HomeMy WebLinkAboutCAP 2007-11-27 COMPLETE AGENDA PACKET Distribution:
��1 w gsy City of Tukwila V. Griffin S. Kerslake
of Community Affairs and P. Linder G. Labanara
Q D. Robertson K. Matej
Parks Committee
Mayor inlet c. M. Miotke
o Flaherty
Pam Linder, Chair E. Boykan J. Pace
1908 ♦Pam Carter J. Cantu D. Speck
B. Fletcher R. Still
Dennis Robertson K. Fuhrer CC File (cover)
AGENDA
Tuesday, November 27, 2007
Conference Room #3; 5 PM
=ITEM ACTION TO BETAKEN Page
1. PRESENTATIONS)
2. BUSINESS AGENDA
a. Fort Dent Play Equipment Bid Award; a. Forward to 12/10 Pg.1
Bruce Fletcher, Parks Recreation Director. C.O.W. and 12/10
Special Meeting.
b. Tukwila Community Center Spray Park Bid Award; b. Forward to 12/10 Pg.11
Bruce Fletcher, Parks Recreation Director. C.O.W. and 12/10
Special Meeting.
c. Quarterly Reports. c. Information. Pg.19
3. ANNOUNCEMENTS
4. MISCELLANEOUS
Next Scheduled Meeting: Tuesday, December 11, 2007
The City of Tukwila strives to accommodate those with disabilities.
Please contact the City Clerk's Office at 206 433 -1800 for assistance.
'/'lILA, 'A'
#:V-t:...............~V-1
,., -<.: ":,;~'.v,. ..... \S'~
(g/"'~ "'\"Z.~
-1: \~., h~{ : G>
~.<~\~ 1-1
~\J,l'~\~!O
~~tP~......... r~..~<
190B
~~~
Parks and Recreation Department
Rrllre> H'le>trhe>r nire>rtllr
MEMORANDUM
TO: Mayor Steve Mullet
Community Affairs and Parks Committee
FROM: ~S Rick Still, Deputy Director of Parks and Recreation
DATE: November 20, 2007
SUBJECT: Fort Dent Playground - Bid Award
Project Number 03-PK07 -FTDENT -07
ISSUE
Award the Fort Dent Playround Project Contract to Northwest Playground Equipment, Inc., of
Issaquah, Washington.
BACKGROUND
Fort Dent Park is our largest and the most frequented park in our park system. Besides being
so heavily used the play equipment is getting old and needs to be replaced. The large and
small play equipment areas are split by a parking access way. It has been the long term goal
for this park to have new equipment that is located on the other side of this access road.
ACTION TAKEN
SLA Landscape Architecture was contracted to design the new play equipment area to make
the park safer and to provide new play features for all of the children that use this park.
A Bid was obtained from Northwest Playground Equipment as part of the Washington State
Bid program, Contract Number 14803, for $160,616.29.
BUDGET AND BID SUMMARY (All amounts include sales tax.)
Bid Amount
Contingency (10%)
Total
Bid Results
$169,616.29
16,961.63
$186.577.98
Architect's Estimate
$170,000.00
17,000.00
$187.000.00
Remaining Budget
$17,422.08
$17.422.08
RECOMMENDATION
Authorize the Mayor to award a construction contract for the Fort Dent Playground Project to
Northwest Playground Equipment, Inc. in the amount of $169,616.29.
cc: City Administrator
Director of Parks & Recreation
C-1
CITY OF TUKWILA
Short Form Contract
Contractor Name: Northwest Playground Equipment, Inc.
Address: P.O. Box 2410
Issaquah, WA 98027
Telephone: 425-313-9161
Contractor's License NO. NORTHPE044DJ
Dept. of L&I Worker's Compo Acct. No.
Surety Agent: Lee Insurance Service Inc
Surety Address: 11410 98th Ave.
Kirkland, WA 98033
Contract No.
Project No. 03-PK07-FTDENT-07
Budget Item: 301.00.594.760._.71
Project Name: Fort Dent Playground
Contractor's State Tax No.
UBI No. 601691557
Bond Registration No. CBIC Insurance
Bond No. SA1740
Completion Date
Please initial all attachments, then sign and return copies ONE and TWO to City of Tukwila,
Parks and Recreation Department, 12424 4~d Avenue South, Tukwila, WA 98168, FAX 206-
767-2341. Please make a copy for your records until a fully executed copy is returned to you.
AGREEMENT
This Agreement, made and entered into this day of 20 , by and
between the City of Tukwila, hereinafter called the City, and Northwest Playground Equipment, Inc,
hereinafter called the Contractor.
The City and the Contractor hereby agree as follows:
Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the
project entitled Fort Dent Play Equipment, Project No. 03-PK07-FTDENT-07 including all changes
to the work and account work, in accordance with the Supplemental General Requirements, Section
1-04.2.
1. SCOPE OF WORK
The Scope of work for this project is detailed in the attached Plans and Specifications dated
October 23, 2007 for the Fort Dent Play Equipment and is summarized as follows: the scope of
work shall include transport, delivery and provision of all materials, installation, equipment and
labor for development of the Fort Dent Playground including but not limited to, clearing and
grading; berm shaping, installation of irrigation and drainages systems, trees, shrubs and rocks,
Trex Boardwalk, and hydroseeding. All materials, labor and equipment required for development
of the Fort Dent Playground shall be provided by Contractor.
2. TIME OF COMPLETION
The scope of work shall be completed in all respects within one hundred eighty (180) calendar
days from the date of the written notice to proceed.
3. CONTRACT SUM
The City shall pay the Contractor for the performance of the work in the sum of $169,616.29
including Washington State sales tax.
Agreement Form
C-2
4. PAYMENTS
The City shall make payments on account of the contract based upon the percentage of lump
sum work completed, payment will be based on the cost percentage breakdown of the lump sum
bid price(s) submitted at the preconstruction conference, less a 5% retainage of the progress
payment amount until the project is accepted and final payment is processed
5. ACCEPTANCE AND FINAL PAYMENT
Final payment shall be due 30 days after completion of the work, provided the contract is fully
performed, accepted and all releases have been received from the Department of Revenue and
Department of Labor & Industries and settlement of any liens, whichever is later.
6. GENERAL CONDITIONS
The City and the Contractor agree upon the following general conditions which shall govern:
A. Contract Documents
The contract includes this Agreement dated November 20, 2007, Bid Proposal dated
November 20,2007, as well as Plans and Specifications dated October 23,2007. The
intent of these documents is to include all labor, materials, appliances and services of every
kind necessary for the proper execution of work, and the terms and conditions of payment
therefore. The documents are to be considered as one, and whatever is called for by any
one of the documents shall be as binding as if called for by all. The Contractor agrees to
verify all measurements set forth in the above documents and to report all differences in
measurements before commencing to perform any work hereunder.
B. Materials, Appliances and Employees
Except as otherwise noted, the Contractor shall provide and pay for all materials, labor,
tools, water, power and other items necessary to complete the work. Unless otherwise
specified, all material shall be new, and both workmanship and materials shall be of good
quality. Contractor warrants that all workmen and subcontractors shall be skilled in their
trades.
C. Surveys, Permits and Regulations
The City shall furnish all surveys unless otherwise specified. Permits and licenses
necessary for the prosecution of the work shall be secured and paid for by the Contractor.
