HomeMy WebLinkAboutAgenda
AGENDA
Finance Committee Meeting
5:00 PM - Monday, July 11, 2016
Council Conference Room, 7th Floor, City Hall – 1055 S. Grady Way
1. Advance Refunding of 2008 Water Sewer Refunding Bonds
a) AB - 1707
2. New Job Order Contractor
a) AB - 1701
3. Legislative Department Budget Briefing
a) 2016 Legislative Department Budget through June
b) Anticipated Council Travel for 2017 & 2018
4. Vouchers
a) Accounts Payable
b) RFA Advanced July Payments
c) Payroll (available in Dropbox)
5. Emerging Issues in Revenue Streams
AB - 1707
City Council Regular Meeting - 27 Jun 2016
SUBJECT/TITLE: Advance Refunding of 2008 Water Sewer Revenue Bonds
RECOMMENDED ACTION: Refer to Finance Committee
DEPARTMENT: Administrative Services Department
STAFF CONTACT: Iwen Wang, ASD Administrator
EXT.: 6858
FISCAL IMPACT SUMMARY:
The proposed refunding will replace the existing $8.8 million of bonds carrying an average interest rate of
4.18% with approximately $8.26 million of new bonds together with $1.13 million in issue premium at a true
interest cost of approximately 2%, and generate an estimated net present value savings of $870k or
approximately 10% of the refunded bonds.
SUMMARY OF ACTION:
The proposed refinancing plan will issue approximately $8.26 million of new bonds together with $1.13
million in issue premium to replace the existing $8.8 million of bonds through private placement.
EXHIBITS:
A. Issue Paper
B. Draft Ordinance
STAFF RECOMMENDATION:
Approve the refinancing plan and place the attached ordinance with the associated documents for first,
second readings and adoption.
AGENDA ITEM #1. a)
ADMINISTRATIVE SERVICES
DEPARTMENT
M E M O R A N D U M
DATE:June 21, 2016
TO:Randy Corman, Council President
Members of the Renton City Council
VIA:Denis Law, Mayor
FROM:Iwen Wang, Admin. Services Administrator
SUBJECT:Advance Refunding of 2008 Water-Sewer Revenue Bonds
ISSUE
Should the City refinance the 2008 Water-Sewer Bonds and use private placement method to
sell these bonds?
RECOMMENDATION
Staff recommends approval of the proposed refinancing plan and adoption of the necessary
ordinance authorizing the issuance of approximately $8.26 million of bonds together with $1.13
million in issue premium at a true interest cost of approximately 2%, which will replace the
existing $8.8 million of bonds carrying an average interest rate of 4.18% and generate an
estimated savings of $870k in net present value savings or nearly 10% of the refunded bonds.
BACKGROUND
The City issued $12.01 million of Water and Sewer Revenue Bonds in 2008 to pay for various
utility capital improvement projects. Principal maturing on and after December 1, 2018 is
subject to optional redemption without penalty on or after December 1, 2017. Because the
bonds will be issued more than 90 days prior to the optional redemption date, this is
considered an advance refunding. The proceeds of approximately $8.3 million new bonds
issued plus the projected issue premium of $1.1 million, will pay for issuance costs and the
remaining $9.3 million will be deposited into an escrow account to pay interest when due until
December 1, 2017, at which time the principle amount of $8.8 million will be fully paid.
In addition, staff recommends the proposed refunding be done through “private placement”
instead of the public offing. The difference between the two methods is that public offering is
an open process that the underwriter will present the bonds by maturity and proposed interest
is conducted on an open platform, while in a private placement, the proposed bond issue is
presented to multiple investors (typically more than 40 banks and institutional investors) who
will then submit their “bid” to purchase the entire issue. Both options provides competitive
pricing and process, the key difference is there are fewer bidders who can buy the entire issue
than those can participate in public officering and buy smaller chunks of the issue. The
AGENDA ITEM #1. a)
resulting difference in interest rates is somewhere between 0% and 0.3%. Based on issues
done earlier this year, the interest rate difference should be at the low end of the spectrum.
Part of the consideration in using the private placement method is the difference in the amount
of staff time required to put together the official statement (prospectus) and a rating
presentation. With the RFA transition and budget work in the next few months, the expedited
process for a private offering is more manageable.
CONCLUSION
Staff recommends the Council approve the refinancing plan. The bond ordinance will be
presented to Council for first/second reading and adoption on July 11.
Attachment: Refunding Savings Calculation Date June 1, 2016.
AGENDA ITEM #1. a)
10018 00009 ff222r42j3
CITY OF RENTON, WASHINGTON
WATER AND SEWER REVENUE REFUNDING BOND, 2016
ORDINANCE NO. ________
AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING
THE ISSUANCE OF A WATER AND SEWER REVENUE REFUNDING BOND IN
THE AGGREGATE PRINCIPAL AMOUNT OF NOT TO EXCEED $9,500,000 FOR
THE PURPOSE OF REFUNDING A PORTION OF THE CITY’S WATER AND
SEWER REVENUE BONDS, SERIES 2008A; PROVIDING THE FORM, TERMS
AND COVENANTS OF THE BOND; DELEGATING CERTAIN AUTHORITY TO
APPROVE THE FINAL TERMS OF THE BOND; AND AUTHORIZING OTHER
MATTERS RELATED THERETO.
PASSED: July 11, 2016
PREPARED BY:
PACIFICA LAW GROUP LLP
Seattle, Washington
AGENDA ITEM #1. a)
-i-
10018 00009 ff222r42j3
ORDINANCE NO. ________
TABLE OF CONTENTS
Section 1. Definitions ..................................................................................................................... 3
Section 2. Findings Regarding Parity Provisions .......................................................................... 13
Section 3. Authorization and Description of Bond ...................................................................... 13
Section 4. Registration of Bond.................................................................................................... 14
Section 5. Priority and Payment from the Waterworks Utility Fund ........................................... 15
Section 6. Funds and Accounts .................................................................................................... 17
Section 7. Covenants .................................................................................................................... 20
Section 8. Tax Covenants ............................................................................................................. 24
Section 9. Future Parity Bonds ..................................................................................................... 26
Section 10. Form of Bond ............................................................................................................. 29
Section 11. Execution of Bond ..................................................................................................... 32
Section 12. Right of Prepayment ................................................................................................. 32
Section 13. Sale of Bond .............................................................................................................. 32
Section 14. Application of Bond Proceeds; Plan of Refunding .................................................... 34
Section 15. Ongoing Disclosure; Additional Covenants ............................................................... 37
Section 16. Contract; Savings Clause ........................................................................................... 37
Section 17. General Authorization, Ratification of Prior Acts ..................................................... 37
Section 18. Lost, Stolen or Destroyed Bond ................................................................................ 39
Section 19. Effective Date of Ordinance ...................................................................................... 39
This Table of Contents is provided for convenience only and is not a part of this
ordinance.
AGENDA ITEM #1. a)
10018 00009 ff222r42j3
CITY OF RENTON, WASHINGTON
ORDINANCE NO. ________
AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING
THE ISSUANCE OF A WATER AND SEWER REVENUE REFUNDING BOND IN
THE AGGREGATE PRINCIPAL AMOUNT OF NOT TO EXCEED $9,500,000 FOR
THE PURPOSE OF REFUNDING A PORTION OF THE CITY’S WATER AND
SEWER REVENUE BONDS, SERIES 2008A; PROVIDING THE FORM, TERMS
AND COVENANTS OF THE BOND; DELEGATING CERTAIN AUTHORITY TO
APPROVE THE FINAL TERMS OF THE BOND; AND AUTHORIZING OTHER
MATTERS RELATED THERETO.
WHEREAS, the City of Renton, Washington (the “City”) has created and operates a
waterworks utility of the City, including the water, sewer, wastewater and storm drainage
systems (together, the “Waterworks Utility”); and
WHEREAS, the City issued and now has outstanding the following water and sewer
revenue bonds, each being payable on a parity of lien on the revenues of the Waterworks
Utility:
Series
Authorizing
Ordinance
Original
Principal Amount
Outstanding
Principal Amount
2007 5313 $ 9,750,000 $ 7,995,000
2008A 5313 9,975,000 9,975,000
2008B 5313 2,035,000 195,000
2012 5672 9,190,000 9,080,000
(together, the “Outstanding Parity Bonds”); and
AGENDA ITEM #1. a)
-2-
10018 00009 ff222r42j3
WHEREAS, the Water and Sewer Revenue Bonds, Series 2008A, issued on January 4,
2008, mature in principal amounts and bear interest as follows:
Maturity Date
(December 1)
Principal
Amount
Interest
Rate
2016 $ 480,000 4.00%
2017 695,000 4.00
2018 565,000 5.00
2019 645,000 4.00
2020 720,000 4.00
2021 760,000 4.00
2022 790,000 4.00
2023 980,000 4.10
2024 1,020,000 4.15
2025 1,060,000 4.20
2026 1,105,000 4.25
2027 1,155,000 4.30
(the “2008A Bonds”); and
WHEREAS, the 2008A Bonds maturing on or after December 1, 2018 (the “Refunding
Candidates”), are subject to optional redemption, in whole or in part, on any date on or after
December 1, 2017, at a price of par plus interest accrued to the date of redemption; and
WHEREAS, after due consideration it appears to this Council that all or a portion of the
Refunding Candidates (the “Refunded Bonds”) may be defeased and refunded by proceeds of
the water and sewer revenue refunding bond authorized herein (the “Bond”) at a savings to the
City and its ratepayers; and
WHEREAS, the respective ordinances authorizing the issuance of the Outstanding Parity
Bonds permit the issuance of additional bonds on a parity with the Outstanding Parity Bonds for
refunding purposes if certain conditions are met; and
AGENDA ITEM #1. a)
-3-
10018 00009 ff222r42j3
WHEREAS, the Council wishes to delegate authority to the Mayor, the Chief
Administrative Officer and the Finance Director of the City (as further described herein, each a
“Designated Representative”) for a limited time, to approve the interest rates, maturity date,
redemption terms, and other terms for the Bond within the parameters set by this ordinance;
and
WHEREAS, the City intends to issue a request for proposals from various financial
institutions to purchase the Bond; and
WHEREAS, the Council now wishes to authorize the issuance of the Bond, the
acceptance of a commitment confirming such a proposal, and the sale of the Bond to the
successful respondent subject to the terms and conditions set forth in this ordinance;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON DOES
ORDAIN AS FOLLOWS:
Section 1. Definitions. As used in this ordinance, the following words shall have the
following meanings:
Acquired Obligations means the Government Obligations acquired by the City under the
terms of this ordinance and the Escrow Agreement to effect the defeasance and refunding of
the Refunded Bonds, but only to the extent that the same are acquired at Fair Market Value.
Annual Debt Service for any year means all the interest on plus all principal (except
principal of Term Bonds due in any Term Bond Maturity Year) of Parity Bonds, plus all
mandatory redemption and sinking fund installments, less all bond interest payable from the
proceeds of any such bonds, which will mature or come due in that year.
AGENDA ITEM #1. a)
-4-
10018 00009 ff222r42j3
Bank means the financial institution that is the successful respondent to a request for
proposals to purchase the Bond, selected by a Designated Representative.
Base Period means any consecutive 12-month period selected by the City out of the
24-month period next preceding the date of issuance of an additional series of Future Parity
Bonds.
Bond means the City’s Water and Sewer Revenue Refunding Bond, 2016, authorized to
be issued by this ordinance.
Bond Fund means that special fund of the City known as the Waterworks Revenue Bond
Fund, 2016 created by the City for the payment of the principal of and interest on the Bond.
Bond Register means the registration records for the Bond maintained by the Bond
Registrar.
Bond Registrar means the Finance Director, whose duties include registering and
authenticating the Bond, maintaining the Bond Register, transferring ownership of the Bond,
and paying the principal of and interest on the Bond.
Call Date means December 1, 2017.
City means the City of Renton, Washington, a municipal corporation duly organized and
existing by virtue of the laws of the State.
Code means the Internal Revenue Code of 1986, as amended, together with
corresponding and applicable final, temporary or proposed regulations and revenue rulings
issued or amended with respect thereto by the United States Treasury Department or the
Internal Revenue Service, to the extent applicable to the Bond.
Commission means the Securities and Exchange Commission.
AGENDA ITEM #1. a)
-5-
10018 00009 ff222r42j3
Commitment means the commitment of the Bank to purchase the Bond.
Council means the City Council as the general legislative authority of the City, as duly
and regularly constituted from time to time.
Coverage Requirement means in any calendar year 1.25 times the Annual Debt Service
for such year.
Credit Facility means a policy of municipal bond insurance, a letter of credit, surety
bond, line of credit, guarantee or other financial instrument or any combination of the
foregoing, which obligates a third party to make payment or provide funds for the payment of
financial obligations of the City. There may be one or more Credit Facilities outstanding at any
time.
Designated City Representative means each the Mayor, the Chief Administrative Officer
and the Finance Director of the City, any successors to the functions of such offices, and their
designees. The signature of one Designated City Representative shall be sufficient to bind the
City.
Escrow Agent means U.S. Bank National Association, Seattle, Washington.
Escrow Agreement means the Escrow Deposit Agreement between the City and the
Escrow Agent to be dated as of the date of closing and delivery of the Bond.
Fair Market Value means the price at which a willing buyer would purchase the
investment from a willing seller in a bona fide, arm’s length transaction (determined as of the
date the contract to purchase or sell the investment becomes binding) if the investment is
traded on an established securities market (within the meaning of Section 1273 of the Code)
and, otherwise, the term “Fair Market Value” means the acquisition price in a bona fide arm’s
AGENDA ITEM #1. a)
-6-
10018 00009 ff222r42j3
length transaction (as referenced above) if (i) the investment is a certificate of deposit that is
acquired in accordance with applicable regulations under the Code, (ii) the investment is an
agreement with specifically negotiated withdrawal or reinvestment provisions and a specifically
negotiated interest rate (for example, a guaranteed investment contract, a forward supply
contract or other investment agreement) that is acquired in accordance with applicable
regulations under the Code, (iii) the investment is a United States Treasury Security--State and
Local Government Series that is acquired in accordance with applicable regulations of the
United States Bureau of Public Debt, or (iv) any commingled investment fund in which the City
and related parties do not own more than a 10% beneficial interest therein if the return paid by
the fund is without regard to the source of the investment. To the extent required by the
applicable regulations under the Code, the term “investment” shall include a hedge.
Federal Tax Certificate means the Federal Tax Certificate signed by the Finance Director
pertaining to the tax-exemption of interest on the Bond.
Finance Director means the City’s Finance and Information Services Administrator or the
successor to such officer.
Fitch means Fitch, Inc., organized and existing under the laws of the State of Delaware,
its successors and their assigns, and, if such organization shall be dissolved or liquidated or shall
no longer perform the functions of a securities rating agency, Fitch shall be deemed to refer to
any other nationally recognized securities rating agency designated by the City.
Future Parity Bonds means all water and sewer revenue bonds of the City issued after
the date of the issuance of the Bond and having a lien and charge on Net Revenue on a parity
AGENDA ITEM #1. a)
-7-
10018 00009 ff222r42j3
with the lien and charge on Net Revenue for the payment of the principal of and interest on the
Outstanding Parity Bonds and the Bond.
Government Obligations means those obligations now or hereafter defined as such in
chapter 39.53 RCW.
Gross Revenue means all of the earnings and revenues received by the City from the
maintenance and operation of the Waterworks Utility and all earnings from the investment of
money in the Reserve Fund or any Parity Bond Fund, and connection and capital improvement
charges collected for the purpose of defraying the cost of capital facilities of the Waterworks
Utility, except government grants, proceeds from the sale of Waterworks Utility property (other
than timber), City taxes collected by or through the Waterworks Utility, principal proceeds of
bonds and earnings or proceeds from any investments in a trust, defeasance or escrow fund
created to defease or refund Waterworks Utility obligations (until commingled with other
earnings and revenues of the Waterworks Utility) or held in a special account for the purpose of
paying a rebate to the United States Government under the Code.
Maintenance and Operation Expense means all reasonable expenses incurred by the
City in causing the Waterworks Utility to be operated and maintained in good repair, working
order and condition, including payments made to any other municipal corporation or private
entity for water service and for sewage treatment and disposal service or other utility service in
the event the City combines such service in the Waterworks Utility and enters into a contract
for such service, and including pro-rata budget charges for the City’s administration expenses
where those represent a reasonable distribution and share of actual costs, but not including
AGENDA ITEM #1. a)
-8-
10018 00009 ff222r42j3
any depreciation or taxes levied or imposed by the City or payments to the City in lieu of taxes,
or capital additions or capital replacements to the Waterworks Utility.
Maximum Annual Debt Service means, at the time of calculation, the maximum amount
of Annual Debt Service that will mature or come due in the current calendar year or any future
calendar year on the Parity Bonds.
Moody’s means Moody’s Investors Service, its successors and their assigns, and, if such
corporation shall be dissolved or liquidated or shall no longer perform the functions of a
securities rating agency, Moody’s shall be deemed to refer to any other nationally recognized
securities rating agency designated by the City.
Net Revenue means Gross Revenue less Maintenance and Operation Expense.
Outstanding means, as of any particular time, all Parity Bonds issued theretofore except
(a) Parity Bonds theretofore canceled by the Bond Registrar after purchase by the City in the
open market or because of payment at, or redemption prior to, maturity; (b) Parity Bonds for
which funds have been deposited into a trust account pursuant to the ordinances authorizing
the issuance of the Parity Bonds, but only to the extent that the principal of and interest on
such Parity Bonds are payable from such trust account; (c) temporary, mutilated, lost, stolen or
destroyed Parity Bonds for which new Parity Bonds have been issued pursuant to the ordinance
authorizing their issuance; and (d) Parity Bonds exchanged for new Parity Bonds pursuant to
the ordinances authorizing their issuance.
Outstanding Parity Bond Ordinances mean the ordinances authorizing the issuance of
the Outstanding Parity Bonds identified in the recitals to this ordinance.
AGENDA ITEM #1. a)
-9-
10018 00009 ff222r42j3
Outstanding Parity Bonds means the water and sewer revenue bonds of the City
identified in the recitals to this ordinance.
Parity Bonds means the Outstanding Parity Bonds, the Bond, and any Future Parity
Bonds.
Parity Bond Fund means any fund created for the payment and redemption of Parity
Bonds.
Parity Requirement means Net Revenue equal to or greater than:
(a) 1.25 times the Maximum Annual Debt Service for all Parity Bonds plus the Future
Parity Bonds proposed to be issued; and
(b) 100% of Maximum Annual Debt Service for all subordinate lien evidences of
indebtedness secured by Gross Revenue.
Professional Utility Consultant means an independent licensed professional engineer,
certified public accountant or other independent person or firm selected by the City having a
favorable reputation for skill and experience with municipal utilities of comparable size and
character to the Waterworks Utility in such areas as are relevant to the purposes for which such
consultant is retained.
Qualified Insurance means any non-cancelable municipal bond insurance policy or
surety bond issued by any insurance company licensed to conduct an insurance business in any
state of the United States (or by a service corporation acting on behalf of one or more such
insurance companies) which insurance company or companies, as of the time of issuance of
such policy or surety bond, are currently rated in the two highest rating categories by any
Rating Agency but no lower than the highest then-existing rating for any of the Parity Bonds.
AGENDA ITEM #1. a)
-10-
10018 00009 ff222r42j3
Qualified Letter of Credit means any irrevocable letter of credit issued by a financial
institution for the account of the City on behalf of Registered Owner of the Bond, which
institution maintains an office, agency or branch in the United States and as of the time of
issuance of such letter of credit, is currently rated in the two highest rating categories by any
Rating Agency but no lower than the highest then-existing rating for any of the Parity Bonds.
Rate Stabilization Fund means the Waterworks Rate Stabilization Fund created by the
City pursuant to Ordinance No. 4709.
Rating Agency means Moody’s, S&P or Fitch.
Refunded Bonds means the Refunding Candidates designated by the Designated City
Representative pursuant to Section 14.
Refunding Account means the account by that name established pursuant to Section 14.
Refunding Candidates mean the outstanding 2008A Bonds maturing on or after
December 1, 2018.
Registered Owner means the person in whose name the Bond is registered on the Bond
Register.
Reserve Fund means that special fund of the City known as the Waterworks Revenue
Bond Reserve Fund created by Ordinance No. 4709.
Reserve Requirement means with respect to any issue of Parity Bonds, the lesser of
(a) Maximum Annual Debt Service on all Outstanding Parity Bonds, and (b) 125% of average
Annual Debt Service on all Outstanding Parity Bonds; provided, that the amount required to be
deposited hereunder with respect to any Future Parity Bonds in order to meet the Reserve
AGENDA ITEM #1. a)
-11-
10018 00009 ff222r42j3
Requirement shall not exceed 10% of the net proceeds of such Future Parity Bonds under the
Code.
Rule means the SEC’s Rule 15c2-12 under the Securities Exchange Act of 1934, as the
same may be amended from time to time.
S&P means Standard & Poor’s Rating Services, its successors and their assigns, and, if
such corporation shall be dissolved or liquidated or shall no longer perform the functions of a
securities rating agency, S&P shall be deemed to refer to any other nationally recognized
securities rating agency designated by the City.
State means the State of Washington.
Term Bonds mean any Parity Bonds identified as such in the bond purchase contract or
in the ordinance authorizing the issuance thereof, the payment of which is provided for by a
requirement for mandatory deposits of money into the principal and interest account of the
bond redemption fund created for the payment of such issue of Parity Bonds in accordance
with a mandatory sinking fund requirement.
Term Bond Maturity Year means any calendar year in which Term Bonds are scheduled
to mature.
2008 Bond Ordinance means Ordinance No. 5313 adopted by the City Council on
October 22, 2007 and Resolution No. 3919 adopted by the Council on November 26, 2007
authorizing the issuance of the 2008A Bonds.
2008A Bonds means the Water and Sewer Revenue Bonds, Series 2008A, of the City
issued on January 5, 2008, as more particularly described in the recitals of this ordinance.
AGENDA ITEM #1. a)
-12-
10018 00009 ff222r42j3
Waterworks Utility means the combined water, sewer, wastewater and storm drainage
systems of the City as the same may be added to, improved and extended for as long as any of
the Parity Bonds are outstanding.
Waterworks Utility Fund means that special fund of the City into which all Gross
Revenue (except for earnings in any special fund for the redemption of revenue obligations of
the Waterworks Utility) shall be deposited.
Rules of Interpretation. In this ordinance, unless the context otherwise requires:
(a) The terms “hereby,” “hereof,” “hereto,” “herein, “hereunder” and any similar
terms, as used in this ordinance, refer to this ordinance as a whole and not to any particular
article, section, subdivision or clause hereof, and the term “hereafter” shall mean after, and the
term “heretofore” shall mean before, the date of this ordinance;
(b) Words of the masculine gender shall mean and include correlative words of the
feminine and neuter genders and words importing the singular number shall mean and include
the plural number and vice versa;
(c) Words importing persons shall include firms, associations, partnerships
(including limited partnerships), trusts, corporations and other legal entities, including public
bodies, as well as natural persons;
(d) Any headings preceding the text of the several sections of this ordinance, and
any table of contents or marginal notes appended to copies hereof, shall be solely for
convenience of reference and shall not constitute a part of this ordinance, nor shall they affect
its meaning, construction or effect;
AGENDA ITEM #1. a)
-13-
10018 00009 ff222r42j3
(e) All references herein to “articles,” “sections” and other subdivisions or clauses
are to the corresponding articles, sections, subdivisions or clauses hereof; and
(f) Words importing the singular number include the plural number and vice versa.
Section 2. Findings Regarding Parity Provisions. The City Council hereby finds that there
is no deficiency in any Parity Bond Fund, that provisions hereinafter meet the conditions for the
issuance of Future Parity Bonds as set forth in the Outstanding Parity Bond Ordinances, and on
or prior to the date of issuance of the Bond the City will have on file a certificate showing that
that the issuance of the Bond will result in a debt service savings for the Waterworks Utility and
does not require an increase of more than $5,000 in any year for principal of and interest on
the Bond over and above the payments that were required to be made for the Refunded Bonds.
The conditions contained in the Outstanding Parity Bond Ordinances having been
complied with or assured, the payments required herein to be made out of the Waterworks
Utility Fund into the Bond Fund and the Reserve Fund to pay and secure the payment of the
principal of and interest on the Bond shall constitute a lien and charge upon the money in the
Waterworks Utility Fund equal in rank with the lien and charge thereon for the payments
required to be made for the Outstanding Parity Bonds.
Section 3. Authorization and Description of Bond. The City is hereby authorized to issue
a water and sewer revenue refunding bond (the “Bond”) in a principal amount of not to exceed
$9,500,000 for the purpose of providing the funds necessary to refund the Refunded Bonds and
pay all or a portion of the costs incidental to the foregoing and to the issuance of the Bond.
The Bond shall be designated the “City of Renton, Washington Water and Sewer
Revenue Refunding Bond, 2016” or other such designation as set forth in the Bond and
AGENDA ITEM #1. a)
-14-
10018 00009 ff222r42j3
approved by the Finance Director. The Bond shall be dated as of its date of delivery to the
Bank, shall be fully registered as to both principal and interest, shall be in one denomination of
not to exceed $9,500,000, and shall mature on the date set forth in the Commitment and
approved by the Designated Representative pursuant to Section 13.
The Bond shall bear interest from its dated date or the most recent date to which
interest has been paid at the interest rate set forth in the Commitment. Interest on the
principal amount of the Bond shall be calculated per annum on a 30/360 basis, or as otherwise
provided in the Bond and in the Commitment. Principal of and interest on the Bond shall be
payable at the times and in the amounts as set forth in the Commitment and in the payment
schedule attached to the Bond.
The Bond shall be payable solely out of the Bond Fund and the Reserve Fund and shall
not be a general obligation of the City.
Section 4. Registration of Bond.
(a) Registrar/Bond Registrar. The Finance Director shall act as Bond Registrar. The
Bond Registrar is authorized, on behalf of the City, to authenticate and deliver the Bond if
transferred or exchanged in accordance with the provisions of the Bond and this ordinance and
to carry out all of the Bond Registrar’s powers and duties under this ordinance.
(b) Registered Ownership. The City and the Bond Registrar may deem and treat the
Registered Owner of the Bond as the absolute owner for all purposes, and neither the City nor
the Bond Registrar shall be affected by any notice to the contrary. Payment of the Bond shall
be made only as described in subsection (d) below. All such payments made as described in
AGENDA ITEM #1. a)
-15-
10018 00009 ff222r42j3
subsection (d) below shall be valid and shall satisfy the liability of the City upon the Bond to the
extent of the amount so paid.
(c) Transfer or Exchange of Registered Ownership. The Bond shall not be
transferrable without the consent of the City unless (i) the Bank’s corporate name is changed
and the transfer is necessary to reflect such change; or (ii) the transferee is a successor in
interest of the Bank by means of a corporate merger, an exchange of stock, or a sale of assets.
Notwithstanding the foregoing, the Bond may be transferred upon satisfaction of the
requirements, if any, set forth in the Commitment and in the Bond.
(d) Place and Medium of Payment. Both principal of and interest on the Bond shall
be payable in lawful money of the United States of America. Principal and interest on the Bond
shall be payable by check, warrant, ACH transfer or by other means mutually acceptable to the
Bank and the City. Upon final payment of principal and interest of the Bond, the Registered
Owner shall surrender the Bond for cancellation at the office of the Bond Registrar in
accordance with this ordinance.
Section 5. Priority and Payment from the Waterworks Utility Fund.
(a) Waterworks Utility Fund. A special fund of the City known as the “Waterworks
Utility Fund” has been established by the City, into which shall be deposited all Gross Revenue
as collected. Moneys in the Waterworks Utility Fund shall be trust funds and shall be held
separate and apart from all other funds and accounts of the City.
(b) Priority of Payments from the Waterworks Utility Fund. Gross Revenue on
deposit in the Waterworks Utility Fund (other than in any bond redemption or federal rebate
account) shall be used in the following order of priority:
AGENDA ITEM #1. a)
-16-
10018 00009 ff222r42j3
(i) To pay Maintenance and Operation Expense;
(ii) To pay the interest on the Parity Bonds, including reimbursements to the
issuer of a Credit Facility if the Credit Facility secures the payment of interest on Parity
Bonds and the ordinance authorizing such Parity Bonds provides for such
reimbursement;
(iii) To pay the principal of the Parity Bonds, including reimbursements to the
issuer of a Credit Facility if the Credit Facility secures the payment of principal on Parity
Bonds and the ordinance authorizing such Parity Bonds provides for such
reimbursement;
(iv) To make all payments required to be made into any sinking fund or bond
redemption fund hereafter created for the payment of Future Parity Bonds which are
Term Bonds;
(v) To make all payments required to be made into the Reserve Fund,
including any reimbursements required for Qualified Insurance or Qualified Letter of
Credit;
(vi) To make all payments required to be made into any revenue bond
redemption fund or warrant redemption fund and debt service account or reserve
account created to pay and secure the payment of the principal of and interest on any
revenue bonds or revenue warrants of the City having a lien upon Gross Revenue junior
and inferior to the lien thereon for the payment of the principal of and interest on the
Parity Bonds; and
AGENDA ITEM #1. a)
-17-
10018 00009 ff222r42j3
(vii) To retire by optional redemption or purchase any outstanding revenue
bonds or revenue warrants of the City, to make necessary additions, betterments,
improvements and repairs to or extensions and replacements of the Waterworks Utility,
to make deposits into the Rate Stabilization Fund, or for any other lawful City purpose.
(c) Rate Stabilization Fund. The City has previously created a Waterworks Rate
Stabilization Fund (the “Rate Stabilization Fund”). The City may, at any time, as determined by
the City and as consistent with subsection (b) of this section, deposit Gross Revenue into the
Rate Stabilization Fund, excluding principal proceeds of Parity Bonds or other borrowing. The
City may withdraw any or all of the money from the Rate Stabilization Fund for inclusion in
Gross Revenue for any fiscal year of the City. Such deposits or withdrawals may be made up to
and including the date 90 days after the end of the fiscal year for which the deposit or
withdrawal will be included in Gross Revenue. No deposit of Gross Revenue will be made into
the Rate Stabilization Fund to the extent that such deposit would prevent the City from meeting
the Coverage Requirement.
Section 6. Funds and Accounts.
(a) Bond Fund. There is hereby authorized to be created the Waterworks Revenue
Bond Fund, 2016 (the “Bond Fund”), which shall be a “Parity Bond Fund” and a subaccount of
the Waterworks Utility Fund. The Bond Fund shall be maintained for the purpose of paying the
principal of and interest on the Bond. As long as the Bond remains outstanding, the City hereby
irrevocably obligates and binds itself to set aside and pay from the Waterworks Utility Fund into
the Bond Fund those amounts necessary, together with such other funds as are on hand and
available in the Bond Fund, to pay the interest or principal and interest next coming due on the
AGENDA ITEM #1. a)
-18-
10018 00009 ff222r42j3
Bond. Such payments from the Waterworks Utility Fund to the Bond Fund shall be made in a
fixed amount without regard to any fixed proportion following the closing and delivery of the
Bond on or before each date on which an installment of interest or principal and interest falls
due on the Bond equal to the installment of interest or principal and interest. Money in the
Bond Fund not needed to pay the interest or principal next coming due may temporarily be
deposited in legal investments for City funds, but only to the extent that the same are acquired,
valued and disposed of at Fair Market Value.
(b) Reserve Fund. There has been created by the City a special fund of the City
known as the Waterworks Revenue Bond Reserve Fund (the “Reserve Fund”) for purpose of
securing the payment of the principal of and interest on all Parity Bonds. The City hereby
irrevocably covenants and agrees that on or prior to the date of issuance of the Bond, the
amount on deposit in the Reserve Fund will be at least equal to the Reserve Requirement.
Except for withdrawals therefrom as authorized herein, the Reserve Fund shall be
maintained at the Reserve Requirement at all times so long as any Parity Bonds are
Outstanding. When the total amount in the Bond Fund shall equal the total amount of principal
and interest for all outstanding Bonds, no further payment need be made into the Bond Fund.
Notwithstanding the first sentence of this paragraph, the Reserve Requirement may be
decreased for any issue of Parity Bonds when and to the extent the City has redeemed or
otherwise defeased any Outstanding Parity Bonds.
If there shall be a deficiency in the Bond Fund to meet maturing installments of either
principal or interest, as the case may be, on the Bond, that deficiency shall be made up from
the Reserve Fund by the withdrawal of cash therefrom for that purpose and after all cash has
AGENDA ITEM #1. a)
-19-
10018 00009 ff222r42j3
been depleted, then by draws on the Qualified Insurance or Qualified Letter of Credit for that
purpose. Any deficiency created in the Reserve Fund by reason of any such withdrawal shall
then be made up from Net Revenue first available after making necessary provisions for the
required payments into the Bond Fund. Any money in the Reserve Fund in excess of the
Reserve Requirement may be withdrawn and deposited in any Parity Bond Fund and spent for
the purpose of retiring Parity Bonds or may be deposited in any other fund and spent for any
other lawful Waterworks Utility purpose.
