, stored, or left unattended. BC. It is unlawful for any person to alter or remove a mark placed upon a vehicle by a law enforcement officer to monitor and enforce the parking time limits in this chapter when the alteration or removal is intended to extend the period of parking time authorized. CD. Re-parking the vehicle in the same block to avoid a time limit regulation is a violation of this chapter. Section 5. Ordinance No. 2494 §16, as codified at TMC Section 9.20.120, “Penalties and impound procedures,” is hereby amended to read as follows: 9.20.120 Penalties and impound procedures A. Violations of the provisions of TMC Chapter 9.20 are parking infractions punishable by monetary penalties of not more than $300 and/or impoundment. as set forth in the below table, and/or impoundment pursuant to this section. 45 CC:\Legislative Development\Parking Regulations Update strike-thru 12-28-22 Eric Hines Review by Andy Youn Page 4 of 7 Type of Parking Violation Penalty Unsafe parking on roadway (TMC 9.20.100) $150 Parking on municipal property (TMC 9.20.030) $30 Parking large vehicles, trailers and recreational vehicles on City streets (TMC 9.20.070) 1st violation: $30 2nd violation: $50 3rd or subsequent violation: $75 Parking over time limits on City streets and highways (TMC 9.20.050) $20 Any parking violations not otherwise specified $48 B. Delinquent Fee Authorized. Unpaid parking violations will incur a $25.00 late fee following 30 days from the date of violation or upon failure to comply with a time pay agreement. BC. Impound Authorized. Any vehicle parked on any City right-of-way or City owned, leased or operated property in violation of TMC Chapter 9.20 is subject to citation by a law enforcement officer and/or impoundment in accordance with this chapter by the law enforcement officer or a public official having jurisdiction over the right-of-way or property upon which the vehicle is located. CD. Immediate Impound. Vehicles parked in violation of TMC Chapter 9.20 are subject to immediate impound under the following circumstances: 1. When the vehicle is impeding the normal flow of vehicular or pedestrian traffic; 2. When the vehicle is parked in violation of a parking restriction sign or when the vehicle is interfering, or is likely to interfere, with the intended use of the restricted parking zone; or 3. When the vehicle poses an immediate danger to public safety. DE. Other Impound. A vehicle not subject to immediate impoundment under TMC Section 9.20.120.B C may be impounded for violating any provision of TMC Chapter 9.20. A notice of impoundment shall be securely attached to, and conspicuously displayed on, the vehicle for a period of 24 72 hours prior to impoundment. The notice shall include: 1. The date and time the sticker was attached. 2. The identity of the officer. 3. A statement that if the vehicle is not removed within 24 72 hours from the time the sticker is attached, the vehicle may be taken into custody and stored at the owner's expense. 4. A statement that if the vehicle is not redeemed as provided in RCW 46.55.120, the registered owner will have committed the traffic infraction of littering–abandoned vehicle. 5. The address and telephone number where additional information may be obtained. 46 CC:\Legislative Development\Parking Regulations Update strike-thru 12-28-22 Eric Hines Review by Andy Youn Page 5 of 7 EF. Post-Impoundment Redemption and Hearing. 1. Not more than 24 hours after impounding a vehicle, the tow operator shall send by first class mail to the last known registered and legal owners of the vehicle (1) a notice containing the full particulars of the impoundment, the redemption procedure, and the opportunity for a hearing to contest the validity of the impoundment pursuant to RCW 46.55.120, and (2) forms for requesting the hearing. The tow operator also shall give the notice and forms to any person redeeming the vehicle within the 24-hour period. 2. The registered or legal owner of the vehicle may request a hearing in District CourtTukwila Municipal Court to contest the validity of the impoundment. The request for a hearing shall be made on the form provided by the tow operator, and shall be received by the District CourtTukwila Municipal Court within 10 days (including Saturdays, Sundays and holidays) of the date on which the notice and forms were mailed. If the request for such a hearing is not received by the District CourtTukwila Municipal Court within the 10-day period, the right to a hearing shall be deemed waived and the registered and legal owners shall be liable for any towing, storage and other charges authorized by Chapter 46.55 RCW.B.RCW 46.55.063. 3. The procedures for redemption of an impounded vehicle and for the hearing to contest the validity of an impoundment shall be in accordance with Chapter 46.55 RCW. FG. Costs. Any costs incurred in the removal and storage of an impounded vehicle shall be a lien upon the vehicle. All towing and storage charges on that impounded vehicle shall be paid by the owner or his/her agent if the vehicle is redeemed. Either a registered or legal owner may claim an impounded vehicle by payment of all charges that have accrued at the time of reclamation. If the vehicle was impounded at the direction of a law enforcement agency, the person in possession of the vehicle prior to the time of reclamation shall notify such agency of the fact that the vehicle has been claimed, and by whom. GH. Nonexclusive Remedies. The impounding of a vehicle shall not preclude charging the violator with any violation of the law on account of which such vehicle was impounded. HI. Contract with registered disposer to dispose of vehicles and hulks— Compliance required. 