Easements for permanent structures or permanent changes in existing facilities shall be
secured and paid for by the City unless otherwise specified. The Contractor shall comply
with all laws and regulations bearing on the conduct of the work and shall notify the City in
writing if the drawings and specifications are at variance therewith.
D. Protection of Work, Property and Persons
The Contractor shall adequately protect the work, adjacent property and the public and shall
be responsible for any damage or injury due to his act or neglect and perform any repairs at
the contractor's expense.
E. Access to Work
Fort Dent Play Equipment 11-20-07
NW Playgoumd, Inc.
Agreement Form
C-3
The Contractor shall permit and facilitate observation of the work by the City and its agents
and public authorities at all times.
F. Changes in the Work
The City may order changes in the work, the contract sum being adjusted accordingly. All
such orders and adjustments shall be in writing. Claims by the Contractor for extra cost
must be made in writing before executing the work involved.
G. Correction of Work
The Contractor shall re-execute any work that fails to conform to the requirements of the
contract and that appears during the progress of the work, and shall remedy any defects
due to faulty materials or workmanship which appear within a period of one year from date
of completion of the contract and final acceptance of the work by the City unless the
manufacturer of the equipment or materials has a warranty for a longer period of time,
which warranties shall be assigned by Contractor to City. The provisions of this article apply
to work done by subcontractors as well as to work done by direct employees of the
Contractor.
H. Owner's Right to Terminate Contract
Should the Contractor neglect to prosecute the work properly. or fail to perform any
provision of the contract. the City, after seven days' written notice to the contractor, and his
surety. if any, may without prejudice to any other remedy the City may have. make good the
deficiencies and may deduct the cost thereof from the payment then or thereafter due the
Contract or, at the City's option, may terminate the contract and take possession of all
materials, tools, appliances and finish work by such means as the City sees fit, and if the
unpaid balance of the contract price exceeds the expense of finishing the work, such
excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance.
the Contractor shall pay the difference to the City.
I. Payments
Payments shall be made as provided in the Agreements. Payments otherwise due may be
withheld on account of defective work not remedied, liens filed, damage by the Contractor to
others not adjusted, or failure to make payments properly to the subcontractors.
J. Contractor's Liability Insurance
Contractor will carry public liability and property damage insurance with carriers satisfactory
to the City. in the following amounts:
$ 50,000 property damage
$ 500,000 public liability (each person)
$1.000,000 public liability (each occurrence)
$1,000,000 automobile liability (each occurrence)
with endorsements naming the City as an additional insured and will provide the City with
certificates of insurance prior to start of construction and with 30 days notice prior to
cancellation.
Fort Dent Play Equipment 11-20-07
NW Playgoumd. Inc_
Agreement Form
C-4
K. Performance Bond
The Contractor shall furnish to the City prior to start of construction a performance bond in
an amount of 100% of the contract in a form acceptable to the City.
L. Liens
The final payment shall not be due until the Contractor has delivered to the City a complete
release of all liens arising out of this contract or receipts in full covering all labor and
materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the
City against any lien.
M. Separate Contracts
The City has the right to let other contracts in connection with the work and the Contractor
shall properly cooperate with any such other contracts.
N. Attorneys Fees and Costs
In the event of legal action hereunder, the prevailing party shall be entitled to recover its
reasonable attorney fees and costs.
O. Cleaning Up
The Contractor shall keep the premises free from accumulation of waste material and
rubbish and at the completion of the work he shall remove from the premises all rubbish,
implements and surplus materials and leave the building broom-clean.
P. Indemnification
The Contractor shall indemnify, defend and hold harmless the City, its officers, agents and
employees, from and against any and all claims, losses or liability, including attorney's fees,
arising from injury or death to persons or damage to property occasioned by an act,
omission or failure of the Contractor, its officers, agents and employees, in performing the
work required by this Agreement. With respect to the performance of this Agreement and
as to claims against the City, its officers, agents and employees, the Contractor expressly
waives its immunity under Title 51 of the Revised Code of Washington, the Industrial
Insurance Act, for injuries to its employees and agrees that the obligation to indemnify,
defend and hold harmless provided for in this paragraph extends to any claim brought by or
on behalf of any employee of the contractor. This waiver is mutually negotiated by the
parties. This paragraph shall not apply to any damage resulting from the sole negligence of
the City, its agents and employees. To the extent any of the damages referenced by this
paragraph were caused by or resulted from the concurrent negligence of the City, its agents
or employees, this obligation to indemnify, defend and hold harmless is valid and
enforceable only to the extent of the negligence of the Contractor, its officers, agents, and
employees.
Q. Prevailing Wages
The Contractor shall pay all laborers, workmen and mechanics the prevailing wage and
shall file the required "Statement of Intent to Pay Prevailing Wages" in conformance with
RCW 39.12.040.
Fort Dent Play Equipment 11-20-07
NW Playgournd. Inc.
Agreement Form
C-5
R. Discrimination Prohibited
The Contractor shall comply with all Equal Employment Opportunity regulations and shall
not discriminate against any employee, applicant for employment, or any person seeking
the services of the Contractor on the basis of race, color, religion, creed, sex, age, national
origin, marital status or the presence of any sensory, mental or physical handicap.
IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first
above written.
CITY OF TUKWILA
CONTRACTOR: Northwest Playground
Equipment, Inc.
By:
SIGNA TURE
By:
SIGNA TURE
Printed Name: Steven M. Mullet
Printed Name:
Title: Mavor
Title:
Date:
Date:
ATTEST/AUTHENTICATED:
Jane E. Cantu, CMC, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
BY:
Fort Denl Play Equipment 11-20-07
NW Playgoumd. Inc.
PERFORMANCE BOND
Bond to City of Tukwila, Washington
Bond No.
We,
and
(Principal) (Surety)
a corporation, and as a surety corporation authorized to become a surety upon
Bonds of Contractors with municipal corporations in Washington State, are jointly and severally
bound to the City of Tukwila, Washington ("Owner"), in the penal sum of
Dollars
($ ), the payment of which sum, on demand, we bind ourselves and our
successors, heirs, administrators, executors, or personal representatives, as the case may be.
This Performance Bond is provided to secure the performance of Principal in connection with a
contract dated , 20_ , between Principal and Owner for a project entitled
Fort Dent Play Equipment
Contract No. ("Contract"). The initial penal sum shall equal 100% of the Total Bid
Price, including sales tax, as specified in the Proposal submitted by Principal.
NOW, THEREFORE, this Performance Bond shall be satisfied and released only upon the
condition that Principal:
. Faithfully performs all provisions of the Contract and changes authorized by Owner in the
manner and within the time specified as may be extended under the Contract;
. Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and
all other persons or agents who supply labor, equipment, or materials to the Project;
. Indemnifies and holds Owner, its officers, and agents harmless from and against all claims,
liabilities, causes of action, damages, and costs for such payments for labor, equipment,
and materials by satisfying all claims and demands incurred under the Contract, and
reimbursing and paying Owner all expenses that Owner may incur in making good any
default by Principal; and
. Indemnifies and holds Owner harmless from all claims, liabilities, causes of action,
damages and costs, including property damages and personal injuries, resulting from any
defect appearing or developing in the material provided or workmanship performed under
the Contract.