The City may provide for the purchase, redemption or defeasance of Parity Bonds by the
use of money on deposit in the Bond Fund or the Reserve Fund as long as the money remaining
in those funds is sufficient to satisfy the required deposits in those funds for the remaining
Parity Bonds.
All money in the Bond Fund or Reserve Fund may be kept in cash or on deposit in the
official bank depository of the City or in any national bank or may be invested in any legal
investment for City funds, but only to the extent that the same are acquired, valued and
disposed of at Fair Market Value. Interest on any of those investments or on that bank account
shall be deposited in the Reserve Fund until the total Reserve Requirement shall have been
accumulated therein, after which time the interest shall be deposited in any Parity Bond Fund.
Notwithstanding the provisions for the deposit or maintenance of earnings in the Bond
Fund or the Reserve Fund, the City also may transfer out of the Bond Fund or Reserve Fund any
money required in order to prevent any Parity Bonds from becoming “arbitrage bonds” under
the Code.
AGENDA ITEM #1. a)
-20-
10018 00009 ff222r42j3
If the City fails to set aside and pay into the Bond Fund or the Reserve Fund the amounts
set forth above, the Registered Owner of any of the outstanding Bonds may bring an action
against the City to compel that setting aside and payment.
(c) Pledge of Revenue and Lien Position. The Net Revenue is hereby pledged to the
payment of the Parity Bonds, and the Parity Bonds shall constitute a lien and charge upon such
Net Revenue prior and superior to any other charge whatsoever.
(d) Regarding Sufficiency of Revenues. The Council hereby finds that in fixing the
amounts to be paid into the Bond Fund out of Gross Revenue, it has exercised due regard for
the Maintenance and Operation Expense and has not obligated the City to set aside and pay
into such Fund a greater amount of such Gross Revenue than in its judgment will be available
over and above the Maintenance and Operation Expense.
Section 7. Covenants. The City covenants and agrees with the Registered Owner of the
Bond as follows:
(a) Rate Covenant. It will establish, maintain and collect rates and charges for all
services and facilities provided by the Waterworks Utility which will be fair and
nondiscriminatory, and will adjust those rates and charges from time to time so that:
(1) Gross Revenue will at all times be sufficient to (A) pay all Maintenance
and Operation Expense on a current basis, (B) pay when due all amounts that the City is
obligated to pay into the Reserve Fund and any Parity Bond Funds and (C) pay all taxes,
assessments or other governmental charges lawfully imposed upon the Waterworks Utility or
other revenue therefrom or payments in lieu thereof and any and all other amounts which the
AGENDA ITEM #1. a)
-21-
10018 00009 ff222r42j3
City may now or hereafter become obligated to pay from Gross Revenue by law or contract;
and
(2) Net Revenue in each calendar year will be at least equal to the Coverage
Requirement.
(b) Maintenance and Repair. It will at all times maintain and keep the Waterworks
Utility in good repair, working order and condition and also will at all times operate such Utility
and the business in connection therewith in an efficient manner and at a reasonable cost.
(c) Disposal of Waterworks Utility. It will not sell, lease, mortgage or in any manner
encumber or otherwise dispose of the Waterworks Utility in its entirety unless, simultaneously
with such sale or other disposition, all Parity Bonds are defeased pursuant to the provisions of
this ordinance.
It will not sell, lease, mortgage or in any manner encumber or otherwise dispose of any
part of the Waterworks Utility (other than timber), including all additions and improvements
thereto and extensions thereof at any time made, that are used, useful or material in the
operation of the Waterworks Utility, unless provision is made for the replacement thereof or
for payment into the Bond Fund of the greatest of the following:
(1) An amount which will be in the same proportion to the net amount of
any Parity Bonds then outstanding (defined as the total amount of those bonds less the amount
of cash and investments in the Reserve Fund and any Parity Bond Funds) that Gross Revenue
from the portion of the Waterworks Utility sold or disposed of for the preceding year bears to
the total Gross Revenue for that period;
AGENDA ITEM #1. a)
-22-
10018 00009 ff222r42j3
(2) An amount which will be in the same proportion to the net amount of
any Parity Bonds then outstanding (as defined above) that the Net Revenue from the portion of
the Waterworks Utility sold or disposed of for the preceding year bears to the total Net
Revenue for that period; or
(3) An amount which will be in the same proportion to the net amount of
any Parity Bonds then outstanding (as defined above) that the depreciated cost value of the
facilities sold or disposed of bears to the depreciated cost value of the entire Waterworks
Utility immediately prior to such sale or disposition.
Notwithstanding any other provision of this subsection, (1) the City in its discretion may
sell or otherwise dispose of any of the works, plant, properties or facilities of the Waterworks
Utility or any real or personal property comprising a part of the same which shall have become
unserviceable, inadequate, obsolete or unfit to be used in the operation of the Waterworks
Utility, or no longer necessary, material to or useful to the operation of the Waterworks Utility,
without making any deposit into the Bond Fund, and (2) the City may transfer the Waterworks
Utility to another municipal corporation so long as Net Revenue of the portion of the
Waterworks Utility so transferred is used for payment of debt service on the Parity Bonds prior
to any other purpose. In no event shall such proceeds be treated as Gross Revenue for
purposes of this ordinance.
(d) Books and Records. It will keep proper books, records and accounts with respect
to the operations, income and expenditures of the Waterworks Utility in accordance with
proper accounting procedures and any applicable rules and regulations prescribed by the State.
It will prepare annual financial and operating statements within 270 days of the close of each
AGENDA ITEM #1. a)
-23-
10018 00009 ff222r42j3
fiscal year showing in reasonable detail the financial condition of the Waterworks Utility as of
the close of the previous year, and the income and expenses for such year, including the
amounts paid into the Bond Fund and Reserve Fund and into any and all special funds or
accounts created pursuant to this ordinance, the status of all funds and accounts as of the end
of such year, and the amounts expended for maintenance, renewals, replacements and capital
additions to the Waterworks Utility.
(e) No Free Service. Except to aid the poor or infirm, to provide for resource
conservation or to provide for the proper handling of hazardous materials, it will not furnish or
supply or permit the furnishing or supplying of any service or facility in connection with the
operation of the Waterworks Utility free of charge to any person, firm or corporation, public or
private, other than the City, so long as any Parity Bonds are outstanding. On at least an annual
basis, it will determine all accounts that are delinquent and will take all necessary action to
enforce payment of such accounts against those property owners whose accounts are
delinquent.
(f) Insurance. It at all times will carry fire and extended coverage and such other
forms of insurance, including public liability and property damage insurance, with responsible
insurers and with policies payable to or on behalf of the City and any additional insureds on
such of the buildings, equipment, works, plants, facilities and properties of the Waterworks
Utility, and against such claims for damages, as are ordinarily carried by municipal or privately
owned utilities engaged in the operation of like systems, or will implement and maintain a
self-insurance or an insurance pool program with reserves adequate, in the reasonable
AGENDA ITEM #1. a)
-24-
10018 00009 ff222r42j3
judgment of the City, to protect the Waterworks Utility and the Registered Owners of the Parity
Bonds against loss.
(g) Maintenance and Operation Expense. It will pay all Maintenance and Operation
Expense and the debt service requirements for the outstanding Parity Bonds, and otherwise
meet the obligations of the City as herein set forth.
Section 8. Tax Covenants. The City shall take all actions necessary to assure the
exclusion of interest on the Bond from the gross income of the owners of the Bond to the same
extent as such interest is permitted to be excluded from gross income under the Code as in
effect on the date of issuance of the Bond, including but not limited to the following:
(a) Private Activity Bond Limitation. The City shall assure that the proceeds of the
Bond are not so used as to cause the Bond to satisfy the private business tests of Section 141(b)
of the Code or the private loan financing test of Section 141(c) of the Code.
(b) Limitations on Disposition of Improvements. The City shall not sell or otherwise
transfer or dispose of (i) any personal property components of the projects refinanced with
proceeds of the Bond (the “Projects”) other than in the ordinary course of an established
government program under Treasury Regulation 1.141-2(d)(4) or (ii) any real property
components of the Projects, unless it has received an opinion of nationally recognized bond
counsel to the effect that such disposition shall not adversely affect the treatment of interest
on the Bond as excludable from gross income for federal income tax purposes.
(c) Federal Guarantee Prohibition. The City shall not take any action or permit or
suffer any action to be taken if the result of such action would be to cause the Bond to be
“federally guaranteed” within the meaning of Section 149(b) of the Code.
AGENDA ITEM #1. a)
-25-
10018 00009 ff222r42j3
(d) Rebate Requirement. The City shall take any and all actions necessary to assure
compliance with Section 148(f) of the Code, relating to the rebate of excess investment
earnings, if any, to the federal government, to the extent that such Section is applicable to the
Bond.
(e) No Arbitrage. The City shall not take, or permit or suffer to be taken, any action
with respect to the proceeds of the Bond which, if such action had been reasonably expected to
have been taken, or had been deliberately and intentionally taken, on the date of issuance of
the Bond would have caused the Bond to be an “arbitrage bond” within the meaning of Section
148 of the Code.
(f) Registration Covenant. The City shall maintain a system for recording the
ownership of the Bond that complies with the provisions of Section 149 of the Code until all
Bond have been surrendered and canceled.
(g) Record Retention. The City shall retain its records of all accounting and
monitoring it carries out with respect to the Bond for at least three years after the Bond mature
or are redeemed (whichever is earlier); however, if the Bond are redeemed and refunded, the
City shall retain its records of accounting and monitoring at least three years after the earlier of
the maturity or redemption of the obligations that refunded the Bond.
(h) Compliance with Federal Tax Certificate. The City shall comply with the
provisions of the Federal Tax Certificate with respect to the Bond, which are incorporated
herein as if fully set forth herein. The covenants of this section shall survive payment in full or
defeasance of the Bond.
AGENDA ITEM #1. a)
-26-
10018 00009 ff222r42j3
(i) Bank Qualification. The City hereby designates the Bond for purposes of
paragraph (3) of Section 265(b) of the Code and represents that not more than $10,000,000
aggregate principal amount of obligations the interest on which is excludable (under Section
103(a) of the Code) from gross income for federal income tax purposes (excluding (i) private
activity bonds, as defined in Section 141 of the Code, except qualified 501(c)(3) bonds as
defined in Section 145 of the Code and (ii) current refunding obligations to the extent the
amount of the refunding obligation does not exceed the outstanding amount of the refunded
obligation), has been or will be issued by the City, including all subordinate entities of the City,
during the calendar year 2016.
Section 9. Future Parity Bonds. The City reserves the right to issue Future Parity Bonds
if the following conditions are met and complied with at the time of issuance of those
additional bonds:
(a) There shall be no deficiency in any Parity Bond Fund.
(b) The ordinance providing for the issuance of such Future Parity Bonds shall
provide for the payment of the principal thereof and interest thereon out of a Parity Bond
Fund.
(c) The ordinance providing for the issuance of such Future Parity Bonds shall
provide for the deposit into the Reserve Fund from the proceeds of those Future Parity Bonds
of (1) an amount equal to the increase in the Reserve Requirement attributable to those Parity
Bonds or (2) Qualified Letter of Credit or Qualified Insurance or an amount plus Qualified Letter
of Credit or Qualified Insurance equal to the increase in the Reserve Requirement attributable
to those Future Parity Bonds. At the discretion of the City, the City may provide for deposit into
AGENDA ITEM #1. a)
-27-
10018 00009 ff222r42j3
the Reserve Fund of other legally available money from Net Revenue or Qualified Letter of
Credit or Qualified Insurance on or prior to the date of issuance of such Future Parity Bonds.
(d) The ordinance authorizing the issuance of such Future Parity Bonds shall provide
for the payment of mandatory redemption or sinking fund requirements into the applicable
Parity Bond Fund for any Term Bonds to be issued and for regular payments to be made for the
payment of the principal of such Term Bonds on or before their maturity, or, as an alternative,
the mandatory redemption of those Term Bonds prior to their maturity date from money in the
applicable Parity Bond Fund.
(e) There shall be on file with the City either:
(1) a certificate of the Finance Director demonstrating that Net Revenue for
the Base Period, without regard to deposits into or withdrawals from the Rate Stabilization
Fund, is equal to at least the Parity Requirement; or
(2) a certificate of a Professional Utility Consultant that in such Consultant’s
opinion Net Revenue for the Base Period, as adjusted, without regard to deposits into or
withdrawals from the Rate Stabilization Fund, shall be equal to at least the Parity Requirement.
The Professional Utility Consultant, in estimating Net Revenue available for debt services, may
adjust Net Revenue to reflect:
(A) Any changes in rates in effect and being charged or expressly
committed by ordinance to be made in the future;
(B) Income derived from customers of the Waterworks Utility who
have become customers during the 12 consecutive month period or thereafter adjusted to
reflect one year’s Net Revenue from those customers;
AGENDA ITEM #1. a)
-28-
10018 00009 ff222r42j3
(C) Income from any customers to be connected to the Waterworks
Utility who have paid the required connection charges;
(D) The Professional Utility Consultant’s estimate of the Net Revenue
to be derived from customers anticipated to connect for whom building permits have been
issued;
(E) Income received or to be received which is derived from any
person, firm corporation or municipal corporation under any executed contract for water,
sewage disposal or other utility service, which revenue was not included in the historical Net
Revenue;
(F) The Professional Utility Consultant’s estimate of the Net Revenue
to be derived from customers with existing homes or buildings which will be required to
connect to any additions to and improvements and extensions of the Waterworks Utility
constructed and to be paid for out of the proceeds of the sale of the additional Future Parity
Bonds or other additions to and improvements and extensions of the Waterworks Utility when
such additions, improvements and extensions are not completed; and
(G) Any increases or decrease in Net Revenue as a result of any actual
or reasonably anticipated changes in Maintenance and Operation Expense subsequent to the
12-month period.
(f) Refunding Obligations. If Future Parity Bonds proposed to be so issued are for
the sole purpose of refunding outstanding bonds payable from any Parity Bond Fund, such
certification of coverage shall not be required if the amount required for the payment of the
principal and interest in each year for the refunding bonds is not increased more than $5,000
AGENDA ITEM #1. a)
-29-
10018 00009 ff222r42j3
over the amount for that same year required for the bonds or the portion of that bond issue to
be refunded thereby and if the maturities of such refunding bonds are not extended beyond
the maturities of the bonds to be refunded thereby.
Nothing contained herein shall prevent the City from issuing Future Parity Bonds to
refund maturing Parity Bonds, money for the payment of which is not otherwise available.
(g) Subordinate Lien Obligations. Nothing contained herein shall prevent the City
from issuing revenue bonds that are a charge upon Gross Revenue subordinate to the
payments required to be made therefrom into any Parity Bond Fund.
Section 10. Form of Bond. The Bond shall be in substantially the following form:
UNITED STATES OF AMERICA
NO. R-1 $____________
STATE OF WASHINGTON
CITY OF RENTON
WATER AND SEWER REVENUE REFUNDING BOND, 2016
INTEREST RATE: _____%
MATURITY DATE: ____________, 20[__]
REGISTERED OWNER: ______________________
PRINCIPAL AMOUNT: ________ MILLION AND NO/100 DOLLARS
The City of Renton, Washington, a municipal corporation organized and existing under
and by virtue of the laws of the State of Washington (herein called the “City”) hereby
acknowledges itself to owe and for value received promises to pay, but only from the sources
and as hereinafter provided, to the Registered Owner identified above, or registered assigns, on
the Maturity Date identified above, the Principal Amount indicated above and to pay interest
thereon from the date of delivery, or the most recent date to which interest has been paid or
duly provided for, at the Interest Rate set forth above (the “Interest Rate”). Interest on this
bond shall accrue from its dated date until paid and shall be computed per annum on the
principal amount outstanding on a 30/360 basis. Principal of and accrued interest on this bond
shall be payable on the dates set forth in the payment schedule attached hereto.
Both principal of and interest on this bond are payable in lawful money of the United
States of America. Principal and interest on this bond shall be payable by check or warrant or
AGENDA ITEM #1. a)
-30-
10018 00009 ff222r42j3
by other means mutually acceptable to the Registered Owner and the City. Upon final payment
of principal and interest of this bond, the Registered Owner shall surrender this bond for
cancellation at the office of the Bond Registrar in accordance with Ordinance No. __________
of the City (the “Bond Ordinance”). Reference is made to the Bond Ordinance and any and all
modifications and amendments thereto for a description of the nature and extent of the
security for this bond, the funds or revenues pledged, and the terms and conditions upon which
such bond is issued.
This bond is being issued for the purpose of refunding certain outstanding water and
sewer revenue bonds of the City and paying costs of issuance of the bond.
The City may prepay this bond as provided in the Bond Ordinance and in the
Commitment. Any such prepayment may be subject to a prepayment fee.
This bond has been designated by the City as a “qualified tax-exempt obligation” within
the meaning of Section 265(b) of the Internal Revenue Code of 1986, as amended (the “Code”).
This bond is payable solely from the Bond Fund and the Reserve Fund. The City has
irrevocably obligated and bound itself to pay into the Bond Fund out of the Net Revenue or
from such other moneys as may be provided therefor certain amounts necessary to pay and
secure the payment of the principal and interest on this bond. This bond is not a general
obligation of the City, the State or any other political subdivision.
The City does hereby pledge and bind itself to set aside from the Waterworks Utility
Fund out of the revenue of the Waterworks Utility and to pay into the Bond Fund and the
Reserve Fund the various amounts required by the Bond Ordinance to be paid into and
maintained in such Funds, all within the times provided by the Bond Ordinance. To the extent
more particularly provided by the Bond Ordinance, the amounts so pledged to be paid from the
Waterworks Utility Fund out of the revenue of the Waterworks Utility into the Bond Fund shall
be a lien and charge thereon equal in rank to the lien and charge upon said revenue of the
amounts required to pay and secure the payment of the Outstanding Parity Bonds and any
revenue bonds of the City hereafter issued on a parity with the bond and superior to all other
liens and charges of any kind or nature except Maintenance and Operation Expense.
This bond is issued under and in accordance with the provisions of the Constitution and
applicable statutes of the State of Washington and duly adopted ordinances of the City. The
City hereby covenants and agrees with the owner of this bond that it will keep and perform all
the covenants of this bond and of the Bond Ordinance to be by it kept and performed, and
reference is hereby made to the Bond Ordinance for a complete statement of such covenants.
This bond shall not be valid or become obligatory for any purpose or be entitled to any
security or benefit under the Bond Ordinance until the Certificate of Authentication hereon
shall have been manually signed by the Bond Registrar.
AGENDA ITEM #1. a)
-31-
10018 00009 ff222r42j3
It is hereby certified that all acts, conditions, and things required by the Constitution and
statutes of the State of Washington to exist, to have happened, been done, and performed
precedent to and in the issuance of this bond have happened, been done, and performed.
IN WITNESS WHEREOF, the City of Renton, Washington has caused this bond to be
signed with the facsimile or manual signature of the Mayor, to be attested by the facsimile or
manual signature of the City Clerk, all as of this _____ day of ____________, 2016.
CITY OF RENTON, WASHINGTON
[SEAL]
By /s/ facsimile or manual
Mayor
ATTEST:
/s/ facsimile or manual
City Clerk
REGISTRATION CERTIFICATE
This bond is registered in the name of the Registered Owner on the books of the City, in
the office of the Finance Director of the City (the “Bond Registrar”), as to both principal and
interest, as noted in the registration blank below. All payments of principal of and interest on
this bond shall be made by the City from the Bond Fund.
Date of
Registration
Name and Address of
Registered Owner
Signature of
Bond Registrar
__________ __, 2016 ______________________
Finance Director
PAYMENT SCHEDULE
Principal and interest on this bond shall be payable as set forth in the following
schedule:
Date Principal Interest Total Payment
AGENDA ITEM #1. a)
-32-
10018 00009 ff222r42j3
Section 11. Execution of Bond. The Bond shall be executed on behalf of the City with
the manual or facsimile signature of the Mayor, and shall be attested by the manual or
facsimile signature of the Clerk.
Only such Bond as shall bear thereon a Certificate of Authentication in the form earlier
recited, manually executed by the Bond Registrar, shall be valid or obligatory for any purpose or
entitled to the benefits of this ordinance. Such Certificate of Authentication shall be conclusive
evidence that the Bond so authenticated has been duly executed, authenticated and delivered
hereunder and is entitled to the benefits of this ordinance.
In case either of the officers who shall have executed the Bond shall cease to be an
officer or officers of the City before the Bond so signed shall have been authenticated or
delivered by the Bond Registrar, or issued by the City, such Bond may nevertheless be
authenticated, delivered and issued and upon such authentication, delivery and issuance, shall
be as binding upon the City as though those who signed the same had continued to be such
officers of the City. The Bond may also be signed and attested on behalf of the City by such
persons who at the date of the actual execution of the Bond, are the proper officers of the City,
although at the original date of such Bond any such person shall not have been such officer of
the City.
Section 12. Right of Prepayment. The City may prepay the Bond in whole or in part on
any date as set forth in the Commitment and approved by a Designated Representative
pursuant to Section 13. If the Bond is prepaid in full, interest shall cease to accrue on the date
such prepayment occurs.
Section 13. Sale of Bond.
AGENDA ITEM #1. a)
-33-
10018 00009 ff222r42j3
(a) Bond Sale. The Council has determined that it would be in the best interest of
the City to delegate to the Designated Representatives for a limited time the authority to
request proposals from financial institutions to purchase the Bond and to approve the final
terms of the Bond, as set forth in the Commitment of the successful respondent. The
Designated Representative shall solicit proposals to purchase the Bond and shall select the Bank
that submits the proposal that is in the best interest of the City.
Subject to the terms and conditions set forth in this Section 13, each Designated
Representative is hereby authorized to select the Bank, to designate all or a portion of the
Refunding Candidates as Refunded Bonds, to approve the principal amount, principal payment
dates, dated date, denominations, interest payment dates, redemption/prepayment provisions
and interest rate or rates for the Bond, to accept the Commitment, to agree to any additional
terms and covenants that are in the best interest of the City and consistent with this ordinance,
and to execute the sale of the Bond to the Bank; provided that (1) the principal amount of the
Bond does not exceed $9,500,000, (2) the final maturity of the Bond is no later than
December 1, 2027, (3) the Bond is sold at a price not less than 97% and not greater than 105%,
(4) the Bond is sold for a price that results in a minimum net present value debt service savings
over the Refunded Bonds of 5%, and (5) the true interest cost for the Bond does not exceed
3.00%.
(b) Report to Council; Expiration of Authority. Following the sale of the Bond, a
Designated Representative shall provide a report to Council describing the sale and final terms
of the Bond approved pursuant to the authority delegated in this section. The authority
granted to the Designated Representatives by this section shall expire on December 31, 2016.
AGENDA ITEM #1. a)
-34-
10018 00009 ff222r42j3
If the Bond has not been sold by December 31, 2016, the authorization for the issuance of the
Bond shall be rescinded, and the Bond shall not be issued nor its sale approved unless such
Bond shall have been re-authorized by ordinance of the Council. The ordinance re-authorizing
the issuance and sale of such Bond may be in the form of a new ordinance repealing this
ordinance in whole or in part or may be in the form of an amendatory ordinance approving a
Commitment or establishing terms and conditions for the authority delegated under this
Section 13.
(c) Delivery of Bond; Documentation. Upon the passage and approval of this
ordinance, the proper officials of the City, including the Designated Representatives, are
authorized and directed to undertake all action necessary for the prompt execution and
delivery of the Bond to the Bank and further to execute all closing certificates, agreements, loan
agreements, and documents required to effect the closing and delivery of the Bond in
accordance with the terms of the Commitment.
Section 14. Application of Bond Proceeds; Plan of Refunding.
(a) Refunding Plan. For the purpose of realizing a debt service savings and
benefiting the City’s ratepayers, the Council proposes to refund and defease the Refunded
Bonds as set forth herein. The Refunded Bonds shall include those Refunding Candidates
designated by a Designated City Representative and identified in the Escrow Agreement.
Proceeds of the Bond shall be deposited with the Escrow Agent pursuant to the Escrow
Agreement to be used immediately upon receipt thereof to defease the Refunded Bonds as
authorized by the 2008 Bond Ordinance and to pay costs of issuance of the Bond.
AGENDA ITEM #1. a)
-35-
10018 00009 ff222r42j3
The net proceeds deposited with the Escrow Agent shall be used to defease the
Refunded Bonds and discharge the obligations thereon by the purchase of certain Government
Obligations (which obligations so purchased, are herein called “Acquired Obligations”), bearing
such interest and maturing as to principal and interest in such amounts and at such times
which, together with any necessary beginning cash balance, will provide for the payment of:
(1) interest on the Refunded Bonds due and payable on and prior to the Call
Date; and
(2) the redemption prices of the Refunded Bonds on the Call Date.
Such Acquired Obligations shall be purchased at a yield not greater than the yield
permitted by the Code and regulations relating to acquired obligations in connection with
refunding bond issues.
(b) Escrow Agent/Escrow Agreement. The City hereby appoints U.S. Bank National
Association, Seattle, Washington, as the Escrow Agent for the Refunded Bonds (the “Escrow
Agent”). A beginning cash balance, if any, and the Acquired Obligations shall be deposited
irrevocably with the Escrow Agent in an amount sufficient to defease the Refunded Bonds. The
proceeds of the Bond remaining after acquisition of the Acquired Obligations and provision for
the necessary beginning cash balance shall be utilized to pay expenses of the acquisition and
safekeeping of the Acquired Obligations and expenses of the issuance of the Bond.
In order to carry out the purposes of this Section 14, the Finance Director is authorized
and directed to execute and deliver to the Escrow Agent, an Escrow Agreement.
AGENDA ITEM #1. a)
-36-
10018 00009 ff222r42j3
(e) Call for Redemption of Refunded Bonds. The Designated Representatives are
hereby authorized to set aside sufficient funds out of the purchase of Acquired Obligations
from proceeds of the Bond to make the payments described in Section 14(d).
The Designated Representatives are hereby authorized to call the Refunded Bonds for
redemption on their Call Date in accordance with the provisions of the 2008 Bond Ordinance
authorizing the redemption and retirement of the 2008A Bonds prior to their fixed maturities.
Said defeasance and call for redemption of the Refunded Bonds shall be irrevocable
after the issuance of the Bond and delivery of the Acquired Obligations to the Escrow Agent.
The Escrow Agent is hereby authorized and directed to provide for the giving of notices
of the redemption of the Refunded Bonds in accordance with the applicable provisions of the
2008 Bond Ordinance. The costs of publication of such notices shall be an expense of the City.
The Escrow Agent is hereby authorized and directed to pay to the Finance Director, or,
at the direction of the Finance Director, to the paying agent for the Refunded Bonds, sums
sufficient to pay, when due, the payments specified in this ordinance. All such sums shall be
paid from the moneys and Acquired Obligations deposited with the Escrow Agent, and the
income therefrom and proceeds thereof. All such sums so paid to said Finance Director shall be
credited to the Refunding Account, which is hereby authorized to be created. All moneys and
Acquired Obligations deposited with the Escrow Agent and any income therefrom shall be held,
invested (but only at the direction of the Finance Director) and applied in accordance with the
provisions of this ordinance and with the laws of the State for the benefit of the City and
owners of the Refunded Bonds.
AGENDA ITEM #1. a)
-37-
10018 00009 ff222r42j3
The City will take such actions as are found necessary to see that all necessary and
proper fees, compensation and expenses of the Escrow Agent for the Refunded Bonds shall be
paid when due.
Section 15. Ongoing Disclosure; Additional Covenants.
(a) Ongoing Disclosure. The Bond is exempt from ongoing disclosure requirements
of the Rule.
(b) Covenants. The City may agree to provide the Bank certain financial or other
information and agree to such additional covenants as determined to be necessary by a
Designated Representative and as set forth in the Commitment and approved by the
Designated Representative pursuant to Section 13.
Section 16. Contract; Savings Clause. The covenants contained in this ordinance and
in the Bond shall constitute a contract between the City and the Registered Owner of the Bond.
If any one or more of the covenants or agreements provided in this ordinance to be performed
on the part of the City shall be declared by any court of competent jurisdiction and after final
appeal (if any appeal be taken) to be contrary to law, then such covenant or covenants,
agreement or agreements, shall be null and void and shall be deemed separable from the
remaining covenants and agreements in this ordinance and shall in no way affect the validity of
the other provisions of this ordinance or of the Bond.
Section 17. General Authorization; Ratification of Prior Acts. The Mayor, the Chief
Administrative Officer, the Finance Director and other appropriate officers of the City are
authorized to take any actions and to execute documents as in their judgment may be
necessary or desirable in order to carry out the terms of, and complete the transactions
AGENDA ITEM #1. a)
-38-
10018 00009 ff222r42j3
contemplated by, this ordinance. All acts taken pursuant to the authority of this ordinance but
prior to its effective date are hereby ratified.
AGENDA ITEM #1. a)
-39-
10018 00009 ff222r42j3
Section 18. Lost, Stolen or Destroyed Bond. In case the Bond shall be lost, stolen or
destroyed while in the Registered Owner’s possession, the Bond Registrar may at the request of
the Registered Owner execute and deliver a new Bond of like date, number and tenor to the
Registered Owner thereof upon the Registered Owner’s paying the expenses and charges of the
City and the Bond Registrar in connection therewith and upon its filing with the City written
certification that such Bond was actually lost, stolen or destroyed and of its ownership thereof.
In the case the Bond shall be lost, stolen, or destroyed while in the Registered Owner’s
possession, the Registered Owner may elect upon final payment of principal and interest of the
Bond to surrender a photocopy of the Bond for cancellation at the office of the Bond Registrar
together with written certification that such Bond was actually lost, stolen or destroyed and of
its ownership thereof.
Section 19. Effective Date of Ordinance. This ordinance shall be effective upon its
passage, approval, and thirty (30) days after publication.
PASSED by the City Council this 11th day of July, 2016.
Jason A. Seth, City Clerk
APPROVED BY THE MAYOR this ____ day of July, 2016.
Denis Law, Mayor
Approved as to form:
Pacifica Law Group LLP
Bond Counsel
Date of Publication: ___________________
AGENDA ITEM #1. a)
10018 00009 ff222r42j3
CERTIFICATE
I, the undersigned, City Clerk of the City Council of the City of Renton, Washington (the
“City”), DO HEREBY CERTIFY:
1. The attached copy of Ordinance No. ________ (the “Ordinance”) is a full, true
and correct copy of an ordinance duly passed at a regular meeting of the City Council of the City
held at the regular meeting place thereof on July 11, 2016, as that ordinance appears on the
minute book of the City; and the Ordinance will be in full force and effect after publication in
the City’s official newspaper as provided by law; and
2. A quorum of the members of the City Council was present throughout the
meeting and a majority of those members present voted in the proper manner for the passage
of the Ordinance.
IN WITNESS WHEREOF, I have hereunto set my hand this 11th day of July, 2016.
Jason A. Seth, City Clerk
AGENDA ITEM #1. a)
AB - 1701
City Council Regular Meeting - 27 Jun 2016
SUBJECT/TITLE: Approval of new Job Order Contractor (JOC)
RECOMMENDED ACTION: Refer to Finance Committee
DEPARTMENT: Community Services
STAFF CONTACT: Michael Nolan, Facilities Coordinator
EXT.: 6608
FISCAL IMPACT SUMMARY:
Per the RCW, a Job Order Contract provides the city with an on-call contractor who can perform public works
up to $350,000 per project and up to a cumulative $4 million per year for two years with an option to extend
for a third. Individual projects are created as Work Orders under the contract which are funded by the
individual departments who create the Work Order. Departments can only initiate projects that they already
have funding for in their budget. Therefore the Job Order Contract does not add any additional burden to the
City's budget and the fiscal impact is neutral.
SUMMARY OF ACTION:
In 2013, the city awarded its first ever Job Order Contract to Forma Construction for a period of two years. In
2015, the city exercised its option to extend the Job Order Contract for a third year. Having reached its
maximum term per RCW, the contract is set to expire on July 16, 2016. Since the Job Order Contract program
has been such a success for both the Community Services and Public Works departments, it was decided to
not only continue the program, but to award two Job Order Contracts, the maximum allowed by state law.
This will increase competition and adds accountability and transparency to the process by using more than one
contractor.