1. The City may contract with any tow truck operator who is engaged in removing and storing of vehicles and who is registered as a registered disposer of certain automobile hulks, abandoned junk motor vehicles and abandoned vehicles. 2. Any registered disposer under contract to the City for the removing and storing of vehicles or hulks shall comply with all applicable laws, ordinances and regulations, including Chapter 46.55 RCW and the administrative regulations relative to the handling and disposing of vehicles or hulks as may be promulgated by the Police Chief or the Director of the Washington State Department of Licensing. Section 6. Ordinance Nos. 2494 §19 and 1794 §1 (part), as codified at TMC Section 9.28.040, “Penalty,” is hereby amended to read as follows: 47 CC:\Legislative Development\Parking Regulations Update strike-thru 12-28-22 Eric Hines Review by Andy Youn Page 6 of 7 9.28.040 Penalty With the exception of TMC Section 9.28.037, violation of any of the provisions of this chapter constitutes a civil infraction not to exceed $200 per day per violation. Violation of TMC Section 9.28.037 constitutes a parking infraction punishable by monetary penalties of not more than $300in accordance with the table set forth in TMC Section 9.20.120.A and/or impoundment. Section 7. Ordinance Nos. 2494 §20, 1502 §3, and 1370 §1 (part), as codified at TMC Section 9.32.020, “Authority to impound vehicles on the highway,” is hereby amended to read as follows: 9.32.020 Authority to impound vehicles on the highway Members of the Police Department are authorized to remove and impound vehicles found on the highway, by means of towing, or otherwise, to the nearest garage or other place of safety or to a garage designated or maintained by the Police Department or otherwise maintained by the City, under any of the following circumstances: 1. When any vehicle is left unattended upon any bridge, viaduct, or causeway, or in any tunnel where such vehicle constitutes an obstruction to traffic; 2. When any vehicle upon a highway, including tunnels, bridges or approaches, is so disabled as to constitute an obstruction to traffic or when the person or persons in charge of the vehicle are incapacitated to such an extent as to be unable to provide for its custody or removal and there is no other person present who may properly act as agent for such operator in the care of his vehicle; 3. When any vehicle is left unattended upon a highway and is so parked illegally as to constitute a hazard or obstruction to the normal movement of traffic; 4. When any vehicle operating on a highway is found to be defective in equipment in such a manner that it may be considered unsafe; 5. When any vehicle is found in a tow-away zone; 6. When the operator of any vehicle is arrested and placed in custody and is not in condition to drive, and the vehicle is not in a place of safety and there is no other person present who may properly act as agent for such operator to drive the vehicle to a place of safety; and 7. When any abandoned vehicle or abandoned junk motor vehicle is found on a highway. 8. When a vehicle is parked upon an elevated sidewalk or upon a designated (by traffic paint delineation) walkway and is obstructing said sidewalk or walkway, causing any pedestrian traffic to be forced to move around it into a vehicle lane of travel. 9. When a vehicle is parked within 5 feet of a driveway and causing a line of sight of oncoming traffic obstruction for vehicles attempted to enter the roadway from that driveway. 48 CC:\Legislative Development\Parking Regulations Update strike-thru 12-28-22 Eric Hines Review by Andy Youn Page 7 of 7 Section 8. Corrections by City Clerk or Code Reviser Authorized. Upon approval of the City Attorney, the City Clerk and the code reviser are authorized to make necessary corrections to this ordinance, including the correction of scrivener’s errors; references to other local, state or federal laws, codes, rules, or regulations; or ordinance numbering and section/subsection numbering. Section 9. Severability. If any section, subsection, paragraph, sentence, clause or phrase of this ordinance or its application to any person or situation should be held to be invalid or unconstitutional for any reason by a court of competent jurisdiction, such invalidity or unconstitutionality shall not affect the validity or constitutionality of the remaining portions of this ordinance or its application to any other person or situation. Section 10. Effective Date. This ordinance or a summary thereof shall be published in the official newspaper of the City, and shall take effect and be in full force five days after passage and publication as provided by law. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this _______ day of _________________, 2023. ATTEST/AUTHENTICATED: Christy O'Flaherty, MMC, City Clerk Allan Ekberg, Mayor APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Published: Effective Date: Ordinance Number: Office of the City Attorney 49 50 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM {EFM2727195.DOCX;2/13175.000001/ } TO: Community Services and Safety Committee FROM: Police Chief Eric Drever BY: Police Chief Eric Drever CC: Mayor Ekberg DATE: April 13, 2023 SUBJECT: Sound Health Contracts For Co-Responder Program ISSUE The Tukwila Police Department is seeking committee approval to authorize the Mayor to sign the two co-responder contracts with Sound Health. BACKGROUND In accordance with the City' s goals of a High-Performing & Effective Organization and a Positive Community Identity & Image for all Tukwila community members, the Police Department recognized that there was a need for collaboration of services when it comes to mental health and chemical addiction issues within the City of Tukwila. Our objective was to reduce the number of mentally ill and chemically dependent interventions that requires jail and hospitalizations. We also recognized the need for diversion of mentally ill and chemically dependent youth and adults from entering the criminal justice system. Co-responder programs throughout the nation have been effective in reducing the number of people entering the criminal justice system, while providing appropriate resources for their illness. The department needs to provide services that provide the appropriate high-quality services for our community members. DISCUSSION The Tukwila Police Department co-responder program is a collaborative approach designed to address the City of Tukwila' s desire to ensure Tukwila' s mentally ill and chemically- dependent community members have access to community treatment in lieu of incarceration for non-violent misdemeanor offenses, where the individual is identified by officers and confirmed by a co-responder to be demonstrating behaviors symptomatic of a mental disorder and/ or co-occurring disorder (combining mental health behavioral disorders with substance use disorders). The program accomplishes this goal by: 1) embedding mental health professionals (aka co-responders) within the police department who respond to calls when officers ask for professional (consultive) assistance by the MHP's; 2) working with and educating officers in traditional methods employed by mental health professionals to de-escalate individuals demonstrating behavioral health concerns as well as assist in providing support to identify symptoms stemming from mental illness versus chemically altered behaviors; 3) ensuring appropriate community services are accessed to facilitate diversion, including community after- care services are available to individuals diverted from incarceration. 51 INFORMATIONAL MEMO Page 2 {EFM2727195.DOCX;2/13175.000001/ }https://tukwilawa.sharepoint.com/sites/mayorsoffice/cc/Council Agenda Items/Police/Sound Health co-responder contracts Info memo 4-2023.docx The program was first implemented as a pilot program in 2021 and has proven to be a great asset for both the Police Department and the community. The Police Department and Sound Health have since re-evaluated the program for funding and continuation of the program and have decided to move forward with contracts for two co-responders. Contract for the current co- responder will be good through December 31, 2024 and contract for the second co-responder, who’s scheduled to start his employment on April 24, 2023, will be good through December 31, 2023. To ensure coverage for every day of the week, the first co-responder will work from Wednesday thru Saturday 12pm to 10pm while the second co-responder will work from Sunday thru Wednesday from 12pm to 10pm. FINANCIAL IMPACT The Tukwila Police Department will be utilizing federal forfeiture funds to pay for the current co- responder in the amount of $102,000 per year through December 31, 2024. Since the second co-responder will not start until April 24, 2023, his salary will be prorated from that start date and will be calculated based on the salary of $102,000 per year. The Department will be utilizing a grant to pay the second co-responder from April 24, 2023 through June 30, 2023, and the Police Department funds from July 1, 2023 through December 31, 2023. We will explore other financing options to cover the second co-responder position beyond the end of 2023. RECOMMENDATION The Police Department would like to request the Committee to authorize the Mayor to sign the two co-responder contracts and forward to the May 8, 2023 Council Of The Whole meeting and May 15, 2023 Regular meeting. ATTACHMENTS Tukwila Police Department/Sound Health contract for first/current MHP with exhibits A and B Tukwila Police Department/Sound Health contract for second MHP with exhibits A and B 52 CA Revised May 2020 Page 1 of 4 City of Tukwila Contract Number: 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter optional municipal code city hereinafter referred to as “the City,” and Sound (f/k/a Sound Mental Health), hereinafter referred to as “the Contractor,” whose principal office is located at 6400 Southcenter Blvd, Tukwila, WA 98188. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $102,000. 