The indemnities to Owner shall also inure to the benefit of the Consulting Landscape Architect and
other design professionals retained by Owner in connection with the Project.
PROVIDED, however, that after the Final Acceptance of this Contract and the expiration of the lien
period, and if there are no liens pending, then the penal sum of this Performance Bond shall be
reduced to the sum of
Dollars ($ ) (10% of Total Bid Price), to insure against all defects appearing
or developing in the material provided or workmanship performed under this Contract within one
year after Final Acceptance.
The liability of Surety shall be limited to the penal sum of this Performance Bond.
No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect Surety's obligation on the Performance
Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the
Perlormance Bond
C-7
terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract
time is extended by more than twenty percent (20%).
If any modification or change increases the total amount to be paid under the Contract, Surety's
obligation under this Performance Bond shall automatically increase in a like amount. Any such
increase shall not exceed twenty-five percent (25%) of the original amount of the Performance
Bond without the prior written consent of Surety.
This Performance Bond shall be governed and construed by the laws of the State of Washington,
and venue shall be in King County, Washington.
IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical
counterparts this day of , 20 _
Principal
Surety
Signature of Authorized Official
Signature of Authorized Official
By
Title
Attorney in Fact
(Attach Power of Attorney)
Name and address of local office of
agent and/or Surety Company:
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
Fort Dent Play Equipment 11-20-07
NW Playgournd, Inc.
Northwest Playground Equipluent, Inc.
P.O. Box 2410. 345 N.W. Dogwood. Issaquah, \VA 98027
Phone (425) 313-9161 FAX (425) 313-9194
EQUIPMENT QUOTE
QUOTE#
To: City of Tukwila
Ft Dent Park
Date: 11/20/2007
Item #
TA070001S
Contact
Oty.
1
Rick Still
Description
Playmaker Structure- Option B 8/13/07 wI Pfayweb Climber
Engineered wood fiber, 12" Compacted. layer of fabric for
3,700 sf in main area plus 1,536 for swing area
Phone:
Fax:
Price
S 43.372.95
Total Price I
$43.372.95
1
$ 8575.19
$8,575.1 g
$0.00
SO.OO
Installation of Structure and existing swing and safety
surfacing
$ 18,493.43
$18.493.43
SO.OO
Site work to include renting and placing of steel plates for
access- silt fence- sod removal and disposal, asphalt path
demo and haul off, subgrade prep including import and export
as needed, underdrains and collector lines per plans,
concrete curb installation, asphalt path installation, finish
grade site to minus 4"
$ 74,060.00
$74,060.00
SO.OO
$0.00
Does not include removal of current equipment and swings.
topsoil, seeding, soils testing, landscaping, temporary
fencing. Soils on site must meet the City's compaction
requirements.
SO.OO
SO.OO
$000
4,950.00 $4,950.00
1
Playworld's Performance Bond at 3% $
Washington State Contract #14803 Pricing:
Freight:
Sales Tax:
Total:
6,302.60
8.9% $13,862.12
$169.616.29
Please Note:
Unless specified above this quote does not include unloading, or storage of these materials.
A locate service for underground utilities must be completed before your scheduled instal/ation.
Does not include cost for permits.
Tax not included unless specifically stated.
Delivery times are currently 6:1: weeks after order for play equipment.
Orders cancelled after 2 weeks will be subject to a restocking fee and any freight costs incurred
This quote is valid for 60 days.
Payments due and unpaid shall bear interest from the date payment is due at a rate of 1801:, annually
Acceptance of Proposal: The above items, prices and conditions are satisfactory and are hereby accepted
Thank you for considering Northwest Playground Equipment. Inc. for your Park, Playground, Shelter
and Sports Equipment requirements.
Pfayground Consultant
Approved 8'1
Northwest Playground Equipment, Inc.
P.O. Box 2410. 345 N.\V. Dogwood. Issaquah, \VA 98027
Phone (425) 313-9161 FAX (425) 313-9194
EQUIPMENT QUOTE
QU OTE#
To Tukwila Spray Park
Date: 11/20/2007
Contact: Rick Still
Item # Qty. Description
Water Odyssey Spray Park to include Water Way (WC).
Water Web, Water Rail. (2) Spin N Spray Fish, Spill Mix,
Daddy Long Legs WC. (3) Pop Drop, Water Cage. (3) Baby
Long Legs, Water Sprout, SplashOO-Lator, Water Weave, (4)
Plain Drain, Wireless Touch & Go Bollard, WOC 816-W-NX
controller, Wr..1-12 Mainifold wi pressure gauge, drain valve,
water hammer arrestor, FPT inlet connection and 24VAC
bronze solenoid valves, FRP valve box,PRV20 Pressure
W9601 C reducing valve
Phone:
Fax:
Price
Totai Price I
S 63,74375
$63.74375
Installation of the above components includes 3/8" rebar 18"
on center, stained concrete and back flow preventer
S 120,00000 $120.000.00
Does not Include: Landscaping, permits, fees, charges for
hooking up to the sewer, and tapping the water main
Performance Bond at 4 %
58,400.00
Washington State Contract Pricing #14803
Sales Tax
Total'
8.9% 517.10079
$209.244 54
Please Note:
Unless specified above this quote does not include installation, unloading, or storage of these materials.
A locate service for underground utilities must be completed before your scheduled installation.
Does not include cost for permits.
Tax not included unless specifically stated.
Delivery times are currently 10:!: weeks after order for play equipment.
Orders cancelled after 2 weeks will be subject to a restocking fee and any freight costs incurred
Terms - 50% Due at time of order, 50% on deliverf.
This quote is valid for 60 days.
Payments due and unpaid shall bear interest from the date payment is due at a rate of 18% annually
Acceptance of Proposal: The above items, prices and conditions are satisfactory and are hereby accepted.
Thank you for considering Northwest Playground Equipment. Inc. for your Park Playground. Shelter
and Sports Equipment requirements.
Playground Consultant
Approved By
Parks and Recreation Department
Rrllr~ Pl~trh~r n-jr~rtr'\r
MEMORANDUM
TO: Mayor Steve Mullet
Community Affairs and Parks Committee
FROM: ~S Rick Still, Deputy Director of Parks and Recreation
DATE: November 20, 2007
SUBJECT: Spray Park - Bid Award
Project Number 06-PK02-SPRA YPK-07
ISSUE
Award the Tukwila Community Center Spray Park Project Contract to Northwest Playground
Equipment, Inc., of Issaquah, Washington.
BACKGROUND
The Tukwila Community Center was selected as the host for the Spray Park Project because
the City owns the property, the Parks and Recreation Department uses this park as its main
base of operations for most of the youth programs and special events and this park already
has adequate parking needed. Additionally, staff is on site during our normal business
operations and can deal with issues arise.
The spray park water can be controlled just like an irrigation system, so we can turn on or off
the system as needed for department events or rentals; and to maintain specific operating
hours. The spray park features are turned on and off by a push button mechanism so there
isn't water running when no one is there, or when a child may choose to go to a different
feature. The individual spray nozzles can be controlled for the amount of flow. All of these
water saving devises will help keep the operating cost lower.