On May 9, 2016, the city issued an RFP to select a new Job Order Contractor. Three firms submitted proposals,
(Forma Construction, Sabyr Contractors, and Centennial), and all three were interviewed by a panel of four
city employees. When the score sheets from the reviewers were tabulated, Forma had the highest score
followed by Sabyr and then Centennial. (The RCW allows for the same firm to be awarded successive Job
Order Contracts.)
EXHIBITS:
A. Resolution 4177 Authorizing JOC
B. JOC Request For Proposal 05-09-16
C. Forma Construction Proposal
D. JOC Evaluation Form 2016, summary
E. JOC Contract, draft
F. Sabyr Contractors Proposal
STAFF RECOMMENDATION:
Approve the Job Order Contract to be awarded to the two highest scoring firms, Forma Construction and
Sayber Contractors, and authorize the Mayor and City Clerk to sign the contracts.
AGENDA ITEM #2. a)
CITY OF RENTON, WASHINGTON
RESOLUTION NO. 4177
A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, MAKING A
DETERMINATION TO USE A JOB ORDER CONTRACT FOR PUBLIC WORKS
PROJECTS.
WHEREAS, the traditional public works process for contracting for public works projects
is time consuming and costly as it requires separate contracting actions for each small project;
and
WHEREAS, pursuant to RCW 39.10.420(3) (Job order procedure — Which public bodies
may use — Authorized use), public bodies may use a job order contract for public works
projects when a determination is made;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES
RESOLVE AS FOLLOWS:
SECTION I. The above recitals are found to be true and correct in all respects.
SECTION II. The City Council now makes a determination that, consistent with RCW
39.10.420(3), the City of Renton's use of job order contracts will benefit the public by providing
an effective means of reducing the total lead-time and cost for the construction of public works
projects for repair and renovation required at public facilities through the use of unit price
books and work orders by eliminating time-consuming, costly aspects of the traditional public
works process, which requires separate contracting actions for each small project and
authorizes its use by City staff.
1
AGENDA ITEM #2. a)
RESOLUTION NO. 417 7
PASSED BY THE CITY COUNCIL this lst day of April 7 2013.
Bonnie I. Walton, City Clerk
APPROVED BY THE MAYOR this lst day of April ^ 2Q1S
Denis Law, Mayor
Approved as to form:
Lawrence J. Warren, City Attorney
RES.1592:3/13/13:scr
2
AGENDA ITEM #2. a)
REQUEST FOR PROPOSAL
Job Order Contracting
May 9, 2016 RFP Issued
May 13, 2016 Informational Meeting
May 27, 2016 SUBMITTAL DEADLINE, 5:00 PM
June 10, 2016 Interviews of Finalists
June 10, 2016 JOC Coefficient Bids Opened, 4:30 PM
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
2
1.0 INTRODUCTION
The CITY OF RENTON, WA (hereinafter referred to as “CITY”) is requesting PROPOSALS from
general contractors and construction management firms that are actively providing well-
managed Job Order Contracting (JOC) and/or Design-Build construction services to publicly
funded government entities.
JOC is proven to provide an effective means of reducing the time-consuming and costly aspects
of traditional public works construction where separate contracting actions are required for each
individual project. CITY has determined that the use of a competitively bid JOC contract where
a pre-qualified contractor manages small construction projects initiated by individual Work
Orders with pre-determined pricing tied to unit price books, will improve current construction
contracting procedures and provide a more efficient process that benefits the public with greater
value for tax payer funded construction projects.
RCW 39.10.420 - 460 outlines the requirements for JOC and authorizes the CITY to utilize this
contracting procedure. One or two JOC contracts will be awarded with this solicitation through a
competitive open public bid process. JOC services may be utilized by any of the CITY’s
departments, divisions or agencies for any type of construction work.
Job Order Contracting is a contract mechanism that differs from traditional low-bid construction
contract awards. Pre-qualified JOC contractor(s) will be responsible for managing and
completing individual Work Order driven indefinite delivery, indefinite quantity construction
services for repair, remodeling, renovation and maintenance on small public works projects at
fixed unit prices. Payment for each Work Order identifying individual tasks will be made
according to fixed pricing based on a designated construction Unit Price Book with a pre-
determined coefficient or multiplier established through this open public RFP solicitation. There
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
3
is no guaranteed minimum committed dollar amount assigned to issuance of individual Work or
Task orders, and there is no guarantee that CITY will engage selected JOC contractor(s) to
complete projects up to the maximum contract dollar amount.
JOC is performance based construction similar to Design-Build construction. CITY is soliciting
for a JOC provider that will manage, operate and perform related construction activities in a
responsible manner that will minimize CITY’s need to oversee and manage this JOC program.
Responding companies will be evaluated and selected on their ability, capacity and motivation
to provide innovative, on-time deliveries of JOC services in a reliable, fair and competent
manner that consistently provides the CITY with best value construction results.
A competitive process undertaken with this public request for Proposals is utilized to evaluate
and select the best qualified responding JOC provider(s). Qualified contractors are encouraged
to submit their Proposals. Those that are not clearly responsive to minimum qualifications of
five (5) years experience as a general contractor, construction management contractor, or JOC
contractor with extensive experience simultaneously managing multiple subcontractors and
multiple projects at multiple jobsite locations to accomplish small Design-Build types of public
works construction for maintenance, repair, remodeling and renovation projects shall be
rejected without further consideration.
Certified minority and women’s owned business enterprises (MWBE), small, historically
underutilized businesses and veteran owned companies are strongly encouraged to submit a
PROPOSAL or to participate in the JOC program as subcontractors on this solicited JOC to the
extent permitted by the Washington state civil rights act, RCW 49.60.400.
Proposal evaluations, JOC contractor selection, and JOC contractor performance are subject to
RCW 39.10.470 that provides for open inspection of all proceedings, records, contracts and
other public records relating to alternative public works transactions. CITY reserves the right in
its sole discretion to reject the submittal of any Proposer that fails to comply with these stated
procedures.
2.0 SCOPE OF WORK
The selected Job Order Contractor will provide timely, creative and best value services to
accomplish an undetermined number of small public works construction projects during the term
of the JOC. This is a fixed unit price, indefinite delivery, indefinite quantity type of contract for
the performance of a broad range of construction services. Activity initiated by Work Orders
issued on an as-needed basis will include management and completion of small public works
maintenance projects including repair, remodeling, renovation, alteration and facility
maintenance at fixed unit prices performed by multiple subcontractors of multiple construction
trades potentially working on multiple jobsites at the same time.
CITY will issue individual project Job, Task or Work Orders authorizing specific construction
performance on individual projects. Any Change Orders issued for a Work Order must keep the
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
4
Work Order within the maximum dollar limits. Total JOC contract Work Orders shall not exceed
$4,000,000 per year.
The specific work requirements identified in individual project Job, Task or Work Orders to be
issued by the CITY will include, but are not limited to:
A. Coordinate with CITY at individual project pre-construction meetings to obtain
information needed for scope of work, incidental project design, building
specifications, material requirements, performance schedule, jobsite safety plan,
security expectations and hours of access for subcontractors to perform needed
work
B. For each JOC project, provide Scope of Work, incidental project design, basic
working drawings, value engineering and suggested best value construction methods
to make projects cost efficient
C. Provide project construction cost estimates and firm, fixed project pricing based on
individual line items priced with designated RSMeans Construction Unit Price Book
D. Coordinate project schedules with CITY and other affected parties to start JOC
projects without delay
E. Obtain necessary permits in full compliance with applicable codes, ordinances and
stated building requirements
F. Provide experienced professional project management and jobsite supervision for
each project Work Order
G. Effectively coordinate schedules and sequence of work with project oversight and
management personnel to assure on-time completion
H. Handle all aspects of material acquisition, delivery, storage and security
I. Interact with and manage WMBE related subcontractor activities
J. Supervise and manage construction tasks including safety, quality control, record
keeping, reporting, job status communications to CITY and other specifically
identified performance requirements
K. Manage, oversee and coordinate the entire construction process of each project to
consistently assure best value construction results
L. Coordinate and communicate project activities with CITY’s team members
throughout all phases of construction from incidental design sequence to project
completion
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
5
3.0 INFORMATION FOR CONTRACTORS
A. The CITY reserves the right to select up to two contractors under this solicitation with
the term of contract for one beginning shortly after award and the other beginning at
a later date not longer than six months out.
B. The initial contract term for the selected JOC will not exceed two years, and may,
upon mutual consent of the CITY and the JOC contractor, be extended for one
additional year, for a total contract duration not to exceed three years under this
solicitation.
C. Maximum total dollar amount that the CITY may award under each JOC contract
awarded under this solicitation shall not exceed $4 million in the first year; $8 million
over the first two years; and, if JOC contract is extended or renewed for an additional
year, $12 million over the three years of the contract.
D. Specific project requirements will be identified in individual project Job, Work and/or
Task Orders issued by the CITY.
E. Each individual Work Order to be issued for a particular project will not exceed
$350,000.
F. All Work Orders issued for the same project shall be treated as a single Work Order
for purposes of the $350,000 limit on Work Orders.
G. Each Work Order issued shall be treated as a separate contract for the purposes of
chapters 39.08, 39.12, 39.76, and 60.28 RCW.
H. JOC does not allow contractor to add on work and/or additional costs beyond that
which is identified in each project Scope of Work.
I. There is no guaranteed issuance of Work Orders, no guaranteed minimum Work
Order dollar amount, and there is no guarantee that CITY will engage selected
maximum allowable contract dollar amount. CITY may cancel the JOC contract
without penalty or financial obligation for work not yet underway.
J. Any new permanent, enclosed building space constructed under a Work Order shall
not exceed 2,000 gross square feet.
K. The published Unit Price Book to be used on this contract for project pricing is the
current edition of the RSMeans Facility Construction Cost Data and all other
RSMeans cost data manuals as needed. The Seattle, Washington, Weighted
Average CITY Cost Index and the prices in the “Bare Cost Total” column will be
used. The value of the applicable line items and their quantities will be multiplied by
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
6
the CITY’s Cost Index and the designated coefficient and totaled to determine the
lump sum cost of Work Orders. The current RSMeans edition and quarterly online
updates, when revised and made available to the public, will apply to execution of
Work Orders at the time they are priced or awarded to the JOC contactor.
L. For Non-Priced Items (specific line items not found in the Unit Price Book), the
Contractor shall submit unit prices for all costs of the Work that includes
reimbursement for all direct costs of the Work. For direct costs for Labor and
Materials, CITY may request up to three (3) bids from sources acceptable to CITY. If
equipment costs are not found in the Unit Price Book, equipment charges shall be
computed on the basis of actual invoice costs.
M. Specifications governing the materials and work under the JOC contract to be
executed based on this RFQ must be in compliance with all current national, state
and local construction and codes; industry standards; and applicable CITY
technical requirements and regulations. When the Specification Standards for JOC
are not inclusive of the work to be performed under a Work Order, the JOC
contractor may be required to propose appropriate technical specifications,
drawings, and/or products and procedures to the City for approval and pricing.
N. For each Work Order the successful Bidder shall not self-perform more than 10% of
the direct construction work with his own forces and must subcontract at least 90% of
the direct construction work to local subcontractor entities.
O. The Job Order Contractor shall publish notification of intent to perform public works
projects at the beginning of each contract year in a statewide publication and in a
legal newspaper for general circulation in every county in which the public works
projects are anticipated.
P. The Job Order Contractor and its subcontractors shall pay prevailing wages for all
work that would otherwise be subject to the requirements of chapter 39.12 RCW.
Prevailing wages for all work performed pursuant to each Work Order must be at
rates not less than those shown in the prevailing wage schedule established by the
State Department of Labor and Industries and must be the rates in effect at the time
the individual work order is issued. Intents and Affidavits must be filed with the
Department of Labor and Industries for each individual Work Order.
Q. In the event that the State law (RCW 39.10.420) currently governing the JOC
process is modified by the State Legislature, the CITY reserves the right to
incorporate or not to incorporate provisions of the revised law into either one or both
of the JOC contracts to be executed based on this RFP by change order, including
but not limited to provisions relating to the dollar thresholds for Work Orders and
MWBE reporting requirements. Any such changes that the CITY makes shall not
change the established pricing book units and coefficients bid by the contractor.
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
7
4.0 SELECTION PROCESS
A competitive process using public requests for Proposals is utilized to evaluate the selected
JOC provider(s). A weighted selection of responding JOC contractors and selection of those
requested to respond with a Price Quote will be based upon and shall include, but not be limited
to past performance on similar type of work order contracts showing ability to perform JOC;
ability to provide a performance and payment bond for the Job Order Contract; ability of the
professional personnel who will work on the Job Order Contract; construction estimating and
scheduling experience; safety record and accident prevention program; subcontractor work
experience; ability to meet time and budget requirements; small business and MWBE outreach
plan and activity; recent, current, and projected workloads of the proposer; JOC contractor office
location(s); ability to simultaneously work with multiple subcontractors in multiple jobsite
locations; financial stability; and the fixed Proposal price bid as the Unit Price Book
multiplier/coefficient.
The CITY will utilize a three step process to select Job Order Contractor(s).
1) Following receipt of Proposals from interested firms in response to this Request for
Proposal (RFP), CITY will convene a Selection Committee to evaluate and select
best qualified JOC RFP responses in accordance with RCW 39.10.430 using the
qualifications and evaluation criteria set forth in Section 5.0 of this RFP.
2) Based on the evaluation and rating of Proposals submitted, the highest ranked firms
will be invited to participate in an interview, where they will make a presentation,
answer questions and be evaluated according to the criteria outlined in Section 5.7 of
this RFP.
3) The highest ranked firms invited to an interview will be requested to submit their
sealed JOC Coefficient Bid(s), considered as part of their Proposal. The coefficient
becomes the contractor’s competitively bid price adjustment to the unit prices as
published in the Unit Price Book, and it is to be applied to pre-priced tasks based on
Work Order documents developed by the CITY and provided to the contractors. The
coefficient shall compensate the contractor for all non-craft labor, field office
expense, supervision, field engineering, as-built drawings, home office cost, bonds,
insurance, taxes, overhead and profit necessary to complete the work in accordance
with the terms of the contract.
The firm with the highest combined scoring of their Proposal, Interview and Coefficient Bid(s)
will at the CITY’s option, be selected as the JOC contractor. CITY reserves the right to
terminate the JOC contract for convenience and award the JOC contract to the next highest
scoring contractor not yet awarded a contract under this RFP.
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
8
If the CITY chooses to award a second JOC contract under this RFP, the firm with the second
highest combined scoring may be selected within six months of award of the first JOC without
further solicitation. CITY reserves the right to conduct a separate selection process for the
second JOC contract.
5.0 QUALIFICATIONS AND EVALUATION CRITERIA
All qualifications received will be reviewed and evaluated by the Selection Committee. The
designated Selection Committee will review all qualifications received in response to this RFP,
and based upon the results of their scoring of items, develop a short list of firms to interview and
request them to submit Final Proposals.
It is strongly recommended that respondents limit the main narrative portion of their proposal to
20 pages or less. Attachments such as resumes, project schedules, estimates, plans, photos
and similar items will be considered to be in addition to the 20 page recommended limit.
Each evaluation criterion has been assigned points based on its relative value to the contract as
a whole and will be scored as follows:
Experience & Past Performance 15 points
References & Letters of Recommendation 15 points
Construction Management Abilities 15 points
Qualifications of Professional Personnel 15 points
MWBE Outreach & Participation Plan 5 points
Company Ownership & Office Location 5 points
Recent, current and projected workloads 5 points
Interview 20 points
Final Proposal Price Bid 5 points
Bonding Capacity Pass/Fail
Total: 100 points
Bidding firms must reply to each of the items set forth in the same order as listed below. All
Proposals responding to this RFQ are required to be in 8½ x 11 format and submitted with one
unbound and seven (7) bound copies prior to RFP due date. Proposal responses are limited to
a maximum of 20 pages of content and should be thorough, clear, concise and without
repetition or duplicated information.
A weighted point scored selection of responding JOC contractors, and selection of those
requested to respond with a JOC Price Quote will be based upon and shall include, but not be
limited to:
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
9
A. EXPERIENCE & PAST PERFORMANCE (Maximum of 15 points available)
1) Describe your firm’s past performance in Job Order Contracting or similar type
(Design-Build) of facility work for public agencies within Washington and provide
specific information on relevant experience. Detail your experience, and include
a list of JOC or JOC type Work Order contracts completed within the last five (5)
years and those currently in progress involving the use of multiple subcontractors
on multiple projects. Describe how you provided best value construction. Do not
leave out any relevant project. CITY reserves the right to check additional
references other than those submitted.
The following information should be provided on each past JOC or Work Order
contract:
a) Customer name and location of contract
b) Description of projects completed and total value of work done
c) Start date and completion date
d) Names and phone numbers of major subcontractors, if applicable
e) Name, phone number, address, e-mail address, and title of the primary
point of contact (a secondary point-of-contact may also be provided).
2) Describe your firm’s past relationship with other customers with particular
emphasis on partnering, teamwork, communication and cooperation. Itemize
ways your firm has initiated and continued positive working relationships based
on trust and performance.
3) Describe your firm’s ability and commitment to work with multiple small business
subcontractors and provide mentoring and technical assistance as needed.
4) Describe your ability to simultaneously manage multiple projects with multiple
subcontractors and your experience at meeting the timelines and schedule needs
for Work Orders within the estimates provided. Refer to experience managing
JOC Work Orders in particular and other experience that can indicate success at
ability to meet scheduling, project costs and budget requirements.
5) Provide a summary of your firm’s safety plan and your approach for Safety
responsibility during a Job Order Contract. Submit a Safety and Health
Qualification Statement showing your firm’s Experience Modification Rates for
the past three years. Data from your firm’s OSHA 200 and 300 logs and any
OSHA or WISHA violations received in the past three years shall be reported on
the Statement.
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
10
6) Describe your success and past performance of WMBE inclusion in JOC and/or
public works subcontracting. Describe your plans for small business outreach
and recruitment of WMBE firms including HUBZone subcontractors, women,
minorities and veteran owned firms, and your knowledge and expertise in how to
perform such outreach. Identify the WMBE utilization you have had on past JOC
contracts if any, and if none, identify percentages of WMBE utilization on the
facility work you have performed for public agencies. Detail your knowledge of
available WMBE firms in the subcontracting community for facility services.
7) Describe your firm’s recycling and energy conservation program showing how
jobsite sustainability will be part of JOC activities.
8) Relate your firm’s experience at working with licensed specialty subcontractors
selected to properly handle disposal of hazardous materials.
9) Describe your firm’s ability to handle emergency construction problems at times
outside of normal working hours and show how your participation in this JOC will
provide CITY with excellent risk management backup.
B. REFERENCES & LETTERS OF RECOMMENDATION (Maximum of 15 points)
Provide a minimum of four references from Owners Representatives who have
worked directly with you on projects, preferably job order contracts. The preferred
format for the references is a brief Letter of Recommendation in which the Owner
Representative gives a numeric evaluation of your firm’s performance from 1 to
10, with 1 being poorest and 10 being best. Phone numbers for a Owners
Representative reference are acceptable in lieu of a Letter of Recommendation.
C. CONSTRUCTION MANAGEMENT ABILITIES (Maximum of 15 points)
1) Describe your firm’s plan to manage the JOC. Explain how your firm plans to
staff and operate the work of the JOC. Present your project management and
subcontracting procedures and staffing in the following order:
a) Corporate organization, their interface and support with this JOC project;
b) Project Management Organization Chart;
c) Proposed interface of Contractor’s staff with CITY to include
communication procedures with CITY, customers, and subcontractors;
d) Job Order Management. Describe your firm’s process for planning and
preparing Work Order documentation, developing and reviewing plans,
developing scopes of work, preparing and distributing bid packages,
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
11
managing required submittals, developing estimates for each Work Order,
providing site supervision, and ensuring a timely and efficient close-out
process;
e) Describe the roles, responsibilities and accountability of your Project
Managers, Assistant Project Managers, Project Engineers, Site
Superintendents and Safety Director as they apply to a JOC program.
f) Quality Control Procedures. Describe your firm’s process for assuring
best value commercial grade construction quality. State how a quality
control plan will be developed for the work performed at CITY’s site.
Describe any quality problems your firm has documented in the past five
(5) years. Provide documentation to show how many JOC or similar type
projects delivered in the past five (5) years have been completed on time
and within budget, showing the value of change orders to the original
value of the work.
g) Demonstrate the ability to work with a CITY in developing and executing
best value facility maintenance construction projects with less than a full
set of plans and specifications. Give examples of how you have helped
an CITY solve construction problems.
2) Subcontractor Management Ability
a) Describe your firm’s plan and methods used for identifying, selecting,
managing and assisting subcontractors
b) Describe your firm’s contingency plan for handling unsatisfactory
subcontractor performance to assure timely project completion.
D. QUALIFICATIONS OF PROFESSIONAL PERSONNEL (Maximum of 15 points)
1) Provide a brief description of your project organization. Describe your contract
team, each of your key personnel for contract management and Work Order
planning, and a resume for each individual. Provide an organization chart that
shows how your team integrates with each other. Designate the proposed
Project Manager, Project Engineer, Project Superintendent, and corporate
executive to be dedicated to this proposed Job Order Contract, and describe
their depth of knowledge and experience in executing similar types of work with
multiple trade disciplines. At any time, the CITY reserves the right to require the
substitution of any designated personnel provided that the CITY has first notified
the Job Order Contractor in writing and has allowed a reasonable period for
making the transition.
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
12
2) Describe your firm’s experience in project management, construction estimating
using a Unit Price Book, and construction scheduling within a JOC or Work Order
contract. Describe your management tools to develop, manage and monitor
individual Work Orders. Describe the methodology used to develop individual
Work Order estimates, including any software tools used to prepare estimates or
schedules. Describe the methodology used to develop individual project
schedules including any software utilized for this purpose. Describe key staff
experience in each of these areas.
3) Describe contractor’s history and past endeavor to include all trades of organized
labor unions on JOC projects.
E. MWBE OUTREACH AND PARTICIPATION PLAN (Maximum of 5 points)
Contractors shall submit with their qualifications an MWBE Outreach and
Participation Plan. The Plan should detail the specific measures the Contractor will
take to reach out to and ensure the maximum participation of subcontractors that
are certified by the State of Washington Office of Minority and Women’s Business
Enterprises (OMWBE) as Minority Business Enterprises (MBEs), Women’s Business
Enterprises (WBEs), and Minority and Women’s Business Enterprises (MWBEs).
Provide evidence of past success in recruiting MWBE subcontractors.
F. COMPANY CITYSHIP & OFFICE LOCATION (Maximum of 5 points)
Demonstrate your firm’s knowledge of and experience in working with local
subcontractors, suppliers, permitting officials and design professionals from an office
location that is close, or adjacent to CITY’s facilities. Supply the address of your
local office.
G. RECENT, CURRENT & PROJECTED WORKLOAD (Maximum of 5 points)
Describe your firm’s capability to perform overlapping Work Orders, and to work up
to the maximum available contract amount. Provide the volumes of work you have
successfully provided in past JOC or Work Order contracts (through both the number
of projects and the total dollar value). Describe the resources you have as
subcontractors to absorb greater amounts of work. What has been your annual
volume (in dollars) of construction for each of the past five years? What is your
anticipated dollar value of construction work for the current year and what is your
projected dollar value of construction work for the next three years? Based on this
RFP how would your firm’s participation in the JOC contract to be executed affect
your projected workload, and what measures would you need to take to meet the
projected workload under a JOC contract?
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
13
H. INTERVIEW (Maximum of 20 points)
Interviews will be held for firms selected by the selection committee based upon the
firms' responses to this Request for Proposal. Should your firm be invited to an
interview, questions will be directed solely to the proposed key project staff. At a
minimum, the corporate executive to be dedicated to the JOC contract, the Project
Manager, the project superintendent, and the key individuals responsible for JOC
services shall be in attendance. In addition to presenting their qualifications and
experience and the project team’s approach to JOC, the interviewees will be
expected to respond to questions from the interview panel regarding the firm’s
qualifications and Proposal, as well as responding to any written questions sent
before the interview to the firms selected for an interview.
The interview panel will evaluate firms invited to an interview and assign points
based on the following criteria:
1) As presented by the contractor’s project team members, demonstration of
contractor’s experiences, qualifications and capabilities to successfully
manage and perform the JOC services with description of project team’s
approach, method and history to consistently provide best value
construction. (10 points)
2) Completeness and content of response to questions from the interview
panel raised during the interview. (10 points)
I. JOC COEFFICIENT BID (Maximum of 15 points)
The Firms that the Selection Committee determines to be most qualified finalists
based upon their evaluation of the submittals received in response to this RFP, will
be requested to submit a JOC Coefficient Bid for pricing pre priced tasks in the form
of a composite coefficient (multiplier) to be applied against line item pricing in the
RSMeans Unit Price publications. Bidders may be asked to bid multiple coefficients.
An official Bid Form shall be provided only to those contractors that the CITY has
requested to submit a JOC Coefficient Bid.
The coefficient(s) shall compensate the contractor for all overhead costs, general
and administrative costs, profit and all other costs not covered by RS Means Bare
Cost Data and shall compensate the contractor for all non-craft labor, field office
expense, supervision, field engineering, as-built drawings, home office cost, bonds
insurance, taxes other than WSST, overhead and profit necessary to complete the
work in accordance with the terms of the contract. Note that the coefficient does NOT
include Washington State Sales Tax. WSST will be added to each Work Order
budget after the estimate has been calculated using RS Means and the contractor’s
Coefficient.
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
14
Evaluation of the JOC Coefficient Bids will be evaluated and scored based on the
following criteria:
1) Lowest Bid to receive 5 points
2) Bids within 5% of the low Bid receive 4 points
3) Bids within 10% of the low Bid receive 3 points
4) Bids within 15% of the low Bid receive 2 points
5) Bids within 20% of the low Bid receive 1 points
6) Bids greater than 20% of the low Bid receive 0 points
Percentage calculation method: Bid – low bid / low bid x 100 = %
J. BONDING CAPACITY (no points, Pass/Fail)
Demonstrate your firm’s ability to provide a performance and payment bond for the
Job Order Contract in the amount of four million dollars ($4,000,000). With
Solicitation Response, the JOC contractor shall submit a Letter of Commitment from
an approved surety confirming surety intention to provide a bond should the
company receive an award. This letter does not actually supply the bond, but
expresses that the surety can provide a qualified bond should an award be given.
Alternately, you may provide a copy of a current or previous bond in the amount
stated. (No points are allocated for this item as it is an absolute requirement. Failure
to demonstrate bonding capacity will disqualify a Proposal.)
Note: no-bid bond is required with the Proposal.
K. FINAL SELECTION
The firm with the highest scoring Proposal resulting from the Selection Committee's
evaluation of the qualifications, the interview and the JOC Coefficient Bid will be
selected as the JOC contractor. The CITY may at its option award a second JOC
Contract to the second scoring Proposal within six months of award of the first JOC
without further solicitation.
6.0 ADDITIONAL INFORMATION
A. CONTRACTOR’S REGISTRATION
Respondents to this JOC solicitation must be properly licensed and bonded to
perform general construction and/or construction management in the state of
Washington and the City of Renton, and must be registered by the Washington State
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
15
Department of Labor and Industries in accordance with RCW 18.27.020. The
winning Proposer will be required to obtain a City of Renton business license.
B. SUBMITTAL INFORMATION
It is the Proposer’s responsibility to provide a full and complete Proposal response
that does not require interpretation or clarification. The Proposer is to provide all
requested materials, forms and information. The Proposer is to ensure that the
submitted materials properly and accurately reflect the Proposer’s offering. During
scoring and evaluation (prior to interviews if any), CITY will rely upon the submitted
materials and shall not accept materials from the Proposer after the RFP deadline;
this does not limit the CITY’s right to consider additional information (such as
references that are not provided by the Proposer but are known to CITY, or their past
experience with the Proposer), or to seek clarifications as needed.
1) Proposer Responsibility The Proposer has responsibility to examine all
specifications and conditions, and comply fully with specifications and all
contract terms and conditions. Proposers must comply with all Federal and
State laws, ordinances, rules and CITY demands, and must meet all registration
requirements where required for contractors as set forth in the Washington
Revised Statutes.
2) Changes or Corrections to Proposal Submittal Prior to the submittal closing
date and time, a Proposer may make changes to its Proposal, if initialed and
dated by the Proposer. No changes are allowed after the closing date and
time.
3) Errors in Proposals Proposers are responsible for errors and omissions in
their Proposals. No such error or omission shall diminish the Proposer’s
obligations to the CITY.
4) Rejection of Proposals The CITY reserves the right to reject any or all
Proposals at any time with no penalty. The CITY also has the right to waive
immaterial defects and minor irregularities in any submitted Proposal.
5) Readability Proposers are advised that the CITY’s ability to evaluate
Proposals is dependent on the Proposer’s submittal document, including
specific information, organization, level of detail and clarity of content.
6) Incorporation of RFP and Proposal in Contract This RFP and the Proposer’s
response, including all promises, warranties, commitments, and
representations made in the successful Proposal as accepted by the CITY,
shall be binding and incorporated by reference in the CITY’s contract with the
Proposer.
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
16
7) Submission Deadline Firms desiring consideration shall submit their
Proposal response prior to the designated date due and time. Proposals
received after the required bid submission deadline will not be accepted or
considered. Mail or hand deliver one PDF file on CD and six (6) bound
printed copies of responses to this Request for Qualifications for receipt no
later than 5:00 PM, MAY 27, 2016 at the following address:
CITY OF RENTON
City Clerk’s Office
7th floor, Renton City Hall
1055 South Grady Way
Renton, WA 98057
8) Withdrawal of Proposal A submittal may be withdrawn by written request of
the submitter, prior to the closing date and time. After the closing date and
time, the submittal may be withdrawn only with permission by the CITY.
C. INSURANCE REQUIREMENTS
Before execution of the contract, the Proposer shall secure and maintain commercial
general liability insurance in the minimum amount of $1,000,000, per occurrence, in
full force throughout the duration of the Agreement. It is agreed that on the
Proposer’s general liability policy, the City of Renton will be named as Additional
Insured(s) on a non-contributory primary basis
1) The minimum insurance limits shall be subject to a possible change based
upon inflation, increased liability awards, recommendation of the City’s
professional insurance advisors and other relevant factors.
2) The Proposer shall also maintain in full force throughout the duration of this
Agreement a policy of automobile liability insurance, with minimum limits of
$1,000,000 per occurrence, insuring the Proposer against liability for bodily
injury, property damage and personal injury or death arising out of the
operation or use of a vehicle by the Proposer’s employees, agents, sub-
Proposers and invitees in the work, if the work being provided to the City
requires the use of a automobile.
3) Should any of the above described policies be cancelled before the expiration
date thereof, notice will be delivered in accordance with the policy provisions.
The Proposer shall comply with all State of Washington regulations relating to
workers’ compensation coverage for the Proposer’s employees.
4) A certificate of insurance showing all required insurance, properly endorsed,
shall be delivered to the City and approved by the City Risk Manager before
executing the work of this agreement.
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
17
D. INFORMATIONAL MEETING
An informational meeting is scheduled for:
Time: 10:00 AM , Friday May 13, 2016
Place: Renton City Hall
Conferencing Center, 7th Floor
1055 South Grady Way
Renton, WA 98057
E. QUESTIONS
Proposers may submit questions or comments relative to this RFP and any
questions or comments must be received IN WRITING or by electronic e-mail no
later than seven (7) calendar days prior to the date for submission of Proposals.
Written requests should be addressed to the attention of:
Michael Nolan, Facilities Coordinator
Renton City Hall
1055 South Grady Way
Renton, WA 98057
425-430-6608
mnolan@rentonwa.gov
Failure to request clarification of any inadequacy, omission, or conflict will not relieve
the Proposer of responsibilities in any subsequent contract. It is the responsibility of
the interested Proposer to assure they receive responses to questions if any are
issued.
F. PROTESTS
The City will provide a protest period of at least ten business days following the day
of the announcement of the apparent successful proposal to allow a protester to file a
detailed statement of the grounds of the protest. The City will promptly make a
determination on the merits of the protest and provide to all proposers a written
decision of denial or acceptance of the protest. The City will not execute the contract
until two business days following the public body's decision on the protest.
G. ADDENDA
A change may be made by the CITY if, in the sole judgment of the CITY, the change
will not compromise the CITY’s objectives in this RFP process. A change to this
RFP will be made by formal written Addendum which shall become part of this RFP
and included as part of the Contract. It is the responsibility of the interested Proposer
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
18
to assure that they have received Addenda if any are issued. Any addenda issued
for this RFP will be published at the following website address:
http://www.bxwa.com/
END OF RFP
AGENDA ITEM #2. a)
City of Renton, WA 2016 JOC RFP Solicitation (continued)
19
CITY OF RENTON
Job Order Contracting
REQUEST FOR PROPOSALS
Proposals will be received until 5:00 p.m. May 27, 2016 at the City Clerk's office, 7th floor,
Renton City Hall, 1055 South Grady Way, Renton WA 98057.