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement is in full force and effect commencing on _____________ and ending December 31, 2024, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. 6. Indemnification. Each party shall defend, indemnify and hold harmless the other party, its officers, officials, employees and volunteers from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of either party. 53 CA Revised May 2020 Page 2 of 4 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 Contractor and the Public Entity, its officers, officials, employees, and volunteers, the Contractor’s liability hereunder shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor’s maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractor’s Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 54 CA Revised May 2020 Page 3 of 4 D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors’ coverage. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor’s Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City’s intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor’s insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Agreement; Modification. This Agreement, together with attachments or addenda, 55 CA Revised May 2020 Page 4 of 4 represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the following address: 6400 Southcenter Blvd Tukwila WA 98188 16. Applicable Law; Venue; Attorney’s Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney’s fees and costs of suit. DATED this day of , 2023. CITY OF TUKWILA CONTRACTOR Allan Ekberg, Mayor ATTEST/AUTHENTICATED: By: Printed Name and Title: Address: City Clerk, Christy O’Flaherty APPROVED AS TO FORM: Office of the City Attorney 56 {EFM2796034.DOCX;1/13175.000001/ } City of Tukwila / Sound Exhibit A – Scope of Work The Contractor will provide de-escalation, diversions and referrals to appropriate services as further described herein by providing a mental health professional, hereafter referred to as “CoResponder”, to assist Tukwila Police Department (“TPD”) officers. The Contractor shall provide a CoResponder Wednesday through Saturday from 12pm-10pm to ride along with TPD officers. Sound CoResponder will accompany assigned TPD Officer to dispatched calls. The intent will be to respond to the following types / nature of calls; Intoxication Substance Use / Abuse Welfare Check Suicide Prevention, Assessment, and Intervention Indecent Exposure Trespass / Unwanted Person Syringe Disposal / HRAC Disturbance Public Nuisance / Mental Health Crisis Domestic Violence Integrated Child Welfare It is understood that a TPD Officer may have to respond to other types of calls when the CoResponder is in the vehicle. The CoResponder will assist to de-escalate and provide guidance to divert individuals from jails and hospitalizations. CoResponder will follow-up with previously engaged individuals to track progress and efficacy. Follow the direction of the officer at all times. Provide history checks for individuals identified in calls for service and advise officer of any safety or mental health concerns prior to making contact. This will occur preferably before contact but at a minimum before determining a resolution. Conduct In‐field Assessments: o The TPD officer will instruct the CoResponder, as required, to remain in the patrol car or assist with initial contact. The CoResponder will not initiate contact with an individual until the TPD officer identifies the scene is safe and it is appropriate to do so. o CoResponder will conduct an initial assessment including a safety evaluation. 57 {EFM2796034.DOCX;1/13175.000001/ } o CoResponder will collaborate with the officer and coordinate a resolution and defer any legal decisions to the officer. o CoResponder will provide a follow up plan as needed. o CoResponder will insure that all documentation is completed daily. Resolution: o Should a referral/drop‐off to a facility (voluntary or involuntary) be deemed warranted, the following shall occur: CoResponder is to contact identified facility to conduct a warm hand‐off, speak to staff directly upon arrival. CoResponder will document name and details of conversation with staff person receiving warm hand‐off. CoResponder will assist and coach the officer (as needed) in filling out any paperwork required by the facility. o Safety Plan: If it is determined that the individual is appropriate for a safety plan the CoResponder will collaborate with the officer (as appropriate), the individual, and anyone the individual identifies (as appropriate). o CoResponder’s use of a Custody Authorization: CoResponders use of a Custody Authorization in the absence of completing a detention is to be avoided unless there is sufficient and imminent risk that if the individual is not taken in to custody that there is likely and expected harm. When a Custody Authorization is completed the CoResponder will coordinate with the officer to arrange transport. In most cases this will include having an ambulance dispatched but is at the discretion of the officer to provide transportation. CoResponder will arrive at destination facility with or shortly after the arrival of the individual to coordinate with an identified social worker. CoResponder is responsible for coordinating follow