ACTION TAKEN
SLA Landscape Architecture was contracted to design the spray park area. They designed
the Auburn spray park and have good experience with making sure the spray park is safe,
enjoyable and functions well.
A Bid was obtained from Northwest Playground Equipment as part of the Washington State
Bid program, Contract Number 14803, for $209,244.54. The project budget is $220,000 plus
$5,000 for design work. So, only a 5% contingency is being requested to stay within budget.
BUDGET AND BID SUMMARY (All amounts include sales tax.)
Bid Results Architect's Estimate
$209,244.54 $200,000.00
10,462.23 20,000.00
$219.706.77 $220.000.00
Bid Amount
Contingency (5%)
Total
Remaining Budget
$ 93.23
$
93.23
RECOMMENDATION
Authorize the Mayor to award a construction contract for the Spray Park Project to Northwest
Playground Equipment, Inc. in the amount of $209,244.54.
cc: City Administrator
Director of Parks & Recreation
C-1
CITY OF TUKWILA
Short Form Contract
Contractor Name: Northwest Playground Equipment, Inc.
Address: P.O. Box 2410
Issaquah, WA 98027
Telephone: 425-313-9161
Contractor's License NO. NORTHPE044DJ
Dept. of L&I Worker's Compo Acct. No.
Surety Agent: Lee Insurance Service Inc
Surety Address: 11410 98th Ave.
Kirkland, WA 98033
Contract No.
Project No. 06-PK02-SPRA YPK-07
Budget Item: 301.00.594.760._.66
Project Name: Spray Park
Contractor's State Tax No.
UBI No. 601691557
Bond Registration No. CBIC Insurance
Bond No. SA 17 40
Completion Date
Please initial all attachments, then sign and return copies ONE and TWO to City of Tukwila,
Parks and Recreation Department, 12424 4Z'd Avenue South, Tukwila, WA 98168, FAX 206-
767-2341. Please make a copy for your records until a fully executed copy is returned to you.
AGREEMENT
This Agreement, made and entered into this day of 20 , by and
between the City of Tukwila, hereinafter called the City, and Northwest Playground Equipment, Inc,
hereinafter called the Contractor.
The City and the Contractor hereby agree as follows:
Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the
project entitled Spray Park, Project No. 06-PK02-SPRA YPK-07 including all changes to the work
and account work, in accordance with the Supplemental General Requirements, Section 1-04.2.
1. SCOPE OF WORK
The Scope of work for this project is detailed in the attached Plans and Specifications dated
October 23, 2007 for the Spray Park and is summarized as follows: the scope of work shall
include transport, delivery and provision of all materials, installation, equipment and labor for
development of the Spray Park including but not limited to, clearing and grading; berm shaping,
installation of irrigation and drainages systems, trees, shrubs and rocks, Trex Boardwalk, and
hydroseeding. All materials, labor and equipment required for development of the Fort Dent
Playground shall be provided by Contractor.
2. TIME OF COMPLETION
The scope of work shall be completed in all respects within one hundred eighty (180) calendar
days from the date of the written notice to proceed.
3. CONTRACT SUM
The City shall pay the Contractor for the performance of the work in the sum of $209,244.54
including Washington State sales tax.
Agreement Form
C-2
4. PAYMENTS
The City shall make payments on account of the contract based upon the percentage of lump
sum work completed, payment will be based on the cost percentage breakdown of the lump sum
bid price(s) submitted at the preconstruction conference, less a 5% retainage of the progress
payment amount until the project is accepted and final payment is processed
5. ACCEPTANCE AND FINAL PAYMENT
Final payment shall be due 30 days after completion of the work, provided the contract is fully
performed, accepted and all releases have been received from the Department of Revenue and
Department of Labor & Industries and settlement of any liens, whichever is later.
6. GENERAL CONDITIONS
The City and the Contractor agree upon the following general conditions which shall govern:
A. Contract Documents
The contract includes this Agreement dated November 2Q, 2007, Bid Proposal dated
November 20,2007, as well as Plans and Specifications dated October 23,2007.
The intent of these documents is to include all labor, materials, appliances and services of
every kind necessary for the proper execution of work, and the terms and conditions of
payment therefore. The documents are to be considered as one, and whatever is called for
by anyone of the documents shall be as binding as if called for by all. The Contractor
agrees to verify all measurements set forth in the above documents and to report all
differences in measurements before commencing to perform any work hereunder.
B. Materials, Appliances and Employees
Except as otherwise noted, the Contractor shall provide and pay for all materials, labor,
tools, water, power and other items necessary to complete the work. Unless otherwise
specified, all materials shall be new, and both workmanship and materials shall be of good
quality. Contractor warrants that all workmen and subcontractors shall be skilled in their
trades.
C. Surveys, Permits and Regulations
The City shall furnish all surveys unless otherwise specified. Permits and licenses
necessary for the prosecution of the work shall be secured and paid for by the Contractor.
Easements for permanent structures or permanent changes in existing facilities shall be
secured and paid for by the City unless otherwise specified. The Contractor shall comply
with all laws and regulations bearing on the conduct of the work and shall notify the City in
writing if the drawings and specifications are at variance therewith.
D. Protection of Work, Property and Persons
The Contractor shall adequately protect the work, adjacent property and the public and shall
be responsible for any damage or injury due to his act or neglect and perform any repairs at
the contractor's expense.
E. Access to Work
Spray Park 11-20-07
NW Playgoumd. Inc.
Agreement Form
C-3
The Contractor shall permit and facilitate observation of the work by the City and its agents
and public authorities at all times.
F. Changes in the Work
The City may order changes in the work, the contract sum being adjusted accordingly. All
such orders and adjustments shall be in writing. Claims by the Contractor for extra cost
must be made in writing before executing the work involved.
G. Correction of Work
The Contractor shall re-execute any work that fails to conform to the requirements of the
contract and that appears during the progress of the work, and shall remedy any defects
due to faulty materials or workmanship which appear within a period of one year from date
of completion of the contract and final acceptance of the work by the City unless the
manufacturer of the equipment or materials has a warranty for a longer period of time,
which warranties shall be assigned by Contractor to City. The provisions of this article apply
to work done by subcontractors as well as to work done by direct employees of the
Contractor.
H. Owner's Right to Terminate Contract
Should the Contractor neglect to prosecute the work properly, or fail to perform any
provision of the contract, the City, after seven days' written notice to the contractor, and his
surety, if any, may without prejudice to any other remedy the City may have, make good the
deficiencies and may deduct the cost thereof from the payment then or thereafter due the
Contract or, at the City's option, may terminate the contract and take possession of all
materials, tools, appliances and finish work by such means as the City sees fit, and if the
unpaid balance of the contract price exceeds the expense of finishing the work, such
excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance,
the Contractor shall pay the difference to the City.
I. Payments
Payments shall be made as provided in the Agreements. Payments otherwise due may be
withheld on account of defective work not remedied, liens filed, damage by the Contractor to
others not adjusted, or failure to make payments properly to the subcontractors.
J. Contractor's Liability Insurance
Contractor will carry public liability and property damage insurance with carriers satisfactory
to the City, in the following amounts:
$ 50,000 property damage
$ 500,000 public liability (each person)
$1,000,000 public liability (each occurrence)
$1,000,000 automobile liability (each occurrence)
with endorsements naming the City as an additional insured and will provide the City with
certificates of insurance prior to start of construction and with 30 days notice prior to
cancellation.