This is an indefinite quantity, indefinite delivery (IDIQ) contract for up to three years duration
with a maximum dollar amount of $4 million per year. There is no guaranteed minimum dollar
amount assigned to issuance of individual task orders, and there is no guarantee that selected
JOC contractor(s) will be engaged to complete projects up to the maximum allowable contract
dollar amount. Selected Job Order Contractor to provide construction services to accomplish an
indefinite delivery, indefinite quantity of small public works construction and minor facility
maintenance, repair, remodeling, renovation and alteration projects at pre-determined fixed unit
prices. All construction work is to be based on a coefficient bid against the current edition of the
RSMeans Unit Price Book as the basis for pricing line item tasks to be performed by the
resulting JOC contract.
The City reserves the right to reject any and/or all Proposals and to waive any and/or all
informalities.
Request For Proposal documents will be available May 9, 2016. RFP, sample contract, general
conditions of the contract, addenda, and plan holders list for this project are available on-line
through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on
“bxwa.com”; “Posted Projects”; “Public Works”, “City of Renton”, “Projects Bidding”. (Note:
Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email
notification of future addenda and to be placed on the “Bidders List.” Questions about the
project shall be addressed to , Michael Nolan, City of Renton, Facilities Department, 1055 Grady
Way, Fifth Floor, Renton, WA, 98057, phone (425) 430-6608, fax (425) 430-6603, email
mnolan@rentonwa.gov .
An informational meeting will be held on May 13, 2016, at 10:00 a.m. in the Conferencing
Center on the 7th floor of Renton City Hall, 1055 South Grady Way, Renton, WA. All
prospective proposers are encouraged to attend.
The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall
apply.
Jason Seth, City Clerk
Published:
Daily Journal of Commerce May 9, 2016
Daily Journal of Commerce May 11, 2016
AGENDA ITEM #2. a)
CITY OF RENTON
JOB ORDER CONTRACTING SERVICES
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH, STE 400 SEATTLE WA 98134 P 206.626.0256
27 MAY 2016
AGENDA ITEM #2. a)
May 27, 2016
City of Renton, City Clerk’s Office
7th floor, Renton City Hall
1055 South Grady Way
Renton, Washington 98057
re: 2016 JOC RFP Solicitation
Members of the Selection Committee,
FORMA Construction is currently serving as the City’s Job Order Contractor and we are eager to continue to partner with you. Following are
a few keys to our proposal:.
By proving that JOC can be both effective and economical, our open and transparent approach in this market has quickly made us the
most active and sought-after Job Order Contractor in the region. Currently running Job Order Contracts for Sound Transit and WSDOT;
Snohomish and King Counties; the State of Washington; the University of Washington; and the Cities of Renton, Seattle, Everett, and
Bellevue; FORMA’s JOC-specific QC, estimating, and scope development systems handle hundreds of work orders for our clients every year.
Taking the approach of a builder—not a broker—we look for ways to make a positive impact on every job. Effective Job Order Contractors
do more than create estimates and execute subcontracts. FORMA looks to use our own forces to perform sensitive and difficult scopes of
work, or even supplement subcontractor crews. This ability to lead by example creates a better jobsite culture of safety and efficiency on
every project, and gives our team an opportunity to provide meaningful mentorship to local subcontractors.
FORMA is proactive—we don’t wait for the phone to ring to react to projects. Instead, by working with individual departments and Project
Managers on an on-going basis, we help our clients plan their pipelines of work on a 12 to 14 month horizon, while maintaining the flexibility
to handle the on-call work that inevitably also comes with being a JOC contractor.
We regularly run both horizontal and vertical job orders to offer the City of Renton maximum flexibility and responsiveness. Our crews
manage commercial, industrial, and civil work orders everyday; performing facilities renovations, maintenance, and T/I scopes; as well as
sewer, stormwater, flatwork, utilities, and roadway improvements.
FORMA has the expert personnel and infrastructure in place to manage this work. With fourteen JOC contracts awarded, and nearly
800 work orders executed, FORMA Construction maintains one of the largest active special projects teams in the region. While Renton
representatives will continue to easily interface with our handful of key staff as primary points of contact, our project teams can scale up with
additional superintendents, foremen, QA personnel, and designers as needed.
With an extensive background in Job Order Contracting and a successful track record delivering JOC work for the City of Renton; FORMA
Construction is well qualified to continue to serve as your Job Order Contractor, and we are look forward to building on our relationship.
Sincerely,
Jim Phillips, President
FORMA Construction Company
FORMA Construction officially acknowledges receipt of Addendum No. 1
CONSTRUCTION
FORMA CONSTRUCTION OLYMPIA & SEATTLE FORMACC.COM
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCONTENTS 00
CONTENTS
EXPERIENCE & PAST PERFORMANCE
LETTERS OF RECOMMENDATION
CONSTRUCTION MANAGEMENT ABILITIES
QUALIFICATIONS OF PROFESSIONAL PERSONNEL
MWBE OUTREACH & PARTICIPATION PLAN
COMPANY CITYSHIP & OFFICE LOCATION
RECENT, CURRENT & PROJECTED WORKLOAD
A
B
C
D
E
F
G
above: a parking lot paving work order at Seattle Center, recently completed by FORMA under our City of Seattle Job Order Contract
on the cover: removing dangerous metal from a Renton water tower under the City’s Job Order Contract
AGENDA ITEM #2. a)
A EXPERIENCE & PAST PERFORMANCEA
EXPERIENCE & PAST PERFORMANCE
FORMA HAS DELIVERED OVER $70M IN WORK ORDERS
VIA FOURTEEN JOB ORDER CONTRACTS IN THE
STATE OF WASHINGTON
repainting and signage scopes performed in the iconic 4th floor of the Seattle Public Library, delivered under a City of Seattle JOC work order
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTING1. EXPERIENCE IN JOC
FORMA Construction maintains the most skilled and responsive
Job Order Contracting teams in the region and these small
scale construction jobs, renovations and emergency repairs are
exactly the work that we perform everyday—both as a Job Order
Contractor, and as a trusted GC who has developed solid working
relationships with local public agencies and private businesses.
Our proposed JOC team will continue to bring expertise to City of
Renton work orders in each of the following areas that are directly
relevant to the work ahead:
JOC-SPECIFIC EXPERIENCE
With 14 Job Order Contracts awarded, our proposed personnel are
experts in Job Order Contracting and they work everyday within
Renton preferred protocol and the requirements of the RCW.
Utilizing state of the art estimating and scheduling tools, we have
proven, JOC-specific systems in place to ensure success—from
proposal development protocol and estimate building tools, to
MWBE inclusion tracking; subcontractor oversight, quality control,
and project closeout processes.
VETERAN INDUSTRY PROFESSIONALS
Builders–not brokers, FORMA’s integrated JOC teams are
comprised of hands-on construction professionals and in-house
designers dedicated full time to our JOC work.
PUBLIC AGENCY PROCUREMENT & SCREENING
As the Job Order Contractor for WA State, Snohomish and King
Counties, UW, Sound Transit, WSDOT, and the Cities of Bellevue,
Seattle, Everett, and Renton, 100% of our JOC work is completed
for public agencies under federal and local RCW regulations
and agency directives. Our JOC personnel are screened, tested,
badged and certified to work on a wide array of secure sites.
WORKING WITH MULTIPLE, DIVERSE STAKEHOLDERS
FORMA’s 780+ JOC work orders are excellent examples of our
ability to manage and synthesize the priorities of multiple and
diverse stakeholders.
Our City of Seattle JOC, for example, involves coordination
with Police, Fire, Libraries, Parks, Utilities & Transportation
Department heads and their maintenance & facilities personnel;
as well as contract managers; MWBE stakeholders; user groups;
inspectors & regulatory agencies; design teams, specialists and
proprietary vendors.
We take the time up front to understand the needs of each
group, establish clear roles early on, and lead the team through
the scoping, budgeting and construction processes to arrive at
a built project that meets the objectives of all parties.
OCCUPIED FACILITIES EXPERIENCE
More than 85% of our JOC work is performed in operating,
fully occupied facilities. Our JOC teams have managed work
orders in busy civic buildings, on crowded college campuses, in
police, fire, justice and correctional facilities; in active rail yards,
ports and airports; and in critical hospital patient care areas.
VERTICAL & HORIZONTAL CAPABILITIES
In addition to the wide range of facilities scopes we deliver,
FORMA JOC teams are regularly completing paving and
concrete work; utilities, stormwater, and civil scopes; as well
as ROW and signaling improvements. FORMA has owned and
operated an earthwork construction firm for over 20 years and
offers the responsiveness and versatility of an experienced GC
who easily delivers both horizontal and vertical scopes.
MANAGING MULTIPLE SUBS AT MULTIPLE SITES
In 2015, our JOC teams managed over 350 work orders—all
of which required the management of multiple subcontractors
at multiple sites across the state. Our JOC experts are
collaborative, hands-on managers who have the technical
knowledge to communicate effectively with field crews and
insist on the high quality of installation that FORMA demands.
FORMA Construction has quickly become the preferred JOC
choice in Washington. In the past five years alone we have :
14
780+
OVER $70M
been awarded Washington Job Order Contracts,
compiled work orders, and delivered
in JOC work to date.
EXPERIENCE & PAST
PERFORMANCE
EXPERIENCE & PAST PERFORMANCE 01
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 02
CITY OF
RENTON
JOB ORDER
CONTRACT
CUSTOMER NAME & LOCATION
the City of Renton
sites primarily within the city of Renton
TOTAL VALUE OF WORK DONE
$6,088,336 (to date)
START & COMPLETION DATES
05/2013 - 05/2016
MAJOR SUBCONTRACTORS
Marine Vacuum 206.255.8174
Wrecking Ball 425.339.3111
Mocon Fence 425.228.2296
Hammer Construction 253.888.0396
West Coast Painting, llc 425.251.8300
Thermatech Northwest 253.606.4905
Custom Craft Cabinets 253.826.5450
Sustainable Floors 253.202.8156
Columbia Fire 206.232.8569
PRIMARY POINT OF CONTACT
MICHAEL NOLAN, AIA
Facilities Coordinator, City of Renton
Community Services Dept., Facilities Division
P 425.766.6164 mnolan@rentonwa.gov
DESCRIPTION OF PROJECTS
Led by the FORMA personnel proposed here, our Renton JOC team provides on-call
renovation, repair and construction services at Renton-owned facilities throughout
the region for a variety of City agencies and user groups.
Both horizontal and vertical work orders, we have completed T/Is for the City
Attorney’s Office and Police Department; miscellaneous upgrades at the Airport and
fire stations; as well as paving, flatwork, utilities, and other scopes at area parks and
community centers. Our Renton work orders have involved tight timelines, limited
drawings & specs, occupied buildings, background checks & badging; and required
the oversight of multiple subcontractors at multiple sites throughout the region.
the Mill Ave Emergency Sidewalk Repair job order involved extensive curb, gutter,
sidewalk & asphalt work in front of the new Renton Library in time for its Grand Opening
a structural demolition, grading, and painting work order for the City
CONTRACT RELEVANCE
JOC contract
multiple work orders, subs, sites
vertical & horizontal scopes
unit price book estimating
public agency procurement
work order range: $50K - $350K
x
x
x
x
x
x
...It was an unreasonable scope with a ridiculous schedule and an inflexible
deadline, but you guys carried it off...It was truly a team effort between the City and FORMA
but both you and your subs went above and beyond to make this happen. The grand
opening of the library would not have been the same without your accomplishment.
Michael Nolan, AIA, Facilities Coordinator | City of Renton
“
renovation of a Police evidence storage
facility—a $145k work order delivered under our
Job Order Contract for the City of Renton
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 03
CITY OF
SEATTLE
JOB ORDER
CONTRACTS
CUSTOMER NAME & LOCATION
City of Seattle
Primarily downtown Seattle locations, as well
as City-owned sites across the state, such as
the City Light facilities in the North Cascades
TOTAL VALUE OF WORK DONE
JOC NO. 1: $11,485,967
JOC NO. 2: $7,768,878 (to date)
START & COMPLETION DATES
JOC NO. 1: 10/2011 - 10/2014
JOC NO. 2: 03/2014 - 03/2017
MAJOR SUBCONTRACTORS
Illuminate Contracting 206.497.1961
Valley Electric 425.407.0832
Queen City Sheetmetal & Roofing
206.457.2195
Airflow Mechanical 425.776.9857
Skyline Tile & Marble 425.485.2000
Auburn Mechanical 253.838.9780
Wrecking Ball 425.339.3111
Corona Steel 253.874.4766
Firstline Systems 425.820.1947
Peterson Scaffolding 360.616.1635
Turnstone Construction 425.881.0218
Thompson Floor 206.527.1439
Highpoint Flooring 425.806.5335
SASCO 425.806.8400
Performance Contracting 425.488.7171
PRIMARY POINTS OF CONTACT
JEREMY NICHOLS, PE, PM
City of Seattle FAS
P 206.684.0647 jeremy.nichols@seattle.gov
GLENN OSAKO, PROJECT MANAGER
Seattle Public Libraries
P 206.615.1785
glenn.osako@spl.org
DESCRIPTION OF PROJECTS
Currently managing our 2nd Job Order Contract for the City of Seattle, FORMA has
worked with City Departments such as Seattle Public Libraries, SDOT, FAS, Parks &
Recreation, Seattle Public Utilities, Seattle Center, and City Light. We have delivered
work orders at local libraries, fire stations, municipal buildings, police, court and
detention facilities, city parks and schools. Specific scopes include ADA & lighting
upgrades, interior renovations, roofing and cladding, M/E/P and specialty systems
installations, as well as flatwork, ROW improvements, utilities, civil, and infrastructure
scopes for a wide variety of agencies throughout the region..
With 90% of our Seattle JOC work executed in occupied downtown facilities, FORMA
personnel are experts at managing the challenging logistics of parking, access,
storage, safety and security posed by these congested, urban conditions surrounded
by user groups and the public. WMBE inclusion is a major focus for the City—through
these JOC contracts, we have added significantly to our database of local, small,
disadvantaged, and historically under-utilized businesses who are experts in their
fields and well acquainted with Job Order Contracting.
FORMA completes a wide range of T/I’s, installations, paving, civil, and ROW scopes for
the City under JOC—including this $300,000 build-out of the 4th fl of City Hall
Lighting upgrades at the Arboretum as part of a JOC work order for the City of Seattle
CONTRACT RELEVANCE
JOC contract
multiple work orders, subs, sites
vertical & horizontal scopes
unit price book estimating
public agency procurement
work order range: $50K - $350K
x
x
x
x
x
x
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 04
WA STATE
DEPT OF
ENTERPRISE
SERVICES
JOB ORDER
CONTRACTS
CUSTOMER NAME & LOCATION
WA State Department of Enterprise Services
Sites throughout Washington State, from
Beacon Rock State Park on the Oregon border
to Clallam Bay Corrections facility, and sites
in La Conner, North Bend, Walla Walla, and
Spokane
TOTAL VALUE OF WORK DONE
JOC NO. 1: $9,254,022
JOC NO. 2: $10,587,001 (to date)
START & COMPLETION DATES
JOC NO. 1: 06/2010 - 06/2013
JOC NO. 2: 09/2013 - 09/2016
MAJOR SUBCONTRACTORS
Illuminate Contracting 206.497.1961
Master Pools 206.395.2475
Mastercraft Electric 253.872.2400
JP Francis 253.872.8950
Freeland Industries 360.895.1135
D|B Solutions 425.744.6300
High Point Flooring 425.806.5335
Valley Electric 206.931.9086
Meyer Brothers Roofing 253.596.5005
Sare Electric 360.352.2628
PRIMARY POINTS OF CONTACT
BOB BOURG, FACILITIES
Washington State Dept of Enterprise Services
P 360.902.7230 bob.bourg@des.wa.gov
MARLENE ANGLEMYER
Washington State Dept of Enterprise Services
P 360.407.8023
marlene.anglemyer@des.wa.gov
DESCRIPTION OF PROJECTS
FORMA teams are currently running our second Job Order Contract for Washington
State’s Department of Enterprise Services—managing horizontal and vertical scopes
for the Parks Department, Washington State Patrol, DSHS, the Military Department,
and community colleges on sites across Washington State.
Our team’s efficient management of work orders throughout this wide geographic
area, and on remote sites such as Clallam Bay and Beacon Rock State Park
illustrates our scheduling, planning, and subcontractor oversight expertise; as well
the extensive network of qualified vendors and subs we have immediate access to
across the region, and our ready knowledge of the legal, permitting and building
regulations in jurisdictions Statewide.
This work order involved re-roofing and abatement scopes at Beacon Rock State Park
in Skamania, on the Columbia River Gorge
work diagramed as part of a State work order proposal for drainage repairs at
Highline Community College, Building 19
CONTRACT RELEVANCE
JOC contract
multiple work orders, subs, sites
vertical & horizontal scopes
unit price book estimating
public agency procurement
work order range: $50K - $350K
x
x
x
x
x
x
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 05
UNIVERSITY
OF
WASHINGTON
JOB ORDER
CONTRACTS
CUSTOMER NAME & LOCATION
University of Washington
UW education, athletic, and medical facilities
primarily on the Seattle campus, as well as
UW-properties in Forks, Friday Harbor and
Tacoma
TOTAL VALUE OF WORK DONE
JOC NO. 1: $11,729,020
JOC NO. 2: $3,505,021 (to date)
START & COMPLETION DATES
JOC NO. 1: 10/2012 - 10/2015
JOC NO. 2: 11/2015 - 11/2018
MAJOR SUBCONTRACTORS
Crown 253.243.9015
Bond Plumbing 425.672.8281
Custom Craft Cabinets 253.826.5450
Sustainable Floors 253.202.8156
Thermatech Northwest 253.606.4905
Early Bird Painting 360.710.5931
Marine Vacuum 206.762.0240
Olympic Ironworks 360.491.2500
Longs Painting 253.234.8050
Pacific Utility 253.537.1115
ETS-Lindgren 425.868.2558
Reliance Fire 206.682.6636
Hammer Construction 253.888.0396
Reliance Fire 206.682.6636
PRIMARY POINTS OF CONTACT
ASHLEY KANGAS, UNIT MANAGER, SPDT
University of Washington, Capital Projects
P 206.616.1868 akangas@uw.edu
BECKI EATCH, PROJECT MANAGER
University of Washington, Special Projects
P 206.616.5217 beatch@uw.edu
DESCRIPTION OF PROJECTS
Our work for the University involves preparing work order proposals and estimates
in collaboration with UW user groups, and managing each work order through the
administrative, design, permitting, installation, and inspection phases to deliver these
small-scale construction and repair projects within limited schedules and budgets.
Scopes include minor construction, renovation, repair and alterations in classroom,
research, laboratory, medical, administrative, sports and other UW education and
healthcare facilities and grounds. Working in and around fully occupied University
buildings and sensitive medical facilities demands extensive proactive planning,
flexibility, and open lines of communication with Owner reps and user groups—as
well as diligent oversight of field crews and our subcontractors on every work order.
under our UW Job Order Contract, FORMA crews are regularly working in critical
patient care areas of occupied hospitals and sensitive research and technical facilities with
significant logistical challenges
the new UW Softball locker room facilities, delivered under a UW work order
CONTRACT RELEVANCE
JOC contract
multiple work orders, subs, sites
vertical & horizontal scopes
unit price book estimating
public agency procurement
work order range: $50K - $350K
x
x
x
x
x
x
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 06
CITY OF
BELLEVUE
JOB ORDER
CONTRACTS
CUSTOMER NAME & LOCATION
City of Bellevue
City-owned sites throughout King County,
primarily located in Bellevue
TOTAL VALUE OF WORK DONE
JOC NO. 1: $3,747,968
JOC NO. 2: $716,092 (to date)
START & COMPLETION DATES
JOC NO. 1: 08/2012 - 08/2014
JOC NO. 2: 08/2015 - 08/2018
MAJOR SUBCONTRACTORS
Cut All Concrete 425.398.0900
McFall Inc. 425.890.9639
Kodo Construction 253.833.0911
NWB, Inc. 253.750.4127
MacDonald Miller 206.391.3613
Watson Asphalt, Inc. 425.868.4377
Dutton Electric 425.347.7600
Spiritridge Construction 425.564.0971
West Coast Signal 206.579.3675
Trenchless Construction 360.474.0195
Kodo Construction 253.833.0911
PRIMARY POINTS OF CONTACT
MARINA STEFANOVIC, PROJECT MANAGER
City of Bellevue, Civic Services
P 425.452.4486
mstefanovic@bellevuewa.gov
SHANNON HORST, PROJECT MANAGER
City of Bellevue
P 425.452.4072 shorst@bellevuewa.gov
KEN KROEGER, PROJECT MANAGER
City of Bellevue
P 425.452.4624 kkroeger@bellevuewa.gov
DESCRIPTION OF PROJECTS
FORMA personnel have managed infrastructure, facilities, environmental restoration,
civil, and ROW scopes under two Job Order Contracts for the City of Bellevue for Parks,
Utilities, and Transportation Departments. Work orders involve utility relocations and
upgrades, traffic flow revisions, ADA improvements, and a wide range of landscaping,
paving, and trails work at area parks; as well as T/I’s, roofing, repair, and other vertical
scopes at Bellevue government administration facilities, fire stations, and community
use buildings.
We responded quickly to owners, collaborate efficiently with users and design
professionals, tightly control safety and quality, and deliver these small scale
construction, site work, and repair projects through a transparent process that
ensures a cost-effective, timely result—all of which involves the oversight of multiple
subcontractors on multiple sites.
installation of several foot bridges along the Coal Creek Primrose Loop Trail—an
environmental restoration project sequenced around the salmon migratory windows, was
delivered under a City of Bellevue JOC work order.
lighting bollards installed at the Kelsey Creek Farm under the City’s Job Order Contract.
CONTRACT RELEVANCE
JOC contract
multiple work orders, subs, sites
vertical & horizontal scopes
unit price book estimating
public agency procurement
work order range: $50K - $350K
x
x
x
x
x
x
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 07
CUSTOMER NAME & LOCATION
Sound Transit
Sound Transit-owned locations throughout
western Washington
TOTAL VALUE OF WORK DONE
$2,116,271 (to date)
START & COMPLETION DATES
07/2013 - 07/2016
MAJOR SUBCONTRACTORS
Valley Electric 425.322.7486
Seahurst Electric 425.309.2554
Early Bird Painting 360.710.5931
Hammer Construction 206.457.4772
H.S. Wold Co., Inc 425.359.1708
PRIMARY POINTS OF CONTACT
BILL GARDNER, DEPUTY CM
Sound Transit
P 206.718.2405
bill.gardner@soundtransit.org
CARRIE WHITTON
ST Construction Contracts Specialist
P 206.689.4971
carrie.whitton@soundtransit.org
DESCRIPTION OF PROJECTS
Work on Sound Transit’s Capital Projects JOC—governed by a Project Labor
Agreement—has involved complex renovations, upgrades, installations and specialty
scopes on logistically challenging, frequently occupied sites, under the strict
regulations of multiple agencies and in collaboration with multiple stakeholders.
FORMA’s recent facilitation of ST’s ULink Door Closer work order for example,
required the procurement of a King County Metro permit, Stacy and Witbeck permit,
and Link Access Permit; as well as the methodical coordination of all process
requirements to gain access and schedule installations at multiple stations along a
three mile Link light rail corridor between Westlake Station & UW Station. FORMA
managed all work within the preferred practices of each agency and coordinated
with Hoffman, Stacey and Witbeck, Turner, and Tallus Construction whose work was
ongoing adjacent to our scopes.
test pile driving at the Tacoma Trestle, executed under a JOC work order for Sound Transit
FORMA recently installed handrails in the new ULink light rail tunnel
CONTRACT RELEVANCE
JOC contract
multiple work orders, subs, sites
vertical & horizontal scopes
unit price book estimating
public agency procurement
work order range: $50K - $350K
x
x
x
x
x
x
SOUND TRANSIT JOB ORDER CONTRACT
The work was coordinated well with your subcontractors, the railroad flagger and the local businesses as well as
Sound Transit. I truly appreciate the work you did to make this operation go smoothly for all the parties involved.
Tom Dean, DECM Construction Manager
Sound Transit JOC - Tacoma Trestle Test Piles work order
“
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 08
SNOHOMISH
COUNTY JOC
CUSTOMER NAME & LOCATION
Snohomish County, Sites throughout Snohomish County
DESCRIPTION OF PROJECTS
FORMA is currently scoping and pricing a range of work orders
on this recently awarded JOC. Work will involve a range of
facilities T/Is & repairs and horizontal and civil scopes.
TOTAL VALUE OF WORK DONE
$45,252 (to date)
START & COMPLETION DATES
01/2016 - 01/2019
MAJOR SUBCONTRACTORS
Early Bird Painting 360.710.5931
Valley Electric 425.322.7486
H.S. Wold Co., Inc 425.359.1708
Seahurst Electric 425.309.2554
PRIMARY POINT OF CONTACT
DON WOLFE, CPPO, Snohomish County Procurement
P 425.388.3453 dwolfe@co.snohomish.wa.us
CONTRACT RELEVANCE
JOC contract
multiple work orders, subs, sites
vertical & horizontal scopes
unit price book estimating
public agency procurement
work order range: $50K - $350K
x
x
x
x
x
x
CONTRACT RELEVANCE
JOC contract
multiple work orders, subs, sites
vertical & horizontal scopes
unit price book estimating
public agency procurement
work order range: $50K - $350K
x
x
x
x
x
x
CITY OF EVERETT
JOC
CUSTOMER NAME & LOCATION
City of Everett, City-owned sites primarily in Everett
DESCRIPTION OF PROJECTS
FORMA is working with the City to estimate a range of horizontal
& vertical scopes at City transit & admin facilities, parks, fire
stations, and libraries, under this recently awarded JOC.
TOTAL VALUE OF WORK DONE
$1,093,162 (to date)
START & COMPLETION DATES
08/2015 - 08/2018
MAJOR SUBCONTRACTORS
Seahurst Electric 425.309.2554
Early Bird Painting 360.710.5931
Hammer Construction 206.457.4772
H.S. Wold Co., Inc 425.359.1708
PRIMARY POINT OF CONTACT
SHARON CHRISTIE, CPPB, City of Everett Purchasing
P 425.257.8903 schristie@everettwa.gov
FORMA JOC crews are currently re-surfacing Howarth Park pedestrian bridge under a JOC work order for Everett’s Parks Department
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 09
KING COUNTY
JOB ORDER
CONTRACT
CUSTOMER NAME & LOCATION
King County Procurement
County-owned sites throughout western WA
DESCRIPTION OF PROJECTS
As the Job Order Contractor for King County,
FORMA meets with a range of County
Departments, client groups & stakeholders
to document objectives and build work order
proposal packages to scope, price, schedule,
and execute these small scale civil, industrial,
commercial and municipal projects.
Work has included horizontal & vertical
scopes, T/I’s, roofing & facilities repairs, parks
maintenance, and miscellaneous installations.
TOTAL VALUE OF WORK DONE
$4,232,881 (to date)
START & COMPLETION DATES
10/2014 - 10/2017
MAJOR SUBCONTRACTORS
Auburn Mechanical 206.730.0068
Valley Electric 206.931.9086
Marine Vacuum 206.255.8174
Ironclad Industrial Flooring 425.220.7774
PRIMARY POINT OF CONTACT
TRI ONG, PE
CAPITAL PROJECTS MANAGER III
King County Parks & Recreation Division
P 206.477.3591 tri.ong@kingcounty.gov
CONTRACT RELEVANCE
JOC contract
multiple work orders, subs, sites
vertical & horizontal scopes
unit price book estimating
public agency procurement
work order range: $50K - $350K
x
x
x
x
x
x
to aid in salmon spawning, FORMA facilitated the installation of felled trees via
helicopter in a local waterway under a King County JOC work order
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 10
CUSTOMER NAME & LOCATION
Woodland Park Zoo, Seattle Washington
TOTAL VALUE OF WORK DONE
Ongoing relationship, a partial list of these work orders includes:
Central Shops Offices Renovation $189,163
New viewing deck at the Cougar Exhibit $30,000
Penguin Life Support System piping repair $3,400
Bear Grotto Storage $2,472
Replacement of Orangutan Boardwalk $107,377
Pony Barn Demolition $2,615
Gorilla Keepers’ Rest room $136,794
START & COMPLETION DATES
Ongoing relationship since 2008: Individual jobs have ranged from
a 3 day piping repair job to the 4 month renovation of an historical
building on site to house new offices for Zoo Administration.
MAJOR SUBCONTRACTORS
Turnstone Construction 206.634.1521
Hammerhead International 702.646.4275
Biscayne Aquaculture 512.477.3700
Lacey Glass 360.459.8411
Valley Electric 425.407.0832
Northend Excavating Inc 360.691.2172
Hope-Amundson 619.232.4673
PRIMARY POINT OF CONTACT
MONICA LAKE, CAPITAL PROJECTS MGR
Woodland Park Zoo P 206.548.2459 monica.lake@zoo.org
DESCRIPTION OF PROJECTS
FORMA has been providing on-call construction and
consultation services for Woodland Park Zoo since 2008.
From miscellaneous repairs and small construction projects to
short-notice expert advice and oversight, our teams are often
managing multiple Zoo work orders simultaneously, often when
the busy Zoo is open and occupied.
our on-call team reacted quickly to manage the critical repair of life support systems at the Zoo’s Humboldt Penguin Exhibit, also built by FORMA
FORMA worked with the Zoo and our subs to precisely document
the sizes & arrangement of each of the existing planks that
comprised the decking adjacent to the Orangutan’s habitat in order
to replace the boardwalk with new FSC All Weather Wood lumber
As always your ability to get things done was exactly what I
needed. Thanks so very much - you were able to proceed w/out much
direction and I don’t know anyone else who could have managed this so well.
Monica Lake, Capital Projects Manager
Woodland Park Zoo
“
WOODLAND PARK ZOO
ON-CALL WORK ORDERS
CONTRACT RELEVANCE
JOC contract
multiple work orders, subs, sites
vertical & horizontal scopes
unit price book estimating
public agency procurement
work order range: $50K - $350K
x
x
x
x
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 11
2. PARTNERING, TEAMWORK, COMMUNICATION, COOPERATION
FORMA’s approach to partnering in JOC is focused on
creating an integrated team from Day One.
While we are experts in construction first, simply delivering
quality work on time and on budget is not enough. The real
key to building a successful JOC Division that owners are
eager to use lies in the way our teams interact with their
clients and colleagues.
We have found that the degree to which we actively
partner with owners and truly build an integrated team will
determine just how useful the JOC contract will be for that
agency.
To foster and maintain these positive relationships, FORMA
is committed to the following:
In our experience, the best way to ensure a
positive working relationship and foster trust with our
clients is to deliver on expectations. Every one of our
JOC contracts has been readily & enthusiastically
extended by the Owner when it’s come up for
renewal—a strong indicator that we’re meeting
expectations and building solid partnerships.
g
Facilitating conversations and coordination between the
Owner’s own departments to minimize disruptions and
maximize economies of scale.
Offering in-house design services dedicated to our JOC
clients to bring a fully integrated approach to the Scope
of Work development.
Dedicating resources exclusively to each JOC, our staff
is always available for same day meetings or site visits.
Actively coaching and explaining systems and
approaches to client PM’s that may be unfamiliar with
the JOC process.
Offering our frank assessment of whether a job is a good
fit for JOC—not all projects are well suited to JOC and
it’s in everyone’s best interests to identify those as early
in the process as possible.
Establishing a regular, reliable schedule of meetings
that start promptly and encourage open lines of
communication.
Careful selection, diligent oversight and support of
subcontractors to ensure quality execution.
•
•
•
•
•
•
•
3. COMMITMENT TO ASSISTING AND MENTORING SMALL BUSINESSES
Job Order Contracting provides an ideal framework for us to match
small businesses to scopes of work that can easily scale to their
abilities, and gives our JOC team opportunities to mentor these
businesses and enhance their long-term success in the industry.
We offer both general best practices and project-specific bidding,
estimating, and field crew training to any subcontractor that requests
it—with great success. As the brief success stories illustrate below,
often our biggest challenge in helping grow a small and eager JOC
subcontractor is not overusing them across our many JOC contracts
and over-extending their developing capabilities.
FORMA’s on-site mentorship gives field crews new to the industry an
opportunity to earn certifications and valuable hands-on training while
they break into public contracting.
SUBCONTRACTING SUCCESS STORIES
COMPASS PLUMBING
We were introduced to Compass Plumbing, an MBE, at an outreach
event and promptly awarded their first subcontract for $17,732. To date
they have partnered with FORMA on $386,733 in JOC work.