up for continued investigation pending medical clearance. Complete DCR investigation as required/indicated by including documentation, paperwork, and coordination with medical personnel. o In the event a CoResponder is expected to be off shift before the investigation can be concluded they will coordinate with the drop off/referral facility to establish appropriate coordination of care and document the identified Social Worker and clinician. CoResponder will submit additional documentation of contact in a Word document that will later be provided to an officer. The officer will enter the document into the TPD’s record keeping system (Spillman). CoResponder and TPD officer will determine if and when the CoResponder should be returned to the TPD so that the TPD officer can continue normal patrol duties. CoResonder Detaining in the Field: o CoResponder is to follow all the policies and procedures of conducting and completing a mental health detention as is expected, this includes: Arriving with or shortly after the detained individual at the identified facility to coordinate with that facility’s social worker. 58 {EFM2796034.DOCX;1/13175.000001/ } It is to be clearly stated that the individual is detained and follow up is to occur by contacting the CoResponder directly. In the event a CoResponder is expected to be off shift before the conclusion of a mental health detention the CoResponder will coordinate with the facility and MOCT to establish appropriate coordination of care. Document the identified Social Worker and Crisis Team clinician and the CoResponder will submit additional documentation of contact in Spillman. TPD Officers may request follow ups for CoResponders. o CoResponders will prioritize follow ups by assessed need and provide an update to referring officer as appropriate. o Follow ups are intended to identify the best resources for clients to be referred to and to assist with coordinating those resources. o CoResponders do not carry a case load and ongoing follow up is at clinician discretion. 59 Exhibit B- Compensation and Method of Payment 1. For all co-responder services set forth in Exhibit A, the Contractor will be paid a total of $102,000 per year ending on December 31, 2024. 2. The Contractor shall invoice the city by the 10 th day of each month following the month of service. 3. The Contractor and the City agree to conduct a mid-contract review to occur approximately January 2024 to evaluate filings and compensation. 60 CA Revised May 2020 Page 1 of 4 City of Tukwila Contract Number: 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter optional municipal code city hereinafter referred to as “the City,” and Sound (f/k/a Sound Mental Health), hereinafter referred to as “the Contractor,” whose principal office is located at 6400 Southcenter Blvd, Tukwila, WA 98188. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $102,000. 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement is in full force and effect commencing ___________ and ending December 31, 2023, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. 6. Indemnification. Each party shall defend, indemnify and hold harmless the other party, its officers, officials, employees and volunteers from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of either party. 61 CA Revised May 2020 Page 2 of 4 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 Contractor and the Public Entity, its officers, officials, employees, and volunteers, the Contractor’s liability hereunder shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor’s maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractor’s Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. 62 CA Revised May 2020 Page 3 of 4 E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors’ coverage. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor’s Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City’s intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor’s insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 63 CA Revised May 2020 Page 4 of 4 14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, WA 98188 Notices to the Contractor shall be sent to the following address: Sound Health 6400 Southcenter Blvd Tukwila WA 98188 16. Applicable Law; Venue; Attorney’s Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney’s fees and costs of suit. DATED this day of , 2023. CITY OF TUKWILA CONTRACTOR Allan Ekberg, Mayor ATTEST/AUTHENTICATED: By: Printed Name and Title: Address: City Clerk, Christy O’Flaherty APPROVED AS TO FORM: Office of the City Attorney 64 {EFM2796034.DOCX;1/13175.000001/ } City of Tukwila / Sound Exhibit A – Scope of Work The Contractor will provide de-escalation, diversions and referrals to appropriate services as further described herein by providing a mental health professional, hereafter referred to as “CoResponder”, to assist Tukwila Police Department (“TPD”) officers. The Contractor shall provide a CoResponder Sunday through Wednesday from 12pm-10pm to ride along with TPD officers. Sound CoResponder will accompany assigned TPD Officer to dispatched calls. The intent will be to respond to the following types / nature of calls; Intoxication Substance Use / Abuse Welfare Check Suicide Prevention, Assessment, and