K. Performance Bond
Spray Par'K 11-20-07
NW Piaygoumd. Inc.
Agreement Form
C-4
The Contractor shall furnish to the City prior to start of construction a performance bond in
an amount of 100% of the contract in a form acceptable to the City.
L. Liens
The final payment shall not be due until the Contractor has delivered to the City a complete
release of all liens arising out of this contract or receipts in full covering all labor and
materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the
City against any lien.
M. Separate Contracts
The City has the right to let other contracts in connection with the work and the Contractor
shall properly cooperate with any such other contracts.
N. Attorneys Fees and Costs
In the event of legal action hereunder, the prevailing party shall be entitled to recover its
reasonable attorney fees and costs.
O. Cleaning Up
The Contractor shall keep the premises free from accumulation of waste material and
rubbish and at the completion of the work he shall remove from the premises all rubbish,
implements and surplus materials and leave the building broom-clean.
P. Indemnification
The Contractor shall indemnify, defend and hold harmless the City, its officers, agents and
employees, from and against any and all claims, losses or liability, including attorney's fees,
arising from injury or death to persons or damage to property occasioned by an act,
omission or failure of the Contractor, its officers, agents and employees, in performing the
work required by this Agreement. With respect to the performance of this Agreement and
as to claims against the City, its officers, agents and employees, the Contractor expressly
waives its immunity under Title 51 of the Revised Code of Washington, the Industrial
Insurance Act, for injuries to its employees and agrees that the obligation to indemnify,
defend and hold harmless provided for in this paragraph extends to any claim brought by or
on behalf of any employee of the contractor. This waiver is mutually negotiated by the
parties. This paragraph shall not apply to any damage resulting from the sole negligence of
the City, its agents and employees. To the extent any of the damages referenced by this
paragraph were caused by or resulted from the concurrent negligence of the City, its agents
or employees, this obligation to indemnify, defend and hold harmless is valid and
enforceable only to the extent of the negligence of the Contractor, its officers, agents, and
employees.
Q. Prevailing Wages
The Contractor shall pay all laborers, workmen and mechanics the prevailing wage and
shall file the required "Statement of Intent to Pay Prevailing Wages" in conformance with
RCW 39.12.040.
R. Discrimination Prohibited
Spray Park 11-20-07
NW Playgoumd. Inc.
Agreement Form
C-5
The Contractor shall comply with all Equal Employment Opportunity regulations and shall
not discriminate against any employee, applicant for employment, or any person seeking
the services of the Contractor on the basis of race, color, religion, creed, sex, age, national
origin, marital status or the presence of any sensory, mental or physical handicap.
IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first
above written.
CITY OF TUKWILA
CONTRACTOR: Northwest Playground
Equipment, Inc.
By:
SIGNA TURE
By:
SIGNA TURE
Printed Name: Steven M. Mullet
Printed Name:
Title: Mayor
Title:
Date:
Date:
ATTEST/AUTHENTICATED:
Jane E. Cantu, CMC, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
BY:
Spray Par'< 11-20-07
NW Playgoumd, Inc.
PERFORMANCE BOND
Bond to City of Tukwila, Washington
Bond No.
We,
and
(Principal) (Surety)
a corporation, and as a surety corporation authorized to become a surety upon
Bonds of Contractors with municipal corporations in Washington State, are jointly and severally
bound to the City of Tukwila, Washington ("Owner"), in the penal sum of
Dollars
($ ), the payment of which sum, on demand, we bind ourselves and our
successors, heirs, administrators, executors, or personal representatives, as the case may be.
This Performance Bond is provided to secure the performance of Principal in connection with a
contract dated , 20_ , between Principal and Owner for a project entitled
Spray Park.
Contract No. ("Contract"). The initial penal sum shall equal 100% of the Total Bid
Price, including sales tax, as specified in the Proposal submitted by Principal.
NOW, THEREFORE, this Performance Bond shall be satisfied and released only upon the
condition that Principal:
. Faithfully performs all provisions of the Contract and changes authorized by Owner in the
manner and within the time specified as may be extended under the Contract;
. Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and
all other persons or agents who supply labor, equipment, or materials to the Project;
. Indemnifies and holds Owner, its officers, and agents harmless from and against all claims,
liabilities, causes of action, damages, and costs for such payments for labor, equipment,
and materials by satisfying all claims and demands incurred under the Contract, and
reimbursing and paying Owner all expenses that Owner may incur in making good any
default by Principal; and
. Indemnifies and holds Owner harmless from all claims, liabilities, causes of action,
damages and costs, including property damages and personal injuries, resulting from any
defect appearing or developing in the material provided or workmanship performed under
the Contract.
The indemnities to Owner shall also inure to the benefit of the Consulting Landscape Architect and
other design professionals retained by Owner in connection with the Project.
PROVIDED, however, that after the Final Acceptance of this Contract and the expiration of the lien
period, and if there are no liens pending, then the penal sum of this Performance Bond shall be
reduced to the sum of
Dollars ($ ) (10% of Total Bid Price), to insure against all defects appearing
or developing in the material provided or workmanship performed under this Contract within one
year after Final Acceptance.
The liability of Surety shall be limited to the penal sum of this Performance Bond.
No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect Surety's obligation on the Performance
Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the
Performance Bond
C-7
terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract
time is extended by more than twenty percent (20%).
If any modification or change increases the total amount to be paid under the Contract, Surety's
obligation under this Performance Bond shall automatically increase in a like amount. Any such
increase shall not exceed twenty-five percent (25%) of the original amount of the Performance
Bond without the prior written consent of Surety.
This Performance Bond shall be governed and construed by the laws of the State of Washington,
and venue shall be in King County, Washington.
IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical
counterparts this day of , 20 _
Principal
Surety
Signature of Authorized Official
Signature of Authorized Official
By
Title
Attorney in Fact
(Attach Power of Attorney)
Name and address of local office of
agent and/or Surety Company:
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
Spray Park 11-20-07
NV.J Piaygoumd, Inc.
THIRD QUARTER REPORT TO COUNCIL
July 1 - September 30, 2007
Prepared for Community & Parks Committee
DEPARTMENT OF COMMUNITY DEVELOPMENT
3rd QUARTER SIGNIFICANT ISSUES
Development activity continues to be active. There were 743 permits issued (building, mechanical,
plumbing and electrical) with a total project valuation of $49,474,923. There were 15 land use decisions
issued, the applications included 3 SEPA decisions, 4 Short Plat or Boundary Line Adjustments, 1
Conditional Use Permit, 2 Special Permission permits, 1 Hearing Examiner Variance, 2 Shoreline permits,
1 Shoreline exemption and 2 administrative noise variances.
BUDGET PROGRAM GOALS
Administration
1. Complete Tukwila South Master Plan and Annexation: Awaiting resolution of Development
Agreement issues.
2. Complete draft update of Shoreline Manaqement Master Proqram: DCD submitted a staff draft of
the Shoreline Master Program to Ecology in compliance with our grant on June 29, 2007.