HAMMER CONSTRUCTION
Since their first JOC subcontract for $27,360, Woman-Owned Hammer
Construction has been a go-to, invoicing more than $1.8M to date.
MARINE VACUUM SERVICE INC
An MBE/DBE certified business, Marvac’s first JOC contract was
$6,618 for vactor truck services. Since then, they have successfully
partnered on scores of FORMA work orders, totaling over $1.3M for civil
excavation, underground utility work, site concrete and miscellaneous
carpentry scopes.
JET PAINTING
Since their first $2,000 painting contract, MBE-certified Jet has
teamed with us frequently, executing $108,525 to date in JOC work.
FOY ELECTRIC
The first FOY contract was for $231,063 to install grounding to multiple
Seattle City Light light poles. Since then, this Seattle certified WBE has
successfully executed more than $975,000 on FORMA JOC projects
ranging from basic electrical re-work to service upgrades.
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 12
4. MANAGING MULTIPLE PROJECTS WITH MULTIPLE SUBCONTRACTORS
With an average of 50 work orders active in our JOC pipeline at any given
time, FORMA JOC teams are
Our work order development, staffing plans, and subcontractor
management procedures have been developed out of proven field
experience successfully delivering JOC jobs on schedule, within the
estimates provided for clients across the region.
On any single JOC contract we typically see an average of 15-30
projects active and in various stages of completion on multiple sites. Our
management approach relies on clear lines of communication through a
single point of established contact, and a work order Pipeline Management
process (detailed on page 17 of this submittal) that tracks the progress of
each work order within each contract from initial site meeting and scope
development, to final completion and commissioning.
The team we propose has been developed to easily scale to the scope and
size of each project and the number of open work orders. By drawing from
our strong pool of Superintendents, Project Engineers and Tradespeople,
we can build teams that match the needs of the City on a case by case
basis and efficiently run multiple work orders simultaneously.
To date, with 14 Job Order Contracts awarded and over $73M in JOC work
executed, our successful management of this work is evident in our low
number of change orders and nearly perfect record of on-schedule delivery:
VARIANCE OFF ORIGINAL
JOC ESTIMATES:
UNDER 9% ACROSS ALL JOB
ORDER CONTRACTS
ON-SCHEDULE DELIVERY:
OVER 99% OF ALL FORMA
WORK ORDERS
Our experience delivering JOC work orders on schedule
& within the estimates provided is further detailed by
contract in a table on page 28 of this submittal
REGULARLY MANAGING
THE WORK OF MORE THAN
200 SUBCONTRACTORS ON
MULTIPLE JOC SITES AT
ONCE ACROSS WESTERN
WASHINGTON.internally, our JOC teams stay in constant contact and
collaborate via our Sharepoint system, regularly scheduled
resource-allocation meetings, and up-to-date work order
tracking and cloud-based filing systems
paving scopes and installation of bollards outside the UW
ULink station, executed under our Sound Transit JOC
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 13
Our approach to ensuring safety on JOC work orders stresses the
oversight, training, and administration of our subcontractors and the
thorough review and documentation of each of their Corporate and
work-order-specific safety plans, and appropriate JHA’s.
We have developed a detailed preconstruction site safety check list
(attached here for your review) that we require each Subcontractor
fill out completely and submit before any work begins on site.
Distributed during our mandatory Site Safety Orientation, this
checklist ensures that we have all the Subcontractors’ work plans
and corporate APPs on file and establishes a time and day for weekly
safety meetings.
Steve Hagen, our Corporate Safety Officer, will continue to work
with PM Lon Weaver, Superintendent Darrell Matuizek and our
on site supervision personnel to develop, implement, and follow-
through on a site-specific safety plan for each Renton JOC work
order we take on.
OUR JOC SAFETY RECORD
IS PERFECT.
ZERO SAFETY INCIDENTS
RECORDED WITH 700+
JOC WORK ORDERS RUN.
5. APPROACH TO SAFETY IN JOB ORDER CONTRACTING
Being a Job Order Contractor comes with the responsibility of
ensuring that our subcontractors and suppliers are executing their
work safely and efficiently on every jobsite.
We utilize our 10% allowance of self-performed work to lead by
example on our JOC job sites, and we apply our proven JOC-specific
safety program to all work orders—providing thorough screening,
diligent supervision, and regular inspections.
RECENT SAFETY METRICS 2015 2014 2013 2012 2011 5 YR AVERAGE
EMR VALUES
OSHA RECORDABLE INCIDENCE RATES
0.7715
0.0
0.7322
0.0
0.6804
0.0
0.7145
0.0
0.7062
0.0
0.6826
0.0
As our safety metrics indicate above, job site safety is a top priority
for FORMA and our safety performance is consistently ranked among
the best in the region.
Not merely a gauge of safe working conditions, strong safety
performance ratings are indicative of the level of quality and
professionalism of a GC, and the degree to which job site conduct,
time and materials are managed and allocated.
MANAGING WORK ON OCCUPIED SITES
FORMA JOC teams work closely with the Owner and users
on site to establish objectives and develop together the
detailed plan and sequence of operations best adapted
to each job’s unique conditions. We strictly cordon off and
control all construction zones to protect the public, delicate
equipment, our own crews, and adjacent operations—and we
remain available and flexible to stakeholders at all times.
PROTECTION FROM WEATHER
Also in the instance of weather-sensitive scopes such
as paving and roofing—FORMA’s success is born out of
careful preparation and open lines of communication with
stakeholders.
FORMA Construction has been a member of
Washington State’s SMART Dream Team for over 10
years. With membership dependant on maintaining
excellent safety metrics, this elite group is comprised
of only the top performing contractors in WA.
g
We attribute our excellent safety record to an overall
dedication to strict construction management and
performance standards that include a tidy, well-organized
job site; respectful, professional conduct from every member
of our team; and a proactive approach to deliveries, storage,
and sequencing that result in low incidence of injury and
keeps our projects running smoothly.
AGENDA ITEM #2. a)
Subcontractor certifies that every employee working on site has attended the required preconstruction site safety
orientation and that commencement of work constitutes full acceptance of all requirements contained therein
FORMA JOC WORK ORDER
SUBCONTRACTOR SAFETY PRECONSTRUCTION CHECKLIST
subcontractor: date:
work order no. work order:
FORMA’s officer:
TO BE COMPLETED BEFORE ANY WORK BEGINS ON SITE
Required on every work order regardless of scope:
Subcontractor has submitted their corporate Accident Prevention Program
Subcontractor has submitted a Site Specific Safety plan
Plan has been approved by FORMA’s representative:
The Site Specific Safety plan must address the anticipated hazards and plans to control them specific to this project. Additionally
any special programs, such as confined space, fall protection, respiratory protection, must be addressed and the designation of a
competent person named for each program.
Subcontractor has submitted JHAs (Job Hazard Analyses) specific to this work order
Subcontractor has submitted their work plan specific to this work order
Plan has been approved by FORMA’s representative:
Subcontractor has supplied a first aid kit and has a first aid certified employee on site at all times
Required as necessary dependant on Subcontractor’s scope of work:
Subcontractor has supplied FORMA Construction with M.S.D.S. sheets for material brought on site
Subcontractor has submitted a fall protection plan
Subcontractor has the appropriate specific equipment training and all necessary certifications
Other appropriate requirements specific to the Subcontractor’s scope of work:
Subcontractor’s designated representative, date FORMA’s representative, date
required weekly safety meetings will be held every (day) at (time)
FORMA CONSTRUCTION COMPANY SEATTLE & OLYMPIA WA P 206.626.0256 FORMACC.COM
AGENDA ITEM #2. a)
FORMA Construction Company
1016 1st Ave South, Suite 400 Seattle, Washington 98134
206.626.0256 360.943.5868
Jim Phillips, President
206.626.0256 jimp@formacc.com
x
Division 2 Site Construction
Division 3 Concrete Work
Division 6 Wood & Plastics
0.7715 0.7062 0.6826
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
x
AGENDA ITEM #2. a)
0
7
14
7
273,295
15.37
5.12
0
2
3
0
161,618
6.19
0
0
8
4
2
272,324
8.81
1.47
0 0 0
0 0 0
x
N/A
May 27, 2016
Jim Phillips, President
FORMA Construction Company
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 14
6. SUCCESS & PAST PERFORMANCE OF WMBE INCLUSION IN JOB ORDER CONTRACTING
Recently named the
2015 CHAMPION OF INCLUSION,
FORMA is dedicated to proactively encouraging the participation of a maximum
number of small and historically under-utilized businesses and awarding them with
JOC work whenever possible.
JOC work serves as an ideal springboard for State and locally certified small,
minority, veteran, and woman-owned businesses looking to break into public
contracting, and FORMA has had great success identifying and utilizing these
businesses in our Job Order Contracts.
To continue to identify an ever greater number of these businesses, FORMA hosts
and attends a series of industry outreach events, closely monitors critical online
directories, and proactively contacts potential subcontractors when opportunities
arise—giving them ample information and time to assemble a bid. Further, FORMA
breaks down scopes to scale opportunities to the abilities of our subs, offers
training and mentoring, and provides thorough guidelines to assist with the RCW’s
contractual requirements. For a more detailed account of FORMA’s outreach and
inclusion plan, please review Section E of this submittal, MWBE Outreach and
Participation Plan.
FORMA’s knowledge of available WMBE firms is illustrated by the partial list (at right)
of state and locally-certified businesses with whom we partner on a regular basis to
execute JOC work orders; and the table below, which details our past performance
and ongoing inclusion efforts in Job Order Contracting:
MWBE
UTILIZATIONFORMA JOC CONTRACTS
UW JOC NO. 1
STATE OF WA DES JOC NO. 1
CITY OF SEATTLE JOC NO. 1
CITY OF BELLEVUE JOC NO. 1
CITY OF RENTON JOC
SOUND TRANSIT JOC
STATE OF WA DES JOC NO. 2
CITY OF SEATTLE JOC NO. 2
KING COUNTY JOC
WSDOT JOC
CITY OF BELLEVUE JOC NO. 2
CITY OF EVERETT JOC
UW JOC NO. 2
SNOHOMISH COUNTY JOC
16.69%
10.43%
24.95%
8.46%
24.44%
8% (to date)
3.4% (to date)
53% (to date)
18% (to date)
19.13% (to date)
21.46% (to date)
15% (to date)
55.2% (to date)
-
UTILIZATION
GOAL
20%
20%
20%
20%
20%
20%
20%
65%
20%
20%
20%
20%
20%
20%
A PARTIAL LIST OF THE WMBE FIRMS
FORMA REGULARLY TEAMS WITH ON
JOC WORK ORDERS
THE EARLY BIRD PAINT COMPANY
WBE: W2F7322843
AUBURN MECHANICAL
WBE
QUEEN CITY SHEET METAL & ROOFING
WBE: W2F00002432
ILLUMINATE CONTRACTING, LLC
WBE
THERMATECH NW, INC
WBE
METRO PAINTING LLC
WBE: W2F0021643 DBE/SBE: D2F0021643
HAMMER CONSTRUCTION
WBE
SKYLINE TILE & MARBLE, INC
WBE: W2F0011049
N I PAINTING & CONSTRUCTION CO.
MBE: M4M0018809
MARINE VACUUM SERVICE INC
MBE: M4M0002341 DBE/SBE: D4M0002341
FOY ELECTRIC
WBE
SUSTAINABLE FLOORS
8(a), SB/MBE/WBE, VOB
WS CONTRACTING
MBE
TALLUSS ARCHITECTURAL PRODUCTS
MBE
JET PAINTING & SPECIALTY FINISHES
MBE: M5M0022004
COMPASS PLUMBING & DRAIN
MBE: M4M0023490
IRONCLAD INDUSTRIAL FLOORING
MBE: M5M0023315 DBE/SBE: D5M0023315
WASHINGTON HEATING & A/C
MBE: M4M0017683
EXCEL ELECTRICAL
WBE
AIRFLOW MECHANICAL, INC
MBE/DBE/SBE: D5M0015287
JP FRANCIS & ASSOCIATES, INC
MBE: M3M0018112 DBE/SBE: D3M0018112
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGLEED PLATINUM PROJECTS
OLYMPIA REGIONAL LEARNING ACADEMY Net Zero Ready
CEBULA HALL, ST MARTIN’S UNIVERSITY LEED Platinum
SEATTLE FIRE STATION NO.20 LEED Platinum
LEED GOLD PROJECTS
HIGH POINT NEIGHBORHOOD CENTER LEED Gold
FIRSTENBURG COMMUNITY CENTER LEED Gold
CASCADE SCHOOL AGE CENTER, JBLM LEED Gold
MERCER SLOUGH ENV. EDUCATION CENTER LEED Gold
SEATTLE FIRE STATION NO. 28 LEED Gold
YESLER COMMUNITY CENTER LEED Gold
OLYMPIA FIRE STATION NO.4 LEED Gold
M PARSONS PLAZA BUILDING LEED Gold
ACADEMIC BUILDING NO. 23, SPSCC LEED Gold
APPLIED TECHNOLOGY BUILDING, SPSCC LEED Gold
ASSOCIATION OF WASHINGTON CITIES LEED Gold
HSSR BUILDING, NORTH SEATTLE CC LEED Gold
HANDS ON CHILDREN’S MUSEUM LEED Gold, 4 Green Globes
ADVANCED TECH CENTER, BATES TC LEED Gold pending
STEM BLDG, GRAYS HARBOR COLLEGE LEED Gold pending
HARNED CENTER, TACOMA CC LEED Gold pending
LEED SILVER PROJECTS
LIBERTY HALL, EVERETT COMMUNITY COLLEGE LEED Silver
OUR LADY OF GUADALUPE PARISH LIFE CENTER LEED Silver
JOHN L O’BRIEN BLDG HISTORIC RENOVATION LEED Silver
PACIFIC NORTHWEST EYE ASSOCIATES LEED Silver
HARNED HALL, ST MARTIN’S UNIVERSITY LEED Silver
SOUND TRANSIT MOW FACILITY LEED Silver pending
THURSTON COUNTY HAZOHOUSE LEED Silver pending
COMMITMENT TO SUSTAINABLE CHOICES & AN
INTEGRATED DESIGN APPROACH
FORMA employs 10 LEED Accredited Professionals and several
designers with professional architectural experience and
certifications. We work regularly on integrated project teams—
collaborating with user groups, owners and expert colleagues to
identify objectives and analyze the costs and benefits of available
systems, materials and innovative building solutions.
Our job site recycling program typically sees 95% of construction
waste diverted from landfills. More than just a mandatory sorting
of construction debris, our Corporate recycling program starts with
dedicated Project Managers and detail-oriented Superintendents
who minimize waste at the outset through the diligent selection
and storage of materials—particularly important on JOC work
orders, where budgets are small and time is short. With this in
mind, FORMA JOC teams order only what’s required for each work
order, protect it carefully from the elements, and actively work to
avoid products with excessive packaging and waste built-in.
Specifying locally sourced, rapidly renewable, durable and low-VOC
materials; as well as energy and water-efficient fixtures and systems
are more ways to save Owners money on long-term life cycle costs,
while conserving resources and greatly improving the interior
environments of the facilities we renovate through JOC.
In addition to following our own best practices, FORMA JOC crews
work easily within Owner preferences and sustainability goals. As
the Job Order Contractor for the City of Seattle for example, our
work orders are subject to the City’s Sustainable Building and
Sites policy. In partnership with the Architect and City PM, we work
in accordance with their Capital Green Submittal Requirements—
taking the lead on the Checklist process and gathering all
submittals and documentation necessary for each work order.
7. RECYCLING & CONSERVATION
FORMA is a leader in sustainable building, completing 30+ projects
in compliance with USGBC, WSSP & GBI standards in the last 10
years alone—including Cebula Hall at SMU & Seattle Fire Station 20,
THE 2 HIGHEST SCORING
LEED PLATINUM
BUILDINGS IN THE US.
At right is a partial list of certified-sustainable FORMA projects.
With this demonstrated experience, FORMA offers the City of
Renton not only proven experience in JOC, but the enthusiasm
and expertise to capitalize on innovative and cost-effective
opportunities for sustainable initiatives in Job Order Contracting.
EXPERIENCE & PAST PERFORMANCE 15
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEMERGENCY RESPONSE WORK ORDER EXAMPLES
MILL AVE CONCRETE SIDEWALK REPAIR
Led by the same individuals proposed here, our Renton
JOC team facilitated this emergency work order to demo,
re-pour and upgrade significant portions of the pedestrian
area in front of the new Renton Library in time for its Grand
Opening event. FORMA partnered with the City to develop
and implement a full traffic control plan and coordinate
the extensive curb, gutter, sidewalk & asphalt work without
drawings or engineering. Two new ADA ramps, planter boxes,
a new catch basin, widened sidewalks, and a new metro bus
station were installed in just two weeks.
SOUTH SEATTLE COLLEGE FLOOD INVESTIGATION & REPAIR
Within 90 minutes of a flooding call from South Seattle CC,
our JOC team had reviewed the building’s as-built drawings
and met subcontractors on site to investigate the cause
and mitigate the damage. Our team identified and repaired
a crushed section of the rain leader under the floor of
an occupied room in just six days to deliver this $12,000
emergency work order.
McNEIL ISLAND SPECIAL COMMITMENT CENTER FIRE REPAIRS
The State of Washington DSHS contacted FORMA when
they needed emergency services performed to repair their
fire damaged facilities on McNeil Island. We arrived that
evening to assist with damage assessment; scope, budget,
and schedule definition; and even set up temporary walls and
structures to quarantine and isolate inmates. Geographical,
security, and logistical challenges required careful scheduling
and off-hour shifts to quickly complete all cleanup, repair and
installation services on this $350,000 work order.
EMERGENCY SEWER LINE REPLACEMENT
Our Washington State JOC team mobilized immediately to
facilitate the replacement of a crushed sewer line at Fircrest
School. Diligent coordination and persistence was necessary
from our skilled teammembers to properly sequence all
of the utility locates, inspections, permitting, deliveries,
subcontracted scopes, and administrative details to handle
emergency repairs and ensure total project completion for
users in just 10 days.
PEPSI NW EMERGENCY ROOF REPAIR
FORMA teams responded quickly on New Year’s Day when
we were contacted to shore up 4,000 sf of failed roof at
Pepsi NW’s regional bottling facility near our Olympia office.
We erected a temporary solution to prevent further damage,
facilitated an efficient permitting process, and had the roof
replaced and all repairs made in just 6 weeks under this
$295,660 emergency work order for a private owner.
8. HAZARDOUS MATERIALS
More than 85% of our JOC work orders are renovations of existing
facilities where tearing into walls and ceilings, repairing flooring,
and site excavation can involve hazardous materials, underground
storage tanks, and contaminated soils.
In our JOC work we regularly contract with local licensed specialty
subcontractors to ensure the safe and complete remediation
of all material. In the course of our work with the City of Renton
specifically, FORMA has teamed with Wrecking Ball Demolition and
Thermatech Northwest (a certified WBE) to successfully manage
the safe abatement of black mastic adhesives, asbestos tiles, lead
windows, lead paint, asbestos pipe fittings, and other hazardous
materials on multiple work orders.
9. MANAGING EMERGENCY WORK
As your Job Order Contractor, FORMA becomes an extension
of your own Maintenance and Facilities department—available
whenever and wherever you need us. Builders first, our proposed
team members are skilled and experienced craftsmen, ready to
troubleshoot emergency issues and get started on minor repairs.
We respond quickly, have the local industry connections to fast-
track the process, and the scheduling expertise to deliver work
efficiently while minimizing risk and costly off-shift hours. At right
are a few examples of JOC work orders that required our swift
response.
FORMA JOC teams further mitigate risk by coordinating
with Owners to set clear expectations and develop a detailed
communication plan and schedule of tasks prior to any off-shift
work beginning. In the event problems arise during off-hours,
there is an agreed-upon plan in place and the contact information
of the appropriate point person ready, as well as our own on-site
supervisor at hand, ready to put the plan into action.
EXPERIENCE & PAST PERFORMANCE 16
FORMA is currently managing the demolition of Sunset public housing
buildings under a Renton work order, which requires coordination with
licensed specialty abatement subcontractors
AGENDA ITEM #2. a)
B
REFERENCES & RECOMMENDATIONS B REFERENCES & RECOMMENDATIONS“I HAVE HIGH REGARD FOR FORMA AS A JOB ORDER
CONTRACTOR. THEIR PRICING IS ACCURATE AND
REPRESENTS GOOD VALUE FOR THE STATE, THE
QUALITY OF WORK IS EXCELLENT AND THEY PERFORM
ALL TASKS IN A TIMELY AND RESPONSIBLE MANNER.”
Bob Bourg, Claims & Disputes ManagerWashington State Department of Enterprise Services
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
C CONSTRUCTION MANAGEMENT ABILITIESC
CONSTRUCTION MANAGEMENT
“FORMA WORKED HARD TO CONSERVE COSTS AND
KEEP THE PROJECTS MOVING DURING ADVERSE
CONDITIONS, WHILE ALL THE TIME PRESERVING A
SAFE WORKING ENVIRONMENT AND A CLIMATE FOR
GOOD COMMUNICATION ACROSS CONTRACT LINES.”
Thomas G Lindahl, Senior Engineer
Washington State Patrol - multiple JOC Work Orders
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCONSTRUCTION MANAGEMENT ABILITIES
1. FORMA’S PLAN TO MANAGE THE JOC
FORMA has scoped, staffed and managed nearly 800 JOC work orders.
On any single JOC contract we typically see an average of 15-30 projects active and in various stages of completion on multiple sites
throughout the area. Our successful JOC approach relies on clear lines of communication, expert personnel, and a pipeline management
process that tracks the progress of each work order from initial site meeting and scope development, to final completion and commissioning.
milestone / task
• MEET W/ OWNER, USERS
• DOCUMENT EXISTING
CONDITIONS
• DEVELOP, REFINE SCOPES
• FLAG MWBE OPPS
• GENERATE OPTIONS
• FINALIZE PRICING
• CREATE JOC WORK ORDER
PROPOSAL PACKAGE
key personnel staffing
05% CORPORATE EXEC
30% PROJECT MANAGER
15% SUPERINTENDENT
30% QC MANAGER / PE
05% SAFETY OFFICER
milestone / task
• SCHEDULING, MOBILIZATION
• ORDER MATERIALS
• ISSUE SUBCONTRACTS
• ASSESS MWBE/VOB/SBA
UTILIZATION VS GOALS
• SUBMITTAL REVIEW / QC
• LOGISTICS & TEAM MTNGS
• DESIGN AND PERMIT
COORDINATION
key personnel staffing
05% CORPORATE EXEC
30% PROJECT MANAGER
15% SUPERINTENDENT
30% QC MANAGER / PE
10% SAFETY OFFICER
milestone / task
• SITE COORDINATION &
ONGOING MANAGEMENT
• SUBCONTRACTOR
OVERSIGHT & PAYMENT
• SUBS ASSISTANCE, AS NEC
• CITY / USER UPDATES
& MILESTONE MEETINGS
• QC & SAFETY INSPECTIONS
key personnel staffing
05% CORPORATE EXEC
20% PROJECT MANAGER
60% SUPERINTENDENT
30% QC MANAGER / PE
20% SAFETY OFFICER
milestone / task
• PUNCH LISTS
• DOCUMENTATION
• FINAL INSPECTIONS
• OWNER TRAINING
• WARRANTY, CLOSEOUT
& FINAL SUBMITTALS
• MWBE UTILIZATION
REPORTING & ANALYZING
key personnel staffing
05% CORPORATE EXEC
20% PROJECT MANAGER
10% SUPERINTENDENT
10% QC MANAGER / PE
05% SAFETY OFFICER
5 work orders in
CLOSEOUT
10 work orders in
SCOPING & PRICING
6 work orders in
PRECONSTRUCTION
6 work orders in
CONSTRUCTION
PROPOSAL PREP PRECONSTRUCTION CONSTRUCTION CLOSEOUT
g
n
D
mMANAGING MULTIPLE WORK ORDERS
Based on our understanding of the City’s likely work
order volumes on this contract, we have created a
pipeline framework, that will efficiently respond to
your needs. At any point in time, there may be only
six projects under construction, but there may be
well over twenty in the active pipeline, all of varying
size, complexity, location, and priority.
mMAJOR MILESTONES & JOC TASKS
By viewing the JOC process as a pipeline and
assigning responsibilities to each phase, work orders
are completed swiftly and are not plagued with
lingering issues.
m KEY PERSONNEL STAFFING PLAN & SUBCONTRACTOR MANAGEMENT
The proposed staffing plan illustrated above is a proven framework that will
efficiently support 30+ active work orders at a time, each with multiple trades
and subcontractors.
Our Superintendents, Safety Manager, PE, and field oversight personnel will be
on site, monitoring construction progress against schedule milestones, ensuring
quality and safety standards, and assisting our subcontractors, as necessary.
In the event the needs of the contract require increased staffing, our flexible
approach and depth of personnel will allow us to scale up support quickly at
any City of Renton location. Please note that the personnel detailed under
Staffing does not reflect the support these crews receive from our team of
on-call design professionals or FORMA Risk Managers, Estimating staff, field
oversight, and support personnel.
g n
D
THE FORMA JOB ORDER CONTRACTING MANAGEMENT PIPELINE
CONSTRUCTION MANAGEMENT 17
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGESTIMATING,
PRECONSTRUCTION
SUPPORT
DREW PHILLIPS
Lead Estimator
IN-HOUSE
DESIGNERS
HUMAN RESOURCES
MWBE / SBA
INCLUSION
MELISSA ASHCRAFT
Human Resources
Director
ACCIDENT
PREVENTION &
RISK MANAGEMENT
STEVE HAGEN
Safety Director
ACCOUNTING
AR & AP
NED OWENS
CFO
ADMINISTRATION
AND PROJECT
SUPPORT
MARY PETERS
Lead Project
Administrator
CITY OF RENTON
JOB ORDER CONTRACT
LON WEAVER, PROJECT MANAGER
PRIMARY POINT OF CONTACT
FORMA CORPORATE PROJECT OVERSIGHT
JIM PHILLIPS, PRESIDENT & CORPORATE EXECUTIVE
FORMA’s corporate organization is
designed to give our people at the
jobsite level the ability and authority to
solve problems quickly and completely.
It also obligates our corporate managers
to be actively involved in the details of
every project to which they are assigned.
EXPERT PERSONNEL
Our proposed team is comprised of
JOC experts who have been efficiently
managing Renton work orders for the
past three years. We have the JOC-
specific expertise you can depend on
to continue to scope, price, schedule,
and manage these work orders
successfully—and we have in-house
designers dedicated full time to JOC
work.
We utilize proven estimating and
scheduling tools and truly partner with
our team and stakeholders to develop
reliable, targeted plans that result in
the best possible work for the available
budget.
PRINCIPAL
INVOLVEMENT
Our owners and corporate
management staff are actively
involved in every project that
passes through our offices,
whether large or small. Rather
than approaching your work
orders as an outsider, FORMA
President and Corporate
Executive Jim Phillips will
take an active, visible role in
these jobs, and will continue
to be an integral part of your
JOC team from start to finish.
Because Jim remains in
constant contact with our
Project Managers and
Renton stakeholders, any
adjustments to staffing,
logistics, and even pricing
are dealt with swiftly at the
jobsite level.
KNOWLEDGEABLE SUPPORT &
ADMINISTRATIVE STAFF
FORMA Construction has significant experience
working on publicly funded projects at the state,
federal and local levels that include certified payroll
and other specialized requirements, and our offices
are well staffed with knowledgeable, detail-
oriented process experts.
Our Project Administrators, Accountants, and
support staff are critical members of our project
teams who have developed reliable systems for
managing the specialized contract requirements,
standard forms, billing, procurement, bidding, and
legal details of our JOC contracts—and they are
a big part of the reason our JOC process is so
efficient.
“ ...the projects were successful in large part
due to FORMA approaching the project as a team
member and active collaborator. FORMA brings this
attitude to all JOC projects. They are easy to work
with, collaborative, and work to identify issues prior to
them arising in the field
Becki Eatch, PM, UW Capital Projects
1a. CORPORATE ORGANIZATION, INTERFACE & SUPPORT
CONSTRUCTION MANAGEMENT 18
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGAlready serving the City, our proposed team is an experienced, scalable,
flexible entity with a consistent management structure, a single point of
contact, and the ability to produce design documents in-house and self-
perform small scopes of work as necessary. We have the proven JOC systems
in place to seamlessly run the work of multiple trades at multiple work order
sites across the region—offering both horizontal and vertical construction
expertise.
FORMA President Jim Phillips will serve as Corporate Executive and
oversee our team’s work from start to finish. Jim’s management plan
emphasizes dedicated lines of communication, proactive planning and
progress tracking, a consistent client interface, and a reliable network of JOC
experts and support staff.
TRUSTED ON-CALL COLLEAGUES
ARCHITECTS
& CITY-APPROVED FIRMS
ENGINEERS & SPECIALISTS
IDENTIFIED THROUGH PAST
WORK & OUTREACH
FORMA employs some of the most skilled &
experienced construction professionals in the region.
We can scale our work order teams to fit your needs
with additional:
CONSTRUCTION MANAGERS
SUPERINTENDENTS
PROJECT ENGINEERS
FOREMEN, CRAFTSMEN
PROJECT ACCOUNTANTS, SUPPORT PERSONNEL
ADDITIONAL JOC POOL
Key among these experts are PM Lon Weaver and
Project Engineer Jesse Trujillo, JOC specialists
who have already fostered strong relationships
with Renton Departments and facilities personnel
in our current work. Lon and Jesse bring proven
expertise in scope analysis & development, work
order pricing & planning, and subcontractor
management—and they will be dedicated to the
City’s contract full time.
Superintendent Darrell Matuizek is also currently
serving on our Renton JOC team and brings
significant technical expertise to the jobsite
of each work order. To ensure the safety and
quality of installations, Darrell will continue to
oversee subs, schedule pre-installation meetings
& inspections via the City’s preferred protocol; and
work in tandem with Safety Director Steve Hagen,
one of the top Safety Managers in the Pacific
Northwest.
Detail-oriented process experts, our PA’s &
Accountants are critical members of our team who
have developed reliable systems for managing the
specialized contract requirements, standard forms,
billing, bidding, procurement, and legal details of
our JOC contracts—and they are a big part of the
reason our JOC process is so efficient.
Further, our proven approach to JOC staffing
means we have a deep pool of qualified
professionals to draw from as your needs grow and
we can ramp up quickly as necessary to support
this core team.
STEVE HAGEN
SAFETY DIRECTOR
(as necessary)
ON-CALL DESIGN PARTNERS
FORMA IN-HOUSE
DESIGNERS
LON WEAVER
PROJECT MANAGER
(MAIN POINT OF CONTACT)
JESSE TRUJILLO, LEED AP
PROJECT ENGINEER, QA/QC
DARRELL MATUIZEK
SUPERINTENDENT & SCHEDULER
CORE MANAGEMENT TEAM
JIM PHILLIPS, LEED AP
CORPORATE EXEC
1b. PROJECT MANAGEMENTORGANIZATION
CONSTRUCTION MANAGEMENT 19
CITY OF RENTON
DEPARTMENT HEADS
& STAKEHOLDERS
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCONSTRUCTION MANAGEMENT 20
1d. JOB ORDER MANAGEMENT
As the most sought-after Job Order Contractor in the region, FORMA has built a robust JOC Division that has the experience,
resources and proven systems in place to continue to serve the City of Renton as a collaborative, expert partner. We are regularly
managing scores of work orders in various stages of completion on sites throughout western Washington via a team of well-organized,
detail-oriented professionals.