Intervention Indecent Exposure Trespass / Unwanted Person Syringe Disposal / HRAC Disturbance Public Nuisance / Mental Health Crisis Domestic Violence Integrated Child Welfare It is understood that a TPD Officer may have to respond to other types of calls when the CoResponder is in the vehicle. The CoResponder will assist to de-escalate and provide guidance to divert individuals from jails and hospitalizations. CoResponder will follow-up with previously engaged individuals to track progress and efficacy. Follow the direction of the officer at all times. Provide history checks for individuals identified in calls for service and advise officer of any safety or mental health concerns prior to making contact. This will occur preferably before contact but at a minimum before determining a resolution. Conduct In‐field Assessments: o The TPD officer will instruct the CoResponder, as required, to remain in the patrol car or assist with initial contact. The CoResponder will not initiate contact with an individual until the TPD officer identifies the scene is safe and it is appropriate to do so. o CoResponder will conduct an initial assessment including a safety evaluation. 65 {EFM2796034.DOCX;1/13175.000001/ } o CoResponder will collaborate with the officer and coordinate a resolution and defer any legal decisions to the officer. o CoResponder will provide a follow up plan as needed. o CoResponder will insure that all documentation is completed daily. Resolution: o Should a referral/drop‐off to a facility (voluntary or involuntary) be deemed warranted, the following shall occur: CoResponder is to contact identified facility to conduct a warm hand‐off, speak to staff directly upon arrival. CoResponder will document name and details of conversation with staff person receiving warm hand‐off. CoResponder will assist and coach the officer (as needed) in filling out any paperwork required by the facility. o Safety Plan: If it is determined that the individual is appropriate for a safety plan the CoResponder will collaborate with the officer (as appropriate), the individual, and anyone the individual identifies (as appropriate). o CoResponder’s use of a Custody Authorization: CoResponders use of a Custody Authorization in the absence of completing a detention is to be avoided unless there is sufficient and imminent risk that if the individual is not taken in to custody that there is likely and expected harm. When a Custody Authorization is completed the CoResponder will coordinate with the officer to arrange transport. In most cases this will include having an ambulance dispatched but is at the discretion of the officer to provide transportation. CoResponder will arrive at destination facility with or shortly after the arrival of the individual to coordinate with an identified social worker. CoResponder is responsible for coordinating follow up for continued investigation pending medical clearance. Complete DCR investigation as required/indicated by including documentation, paperwork, and coordination with medical personnel. o In the event a CoResponder is expected to be off shift before the investigation can be concluded they will coordinate with the drop off/referral facility to establish appropriate coordination of care and document the identified Social Worker and clinician. CoResponder will submit additional documentation of contact in a Word document that will later be provided to an officer. The officer will enter the document into the TPD’s record keeping system (Spillman). CoResponder and TPD officer will determine if and when the CoResponder should be returned to the TPD so that the TPD officer can continue normal patrol duties. CoResonder Detaining in the Field: o CoResponder is to follow all the policies and procedures of conducting and completing a mental health detention as is expected, this includes: Arriving with or shortly after the detained individual at the identified facility to coordinate with that facility’s social worker. 66 {EFM2796034.DOCX;1/13175.000001/ } It is to be clearly stated that the individual is detained and follow up is to occur by contacting the CoResponder directly. In the event a CoResponder is expected to be off shift before the conclusion of a mental health detention the CoResponder will coordinate with the facility and MOCT to establish appropriate coordination of care. Document the identified Social Worker and Crisis Team clinician and the CoResponder will submit additional documentation of contact in Spillman. TPD Officers may request follow ups for CoResponders. o CoResponders will prioritize follow ups by assessed need and provide an update to referring officer as appropriate. o Follow ups are intended to identify the best resources for clients to be referred to and to assist with coordinating those resources. o CoResponders do not carry a case load and ongoing follow up is at clinician discretion. 67 Exhibit B- Compensation and Method of Payment 1. For all co-responder services set forth in Exhibit A, the Contractor will be paid a prorated amount from April 24, 2023 to December 31, 2023, based on the full year contract rate of $102,000 per year for 2023. 2. The Contractor shall invoice the city by the 10 th day of each month following the month of service. 68