Comments have not been received yet from Ecology staff; we have been informed that they
may be forthcoming in the next month or two. The City was awarded an additional $35,000 by
Ecology to complete work on the SMP Update. The City Council approved a new contract with
ESA Adolfson consulting firm on September 17, 2007 to permit their continued assistance on
the SMP update. The next phase of the update, public involvement will probably not begin
until the first quarter of 2008.
3. Complete Tukwila Urban Center Plan/Planned Action Desiqnation: Finalizing staff's comments on
Administrative Review Draft. Coordinated with Sound Transit on design of permanent
commuter rail station. Coordinated with Parks on initiating Tukwila Pond Park master
planning process.
4. Review/update Manufacturinq Industrial Center Planned Action: No activity this quarter.
5. Complete draft Bicycle/Pedestrian "Walk and Roll" Plan: Staff comments are being incorporated
into a public review draft that will be issued at the beginning of 2008.
6. Review Small Lot Residential Development Policies and Standards: No activity this quarter.
7. Review/update Siqn Code: No activity this quarter.
Code Enforcement
1. Develop proposal for Rental Housinq Licensinq Proqram: Moving forward to develop a process for
requiring landlords to register all rental units with a low-fee business license. Working with
City Attorney and City Clerk's office to determine plan and timeline for implementation.
2. Develop proposal for Vacant Structure Proqram: Complete.
Permit Coordination and Building
1. Assume responsibility for Electrical Code permittinq and inspections: Complete.
2. Adopt 2006 State Buildinq Code: Completed 3rd quarter.
3. Provide necessary traininq related to the State Electrical Code and 2006 State Buildinq Code: No
activity this quarter.
4. Develop Information bulletins for Buildinq, Mechanical, Plumbinq, Electrical and Fuel Gas Codes: No
activity this quarter.
5. Develop Combination Buildinq Permit for sinqle-family residential construction: No activity this
quarter.
6. Construction activity for 3rd quarter: 743 permits issued (building, mechanical, plumbing,
electrical) $49,474,923 total project valuation.
Planning Commission
1. Review Siqn Code update: No activity this quarter.
2005 Third Quarter Report to Council
Prepared for Community & Parks Committee
Page 2
2. Review Shoreline Manaqement Master Proqram update: No activity this quarter.
3. Review Tukwila Urban Center plan: No activity this quarter.
4. Review Small Lot Residential Development Policies and Standards: No activity this quarter.
PARKS AND RECREATION DEPARTMENT
3rd QUARTER SIGNIFICANT ISSUES
The City's family festival season included Tukwila Days, Family Fourth at the Fort, Music in the Park, 4th
Annual Car Show and the All Nations Cup events. The Riverton Park Community Garden Pea Patch was
sold out in its second year in operation. The summer day camps continued to be popular, which included
day camps, sport camps and teen camps. The FREE summer playground program is back and operated
at Cascade View Community Park with a large diversity of children. The senior trip program had record
numbers and the quarter ended with the popular Camp Wrinkle Ranch event. The hanging flower basket
program was back in Tukwila and the Foster Golf Links rounds of play increased significantly from last
years season and the Junior Golf Camps had record numbers. Volunteer Tukwila will be assisting the
volunteer planting at the Macadam Winter Garden Park now in construction.
BUDGET PROGRAM GOALS
Administration
1. Oversee and monitor all revenue qeneratinq proqrams in recreation. qolf and aquatics: Ongoing.
2. Develop a new Parks, Recreation and Golf Open Space 6-Year Plan for Council approval: 30%
complete.
3. Complete the new Macadam Winter Garden Park for public use: 40% complete.
4. Manaqe Phase I development of Duwamish Riverbend Hill Park: Master Plan complete, Phase I
deferred to 2008.
Recreation
1. Implement Facility Bookinq software for rental reservations of TCC and park facilities: In progress.
Staff is making final preparations to implement program for TCC by the end of 2007.
2. Increase participation in the Senior Deli proqram by 10%: In progress. Participation has been
steady and staff is working to increase overall participation.
3. Increase the number of new participants in the Senior proqrams by 5% throuqh community outreach
efforts: Ongoing. Staff has prepared and distributed marketing material and has met with
some special interest groups. Staff will continue to meet with groups in the Fall.
4. Provide increased staff support to new Citywide special events includinq the Car Show, Tukwila
Centennial Celebration, and TCC Birthday Party: Completed.
5. Develop proqrammed teen activities for the Skate Park: Deferred to 2008. Staff will coordinate
events and camps at the Skate Park in 2008.
6. Add 10 more fitness opportunities for adults: Completed.
7. Develop and increase preschool aqe proqrams and activities: Completed.
8. Expand relationships with the School District to offer co-sponsored youth sports camps and clinics:
Completed.
Aquatics
1. Increase Aquatic Proqram Fee revenue by 10% of the 2006 total: Ongoing. Through August 2007
overall pool revenue was down compared to last year.
2. Siqnificantly improve the facility's look and feel by replacinq the pool liner and tile, and by upqradinq
the pool's HVAC controls and capabilities: On hold. Major CIP projects are on hold until we have
assurance that the school district lease will be extended.
3. Replace startinq blocks with corporate sponsored Quikblox: On hold. These starting blocks will
have to be modified to fit our deck, which would change, with new tile.
4. Reqrout tile and replace broken tile in both the men's and women's locker rooms: Complete. Rave
reviews on the regrout. Replacement tile will be in place by the afternoon of September 24th.
2005 Third Quarter Report to Council
Prepared for Community & Parks Committee
Page 3
5. Offer CPR classes to the community and City of Tukwila personnel at least once per quarter:
Ongoing. Certifications and re-certifications have taken place and can be scheduled. No
classes are currently scheduled.
6. Offer after school proqrams for Tukwila School District students in the sprinq: Complete. The first
year Tukwila Turtles Special Olympics swim team practiced for twelve weeks after school on
Fridays leading up to the State Championships June 2, 2007, where team athletes brought
home three gold and three silver medals.
7. Continue to work with the Tukwila Community Center in marketinq and makinq pool time available to
TCC's special events and camps: Complete. Tukwila Community Center Camp Tukwilly
swimming lessons used the pool and pool staff for eight one-week sessions over the summer.
Parks Maintenance
1. Assimilate new parks into the Parks Division (Codiqa Farm Park. Macadam Winter Garden. Cascade
View Community Park Phase II) and develop maintenance plans for each: Ongoing.
2. Continue with flower basket proqram: Installed and watering twice a week.
3. Add playqround equipment for pre-school aqe users at the Tukwila Community Center: Completed.
June 2007, with the help of UPS employees.
4. Provide assistance to the Recreation Division for Citywide special events includinq the Backyard
Wildlife Fair and the Tukwila International Farmer's Market: Ongoing.
5. Provide additional handicap parkinq at Tukwila Community Center parkinq lot: Completed.
6. Oversee all volunteer park enhancement proiects annually: Working with REI, Girl Scouts, UPS,
Macy Logistics and other groups in completing projects including planting, litter and garbage
removal and playground installation.