Once work begins, we will document existing conditions, owner objectives and potential challenges and opportunities. We collaborate
with Stakeholders and the appropriate trade professionals to review any plans and identify a range of options and approaches that can
be implemented to meet budget, programming, and scheduling constraints. By preparing several options from the initial meeting and
site review, we avoid revisiting the budgeting and scheduling cycle multiple times before the work order is complete. The graphic below
illustrates FORMA’s approach to successfully managing the receipt, performance and closure of each JOC work order. We will collaborate
with you to streamline the JOC process and arrive at an agreed-on work plan quickly and efficiently to meet your objectives, schedule, and
budget:
identify any emergency
needs
meet with stakeholders
review, assess, document
existing conditions,
challenges, opportunities
establish & document
objectives & priorities,
quantify work items
identify potential major
subs / suppliers, target
MWBE / SBA / VOB
goals, outreach
establish & document
budget parameters
review site assessment,
challenges, opportunities;
owner’s objectives,
priorities; budget &
schedule parameters
break out work tasks,
use takeoff & scheduling
software to assign values,
match owner needs to time
& budget constraints
assess & develop scopes
to maximize MWBE / VOB
participation
prepare multiple scope
options and phasing
solutions per owner
priorities, budget and
schedule constraints
request & develop design/
specs as necessary
review & evaluate scope
options and phasing
solutions
evaluate sequencing, VE
opportunities, other job-
specific ways to deliver
objectives
internal review of subs
participation targets
collaborative discussion
& agreement on scope &
work plan
work order request is
issued
review / refine agreed on
submittal, prepare and
submit final plan
NTP is received
Assist subcontractors,
MWBE’s with contract
compliance as necessary
demo / construction /
repair work begins
on-site coordination
and subcontractor
management
on-going progress updates
/ communication with
stakeholders, subs
on-going site inspections,
safety & quality assurance
punch lists, project close-
out, owner training as
necessary
SITE VISIT &
TEAM MEETING
TEAM PREPARES
OPTIONS
REVIEW OF
OPTIONS
NTP &
CONSTRUCTION
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
We don’t wait for the
phone to ring to react
to projects—instead, by
working on a continual
basis with individual
Project Managers, we
help our JOC clients plan
their pipelines of work on
a 12 month horizon.
g
1c. INTERFACE & COMMUNICATION PROCEDURES
To ensure responsiveness and accountability, our approach to JOC emphasizes the early
establishment of roles and clear lines of authority, careful documentation of stakeholder objectives,
open communication, and the creation of an integrated team from day one. We begin with a team
meeting and a collaborative assessment of objectives, existing conditions, expectations, and
access & safety issues that could impact our work and/or surrounding operations.
PM Lon Weaver will continue to serve as your main point of contact—coordinating with our
estimating and field oversight teams who will in turn manage work orders and deliveries from
suppliers, oversee subcontractors’ work, and interface with stakeholders on site as directed.
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCONSTRUCTION MANAGEMENT 21
1e. ROLES, RESPONSIBILITIES & ACCOUNTABILITY OF TEAM MEMBERS
As the most sought-after Job Order Contractor in the region,
FORMA has built a robust JOC Division that has the experience,
resources and proven systems in place to continue to serve the
City of Renton as a collaborative, expert partner. We are regularly
managing scores of work orders in various stages of completion on
sites throughout western Washington via a team of well-organized,
detail-oriented professionals.
CORPORATE EXECUTIVE JIM PHILLIPS, LEED AP
roles and responsibilities: overall client maintenance and
coordination, dispute resolution and contract negotiations, Renton
& FORMA corporate standards compliance, MWBE utilization
monitoring, work order client group meetings, closeout meetings
with user groups, resource allocation oversight and overall ongoing
assessment
PROJECT MANAGER LON WEAVER
roles and responsibilities: primary point of contact, general
contract oversight, staffing and manpower management, client
meeting attendance, existing conditions inspection, scope &
proposal package development, collaboration with subcontractors,
specialists, and vendors, budget analysis & reconciliation, systems
selection, specification development, RS Means estimating,
scheduling & pre-planning, closeout oversight
SUPERINTENDENT DARRELL MATUIZEK
roles and responsibilities: existing conditions inspections, logistics
planning, work order scheduling & sequencing, field personnel
allocation, submittal reviews, precon meetings with user groups,
planning & oversight, initial site safety orientations & on-going
safety inspections, oversight of subs, assistance & training as
necessary in the field, ongoing punchlist development, closeout &
user training
PROJECT ENGINEER JESSE TRUJILLO
roles and responsibilities: existing conditions documentation,
assistance with logistics planning & sequencing, assistance with
scope & proposal package development, review of work order
estimates & schedules, contract scheduling & pre-planning, QA
pre-installation site meetings, QA/QC forms & log maintenance,
installation inspections, daily oversight & CA, closeout &
commissioning management
STEVE HAGEN SAFETY DIRECTOR
roles and responsibilities: logistics planning, site-specific safety plan
development, implementation of site-specific plan & FORMA’s APP,
review of subcontractors’ site-specific safety plans & JHA’s, safety
forms & log maintenance, inspections & enforcement
Your FORMA JOC team will prepare multiple scope
options and phasing solutions based on existing conditions
and opportunities; City priorities, budget, and schedule
constraints
Our scalable JOC pipeline (detailed on
page 17 of this submittal) provides the proven
framework to manage the City’s contract at $4M
per year, and the flexibility to provide the same
attention and service if it is less than $1M/yr.
g
all JOC work is carefully estimated, planned and sequenced
in UW’s occupied medical facilities where FORMA has
successfully delivered multiple work orders—such as the
above $200K upgrades to UWMC’s specialized imaging
equipment & facilities
bike cage fabrication & installation at the Beacon Hill Link
Light Rail Station in Seattle, delivered under a Sound
Transit JOC work order
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCONSTRUCTION MANAGEMENT 22
1f. QUALITY CONTROL PROCEDURES
ASSURING BEST VALUE CONSTRUCTION
QUALITY & QC PLANNING
Issuing over $80M in subcontracts each year,
FORMA ensures the thorough, high-quality
execution of each scope of work by demanding
the same level of quality and responsibility that is
expected of our own self-performed scopes.
FORMA stresses four key elements in ensuring
quality on our JOC work orders:
1. SUBCONTRACTOR QUALIFICATION
FORMA’s QA program starts with matching scopes
of work to subcontractors that we know have the
expertise to be successful.
Subcontractors are thoroughly vetted to ensure
that they have a history of completing their work
safely with the highest level of craftsmanship and
professionalism and within the timeframe required
by our clients.
The wide range of project sizes and complexities in
JOC also means that our vetting process involves
finding right-size projects where new contractors can
build a strong reputation with our team before taking
on more complex work.
2. PRE-INSTALLATION MEETINGS
Jobsite QA is based on a series of meetings and forms maintained on each
project. Starting with the pre-installation conference, FORMA superintendents
and managers meet with the subcontractor’s foreman assigned to the project
to review the relevant plans and specifications, submittals, schedule durations,
site specific safety plans, crew sizes and logistics. This meeting sets the tone
and expectations for every team working on site.
3. ON-GOING REVIEW
While trades are underway, the Superintendent, PE/QA Manager, and Safety
Officer will provide ongoing observation and input on each subcontractor’s
performance and make adjustments to the schedule and crew size to maximize
the efficiency, quality and safety of each installation. Any concerns are tracked
on an ongoing contractor-specific deficiencies log. FORMA field personnel
verify equipment and material for compliance at delivery, observe installations,
and work closely with City and State inspectors. At a minimum, each week,
these three primary representatives meet with all subcontractors on site, and
those about to begin work, to discuss the sequencing and logistics required,
and how conflicts between trades can be minimized.
4. SUBCONTRACTOR CHECK-OUT
Before any trade can leave the site, they must perform a Subcontractor
Check-Out with our Superintendent. This is a final inspection where any
deficiencies from the ongoing punch list are confirmed to have been remedied.
FORMA requires that representatives from successive trades also attend these
walks to ensure there will be no disagreement between trades as the project
progresses.
On JOC work our PE/QA personnel and Superintendent take on the
responsibilities of Commissioning Lead and facilitate owner inspections and
training. By participating in the scope development process and the selection
of key systems and materials, including any mechanical equipment and
controls systems, this expert team member will provide valuable feedback on
how the products are designed to perform and how they interact. Because
our teams are planning for closeout as they develop the scope of work, key
commissioning deliverables such as owner training, special inspections for
warranties, and O&M deliverables are all explicitly called out in each work
order document. “ Their quality of work is among the best I have seen or worked with over
the years. And when the job is done, they are still there to work with you.
Bill McGregor, Former Director of Facilities Management
Saint Martin’s University, Lacey Washington - multiple work orders
FORMA Construction uses the RCW’s 10% self-performed work
allowance to find opportunities to embed our staff into a project to
better lead by example—even going so far to create compound crews
where we share labor resources and management with developing
companies on sensitive scopes of work.
g
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGENSURING OUR WORK ORDERS ARE
COMPLETED IN ACCORDANCE WITH
SPECIFICATIONS
We believe diligent pre-planning and ongoing
communication are the keys to successfully
managing quality control on multiple work order
sites with multiple subcontractors—and our
early, thorough investment in every detail of
these projects ensures that they are completed
precisely as they’ve been budgeted and
scheduled.
Wherever possible our JOC teams include
relevant project information as part of our
work order proposal packages. This may
include product data, manufacturers, color
selections, relevant warranty data or durations,
documentation of existing conditions, and/or
logistics plans and site information.
This compiled documentation ensures that
during any stage of construction any member
of our JOC team will know exactly what is being
done and what to expect when finished.
Led by proposed PM Lon Weaver and scrutinized
in the field by our PE, Superintendent, and
foremen, FORMA will develop and enforce
project-specific quality control plans for each
work order. The core of our JOC QC Plan centers
on Subcontractor Vetting, Pre-installation
Meetings & Submittal Review, Ongoing Review
for Deficiencies, and Project Check Out &
Deficiency Review.
Based on the high volume and short duration
of JOC work orders, once construction begins,
the key to success is assigning actionable items
with clearly defined responsibilities, roles, and
deadlines to keep the project on schedule and
moving forward.
Lon Weaver and Jesse Trujillo will be fully
involved in the construction administration
and document controls process, attending
preconstruction meetings and weekly progress
meetings. They will work in tandem with the
Superintendent on site to ensure and inspect
the work is implemented according to the work
order documents and industry standards. They
have the authority to direct the correction of any
defective work and the ability to replace any sub
from the project should it be warranted.
”
“At Lake Washington, the facilities department supplied the
painting materials and shortly after we began, it became clear it
wasn’t what the users had in mind. With the space scheduled to be
turned over the next day, our subs and field staff convened a quick
meeting with the owner’s group, provided alternative products,
and worked through the night to maintain the turnover schedule.
In this instance, we worked closely with the College Facilities
director and our subcontractors to gain additional panel space
and conduit routing locations to successfully complete the scope.
We then specifically detailed each item in the scope, including
quantities, sequence of work, and locations.
JOC WORK ORDER EXAMPLE
LAKE WASHINGTON
INSTITUTE OF TECHNOLOGY
CLASSROOM RENOVATION
Washington State DES JOC
ERIC LINDSTROM, SR PM
FORMA Construction
DEFICIENCY CORRECTION PROCEDURES
We take every precaution to ensure that we have thoroughly vetted our
subcontractors and have retained the most experienced and reliable team
possible for each JOC work order.
Prior to any official punchlist walkthrough, FORMA will have identified any
corrective items with our own rolling completion list. We strive for zero
corrections, however, should corrections be required we will document them
and notify the owner when completed.
In a rare instance that the performance of one of our subcontractors
is unsatisfactory, or we judge there is a deficiency in materials or
workmanship, FORMA will immediately document the circumstance and
correct the issue, as below:
CONSTRUCTION MANAGEMENT 23
JOC PROJECTS COMPLETED ON TIME & WITHIN BUDGET
Because we work so closely with Owners and subs as our JOC work order
packages are developed, every detail of the project is discovered, analyzed,
and quantified as a line item in the estimate. When owner’s objectives exceed
their budgets, we propose value engineering opportunities and assess
alternative approaches with specialists and local subcontractors.
To date, with 14 Job Order Contracts awarded and over $73M in JOC work
orders executed, our successful management of this work is documented
in our low number of change orders and near perfect record of on-schedule
delivery. Please see the table on page 28 of this submittal for a detailed
breakdown of each of FORMA’s Job Order Contracts.
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGWe will consult with our own team of
in-house designers and based on the
complexity of the scopes of work and
field conditions, we will evaluate:
Partnering with key subs and suppliers
who are experts in particular products or
scopes of work
Hiring an engineering firm, architect, or
specialist as necessary
Researching building code restrictions
Researching materials and methods for
specific scopes of work
Performing site surveys, utility locates,
field dimensioning, and/or potholing
Our JOC team members have decades
of hands-on experience in a wide range
of specialized project types and unique
scopes of work.
We have found that this depth of
expertise is particularly valuable on JOC
work, where little is communicated about
the project, drawings and specs are
limited, and schedules are tight.
LESS THAN 1%
OF OUR JOC
WORK ORDERS
COME WITH A
FULL SET OF
PLANS & SPECS
•
•
•
•
•
CONSTRUCTION MANAGEMENT 24
1g. DEVELOPING AND EXECUTING WORK WITHOUT PLANS & SPECIFICATIONS
More often than not our JOC jobs are
initiated with only a verbal description of
project objectives and proposed scope. It’s
up to our team to work in concert with the
Owner’s representative to begin to build
the scope and work plan from there.
”
“The City contacted our JOC team wanting to remodel the Permitting
area on the 6th floor of City Hall. We received a basic as-built pdf of the
current layout and met with the owner on site to document existing
conditions and discuss their objectives.
Based on this limited coordination, within a week we’d developed a
detailed work plan and diagrammed a renovation drawing for City review
and approval. Demolition, patching, painting, and electrical scopes were
completed during off-hours in this operational area of the occupied City
Hall building.
JOC WORK ORDER EXAMPLE
RENTON CITY HALL
6TH FL, PERMIT AREA REMODEL
City of Renton Job Order Contract
LON WEAVER, PROJECT MANAGER
FORMA Construction
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTING2. SUBCONTRACTOR MANAGEMENT ABILITY
In 2015 FORMA JOC teams managed over 350 work orders—all of which required
site investigation, comprehensive scope development, estimate building, design
coordination, and the management of multiple subcontractors at multiple sites.
IDENTIFYING AND SELECTING SUBCONTRACTORS
Subcontractor management at FORMA begins with a strict prequalification process in
which new vendors are vetted to identify potential risks or deficiencies. We carefully
review financial statements, letters of bondability, historical and current safety records
and corporate safety plans. Subcontractors that meet our criteria are entered into our
database and become available to provide pricing on bid packages and assist with
scope-development and estimate-building on specialized work orders as necessary.
Once a subcontractor has been selected and their price and qualifications have been
reviewed, we request a listing of their proposed tier subs and suppliers, a project-specific
site safety plan & JHA, and proposed staffing plan. The firm is then issued a subcontract
binding them both to the work order’s scheduled milestones and the FORMA QC
documentation and inspection program. In this way we are able to match each scope
with a responsible and reliable subcontractor on every JOC work order.
With a current database of hundreds of qualified subcontractors we maintain a legacy
of strong working relationships with construction professionals in local markets. By
identifying not only the most qualified companies, but also the best crews within
those firms, FORMA ensures that our work order teams are as strong as possible.
ASSISTING SUBCONTRACTORS
Our Project Administrators make the JOC
administrative requirements easier for
our subs by assembling an Information
Packet tailored to their needs at the
start of each new work order. The packet
contains all appropriate payroll forms
and instructions; in addition to links to
informative websites, and a project-
specific checklist.
FORMA posts retainage bonds on
every project—streamlining the
process and expediting payments for
our subcontractors. Additionally, we
often help trusted smaller subs make it
through challenging cash-flow phases
by advancing payment prior to receiving
owner funds, or by making payments
directly to subs and suppliers. By
monitoring the balances owed to tier
subs and suppliers, our system ensures
that any funds distributed on the project
actually pay for the work in place.
UNSATISFACTORY
SUBCONTRACTOR PERFORMANCE
Because our subs are so carefully vetted
and managed, and made aware of
FORMA standards and protocol before
work begins, our JOC teams rarely deal
with unsatisfactory performance. In
the infrequent case that a sub cannot
perform, our team will adjust that firm’s
role to a scope of work better in line with
their abilities. In the event this course of
action is not effective, we will document
the circumstances and replace them.
Our expansive database means
there is always a qualified contractor
ready to step in if a sub cannot meet
expectations.
As Prime, FORMA guarantees all work delivered under our Job Order
Contracts. As such, our JOC teams are careful to vet each subcontractor,
provide detailed project information in our bid packages with ample time for
review, and ensure that all scopes are scaled to the technical, financial, and
staffing capabilities of these firms.
g”
MANAGING SUBCONTRACTORS
FORMA uses the 10% self-performed work allowance to find opportunities to embed
our staff into a project to better lead by example—even going so far to create
compound crews where we share labor resources and management with developing
companies on sensitive scopes of work.
Before construction begins, each subcontractor participates in a pre-installation meeting
on site where all materials, milestones, and work components are reviewed and verified,
and standards of quality, safety, and behavior are established and documented.
During construction, FORMA crews provide ongoing observation and input on each
sub’s performance and make adjustments to the schedule and crew size to maximize
efficiency, quality and safety. At a minimum each week, we meet with the subcontractors
on site and those about to begin work to discuss the sequencing and logistics required,
and how conflicts between trades can be minimized.
Before any sub can leave the site they complete a thorough project walk-through
with the Superintendent verifying that on-going punchlist items for which their firm is
responsible have been completed.
CONSTRUCTION MANAGEMENT 25
AGENDA ITEM #2. a)
D PROFESSIONALPERSONNELD
PROFESSIONAL PERSONNEL
OUR PROPOSED TEAM IS COMPRISED OF JOC
EXPERTS WHO ARE ALREADY WORKING WITH THE
CITY OF RENTON
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGPROFESSIONAL PERSONNEL 26
QUALIFICATIONS
OF PROFESSIONAL
PERSONNEL
No team is better qualified for this work.
Already serving as the City’s Job Order Contractor, FORMA
Construction has redefined JOC contracting in the region—
adding value for our clients by putting hands-on, seasoned
construction experts in charge and offering a collaborative,
transparent process.
Managing these small scale renovation and construction
projects, collaborating with colleagues to facilitate incidental
design services quickly and efficiently, and coordinating the
work of multiple trades will require seasoned professionals
who have significant teaming experience, leadership skills,
and hands-on expertise. Our proposed JOC team members
have this experience in addition to a solid background in the
intricate JOC delivery process, and the City’s own preferred
practices and protocol.
FORMA President Jim Phillips will serve as Corporate
Executive on the City’s contract and will oversee our flexible,
scalable team from start to finish. Jim’s management plan
emphasizes dedicated lines of communication, proactive
planning and progress tracking, consistent client interface,
and a reliable network of key personnel and support staff
who will run day to day operations and preserve the project
memory.
Key among these experts are proposed PM Lon Weaver and
Project Engineer Jesse Trujillo who are already working with
Renton Departments to plan and execute more than $6M in a
wide variety of horizontal and vertical scopes under our current
Job Order Contract.
Superintendent Darrell Matuizek—with over 30 years of
hands-on field experience—will continue to bring his significant
technical expertise to the jobsite of each Renton work order—
ensuring the efficient facilitation of subcontracted and self-
performed scopes, and overseeing safety and quality assurance in
close collaboration with Safety Director Steve Hagen, recognized
as one of the top Safety Managers in the Pacific Northwest.
Each of our proposed team members brings proven Renton
JOC expertise in scope analysis and development, work order
planning, RS Means estimating, and subcontractor selection and
management—and we look forward to continuing to serve the City
of Renton.
Please find the full resumes of our proposed team members on the
following pages and an organizational chart on page 19 of this
submittal
YEARS OF
INDUSTRY
EXPERIENCE
JOB ORDER
CONTRACTING
EXPERIENCE
SIMILAR
TYPE
JOBSPROPOSED PERSONNEL
JIM PHILLIPS, LEED AP
CORPORATE EXECUTIVE
LON WEAVER
PROJECT MANAGER
DARRELL MATUIZEK
SUPERINTENDENT
JESSE TRUJILLO, LEED AP
PROJECT ENGINEER
STEVE HAGEN
SAFETY OFFICER
EXECUTING
WORK W/
MULT TRADES
CITY OF
RENTON JOC
EXPERIENCE
WORKING IN
OCCUPIED
FACILITIES
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
17
9
35
7
30
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGPRESIDENT, CORPORATE EXECUTIVE
FORMA President Jim Phillips has experience in all areas of the JOC
facilitation and management process—assessing and weighing in as
necessary on all company activities from the estimate building and scope
development of individual work orders to overall staffing projections and
resource allocation across multiple Job Order contracts.
His relevant experience includes work with the City of Renton, and JOC work
orders in King, Pierce, Snohomish, and Thurston Counties; as well as complex,
award-winning community centers, civic buildings, and infrastructure projects
for public agencies and transit authorities.
With excellent facilitation, leadership, and communication skills, Jim is
proficient in all aspects of overall project facilitation, and regularly oversees
the management of multiple projects at multiple sites across the region.
EDUCATION
UW, Master of Business Administration
Wheaton College, Bachelor of Science, Physics
USGBC LEED AP
RELEVANT PROJECT EXPERIENCE
STATE OF WA JOB ORDER CONTRACTING - NW REGION & STATEWIDE
WA State Department of Enterprise Services, various locations statewide
CITY OF RENTON JOB ORDER CONTRACTING
City of Renton Facilities Division, various locations
SOUND TRANSIT JOB ORDER CONTRACTING
Sound Transit, primarily sites in Seattle Washington
WSDOT JOB ORDER CONTRACTING
Washington State Department of Transportation, various locations statewide
KING COUNTY JOB ORDER CONTRACTING
King County, sites throughout King County Washington
CITY OF EVERETT JOB ORDER CONTRACTING
City of Everett, various locations
UNIVERSITY OF WASHINGTON JOB ORDER CONTRACTING
University of Washington Capital Projects, various locations statewide
CITY OF SEATTLE JOB ORDER CONTRACTING
City of Seattle Purchasing & Procurement, various locations statewide
CITY OF BELLEVUE JOB ORDER CONTRACTING
City of Bellevue Contracting Services, Bellevue Washington
ON-CALL WORK ORDERS AT WOODLAND PARK ZOO
Woodland Park Zoo, Seattle Washington
SNOHOMISH COUNTY JOB ORDER CONTRACTING
Snohomish County Purchasing, sites throughout Snohomish County WA
• Oversight of 700+ JOC work orders to date
• City of Renton Job Order Contracting experience
• Proficient in all phases of JOC contract oversight
staffing allocation, planning and facilitation
• Commitment to Small & MWBE subcontracting and
meaningful mentorship
EXPERIENCE & STRENGTHS
JIM PHILLIPS, LEED AP
PROFESSIONAL PERSONNEL
installation of a custom fabricated “W” crash barrier
on UW’s Tacoma campus under our University of
Washington Job Order Contract
our State JOC team collaborated with DES stakeholders
& Seattle Central College, user groups at Seattle
Vocational Institute, and 12 subcontractors to deliver
this build-out housing classrooms & childcare space
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGPROJECT MANAGER
Already working in King County running the Job Order Contract for the City
of Renton, Project Manager Lon Weaver is a skilled construction professional
with more than nine years of industry experience and a strong background in
Job Order Contracting in both vertical and horizontal scopes.
Lon’s experience includes detailed line item takeoffs and development of
line-item estimates, scope creation, implementation and verification; as well
as preparing bid documents for subs, assembling subcontractor quotes for
review and procurement, and verifying all subcontractor safety and reference
information. Lon is also regularly responsible for Quality Assurance and
manages our proven, JOC-specific QA/QC processes on site in tandem with
our Superintendents and field oversight personnel.
Lon works easily with clients and colleagues to define project parameters
and detail scopes of work, and has the right combination of targeted
experience to benefit our team. He will work in tandem with City
stakeholders, client/user groups, and FORMA site supervisors to oversee the
staffing, scheduling, and pricing of all work orders, as well as the day-to-day
construction operations and he will attend all joint scope meetings.
EDUCATION
Renton Technical College, 2-Year Industrial Certificate
OSHA 30 Trained and Current, First Aid/CPR certified
ASHE Healthcare Construction (HCC) training
Hazardous Materials/Wastes Management Workshops, Lead & Asbestos
RELEVANT PROJECT EXPERIENCE
CITY OF RENTON JOB ORDER CONTRACTING
City of Renton Facilities Division, various locations
CITY OF BELLEVUE JOB ORDER CONTRACTING
City of Bellevue Contracting Services, Bellevue Washington
CITY OF SEATTLE JOB ORDER CONTRACTING
City of Seattle Purchasing & Procurement, various locations statewide
STATE OF WA JOB ORDER CONTRACTING - NW REGION & STATEWIDE
WA State Department of Enterprise Services, various locations statewide
KING COUNTY JOB ORDER CONTRACTING*
King County, sites throughout King County Washington
UNIVERSITY OF WASHINGTON JOB ORDER CONTRACTING*
University of Washington Capital Projects, various locations statewide
LAKE WASHINGTON SCHOOL DISTRICT JOB ORDER CONTRACTING *
Lake Washington School District, various locations
* project completed with previous employer
• In-depth knowledge of JOC, RCW regulations
• Proficient in all phases of JOC work order
management, estimating, scheduling & staffing
• Over 95 JOC work orders planned & managed
• Understands the fluctuating Renton market
conditions that affect work order pricing
EXPERIENCE & STRENGTHS
LON WEAVER
PROFESSIONAL PERSONNEL
comprehensive T/I of the Renton City Attorney’s offices,
preformed under our Renton Job Order Contract
paving & landscaping scopes performed at a local park
under a City of Renton JOC work order
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGSUPERINTENDENT
With nearly 35 years of hands-on experience, Superintendent Darrell Matuizek
regularly manages phased, complex construction on occupied sites where
safety, deliveries, limited access, and the tieing-in of new systems into existing
conditions can be challenging. He has a strong background in the public
sector and adds value to his project teams through expert existing conditions
analysis, logistics planning, and the sequencing of construction activities
around delicate adjacent operations in sensitive, occupied facilities.
A critical member of our current Renton Job Order Contracting program,
Darrell works regularly in this fast-paced, coordination-heavy, on-call delivery
system—which involves expert logistics planning, detailed construction phase
sequencing, and on-going, open communication with multiple tenants, user
groups, and Owner stakeholders.
EDUCATION
Darrell’s training comes from apprenticeships, years of hands-on field
experience, and scores of successfully completed projects.
RELEVANT PROJECT EXPERIENCE
CITY OF RENTON JOB ORDER CONTRACTING
City of Renton Facilities Division, various locations
STATE OF WA JOB ORDER CONTRACTING - STATEWIDE
WA State Department of Enterprise Services, various locations statewide
CITY OF SEATTLE JOB ORDER CONTRACTING
City of Seattle Purchasing & Procurement, various locations statewide
CITY OF BELLEVUE JOB ORDER CONTRACTING
City of Bellevue Contracting Services, Bellevue Washington
PROVIDENCE EVERETT CLINIC & LIBERTY HALL AT EVERETT CC
WA State Department of Enterprise Services & EVCC, Everett Washington
HEALTH SCIENCES BUILDING AT NORTH SEATTLE COLLEGE
WA State Dept of Enterprise Services & N Seattle College, Seattle WA
TEKNION SHOWROOM BUILD-OUT
Diversification Inc, Seattle Washington
MULTIPLE T/I’s, RENOVATIONS AT SEATTLE CANCER CARE ALLIANCE *
Seattle Cancer Care Alliance, Seattle Washington
RENOVATIONS & BUILD-OUTS AT MULTIPLE HARBORVIEW LOCATIONS *
Harborview Medical / UW Medicine, Seattle Washington
* project completed with previous employer
• Current City of Renton JOC experience
• Extensive technical knowledge
• Nearly 35 years of hands-on experience
• Management of deliveries, schedules & complex
construction on occupied, challenging sites
• Experience working with design teams, stakeholders,
Inspectors, and public facilities personnel
EXPERIENCE & STRENGTHS
DARRELL MATUIZEK
PROFESSIONAL PERSONNEL
Darrell’s kindness, professionalism and
attention to detail was exemplary. It is rare to find an
individual who truly loves doing what he does and it
certainly showed in how Darrell began and completed
our project. The end product is a testimony to his skills,
abilities and desire to do his very best.
Dr David-Paul Zimmerman, Head of Schools
Amazing Grace and Renton Preparatory Schools
“
build-out of new school facilities for the Amazing Grace
Lutheran Church, delivered under a City of Renton JOC
work order
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGPROJECT ENGINEER
Already supporting our current Job Order Contract with the City of Renton,
Project Engineer Jesse Trujillo is a skilled construction professional with
extensive JOC facilitation experience and a strong background in both
vertical and horizontal scopes.
Jesse’s experience includes detailed line item takeoffs and development of
line-item estimates, scope creation, implementation and verification; as well
as preparing bid documents for subs, assembling subcontractor quotes for
review and procurement, and verifying all subcontractor safety and reference
information. Jesse is also regularly responsible for Quality Assurance
and will continue to work in tandem with proposed PM Lon Weaver and
Superintendent Darrell Matuizek to implement our proven, JOC-specific QA/
QC processes in accordance with City practices.
Jesse works easily with clients and colleagues to define project parameters
and detail scopes of work, and has the right combination of targeted
experience to benefit our team. He will continue to work closely with Renton
personnel and FORMA site supervisors to support the staffing, scheduling,
and pricing of all work orders, as well as the day-to-day construction
operations and he will attend all joint scope meetings.
EDUCATION
University of New Mexico, Bachelor of Science, Construction Management
USGBC LEED AP
RELEVANT PROJECT EXPERIENCE
CITY OF RENTON JOB ORDER CONTRACTING
City of Renton Facilities Division, various locations
STATE OF WA JOB ORDER CONTRACTING - STATEWIDE
WA State Department of Enterprise Services, various locations statewide
CITY OF EVERETT JOB ORDER CONTRACTING
City of Everett, various locations
CITY OF SEATTLE JOB ORDER CONTRACTING
City of Seattle Purchasing & Procurement, various locations statewide
SNOHOMISH COUNTY JOB ORDER CONTRACTING
Snohomish County Purchasing, sites throughout Snohomish County WA
• Expert facilitation of dozens of JOC work orders
• Current City of Renton JOC experience
• Proficient in all phases of JOC contract support
Means estimating, procurement, field oversight
• Experience interfacing with designers, owners, users,
subcontractors, inspectors and facilities personnel
EXPERIENCE & STRENGTHS
JESSE TRUJILLO, LEED AP
PROFESSIONAL PERSONNEL
remodel of the permitting area at Renton City Hall,
executed under a Renton JOC work order
our proposed JOC team managed this structural
demolition, grading, and painting work order for the City
of Renton
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGSAFETY DIRECTOR
Recognized as one of the top Safety Managers in the Pacific Northwest, Steve
has been in the construction industry for 30+ years and is a collaborative and
committed team member, a thorough and detail-oriented Safety Officer, a
mentor and an asset to his project teams.
Under Steve’s guidance FORMA Construction has cultivated and maintained
a JOC-specific Safety Program that has some of the best safety metrics in
the region. He works closely with our field teams on site at each work order
to ensure that all OSHA/WISHA, FORMA, and site-specific safety issues are
adequately addressed prior to commencing construction operations, and
throughout the construction process. He performs ongoing independent site
safety inspections and maintains extensive safety documentation and records
for each JOC work order, based on the Work Order Safety program we’ve
developed.
With more than thirty years of construction experience in functioning facilities
and on occupied sites, Steve is an expert in safe working environments that
keep users, field crews, and visitors safe and minimize the loss of time and
materials.
EDUCATION
South Puget Sound CC, Business Administration
RELEVANT PROJECT EXPERIENCE
STATE OF WA JOB ORDER CONTRACTING - NW REGION & STATEWIDE
WA State Department of Enterprise Services, various locations statewide
CITY OF RENTON JOB ORDER CONTRACTING
City of Renton Facilities Division, various locations
SOUND TRANSIT JOB ORDER CONTRACTING
Sound Transit, primarily sites in Seattle Washington
KING COUNTY JOB ORDER CONTRACTING
King County, sites throughout King County Washington
CITY OF EVERETT JOB ORDER CONTRACTING
City of Everett, various locations
UNIVERSITY OF WASHINGTON JOB ORDER CONTRACTING
University of Washington Capital Projects, various locations statewide
CITY OF SEATTLE JOB ORDER CONTRACTING
City of Seattle Purchasing & Procurement, various locations statewide
CITY OF BELLEVUE JOB ORDER CONTRACTING
City of Bellevue Contracting Services, Bellevue Washington
ON-CALL WORK ORDERS AT WOODLAND PARK ZOO
Woodland Park Zoo, Seattle Washington
SNOHOMISH COUNTY JOB ORDER CONTRACTING
Snohomish County Purchasing, sites throughout Snohomish County WA
• 30+ years of industry experience
• A top Safety Manager in the Northwest
• Average EMR of .7145 over the past 5 yrs
• Experience overseeing safe working conditions in
occupied facilities on 700+ JOC work orders
EXPERIENCE & STRENGTHS
STEVE HAGEN
PROFESSIONAL PERSONNEL
OSHA 500 Trainer
Forklift Operator Trainer
First Aid & CPR Training
Asbestos & Lead Awareness Trainer
Scaffold User Hazard Awareness Training
3M Fire Protection products training
OSHA 30 Hour Training
Hazardous Waste Operations and Emergency
Response Supervisor
Certified to Conduct Qualitative Respirator
Fit Tests
8 Hour Dangerous Waste Mgmt Training
Dept of Ecology
Accident Investigation Workshop
Sling & Rigging Certified
Trench & Excavation
2.5 Day, 20 Hour Fall Protection
REGISTRATIONS & LICENSES
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGBeing a Job Order Contractor means understanding the budget
and schedule constraints of the owner up front. Because we
develop the scopes of work, and have the opportunity to create
strong logistics plans, the burden of maintaining the budget
and schedule rests squarely on our shoulders. Our work order
estimates and project schedules are assessed and adjusted daily
by the site Superintendent, and weekly by the full JOC team
during our regular JOC oversight meetings; where progress is
carefully monitored and resources are shared across all JOC
contracts.