Golf Course Maintenance
1. Install herrinq bone style drainaqe in front of the 9th qreen: Completed.
2. Install herrinq bone style drainaqe left side of 6th qreen: Completed.
3. Install herrinqbone style drainaqe riqht side of 3rd qreen to drain to sump in fairway: Completed.
4. Aerate the surrounds in Sprinq 2007 and Fall 2007: Competed.
5. Install new Rainbird computerized irriqation control system: Completed.
6. All capital proiects to be desiqned and constructed by in-house qolf maintenance staff:
Accomplished.
Golf Course Pro Shop
1. Promote facility by continuinq to tarqet iunior weekend qolf promotion: Completed.
2. Create and share financinq of Golf Course and Restaurant ioint marketinq proqram: Completed.
Arts Commission
1. Purchase centennial celebration permanent art for a predetermined City location: Ongoing. Working
with 4Culture on guidelines.
2. Continue to obtain qrant fundinq for the City's performinq arts proqram: Completed.
3. Develop and create a new art selection policy: In process.
4. Evaluate condition of current artwork and identify items that require repair: Ongoing.
Parks Commission
1. Attend the Washinqton Recreation and Park Association (WRPA) boards and commissions traininq
workshops as well as the National Recreation and Park Association (NRPA) activities in the Seattle
area: Ongoing.
2. Assist Parks and Recreation Administration in the implementation of the volunteer tree plantinq and
adopt-a-qarden proqram at Macadam Winter Garden: Tree planting will occur next quarter.
3. Sponsor new park qrand openinq for Macadam Winter Garden: Park completion expected on
November 15th.
4. Sponsor qrand openinq for Cascade View Community Park Phase II: Carryover to 2008.
2005 Third Quarter Report to Council
Prepared for Community & Parks Committee
Page 4
Library Advisory Board
1. Report annually to the City Council on the status of library services and facilities available to Tukwila
citizens: Upcoming.
2. Maintain and improve communication between the two libraries within Tukwila city limits. the Tukwila
Library Advisory Board, the Tukwila City Council, the Kinq County Library System, the two "Friends of
the Library" orqanizations. and the Tukwila qeneral public: Have been meeting with the Friends
group regularly.
3. Provide support to literacy in Tukwila and at the Parks and Recreation as well as Kinq County Library
System special events: Had booth at Dr. Seuss Birthday Party on March 1st and a special table at
Tukwila Days Festival.
City of Tukwila
Permit Activity Report (Short Version)
Permit Type: A-APRD P -ADMIN P -ANNEX P- APPEAL, P -APRD P -BLA P- BLA/LC, P-CODE P-CPA P-CUP P-
DR P -PACT P -PMUD P -PRD P -R P-SAMP P-SEPA P -SHORE P-SP P-SS P-SUBD P-SUBF P-
SUBP P-SV P -TREE P -UU P -VAR P -WIRE
Approved: 07 /01/2007 09/30/2007
Permit A07 -017 Applied: 07/13/2007 Approve 07/13/2007 Expired: Type: P -ADMIN
Work: Shoreline and SEPA exemptions for maintenance of the Green River Pedestrian Sub -Type: SHOR EXM
and Utility bridge. Work includes replacement of the wood deck, repairs to
deteriorated areas of the truss and staining /sealing the structure.
Address: 6300 SOUTHCENTER BL City ID: TUKW Status: APPROVED
Units: 0 Class: Value: $0.00 Total Fees: $0.00
Names: SQ Ft: 0 Balance Due: $0.00
CITY OF TUKWILA OWNER
CITY OF TUKWILA APPLICANT
Permit A07 -018 Applied: 08/01/2007 Approve 08/21/2007 Expired: Type: P -ADMIN
Work: 10 day noise variance for work to repair two bridges on 1 -5 at the 1-405 Sub -Type: NOISE
interchange (MP 154.52) and Klickitat drive (MP 154.13).
Address: 6300 SOUTHCENTER BL City ID: TUKW Status: ISSUED
Units: 0 Class: Value: $0.00 Total Fees: $0.00
Names: SQ Ft: 0 Balance Due: $0.00
WSDOT APPLICANT
CITY OF TUKWILA OWNER
NORA GIERLOFF PLANNER
Permit E05 -008 Applied: 06/17/2005 Approve 07/19/2007 Expired: Type: P-SEPA
Work: SEPA for 7 -Iot Short Plat Sub -Type: DNS
Address: City ID: Status: ISSUED
Units: 0 Class: Value: $0.00 Total Fees: $500.00
Names: SQ Ft: 0 Balance Due: $0.00
ALEANNA KONDELIS
SEKMON JASWINDER SINGH
APPLICANT 253 852 -4880
OWNER
Permit E07 -008 Applied: 05/24/2007 Approve 07/24/2007 Expired: Type: P -PACT
Work: Environmental Review for removal of approximately 19,000 sq. ft. of asphalt, Sub -Type:
replacing of landscaping with drought tolerant materials and enlarge planting
area at entrance to Associated Grocers site.
Address: 10430 EAST MARGINAL WY S City ID: TUKW Status: ISSUED
Units: 0 Class: Value: $0.00 Total Fees: $400.00
Names: SQ Ft: 0 Balance Due: $0.00
KARA ANDERSON APPLICANT 206 277 -5212
ASSOCIATED GROCERS OWNER
LUMB, CAROL PLANNER 206 -431 -3661
Thursday, October 11, 2007 1:44:19 PM Page 1 of 4
Permit E07 -010 Applied: 06/01/2007 Approve 09/07/2007 Expired: Type: P-SEPA
Work: SEPA REVIEW FOR CUT AND FILL GREATER THAN 500 CUBIC YARDS FOR Sub -Type: DNS
CONSTRUCTION OF TWO HOMES. THE PROJECT INVOLVES THE
CONSTRUCTION OF TWO HOMES AND IMPROVEMENTS TO AN EXISTING
ACCESS EASEMENT. THE PROPERTY CONTAINS A WATER COURSE AND A
WETLAND. THE PROJECT WILL AVOID IMPACTS TO THE WATERCOURSE
AND THE WETLAND AND THIER BUFFERS.
Address: 4812 S 150 ST City ID: TUKW Status: APPROVED
Units: 0 Class: Value: $0.00 Total Fees: $695.00
Names: SQ Ft: 0 Balance Due: $0.00
MCCARTER HOMES ALIAS
MCCARTER MICHAEL D OWNER
BRANDON MILES PLANNER
MIKE MCCARTER APPLICANT 206 -579 -7315
Permit E07 -015 Applied: 04/06/2007 Approve 09/10/2007 Expired: Type: P -SEPA
Work: Comprehensive Development Plan consists of 61 projects organized into near Sub -Type:
term (by 2010) and long term (by 2024) projects. Examples of projects include
taxiway improvements, expanded air cargo facilities on land north of SR 518;
terminal road improvements; and expanded support facilities such as
employee parking and airport maintenance.