WORK ORDER MANAGEMENT TOOLS
FORMA’s proven management tools for JOC are both web-
hosted project management systems—like Prolog, Bluebeam, and
Viewpoint—and traditional forms, checklists and key deliverables
that must be maintained on each work order. A partial list of these
include:
Contract Administration Checklist: a comprehensive list of the
paperwork, owner-specific forms, and filings that are required to begin
each new work order along with their deadlines and frequency
Work Order Proposal Packages: the consistent set of clear and
concise materials we submit to an owner detailing existing conditions,
user objectives, assumptions & exclusions, schedules, estimate
breakdowns and support materials to lay the ground work for a
successful work order
Work Order Preconstruction Checklists: completed by all subs
before work starts on site to ensure all necessary paperwork has been
submitted, and that every individual on site fully understands the
requirements of working on a FORMA JOC job
Daily Activity Reports and Field Change Request Forms carefully
track and document work order progress and changes on site,
creating a history of the project
Hands-on field leadership: weekly site meetings, on-going
inspections, and maintenance of project-specific forms and logs
by our seasoned construction professionals ensure the safety and
quality of all installations
As the JOC Contractor for the City of Renton, we consider
ourselves part of the Owner’s team, and as such we are
collaborative advocates for your objectives.
We build our work order proposals, estimates, and schedules
with you in an open, transparent process around the confines
of your budgetary restraints and compressed schedules.
There are no expensive surprises or unexpected schedule
extensions in our JOC work because every detail of the
project has been discovered, analyzed, and quantified ahead
of time, and approved by you before work begins.
Our Means estimates are not based off of templates
or linked activities designed to maximize the cost of
the work order. FORMA JOC estimating is an ‘opt-in’
system that starts with a clean sheet for every project,
ensuring that only relevant costs are captured—
providing owners with a transparent budgeting process.
g
PROFESSIONAL PERSONNEL 27
2. JOC PROJECT MANAGEMENT, ESTIMATING & SCHEDULING
DEVELOPING ACCURATE WORK ORDER ESTIMATES
Our JOC teams successfully price work orders everyday—
creating transparent estimates with Timberline, WinEst and
CostWorks.
Our estimates are organized to show clear correlation
between specific, stand alone scopes of work, so that
our clients can prioritize and understand the budget
implications of every decision. When scope is added or cut
during preconstruction, it becomes an immediate and simple
adjustment that the client can see and understand.
Our early analysis and proactive planning sets realistic
expectations, develops clearly defined objectives, and ensures
that we adhere closely to the budgets of our JOC work orders.
The State DES work order above involved modifications to the
return desk at Highline Community College’s Library. Our JOC
personnel priced the work quickly to expedite the job and work
was completed in just over a month at our original estimate
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGFORMA JOC SCHEDULES & BUDGETS AT A GLANCE
To date, with fourteen Job Order Contracts awarded; and over $73M in work orders executed, our successful management of JOC work is
evident below in our low number of change orders and nearly perfect record of on-schedule delivery. Please note “change orders” in Job
Order Contracting are more often than not a mechanism for Owners to add scope to their projects once construction is underway, rather
than an indication of omitted scopes or even unforeseen conditions.
Our JOC experts will build work order
schedules with you in an open, transparent
process around the requirements of your
facilities personnel and tenant groups.
Surprises, delays and extensions are rare
in our JOC work because every detail
of the project has been discovered,
analyzed, and quantified ahead of time by
veteran construction professionals, and
approved by you before work begins.
g”
DEVELOPING & ENSURING RELIABLE JOC SCHEDULES
Developed in MS Project or P6, our JOC work order schedules and sequencing
plans remain flexible tools, with work tasks tied to cost implications that can be
easily adjusted as changing field conditions require.
As an experienced JOC contractor, we have come to expect the logistical
and scheduling challenges that come with this type of work, and we have the
proven expertise to anticipate and manage them. FORMA JOC Superintendents
integrate their detailed logistics plans into the work order’s CPM schedule, so
that work tasks are tied to schedule implications that can be easily adjusted as
changing field conditions require. Long lead items, milestones, inspections and
critical work zones are identified and proactively flagged before they can bog
down progress.
Our early, thorough investment in every detail of these projects generates
detailed, line item schedules that are diligently maintained and assessed
everyday by the PM and Superintendent. Each work order is also evaluated
via FORMA’s overall resource schedule where projects are tracked from
preconstruction through closeout, progress is monitored, and resources are
shared across contracts. This allows FORMA to manage the needs and mitigate
the risks of our clients from the perspective of a pipeline of work, not as just a
single work order at a time.
TOTAL
$ VALUE OF
WORK ORDERS
TOTAL
$ VALUE OF
CHANGE ORDERS
% OF WORK ORDERS
COMPLETED
ON SCHEDULEFORMA JOC CONTRACTS
# OF
WORK
ORDERS
UW JOC NO. 1
STATE OF WA DES JOC NO. 1
CITY OF SEATTLE JOC NO. 1
CITY OF BELLEVUE JOC NO. 1
CITY OF RENTON JOC
SOUND TRANSIT JOC
STATE OF WA DES JOC NO. 2
CITY OF SEATTLE JOC NO. 2
KING COUNTY JOC
WSDOT JOC
CITY OF BELLEVUE JOC NO. 2
CITY OF EVERETT JOC
UW JOC NO. 2
SNOHOMISH COUNTY JOC
TOTALS:
$11,729,020
$9,254,022
$11,485,967
$3,747,968
$6,088,336
$2,116,271
$10,587,001
$7,768,878
$4,232,881
$942,512
$716,092
$1,093,162
$3,505,021
$45,252
$73,312,383
$2,675,868
$90,564
$1,073,018
$35,179
$663,704
$176,314
$924,186
$299,871
$89,141
$17,375
$19,048
$28,706
$8,200
$0
$6,101,174
96
149
107
47
74
18
145
47
45
5
13
12
21
2
781
97%
99%
98%
100%
100%
100%
99%
100%
100%
100%
100%
100%
100%
100%
99.5%
TOTAL
$ VALUE
VARIANCE %
22.81%
0.98%
9.34%
0.94%
10.9%
8.33%
8.73%
3.86%
2.11%
1.84%
2.66%
2.63%
0.23%
-
8.32%
PROFESSIONAL PERSONNEL 28
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGPROFESSIONAL PERSONNEL 29
3. ORGANIZED LABOR UNIONS AND JOB ORDER CONTRACTING
FORMA Construction Company is signatory with the Carpenter and Laborer unions and is well acquainted with the procedures and
expectations of organized labor in the public works arena. In addition, we are members of other local and regional organizations with their
own high standards and further utilization requirements, and have no problem following all necessary protocol and meeting these criteria.
We employ a diverse group of tradespeople—from apprentices to the most seasoned craftsmen, and we maintain an internship program
that has provided opportunities to aspiring construction professionals from community college to university level students. Roughly 15% of
all our labor is provided by Apprentices.
FORMA’s current Job Order Contract for Sound Transit is facilitated under a Project Labor Agreement, and we have managed over thirty
projects at SeaTac Airport over the years that were also subject to PLA’s. In all instances, FORMA teams with labor groups to efficiently
facilitate the PLA and Owner’s own preferred practices and run multiple subcontracted scopes without incident.
Following are FORMA’s estimated rates of union participation on each of our Job Order Contracts:
UNION
LABOR
UTILIZATION
FORMA JOC CONTRACTS
UW JOC NO. 1
STATE OF WA DES JOC NO. 1
CITY OF SEATTLE JOC NO. 1
CITY OF BELLEVUE JOC NO. 1
CITY OF RENTON JOC
SOUND TRANSIT JOC
STATE OF WA DES JOC NO. 2
40%
43%
35%
45%
30%
60%
25%
20%
45%
35%
45%
60%
30%
50%
FORMA JOC CONTRACTS
CITY OF SEATTLE JOC NO. 2
KING COUNTY JOC
WSDOT JOC
CITY OF BELLEVUE JOC NO. 2
CITY OF EVERETT JOC
UW JOC NO. 2
SNOHOMISH COUNTY JOC
UNION
LABOR
UTILIZATION
FORMA crews coordinated the fabrication and installation of a custom bronze UW “W” in front of the new University of Washington light rail
station at Montlake—just in time for the grand opening events to celebrate the new ULink Extension
AGENDA ITEM #2. a)
E MWBE OUTREACH & PARTICIPATION PLANE
MWBE OUTREACH & PARTICIPATION
FORMA HAS DELIVERED OVER 750 JOC WORK
ORDERS IN WESTERN WASHINGTON—ALL
IN PARTNERSHIP WITH QUALIFIED LOCAL
SUBCONTRACTORS IDENTIFIED VIA OUR PROACTIVE
OUTREACH & MENTORSHIP PROGRAM
FORMA Construction was named the 2015 Champion of Inclusion
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGINDIVIDUALS WITH THE AUTHORITY AND
RESPONSIBILITY TO IMPLEMENT THE PLAN
Because no team member is more invested in the
definition of scopes, or more directly involved in the
selection and oversight of subcontracting firms, as PM,
Lon Weaver will be involved in the daily management of
each work order and best positioned to ensure that our
Program is ingrained in how we approach all facets of
our JOC work, at all stages of the process.
contact: Lon Weaver, Project Manager
Jim will oversee the development and implementation of
the Plan, monitor its progress in collaboration with Lon,
and will be responsible for its ultimate success.
contact: Jim Phillips, President
Coaching and mentoring small and historically under-
utilized firms in the construction industry has long
been a key to FORMA Construction’s competitiveness
and strength. By identifying developing companies
with great potential, we look for opportunities to help
them become more successful and grow into seasoned
subcontractors with whom we can partner for years to
come.
Job Order Contracting provides an ideal framework for
us to match disadvantaged and small businesses to
scopes of work that can easily scale to their abilities,
and gives our JOC team opportunities to mentor these
businesses and enhance their long-term success in the
industry.
We will continually monitor the OMWBE, SBA and VOB online
directories; as well as the L&I prevailing wage filings of other JOC &
IDIQ contracts to identify certified businesses with whom we could
potentially team on this contract.
We will break down subcontracting bid opportunities into smaller,
trade-specific packages to encourage participation.
We have developed and regularly send out our Invitation to
Subcontract form that includes business status information. In this
way we continue to grow and maintain a strong database of certified
firms on which to call. (attached here for your review)
We will call and email local small, MWBE, and veteran-owned subs
about each bid opportunity—providing adequate time & information.
We will set project-specific goals for each work order based on the
scopes of work and what our historical participation has been for
that scope of work—ensuring that our goals are achievable.
We will include guidelines and directions in our subcontract
packages to help our subcontractors understand & file Certified
Payroll, insurance certificates, and other documentation to make
contract compliance easy.
We will offer training and support in the field as necessary, involving
our own forces, and/or forming compound crews in order to lead by
example.
We will offer our subcontractors help developing their estimating
and bidding processes through hands-on assistance pricing scopes
of work and through examples of our pricing processes.
We will offer our subcontractors help refining their corporate
and site specific safety plans, QC systems, and Operations and
Maintenance manuals through examples of our own materials.
Guaranteeing Subcontractor’s Creditor Agreements
Offering weekly progress payments
Providing flexible retainage agreements
•
•
•
•
•
•
•
•
•
•
•
STRATEGIC APPROACHES & METHODOLOGY FORMA
CONSTRUCTION USES TO ENSURE THE EQUITABLE SPREAD
OF SUBCONTRACTING OPPORTUNITIES
The sidebar at right identifies the specific measures FORMA
will take to reach out to and ensure the equitable spread of
subcontracting opportunities.
FORMA IS OPEN TO PROVIDING FINANCIAL SUPPORT TO
OUR SUBCONTRACTORS ON A CASE BY CASE BASIS BY:
Following are some of the events we plan to take part in in each
year of our JOC contract to reach out to small and historically
under-utilized businesses. We will:
host a table at the annual Regional Contracting Forum
host our annual JOC Subcontractor Appreciation Lunch
exhibit at the Blue Book Building & Construction Network Showcase
•
•
•
CITY OF RENTON JOC INCLUSION GOALS:
MBE goal 10%
WBE goal 10%
MWBE OUTREACH & PARTICIPATION 30
MWBE
OUTREACH AND
PARTICIPATION
PLAN
D
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGTEAM MEMBER RESPONSIBLE FOR
ASSISTING SUBCONTRACTING FIRMS IN THE
ESTIMATING & BIDDING PROCESS
We offer both general best-practices and project-
specific bidding & estimating assistance to subs that
request it. It’s been our experience that providing
training on bid procedures, documentation and project
work packages has been an effective way to help
MWBE companies looking to make the move to public
contracting. As a member of both the Laborer’s and
Carpenter’s Unions we employ a diverse group of
tradesmen—from apprentices to the most seasoned
craftsmen. FORMA Construction also has an internship
program that has provided opportunities to aspiring
construction professionals from community college to
university level students.
contact: Lon Weaver, Project Manager
TEAM MEMBER RESPONSIBLE FOR
COMMUNICATING TO & TRAINING STAFF ON
POLICIES RELATIVE TO THE PLAN
FORMA’s policies and procedures will be reviewed at
issuance of the first work order, and as employees are
assigned to this contract. The Plan itself is reviewed
internally twice a year.
contact: Melissa Ashcraft, HR Director
TEAM MEMBER RESPONSIBLE FOR HANDLING
DISPUTES WITH MWBE SUBCONTRACTORS
While conflict may be an inevitable part of the
creative and construction process, FORMA’s attitude
toward resolution starts by keeping the facts of every
situation clear and organized, and making sure all
parties are working off the same information. Heated
disagreements are all too often based on simple
misunderstandings. FORMA views the contractual
claims process as a tool for all parties to stay organized
and accountable to each other, and most importantly,
as a motivator to meet and discuss issues as they arise.
Many MWBEs are often technically sound at the
jobsite level, but many lack the experience to follow
contractual requirements, such as certified payroll,
notices of changed conditions, or pre-lien notice
filing. Every FORMA subcontract contains explicit
instructions for all such basic contract requirements.
As with all subcontractor or supplier disputes, MWBE
disputes will be dealt with both by the project manager,
and the principal in charge of the project.
contact: Jim Phillips, President
TEAM MEMBER RESPONSIBLE FOR MONTHLY REPORTING OF
PAYMENTS MADE TO MWBE SUBCONTRACTORS
FORMA will also be tracking tier subcontractor certification. Our contracts
mandate that we are to be notified of all tier subcontractors providing any
labor or materials on any of our jobs, we then determine their MWBE status
to ensure that all reporting is accurate.
contact: Lon Weaver, Project Manager
TEAM MEMBER RESPONSIBLE FOR ENSURING PROMPT
PAYMENT TO MWBE SUBCONTRACTORS
As a general course of good business practices, FORMA Construction
ensures the prompt payment of each subcontractor, vendor, and
consultant that teams with us on our projects. As JOC Work Orders
are typically of short duration, the work can often occur faster than the
required paperwork. FORMA tries to expedite this by posting retainage
bonds for every Job Order Contract to minimize the number of billings that
subcontractors have to process and expedite their payment. Additionally,
we are open to helping smaller businesses make it through challenging
cash-flow phases by advancing payment prior to receiving owner funds,
paying weekly, or by making payments directly to subs and suppliers.
contact: Lon Weaver, Project Manager
MONITORING PROGRESS & ADJUSTING THE STRATEGY
We identify scope opportunities for MWBEs early in the pre-planning
process of each work order and work with the team to develop project
specifications that support our MWBE Plan. This effort, coupled with our
outreach activities and QC procedures, ensures that MWBE companies
are aware of bid opportunities, have scopes of work that are manageable/
biddable and have the support to perform their work from material
procurement through the installation phase.
Evaluation of each work order is important in achieving MWBE goals.
Our MWBE pre-planning effort includes analysis of MWBE opportunities,
MWBE Utilization Plan Development, MWBE Bid Opportunity Pre-
notifications, MWBE Project Informational Meetings, MWBE Pre-bid
Meetings and MWBE Post Bid participation reporting.
The MWBE Project Informational Meeting has been an effective tool in
encouraging participation. We partner with local MWBE administrators to
host informational meetings and/or webinars where we can discuss bidding
procedures, schedules, project scopes and field open questions. We also
use these meetings as an early gauge of the effectiveness of our outreach
efforts and adjust as necessary to ensure participation.
OTHER MEASURABLE STEPS
A unique component of our Plan is our own internal objective
of contracting with at least one qualified new firm on each work
order we run. By pushing ourselves to expand our qualified pool of
business partners in this way, we are able to spread the subcontracting
opportunities more generously and identify a greater number of firms that
may be eligible for MWBE certification.
MWBE OUTREACH & PARTICIPATION 31
AGENDA ITEM #2. a)
FORMA is an equal opportunity
employer, soliciting bids
from all subcontractors and
suppliers, including minority,
disadvantaged, & woman-
owned businesses; service
disabled veteran owned firms;
and emerging small business
enterprises.
INVITATION TO SUBCONTRACT
Directions: Fill out all fields below to the best of your ability. Lack of experience in any particular area will not preclude you from
working with us—we can offer assistance and training. Attach additional sheets as necessary.INVITATION TO SUBCONTRACTCOMPLETE THIS FORM TO BE ADDED TO FORMA’S DATABASE OF SELECT FIRMS
prime/GC
subcontractor
prime/GC
subcontractor
prime/GC
subcontractor
CONTACT & FIRM INFORMATION
firm name: date:
contact person & title:
phone: email:
my firm is a certified: (please check all that apply)
EXPERTISE
What primary scopes of work does your firm typically perform? (ie: framing, roofing, painting, landscaping)
PROJECT EXPERIENCE
List a maximum of 3 projects your firm has completed in the past 5 years. (Public Agency experience preferred):
name of project and owner:
reference name & phone of owner or GC:
scopes performed by your firm: $ value of work performed:
name of project and owner:
reference name & phone of owner or GC:
scopes performed by your firm: $ value of work performed:
name of project and owner:
reference name & phone of owner or GC:
scopes performed by your firm: $ value of work performed:
GENERAL EXPERIENCE (please check the box if “yes”)
Has your firm worked on projects subject to WA State Prevailing Wage Laws?
Has your firm managed certified payrolls?
Has your firm been asked to provide certificates of insurance?
Is your firm bondable? to what dollar value? what is your bond rate?
Does your firm have a written corporate safety plan?
Has your firm prepared site-specific safety plans on past projects?
Does your firm have a drug and alcohol prevention program including pre-employment & random screenings?
Please list your firm’s Experience Modification Rate for the most recent three years:
2015: 2014: 2013:
yes!
please alert my
firm of upcoming
bid opportunities
estimating@formacc.com
OLYMPIA & SEATTLE WA
P 360.754.5788 P 206.626.0256
CONSTRUCTION
info@formacc.com
WBE (woman-owned) MBE (minority-owned) DBE (disadvantaged business enterprise)
VOB (veteran-owned business) SBA (small business)
certification no. SCS (King County small contractor & supplier)
D
AGENDA ITEM #2. a)
F
CITYSHIP & OFFICE LOCATION
F CITYSHIP &OFFICE LOCATIONHEADQUARTERED IN SOUTH SEATTLE, FORMA WORKS
REGULARLY IN RENTON—INCLUDING AS THE CITY’S
JOB ORDER CONTRACTOR FOR THE PAST 3 YEARS
,
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCITYSHIP & OFFICE LOCATION
CITYSHIP, OFFICE LOCATION 32
In addition to our Renton JOC contract, FORMA has worked extensively
with the Renton School District, as well as Renton health care providers
and local business owners.
Located adjacent to Century Link Field in south Seattle at:
1016 1ST AVE SOUTH
SEATTLE WA 98134,
FORMA is less than 15 miles from Renton City Hall.
FORMA is one of the largest and most active GCs in the
greater Seattle Metropolitan area and
THE CURRENT JOB
ORDER CONTRACTOR
FOR THE CITIES OF
RENTON & SEATTLE,
KING COUNTY, AND
THE STATE OF WA.
Consequently, FORMA personnel are delivering horizontal
and vertical JOC scopes for a wide range of City
Departments, State agencies, Community Colleges, transit
authorities, and user groups on sites across the region
everyday—executing more than $6M in JOC work for the
City of Renton alone.
Our local presence and experience not only assures that
our JOC teams respond quickly anywhere in the City; it
means that we understand how to mitigate the access,
safety and logistical challenges that come with working in a
major metropolitan area; and it means we have a thorough
understanding of local building codes, regulations, and
restrictions specific to the City of Renton. We have built
lasting relationships in the local labor and subcontracting
markets, and we maintain a carefully-curated database
of hundreds of local subcontractors—many of whom
are highly qualified MWBEs, already familiar with the
processes and protocol of Job Order Contracting.
In our facilitation of JOC work orders, we begin by
identifying the critical scopes and seeking out local experts
to advise and provide reliable, current costing information.
Our extensive database of trusted design professionals
and subs ensures that our Means estimates are developed
detail by detail based on knowledgable competitive
pricing—even on the most specialized systems.
AGENDA ITEM #2. a)
G
WORKLOAD
G RECENT, CURRENT & PROJECTED WORKLOAD“IT WAS TRULY A TEAM EFFORT BETWEEN THE CITY
AND FORMA BUT BOTH YOU AND YOUR SUBS WENT
ABOVE AND BEYOND TO MAKE THIS HAPPEN.”
Michael Nolan, AIA, Facilities Coordinator, City of RentonMill Avenue Emergency Sidewalk Repair JOC work order
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGRECENT, CURRENT &
PROJECTED WORKLOAD
WORKLOAD 33
ANNUAL VOLUME OF CONSTRUCTION
FORMA’s workload averages over $100M/ year and is steadily growing. Below is a break
down of our historical and projected annual volume figures in dollars:
HOW THIS JOC WOULD AFFECT OUR WORKLOAD
We have carefully reviewed our current project schedule and forecasted opportunities, as
well as the availability of the key personnel proposed here, to determine that this contract
will fit well into our immediate workload, and we are ready to make it a top priority.
As the most sought-after JOC contractor in western Washington, we have built a robust
Special Projects Division that has the extensive resources and proven systems in place
to seamlessly run multiple JOC contracts simultaneously. Further, because we work
proactively with Project Managers to forecast their work orders on a 12 to 14 month horizon,
we are better positioned to allocate our resources on an on-going basis, and thus remain
flexible as short-term needs arise.
UW JOB ORDER CONTRACT NO. 1
# of work orders: 96
$ value: $11,729,020
WA STATE DES JOC NO. 1
# of work orders: 149
$ value: $9,254,022
CITY OF SEATTLE JOC NO. 1
# of work orders: 107
$ value: $11,485,967
CITY OF BELLEVUE JOC NO. 1
# of work orders: 47
$ value: $3,747,968
CITY OF RENTON JOC
# of work orders: 74 to date
$ value: $6,088,336 to date
SOUND TRANSIT (PLA) JOC
# of work orders: 18 to date
$ value: $2,116,271 to date
WA STATE DES JOC NO. 2
# of work orders: 145 to date
$ value: $10,587,001 to date
CITY OF SEATTLE JOC NO. 2
# of work orders: 47 to date
$ value: $7,768,878 to date
KING COUNTY JOC
# of work orders: 45 to date
$ value: $4,232,881 to date
WSDOT JOC
# of work orders: 5 to date
$ value: $942,512 to date
CITY OF BELLEVUE JOC NO. 2
# of work orders: 13 to date
$ value: $716,092 to date
CITY OF EVERETT JOC
# of work orders: 12 to date
$ value: $1,093,162 to date
UW JOB ORDER CONTRACT NO. 2
# of work orders: 21
$ value: $3,505,021
SNOHOMISH COUNTY JOC
# of work orders: 2 to date
$ value: $45,252 to date
As illustrated by the list of our past and current Job Order Contracts at right, FORMA is
regularly running scores of overlapping work orders in various stages of completion on sites
throughout Washington state.
Our proposed team is comprised of the well-organized, detail-oriented professionals you
already work with, and we have the JOC-specific expertise and project management tools
to efficiently manage the City’s work orders up to the maximum available contract amount.
In addition to the skilled personnel we propose here, our resources include:
• financial stability; sufficient bonding capacity; JOC-specific estimating, scheduling &
communication tools.
• experienced administrative personnel to fast-track JOC paperwork and ensure our
subcontractors understand all filing & contract requirements so we can mobilize and
close out each work order as swiftly as possible.
• a database of reliable, skilled local subs & suppliers, many of whom are SCS, MWBE,
DBE/MBE, SBA & VOB certified and already teaming with us on JOC work orders.
• a pool of experienced Safety, Quality, and oversight personnel—constantly overseeing
work order sites to monitor progress, inspect work, and communicate with users & our
field teams.
Our scalable JOC pipeline
provides the proven framework
to handle this contract at $4M
per year, and the flexibility to
provide the same attention and
service if it is less than $1M / yr.
2011 2012 2013 2014 2015 2016 2017 2018 2019$ 100,938,000 $ 88,353,187$ 107,532,015 $ 115,093,758$ 110,857,618$ 140,000,000$ 145,000,000$ 150,000,000$ 155,000,000g
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
FORMA CONSTRUCTION COMPANY
1016 1ST AVE SOUTH #400 SEATTLE WA 98134
P 206.626.0256 FORMACC.COM
AGENDA ITEM #2. a)
Saybr Contractors, Inc. Centennial Forma ConstructionMichael Nolan 91 90 99
Robert Ebert 82 90 97
Jonathan Wilson 99 93 99
Tom Malphrus 76 71 76
TOTAL divided by four 87 86 92.75
Reviewer:
JOC SUMMARY FORM 2016
AGENDA ITEM #2. a)
JOB ORDER CONTRACT
THIS JOB ORDER CONTRACT (JOC), made and entered into this __________ day of ___________,
____, (the “Effective Date”), by and between the City of Renton, a noncharter code city under RCW 35A,
and a municipal corporation under the laws of the State of Washington (“Renton”), and
_________________________________, a Washington Corporation, referred to as “Contractor.”
Renton and the Contractor are at times collectively referred to as the “Parties”.
WHEREAS, a JOC is most effective when addressing renovations, rehabilitations and repair work
on large facilities and infrastructures;
WHEREAS, a JOC contractor is selected based on qualifications and ability to deliver the best
value, and not based on the lowest price or lowest bid;
WHEREAS, a JOC is defined in RCW 39.10.210 (Definitions) as a contract in which the contractor
agrees to a fixed period, indefinite quantity delivery order contract which provides for the use of
negotiated, definitive work orders for public works as defined in RCW 39.04.010.
WHEREAS, RCW 39.10.420(1)(d) (Job order procedure — Which public bodies may use —
Authorized use) provides that every city with a population greater than seventy thousand (70,000) is
authorized to use the job order contracting procedure.
WHEREAS, RCW 39.10.420(3) (Job order procedure – Contract award process) authorizes
Renton to use a job order contract for public works projects when a determination is made that the use
of job order contracts will benefit the public by providing an effective means of reducing the total lead-
time and cost for the construction of public works projects for repair and renovation required at public
facilities through the use of unit price books and work orders by eliminating time-consuming, costly
aspects of the traditional public works process, which require separate contracting actions for each
small project.
WHEREAS, RCW 39.10.430 through RCW 39.10.460 provide the requirements for how JOCs are
to be awarded and procedures and requirements related to the use of JOCs.
NOW THEREFORE, in consideration of the recitals, which are incorporated by reference, and the
following mutual promises and covenants contained in this JOC, the Parties mutually agree as follows:
1. Scope of Services and Term: The Contractor shall within two (2) years from the Effective
Date perform all the work and services required, provide and furnish all of the labor, materials,
appliances, machines, tools, equipment, utility and transportation services necessary to perform the
JOC, and shall complete the construction and installation work in a workmanlike manner, in connection
with Renton’s Project (No. _________________ ) for improvement by construction and installation
Work as described in “Request for Proposal” dated ________________, attached as Exhibit A, and fully
incorporated in this JOC by reference.
AGENDA ITEM #2. a)
Job Order Contract 04/13 2
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
strict conformity with the plans and specifications, including any and all addenda issued by Renton and
all other documents enumerated in section 2, and in full compliance with all applicable codes,
ordinances and regulations of the City of Renton and any other governmental authority having
jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances,
machines, tools, equipment and services shall be furnished and the construction installation performed
and completed to the satisfaction and the approval of the Renton’s representative as being in such
conformity with the plans, specifications and all requirements of or arising under the JOC. The
Contractor agrees to use recycled materials whenever practicable.
2. Exhibits/Parts of this JOC: This JOC, entered into by the acceptance of the Contractor's
bid and signing of this JOC, consists of the following documents attached and fully incorporated in this
JOC by reference.
a. Request for Proposal (“Exhibit A”)
b. Contractor Proposal (“Exhibit B”)
c. JOC Coefficient Bid Form (“Exhibit C”)
d. JOC General Conditions (“Exhibit D”)
3. Business License Required: The Contractor shall verify, when submitting first payment
invoice and annually thereafter, possession of a current City of Renton business license while conducting
work for Renton. The Contractor shall require, and provide verification upon request, that all
subcontractors participating in a city project possess a current City of Renton business license. The
Contractor shall provide, and obtain Renton’s approval of, a traffic control plan prior to conducting work
in city right-of-way.
4. Contract Price: The total maximum amount of this JOC, including Washington State
Sales Tax, is:
First Year: Four Million Dollars and no cents ($4,000,000)
Second Year: Four Million Dollars and no cents ($4,000,000)
Third Year: Four Million Dollars and no cents ($4,000,000)
Payments will be made to Contractor as specified in the "Special Provisions" of this JOC.
5. Defective or Unauthorized Work: Renton reserves its right to withhold payment from
Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without
limitation: work and materials that do not conform to the requirements of this JOC; and extra work and
materials furnished without Renton’s written approval. If Contractor is unable, for any reason, to
satisfactorily complete any portion of the work, Renton may complete the work by contract or
otherwise, and Contractor shall be liable to Renton for any additional costs incurred by Renton.
“Additional costs” shall mean all reasonable costs, including legal costs and attorney fees, incurred by
Renton beyond the maximum Contract Price specified above. Renton further reserves its right to deduct
the cost to complete the work, including any Additional Costs, from any and all amounts due or to
become due the Contractor.
AGENDA ITEM #2. a)
Job Order Contract 04/13 3
The Contractor agrees the above one year limitation shall not exclude or diminish Renton’s
rights under any law to obtain damages and recover costs resulting from defective and unauthorized
work discovered after one year but prior to the expiration of the legal time period set forth in RCW
4.16.040 (Actions limited to six years) limiting actions upon a contract in writing, or liability expressed or
implied arising out of a written agreement.
Final Payment: Waiver of Claims. Contractor’s acceptance of final payment (excluding withheld
retainage) shall constitute a waiver of contractor’s claims, except those previously and properly made
and identified by Contractor as unsettled at the time final payment is made and accepted.
6. Indemnity: Contractor agrees and covenants to hold and save Renton, its elected
officials, officers, agents, representatives, employees and volunteers harmless and to promptly
indemnify same from and against any and all claims, actions, damages, liability of every type and nature
including all costs and legal expenses incurred by reason of any work arising under or in connection with
this JOC or work related to the JOC, including loss of life, personal injury and/or damage to property
arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon
or in any way relating to this JOC. This hold harmless and indemnification provision shall likewise apply
for or on account of any patented or unpatented invention, process, article or appliance manufactured
for use in the performance of the JOC, including its use by Renton, unless otherwise specifically provided
for in this JOC.
The Contractor agrees to name Renton as an Additional Insured on a noncontributory primary
basis. In the event Renton shall, without fault on its part, be made a party to any litigation commenced
by or against Contractor, then Contractor shall proceed and hold Renton harmless and he shall pay all
costs, expenses and reasonable attorney's fees incurred or paid by Renton in connection with such
litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorneys’ fees that
Renton may incur or pay in the enforcement of any of the covenants, provisions and agreements.