Address: City ID: Status: CLOSED
Units: 0 Class: Value: $0.00 Total Fees: $0.00
Names: SQ Ft: 0 Balance Due: $0.00
SEATAC AIRPORT
PORT OF SEATTLE
DEVELOPMNT
APPLICANT
Permit L06 -014 Applied: 02/09/2006 Approve 07/20/2007 Expired: 07/19/2008 Type: P-SS
Work: 5 -lot short plat Sub -Type:
Address: 4056 S 146 ST City ID: TUKW Status: PRELIM
Units: 0 Class: Value: $0.00 Total Fees: $1,000.00
Names: SQ Ft: 0 Balance Due: $0.00
MATT GRIMM CIO GEM CONSTRUCTION APPLICANT 206 -931 -7274
BRANDON MILES PLANNER
JOANNA SPENCER ENGINEER (206)431 -2440
TURLEY HERMAN R OWNER
Permit L06 -094 Applied: 12/29/2006 Approve 07/18/2007 Expired: 07/17/2008 Type: P -SS
Work: Two -lot short plat Sub -Type:
Address: 3915 S 117 ST City ID: TUKW Status: APPROVED
Units: 0 Class: Value: $0.00 Total Fees: $585.00
Names: SQ Ft: 0 Balance Due: $0.00
TIM SCHRIEVER, ALLIANT ENGINEERING& LAND SURVEY APPLICANT 206 669 -5218
GUSTAFSON THEODORE E OWNER
JOANNA SPENCER ENGINEER (206)431 -2440
JOHN BEHNKE OWNER 425 -351 -1675
REBECCA FOX PLANNER
Thursday, October 11, 2007 1:44:19 PM Page 2 of 4
Permit L07 -033 Applied: 05/23/2007 Approve 07/15/2007 Expired: 07/15/2008 Type: P- BLA/LC
Work: BLA TO CREATE TO BUILDING LOTS WHICH MEET MINIMUM LOT AREA Sub -Type:
REQUIREMENTS.
Address: 12258 48 AV S City ID: TUKW Status: PRELIM
Units: 0 Class: Value: $0.00 Total Fees: $295.00
Names: SQ Ft: 0 Balance Due: $0.00
HARRIS KEITH B OWNER
CRAMER NW/ RYAN NEAL APPLICANT 253 852 -4880
BRANDON MILES PLANNER
Permit L07 -034
Applied: 05/24/2007 Approve 08/01/2007 Expired: 08/01/2009 Type: P -SHORE
Work: Remove approximately 19,000 sq. ft. of iimpervious surface, remove existing Sub -Type:
landscaping and replace with native, drought tolerant plant material to enhance
entrance to an existing industrially developed site. Future re- development
plans for the site have not been determined as yet.
Address: 10430 EAST MARGINAL WY S City ID: TUKW Status: ISSUED
Units: 0 Class: Value: $0.00 Total Fees: $2,340.00
Names: SQ Ft: 0 Balance Due: $0.00
KARA ANDERSON, THE SABEY CORPORATION APPLICANT 206 -277 -5212
ASSOCIATED GROCERS OWNER
LUMB, CAROL PLANNER 206 -431 -3661
Pemmit# L07 -036 Applied: 05/29/2007 Approve 08/22/2007 Expired: 08/22/2009 Type: P -SHORE
Work: Shoreline Permit for water quality improvements within 200 feet of the OHWM Sub -Type:
of the Duwamish River
Address: 8801 EAST MARGINAL WY S City ID: TUKW Status: PENDING
Units: 0 Class: Value: $0.00 Total Fees: $2,445.00
Names: SQ Ft: 0 Balance Due: $5.00
BARGHAUSEN ENGINEERS FOR INSURANCE AUTO AUCTION APPLICANT 425 251 6222
MERRILL CREEK HOLDINGS LLC OWNER
MINNIE DHALIWAL PLANNER
Permit L07 -038 Applied: 06/05/2007 Approve 09/11/2007 Expired: 09/10/2008 Type: P- BLA/LC
Work: CONSOLIDATE TWO 2500 SQ. FT. LOTS IN ALLENTOWN INTO ONE 5,000 SQ. Sub -Type:
FT. LOT.
Address: 4814 S 124 ST City ID: TUKW Status: APPROVED
Units: 0 Class: Value: $0.00 Total Fees: $90.00
Names: SQ Ft: 0 Balance Due: $0.00
JOURHA, DARSHAN APPLICANT 253 529 -0494
HOVLAND KENNETH EARL OWNER
LUMB, CAROL PLANNER 206 -431 -3661
Permit L07 -043 Applied: 06/20/2007 Approve 09/11/2007 Expired: Type: P -VAR
Work: LOT AREA VARIANCE FOR 5000 SQ. FT. LOT IN ALLENTOWN. SITE CONSISTS Sub -Type:
OF (2) 2,500 SQ. FT. LOTS. APPLICANT MUST ALSO CONSOLIDATE LOTS
INTO ONE BUILDING SITE.
Address: 4814 S 124 ST City ID: TUKW Status: APPROVED
Units: 0 Class: Value: $0.00 Total Fees: $805.00
Names: SQ Ft: 0 Balance Due: $0.00
JOURHA DARSHAN +MEENA OWNER
LUMB, CAROL PLANNER 206 -431 -3661
JOURHA, DARSHAN SINGH APPLICANT 206 -498 -1459
Thursday, October 11, 2007 1 :44:19 PM Page 3 of 4
Permit L07 -045 Applied: 06/28/2007 Approve 08/24/2007 Expired: Type: P -CUP
Work: CUP FOR CULINARY COLLEGE. Sub -Type:
Address: 545 ANDOVER PK W City ID: TUKW Status: APPROVED
Units: 0 Class: Value: $0.00 Total Fees: $2,445.00
Names: SQ Ft: 0 Balance Due: $0.00
BRANDON MILES PLANNER
CAREER EDUCATION CORPORATION BUSINESS
SOUTHCENTER CORPORATE SQUAR OWNER
KELLY SHYNE APPLICANT 206 -930 -7697
Permit L07 -052 Applied: 08/01/2007 Approve 08/30/2007 Expired: Type: P-SP
Work: SIGN AREA INCREASE FOR ACME BOWL RESTAURANT Sub -Type: SIGN
Address: 100 ANDOVER PK W City ID: TUKW Status: APPROVED
Units: 0 Class: Value: $0.00 Total Fees: $350.00
Names: SQ Ft: 0 Balance Due: $0.00
OPEN FRAME LLC APPLICANT
ACME BOWL RESTAURANT BUSINESS
DAVE KEHLE ARCHITECT 206 -433 -8997
OPEN FRAME LLC OWNER
STACY MACGREGOR PLANNER
Permit L07 -069 Applied: 08/20/2007 Approve 08/30/2007 Expired: Type: P-SP
Work: SPECIAL PERMISSION TO INCREASE ALLOWABLE SIGN AREA FOR Sub -Type: SIGN
ASSOCIATED BUSINESS SYSTEMS. ZONED MIC /L; SETBACK 115'
Address: 3415 S 116 ST City ID: TUKW Status: APPROVED
Units: 0 Class: Value: $0.00 Total Fees: $350.00
Names: SQ Ft: 0 Balance Due: $0.00
STEVE ZAMBERLIN CONTACT 206 -282 -0700
ASSOCIATED BUSINESS SYSTEMS BUSINESS
NATIONAL SIGN CORPORATION APPLICANT 206 282 -0700
STACY MACGREGOR PLANNER
Summary
Number of Permits: 16
Total Valuation: $0.00
Total SQ. Ft: 0.00
Total Fees: $12,300.00
Total Due: $5.00
Thursday, October 11, 2007 1:44:19 PM Page 4 of 4