Nothing in this JOC shall require the Contractor to indemnify Renton against and hold harmless
Renton, from claims, demands or suits based solely upon the conduct of Renton, its elected officials,
officers, and employees and provided further that if claims or suits are caused by or result from the
concurrent negligence of (a) the Contractor's agents or employees and (b) Renton, its elected officials,
officers, and employees, and involves those actions covered by RCW 4.24.115, (Validity of agreement to
indemnify against liability for negligence relative to construction, alteration, improvement, etc., of
structure or improvement attached to real estate or relative to a motor carrier transportation contract),
this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be
valid and enforceable only to the extent of the Contractor's negligence or the negligence of the
Contractor's agents or employees.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction,
alteration, improvement, etc., of structure or improvement attached to real estate or relative to a motor
carrier transportation contract) 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 Renton, its elected officials, officers, employees, agents, representatives and volunteers, the
contractor’s liability under this JOC shall be only to the extent of the contractor’s negligence. It is further
specifically and expressly understood that the indemnification provided herein constitute the
contractor’s waiver of immunity under RCW 51, the Industrial Insurance Act, solely for the purposes of
AGENDA ITEM #2. a)
Job Order Contract 04/13 4
this indemnification. This waiver has been mutually negotiated by the Parties. The provisions of this
section shall survive the expiration or termination of this JOC.
7. Insurance.
a. Consultant’s Insurance. Consultant shall secure and maintain the following
insurance policies, and shall not cancel or suspend the insurance policies identified below,
except after twenty (20) calendar day’s prior written notice by certified-mail to the City of
Renton:
i. Commercial General Liability Insurance: Commercial general liability
insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000
aggregate throughout the duration of this Agreement.
ii. Professional Liability Insurance: Professional liability insurance, in the
minimum amount of $1,000,000 for each occurrence, shall also be secured for any
professional services being provided to Renton that are excluded in the commercial
general liability insurance.
iii. Workers’ Compensation: Workers’ compensation coverage, as required
by the Industrial Insurance laws of the State of Washington, shall also be secured.
iv. Renton as an Additional-Insured: Primary insurance with coverage for
the City of Renton. It is agreed that on Consultant’s commercial general liability policy,
the City of Renton will be named as an Additional-Insured on a primary and non-
contributory primary basis.
v. Verification of Coverage: Subject to Renton’s review and acceptance, a
certificate of insurance showing the proper endorsements, shall be delivered to Renton
before executing the work of this Agreement.
b. Renton’s Insurance. The City of Renton’s insurance, self-insurance, or insurance
pool coverage shall only cover the City of Renton and not contribute to the Consultant’s
coverage.
c.b. Review of Policy: Upon request, the Consultant shall give Renton a full copy of
the insurance policy for its records and for the Renton City Attorney’s or Risk Manager’s review.
The policy limits may be reviewed and the value reassessed annually.
d.c. Termination: Notwithstanding any other provision of this JOC, the failure of the
Consultant to comply with the above provisions of this section shall subject this JOC to
immediate termination without notice to any person in order to protect the public interest.
8. Notice and Communication: Any notice from one party to the other party under the JOC
shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized
representative of such party. Any such notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail.
AGENDA ITEM #2. a)
Job Order Contract 04/13 5
9. Access to Records: The Contractor and each subcontractor, if any, shall submit to
Renton such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records
and miscellaneous data pertaining to the JOC as may be requested by Renton from time to time.
10. Assignment: The Parties may not assign any portion of this JOC without the non-
assigning party’s written consent, and any assignment in violation of this provision shall be void. If the
non-assigning party gives its written consent to any assignment, the terms of this JOC shall continue in
full force and effect and no further assignment shall be made without additional written consent.
11. Compliance with Laws: The Contractor agrees to comply with all federal, state, and
municipal laws, rules, regulations, or guidelines that exist or come into existence that are applicable to
Contractor’s business, equipment, and personnel engaged in operations covered by this JOC or accruing
out of the performance of those operations.
12. Counterparts: The Parties may execute this JOC in any number of counterparts, each of
which shall constitute an original, and all of which will together constitute this one JOC.
13. Independent Contractor: The Parties intend to create an Independent Contractor-
Employer Relationship and that the Contractor will have the ability to control and direct the
performance and details of its work, with Renton being interested only in the results obtained under the
JOC. As a result, the Contractor and its subcontractors, employees, agents and volunteers are not
Renton employees and shall not be entitled to any employee benefits or protections.
14. Limitation of Actions: Contractor must, in any event, file any lawsuit arising from or
connected with this agreement within 120 calendar days from the date the contract work is complete or
Contractor’s ability to file that claim or suit shall be forever barred or waived. This section further limits
any applicable statutory limitations period.
15. Modification: No waiver, alteration, or modification of any of the provisions of this JOC
shall be binding unless in writing and signed by each party’s duly authorized representative.
16. No Waiver: Neither the final certificate of payment not any provision in the JOC nor
partial or entire use of any installation provided for by this JOC shall relieve the Contractor of liability in
respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be
under the duty to remedy any defects in the work and pay for any damage to other work resulting
therefrom which shall appear within the period of one (1) year from the date of final acceptance of the
work, unless a longer period is specified. Renton will give notice of observed defects within a reasonably
prompt time after discovery, and Contractor shall be obligated to take immediate steps to correct and
remedy any such defect, fault or breach at the sole cost and expense of Contractor.
The failure of Renton to insist upon strict performance of any of the covenants and agreements
contained in this JOC, or to exercise any option conferred by this JOC in one or more instances shall not
be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same
shall be and remain in full force and effect.
17. Public Document/Public Disclosure: This JOC will be considered a public document and
will be available for reasonable inspection and copying by the public during regular business hours. This
document may be disclosed pursuant to RCW 42.56 (Public records act).
AGENDA ITEM #2. a)
Job Order Contract 04/13 6
18. Remedies: Any remedies provided for in this JOC are non-exclusive, and shall be
cumulative with all other remedies available to Renton at law, in equity, or by statutes, unless
specifically waived in this JOC or in a subsequent signed document signed by Renton’s authorized
representative.
19. Singular, Plural and Gender: Whenever required by the context of JOC, the singular
shall include the plural and the plural shall include the singular. The masculine, feminine and neuter
genders shall each include the other.
20. Surety/Performance Bond: The Contractor shall furnish surety or performance bond(s)
as security for the faithful performance of the JOC, including the payment of all persons and firms
performing labor on the construction project under this JOC or furnishing materials in connection with
this JOC; said bond to be in the full amount of the contract price as specified in Paragraph 4. The surety
or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington.
21. Sole and Entire Agreement: This JOC is the entire agreement between the Parties and
any representations or understandings, whether oral or written, not incorporated by reference into this
JOC are excluded.
22. Termination: If the Contractor refuses or fails to prosecute the work or any part
thereof, with such diligence as will insure its completion within the time specified in this Contract, or any
extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be
adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a
receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his
subcontractors should violate any of the provisions of this JOC, Renton may then serve written notice
upon him and his surety of its intention to terminate the JOC, and unless within ten (10) days after the
serving of such notice, such violation or non-compliance of any provision of the JOC shall cease and
satisfactory arrangement for the correction thereof be made, this JOC, shall, upon the expiration of said
ten (10) day period, cease and terminate in every respect. In the event of any such termination, Renton
shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall
have the right to take over and perform the JOC, provided, however, that if the surety within fifteen (15)
days after the serving upon it of such notice of termination does not perform the JOC or does not
commence performance thereof, Renton itself may take over the work under the JOC and prosecute the
same to completion by JOC or by any other method it may deem advisable, for the account and at the
expense of the Contractor, and his surety shall be liable to Renton for any excess cost or other damages
incurred by Renton. In such event, Renton, if it so elects, may, without liability for so doing, take
possession of and utilize in completing said JOC such materials, machinery, appliances, equipment,
plants and other properties belonging to the Contractor as may be on site of the project and useful to
complete the JOC.
23. Third-Party Beneficiaries: Nothing in this JOC is intended to, nor shall be construed to
give any rights or benefits in the JOC to anyone other than Renton and Contractor, and all duties and
responsibilities undertaken pursuant to this JOC will be for the sole and exclusive benefit of Renton and
Contractor and no one else.
24. Written Notice: All communications regarding this JOC shall be sent to the Parties at
the addresses listed on the signature page of the JOC, unless notified to the contrary. Any written
notice shall become effective three (3) business days after the date of mailing by registered or certified
AGENDA ITEM #2. a)
Job Order Contract 04/13 7
mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this JOC or
such other address as may be specified by the recipient Party in writing.
IN WITNESS WHEREOF, the Parties have entered into this JOC effective as of the date written
above.
CONTRACTOR CITY OF RENTON
President/Partner/Owner Mayor
ATTEST
Secretary City Clerk
dba
Firm Name
check one
Individual Partnership Corporation Incorporated in ______________________
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President and
Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the
by-laws shall be furnished to Renton and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing
business as) and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a
and name of the company.
AGENDA ITEM #2. a)
TECHNICAL PROPOSAL
CITY OF RENTON
2016 JOB ORDER CONTRACT
Presented to:
City of Renton
Renton City Hall, City Clerk’s Office
1055 South Grady Way
Renton, WA 98057
Proposal Due: May 27, 2016
SAYBR CONTRACTORS, INC.
3852 South 66th Street
Tacoma, WA 98409‐2408
Phone: 253.531.2144
Fax: 253.536.2068
Email: info@saybr.com
www.saybr.com
AGENDA ITEM #2. a)
3852 South 66th St. Tacoma, WA 98409
Phone (253) 531‐2144 Fax (253) 536‐2068
Email: info@saybr.com Website: www.saybr.com
May 27, 2016
City of Renton
1055 South Grady Way
Renton, WA 98057
SUBJECT: SAYBR CONTRACTORS, INC. JOB ORDER CONTRACT PROPOSAL
City of Renton Indefinite Quantity/Indefinite Delivery (IDIQ) Job Order Contract (JOC)
Dear Proposal Review Board:
Saybr Contractors, Inc. is pleased to present our technical qualifications for the City of Renton Job Order
Contract. Saybr’s experienced management staff, relevant experience, and highly rated past performance
demonstrates a proven history of providing well‐managed, high‐quality, cost‐effective JOC‐execution. We
feel our team’s qualifications are precisely the attributes the City is looking for in a JOC contractor,
including the following advantages:
Successful Project Experience. Saybr’s contract experience includes numerous job order contracts
similar in size and scope to this prospective JOC. Within the last five years, Saybr has completed
thirteen similar IDIQ contracts representing more than 500 projects and $55 million in contract value.
These contracts were accomplished for a variety of state and municipal government agencies,
including the Washington State Department of Enterprise Services, and the Cities of Seattle, Bellevue,
and Kirkland, as well as federal agencies, such as the U.S. Postal Service, the Federal Aviation
Administration, and the U.S. Army Corps of Engineers. From building renovations to road repairs,
Saybr’s contract history showcases a consistent ability to complete projects on time, within budget,
and with the highest level of safety and quality.
Proven Management Team. Saybr’s organization is comprised of a talented, successful management
team, experienced in similar job order contracts. Each of our staff has a strong technical background
in small public works and maintenance projects, including repair, remodeling, renovation, alteration
and facility maintenance, and each member of our team is well versed in managing concurrent
projects with multiple subcontractors and trades.
Commitment to Maximum WMBE Participation. Saybr is itself a certified woman‐owned small
business. Based on our own experience, Saybr has developed a proven and effective internal program
of WMBE utilization and mentorship that ensures that we provide maximum participation of certified
WMBE’s.
Saybr would like to thank the City of Renton for the opportunity to submit this proposal. We are confident
that the selection of Saybr will result in a successful job order contract.
Sincerely,
SAYBR CONTRACTORS, INC.
Karen Say‐Valadez, President/CEO
ksay@saybr.com
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Table of Contents May 27, 2016
TABLE OF CONTENTS
SECTION A – EXPERIENCE & PAST PERFORMANCE ............................................................................1
Section A.1 Past Performance in Job Order Contracting ................................................................. 1
Section A.2 Customer Relations ....................................................................................................... 2
Section A.3 Small Business Subcontractor Mentorship ................................................................... 2
Section A.4 Simultaneous Multiple Project Management Experience ............................................ 3
Section A.5 Safety Plan Summary and Approach ............................................................................. 3
Section A.6 WMBE Inclusion Success & Past Performance .............................................................. 4
Section A.7 Recycling & Energy Conservation Program ................................................................... 4
Section A.8 Experience with Specialty Contractors for Hazardous Materials Disposal ................... 4
Section A.9 Emergency Response .................................................................................................... 5
SECTION B – REFERENCES & LETTERS OF RECOMMENDATION ........................................................................6
SECTION C – CONSTRUCTION MANAGEMENT ABILITIES ................................................................................7
Section C.1 JOC Management Plan .................................................................................................. 7
Section C.2 Subcontractor Management Ability ............................................................................ 13
SECTION D – QUALIFICATIONS OF PROFESSIONAL PERSONNEL ..................................................................... 15
Section D.1 Project Organization ................................................................................................... 15
Section D.2 Unit Price Book Estimating Experience ....................................................................... 17
Section D.3 History of Trade Inclusion ........................................................................................... 17
SECTION E – WMBE OUTREACH & PARTICIPATION PLAN .......................................................................... 18
SECTION F – COMPANY CITYSHIP & OFFICE LOCATION ............................................................................... 19
SECTION G – RECENT, CURRENT & PROJECTED WORKLOAD ........................................................................ 20
Figures
Figure 1 Saybr JOC Past Performance List
Figure 2 JOC WMBE Utilization Past Performance Record
Figure 3 Change Order Percentages for JOC Work Orders
Figure 4 JOC Project Management Organization Chart
Appendices
Appendix A Customer Evaluation & Commendation Letters
Appendix B Safety & Health Qualification Statement
Appendix C Resumes
Appendix D Sample Work Order Estimate
Appendix E Sample Work Order Schedule
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 1 of 20 May 27, 2016
SECTION A – EXPERIENCE & PAST PERFORMANCE
Section A.1 Past Performance in Job Order Contracting
Managing a successful job order contract takes an
exceptional team: one committed to customer service
and capable of demonstrating that commitment
through clear communication, innovative solutions,
and an ability to stay focused on the customer’s goals
and expectations. As a full-service general contractor
with years of successful job order contract experience,
Saybr has the proven ability to manage and effectively
complete numerous concurrent projects involving
multiple subcontractors and trades.
Saybr’s extensive construction management history
includes many federal, state, and municipal job order
contracts, including recent contracts for the City of
Bellevue, the City of Seattle, and the Washington State
Department of Engineering and Architectural Services,
as well as virtually every federal agency operating in the
Pacific Northwest, including the U.S. Army Corps of
Engineers, the U.S. Department of the Navy, and the
U.S. Coast Guard, to name a few.
Our staff has a strong background in public works
projects, including repair, remodeling, renovation,
alteration and facility maintenance. Saybr and its team
will work diligently to reduce the City’s procurement
time and administrative burden, while facilitating
continuous teamwork and productive communication,
coordination, and continuity.
The following page provides a list of job order contracts and similar multiple award task order contracts
Saybr has completed within the past ten years, including information regarding the four job order
contracts Saybr currently holds with the City of Bellevue, the City of Kirkland, the City of Seattle, and the
Washington State Department of Enterprise Services.
Our team has specifically pursued job order contracts because they capitalize on what Saybr does best:
working as an extension of our customer’s teams to realize their goals. Saybr works hard to foster and
maintain a long-term relationship with our customers, regardless of whether we’re replacing a door or
providing a total building renovation. The JOC process allows us the platform from which we can
effectively showcase our commitment to working on your team and meeting your needs job after job.
We look forward to the opportunity to work with the City of Renton and deliver superior performance on
this Job Order Contract!
The photos above depict the diversity of projects
Saybr is able to complete.
Photos shown (clockwise from top left): Raymond
Historic Post Office Cupola Replacement, GSA
Headquarters Renovation, Olympic National Park
Staircase Bridge Installation, Diablo Dam Access
Road Paving, Jody Mullins Bridge Demolition, and
Stehekin Marina Fuel System Upgrade.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
JOC Past Performance List May 27, 2016
Figure 1. SAYBR CONTRACTORS, INC. JOB ORDER CONTRACTING PAST PERFORMANCE LIST
Customer Name
Contract Title & Number, Location
Contract Start
and End Dates Primary Point of Contact
Total
Contract
Value
Scope of Services Total Work
Orders Major Subcontractors
Bonneville Power Administration
Construction IDIQ MATOC
Contract No. 00069044
May 2015
Through
April 2018
Dan Guffey, Contract Manager
7600 NE 41st Street, Suite 200
Vancouver, WA 98662
$659,926
(To Date)
General construction services including design/build, renovation, building
additions/upgrades, HVAC, electrical, mechanical and other trades at substations and
other BPA-operated facilities in Washington, Oregon, Idaho, and Montana.
12
(To Date)
• Hunter-Davisson, Inc., (503) 234-0477
• Pacific NW Environmental, (503) 218-2080
• EC Electrical Construction Co., (503) 220-5320
City of Bellevue
General Construction Services JOC
Contract No. 15075
August 2015
Through
August 2017
Terry Keys, Contract Manager
450 110th Ave. NE, Bellevue, WA 98009
(425) 452-4870, tkeys@bellevuewa.gov
$415,558
(To Date)
General construction services for general construction projects, including maintenance,
repairs, remodels, and renovations to existing offices, fire stations, park structures,
wastewater facilities, etc.
15
(To Date)
• Ace Tank & Equipment Co., (800) 426-2880
• Asphalt Patch Systems, (253) 535-2590
• FD Thomas, Inc., (253) 548-1600
Washington Dept. of Enterprise Services
Northwest Construction JOC
Contract No. 2014-034G
September 2013
through
January 2017
Marlene Anglemyer, Senior Cost Engineer
1500 Jefferson St., Olympia, WA 98504
(360) 407-8023, marlene.anglemyer@des.wa.gov
$8,530,126
(To Date)
Small construction and repair projects for vertical and horizontal construction within the
Northwest Region of the State of Washington, including work at community colleges,
courthouses, and correctional facilities other state-owned properties.
111
(To Date)
• Duncan's Asphalt, Inc., (253) 863-3715
• Eco Electric, (206) 282-0838
• WA Heating & AC, Inc., (206) 860-3832
City of Kirkland
General Construction Services JOC
Contract No. 14-14-PW
December 2014
Through
December 2016
Scott Gonsar, Contract Manager
123 Fifth Ave., Kirkland, WA 98033
(425) 587-3830, SGonsar@kirklandwa.gov
$674,118
(To Date)
General construction services for general construction projects, including maintenance,
repairs, remodels, and renovations to existing offices, fire stations, park structures,
wastewater facilities, etc.
14
(To Date)
• Pyramid Development, Inc., (425) 861-6990
• Commercial Fence Corp., (206) 767-7433
• JRT Mechanical, Inc, (360) 666-0330
City of Seattle
General Construction Services JOC
Contract No. 2014-043A
September 2014
through
September 2016
Aleanna Kondelis, Contracts Manager
700 Fifth Ave. Ste. 4112, Seattle, WA 98124
(206) 684-4542, Aleanna.Kondelis@seattle.gov
$2,342,944
(To Date)
Renovation and construction services for general construction projects, including
maintenance, repairs, remodels, and renovations to existing offices, fire stations, park
structures, wastewater facilities, etc.
21
(To Date)
• RCA Construction LLC, (206) 218-2990
• L & R Finishers, (360) 755-9301
• RJ Richards, C.E., LLC, (425) 347-6929
Federal Aviation Administration
Western Service Area IDIQ Contract
DTFAAL10D00007, Western U.S.
June 2010
through
December 2015
Elaina Audette, Contracting Officer
1601 Lind Avenue SW, Renton, WA 98057
(425) 227-2131, Elaina.D.Audette@faa.gov $4,515,068
Renovation, remediation and demolition services for a variety of FAA facilities (air traffic
control towers, terminal radar facilities, middle and outer markings) throughout the
western United States and Pacific Islands. 38
• Brice Environmental, (907) 275-2820
• Northern Sierra Construction, 775.852.7774
• MJ Mechanical, LLC, 801.292.8844
U.S. Postal Service
State of Oregon Job Order Contract
07297605B267 & 07297610B0150, OR
July 2006
through
August 2015
Jim Schmidt, Facilities Engineer
11855 NE Glenn Widing Dr., Portland, OR 97220
(503) 261-5497, james.r.schmidt@usps.gov
$7,222,553
Vertical and horizontal new construction, alterations and repairs on Postal facilities in
Oregon State, including post offices, mail processing facilities, vehicle maintenance
centers.
106
• Pacific NW Environmental, 206.596.8560
• Swinn’s Sheet Metal, Inc., 541.672.5892
• Oregon Commercial Painters, 503.254.5213
U.S. Federal Highway Administration
Road & Bridge Construction MATOC
DTFH7007D00004 & -D00007, WA & OR
March 2007
Through
March 2013
Craig Sanders, Contract Officer
610 East Fifth Street, Vancouver, WA 98661
(360) 619-7985, craig.sanders@dot.gov $6,672,368
Emergency repairs and construction on federally-owned roads and bridges.
6
• Q. King Trucking & Construction, 360.497.2115
• T&C Construction Staking, Inc., 360.686.3974
• Lakeside Industries, 360.452.7803
City of Bellevue
Horizontal Construction JOC
Contract No. 10088, Bellevue, WA
July 2010
through
June 2012
Mayvis Schwab, Procurement Officer
450 110th Ave NE, Bellevue, WA 98004
(425) 452-4870, mschwab@bellevuewa.gov
$1,815,445
Renovation and construction services for horizontal (i.e. heavy civil) construction projects,
including maintenance, repairs, and upgrades to parks, trails, sidewalks, playgrounds, etc. 34
• NWB Construction, 253.750.4124
• Danard Electric, 253.875.8650
• NW Asphalt, 253.254.1820
City of Bellevue
Vertical Construction JOC
Contract No. 10091, Bellevue, WA
July 2010
through
June 2012
Mayvis Schwab, Procurement
450 110th Ave NE, Bellevue, WA 98004
(425) 452-4870, mschwab@bellevuewa.gov $2,281,124
Renovation and construction services for vertical (i.e. building) construction projects,
including maintenance, repairs, remodels, and renovations to existing offices, fire
stations, 46
• Native Green Landscapes, 425.481.6889
• Saxon Painting, LLC, 253.539.3327
• McDonald-Miller, 206.763.9400
U.S. Coast Guard
Construction Basic Ordering Agreement
HSCG8806ABOA003, WA & OR
October 2005
Through
August 2010
Joyce Groda, Contracting Officer
2000 Embarcadero, Ste. 200, Oakland, CA 94606
(510) 535-7243, joyce.a.groda@uscg.mil
$5,259,281
Minor construction and design, renovation and repairs on Coast Guard facilities, such as
piers, boat storage facilities, offices, and personnel housing, 19
• Terra Firma Foundation Repair, 541.229.4049
• Quigg Brothers, Inc., 360.533.1530
• Hunter-Davisson, Inc., 503.234.0477
U.S. Army Corps of Engineers
JBLM IDIQ Construction Contract
W912DW07D1019, WA & OR
September 2007
through
September 2010
Rich Golden, Contracting Officer
P.O. Box 339500, JBLM, WA 98433
(253) 966-1750 richard.golden@us.army.mil $3,261,038
Design/build construction services, maintenance, and repairs on Army facilities, such as
barracks, personnel offices, firing ranges, medical centers. 25
• V.P. Peri Painting Co., 425.898.8494
• Heilberg, Inc., 253.927.6146
• Cressy Door Co., Inc., 206.632.0533
U.S. Postal Service
Washington State Job Order Contract
07297606B0051, Western Washington
January 2007
through
December 2010
Jim Schmidt, Facilities Engineer
11855 NE Glenn Widing Dr., Portland, OR 97220
(503) 261-5497, james.r.schmidt@usps.gov
$11,472,715
Vertical and horizontal new construction, alterations and repairs on postal facilities
throughout Washington State, including post offices, mail processing facilities, and vehicle
maintenance centers.
84
• Allied Fire & Safety, 800.448.8338
• Blue Mountain Mechanical, Inc., 360.459.4498
• Catworks, LLC, 360.666.1113
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 2 of 20 May 27, 2016
Section A.2 Customer Relations
Saybr’s business is not simply building buildings, its building relationships. To our customers, we are not
just an outside contractor – we are an extension of their team focused on the same goals, objectives, and
expectations that result in success, project after project.
Saybr works hard to form a partnership with our customers and project stakeholders. To foster teaming,
every Saybr project begins with a partnering meeting that establishes and/or furthers the relationships
among the Saybr team, the customer, the project end-users, and our subcontractors performing the work.
Our partnering meeting focuses on identifying the customer’s goals for a project – beyond what is
contained in the specifications – and ensuring that the team understands the key measures of success for
that particular work order.
Throughout the completion of a work order, Saybr maintains continuous communication with our
customer to ensure we are delivering a successful project at every stage of construction, from submittal
to closeout phase. We listen closely to the customer’s concerns regarding workmanship and never
hesitate to correct an item that does not exceed our customer’s expectations. As each work order reaches
completion, Saybr conducts a final meeting with our internal management team to review the project and
its overall performance. Our intent during this review is to identify important “lessons learned” and to
achieve continual process improvement.
Saybr recently demonstrated superior partnering, teamwork, communication and cooperation during the
completion of more than 190 work orders for our two U.S. Postal Service JOCs. When the Postal JOCs were
initially awarded, the contracts included two other contractors who shared the JOCs with Saybr. Work
orders were to be divided equally among all three contractors. The Postal Service moved tentatively at
first, issuing small repair work orders to assess the performance capabilities of each contractor. Saybr
quickly excelled at these smaller projects, demonstrating great communication and cooperation, not only
with the JOC postal management personnel, but also with the on-site postal staff. Soon the Postal Service
was awarding Saybr larger work orders at a faster rate. Our performance so far outweighed the other two
contractors that the Postal Service began issuing work orders exclusively to Saybr.
Appendix A provides copies of commendation letters from the Postal Service and other Saybr customers.
As you read these letters, you will see the repetition of several qualities defining Saybr’s customer service
values, such as “professional,” “responsive,” “cooperative.” As attested by these letters, Saybr is
committed to providing superior customer service to our client’s construction needs.
Section A.3 Small Business Subcontractor Mentorship
As a woman-owned small business, Saybr is well aware of the hurdles many small, disadvantaged
businesses encounter when attempting to bid projects managed by large general contractors. Having
experienced these difficulties firsthand, Saybr has developed an internal program that ensures that, as
our company is successful and grows larger, we continue to provide project opportunities to other small,
disadvantages businesses to the maximum extent possible.
Saybr regularly provides technical assistance to emerging and small contractors, including assistance to
complete required payment documents; help with filing payroll Intents and Affidavits; access to free
safety and technical training classes; help with interpreting contract documents; and guidance in
developing safety plans.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 3 of 20 May 27, 2016
Section A.4 Simultaneous Multiple Project Management Experience
Within the last five years, Saybr has been awarded thirteen similar IDIQ contracts representing, to date,
more than 500 projects, many of which were completed concurrently at locations throughout the Pacific
Northwest and beyond. From a remote FAA radar facility located in the Arctic Circle of Alaska to a major
renovation at a downtown Seattle Post Office during holiday season, Saybr expended the same level of
care and effort on every work order, ensuring each project was managed and completed with a
consistently high level of customer service.
Each of the job order contracts Saybr has been awarded use a Unit Price Book for estimating and project
scheduling. Work orders for each of our JOCs were similar in size and scope to those expected for Renton,
including repair, remodeling, renovation, and maintenance on small public works-type projects. Each of
JOCs had WMBE utilization goals, which were closely monitored by Saybr to ensure maximum
participation. For more information on the specific means and methods Saybr will employ for JOC
Management, please see Section C of this proposal.
Section A.5 Safety Plan Summary and Approach
Saybr is committed to providing a safe, injury-free and healthy work environment for our employees and
our customer’s worksites. We believe that a safe and healthy work environment is the main responsibility
of a company to their employees. Our goal is to achieve and maintain a health and safety program that
establishes a foundation from which to build an accident-free establishment. At Saybr, safety is pervasive;
every person is accountable for safety, from the officers of the company to the laborers in the field. Our
safety policies form an integral part of our personnel policies and compliance is a primary condition of
employment.
Saybr maintains a comprehensive Health and Safety Plan that complies with both Occupational Safety and
Health Administration (OSHA) and Washington State Department of Safety & Health (DOSH) regulations
and policies. It has been reviewed by a certified industrial hygienist, as well as the National Compliance
Management Service Board (NCMS). In addition to our corporate plan, Saybr develops a detailed site-
specific safety plan for each project. Our site-specific safety plan assigns safety responsibilities, establishes
personnel protection standards and safety procedures, and provides for contingencies that may arise
during construction.
Before any project begins, Saybr holds a site safety meeting to provide workers with a thorough safety
orientation to the site, discuss specific site safety issues, and complete a job hazard analysis (JHA). All site
employees, including subcontractors, are required to attend this meeting. The meeting will include
discussions of site-specific hazardous activities, personal protective equipment, potential access
restrictions, and accident reporting procedures. Each job site will have a CPR and First Aid certified
employee on site at all times. A minimum of once-weekly safety meetings will be held throughout the
duration of the project to update the JHAs as needed and review safety concerns.
Saybr’s designated Site Safety and Health Officer (SSHO) will perform and document site safety
inspections of ongoing projects. He/she will identify, document, and correct any deficiencies discovered
during the inspections. The SSHO will report any deficiencies to Saybr’s Project Manager and Safety Officer
and keep him/her aware of the actions taken to correct the deficiencies. Appendix B includes Saybr’s
Safety & Health Qualification Statement, including our Experience Modification Rate and our OSHA 300
logs for the last three years.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 4 of 20 May 27, 2016
Section A.6 WMBE Inclusion Success & Past Performance
Saybr has had great success in the inclusion of WMBE firms on former IDIQ contracts. For our two most
recently completed JOC’s for the City of Bellevue, for example, Saybr achieved more than 14 percent
WMBE utilization on our vertical construction JOC and more than 32 percent WMBE utilization on our
horizontal construction JOC. Below is a breakdown of our WMBE Outreach Plan goals compared to our
actual utilization.
Figure 2. JOC WMBE Utilization Past Performance
City of Bellevue – Vertical Construction JOC WMBE Utilization
Subcontracting Minority Woman-Owned Small Business
Goal 90% 10% 6% N/A
Actual 96% 14% 3% 96%
City of Bellevue – Horizontal Construction JOC WMBE Utilization
Subcontracting Minority Woman-Owned Small Business
Goal 90% 10% 6% N/A
Actual 100% 25% 4% 98%
Section E of this proposal provides a copy of Saybr’s WMBE Outreach and Participation Plan, which we
implemented as part of our City of Bellevue JOC. Saybr solicits WMBE subcontractor participation in a
variety of ways, including attending small business outreach events, advertising projects with the Office
of Minority and Women Owned Business Enterprises, and searching WMBE databases on both the
OMWBE website and U.S. Small Business Administration website. Saybr’s extensive database of local
qualified WMBE firms continues to grow daily.
Section A.7 Recycling & Energy Conservation Program
Saybr is committed to sustainable practices, both at our job sites and within our own organization. At our
job sites, Saybr has extensive experience performing projects with sustainability goals, including projects
that have required LEED certification. Saybr recently completed a major office renovation project for the
General Services Administration, which included on-site compliance with a stringent Indoor Air
Environmental Quality Management Plan and a comprehensive Construction Waste Management Plan
with a diversion goal of 95 percent. Saybr’s site superintendent ensured that all subcontractor activities
complied with both plans, allowing the GSA to achieve LEED accreditation for their project.
In addition to the GSA project, Saybr has performed hundreds of federal government contracts that have
required waste diversion and recycling measures. We have prepared numerous project waste diversion
and recycling plans for our military customers and have successfully implemented effective waste
diversion and recycling procedures for a variety of projects.
Section A.8 Experience with Specialty Contractors for Hazardous Materials Disposal
Saybr has completed a range of projects involving hazardous materials removal and disposal, such as,
asbestos, lead, and PCB’s. Saybr has established relationships with numerous specialty contractors
throughout Washington that can provide quick-turnaround abatement services. Our project managers
understand the rigorous safety and environmental standards surrounding this type of work, including the
necessity for comprehensive containment measures, careful management of chain-of-custody
documentation, strict compliance with transportation rules, and proper disposal at licensed facilities.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 5 of 20 May 27, 2016
In addition to working with specialty abatement subcontractors, Saybr also maintains an in-house
Remediation Division, which provides environmental soil and water remediation services, including
contaminated soil excavation, stockpiling/containment, treatment, and removal. Due to our extensive
experience performing remediation projects for both public and private sector customers, Saybr
recognizes the sensitive nature of these types of projects and the importance of careful coordination with
all stakeholders, including the property owner and local, state, and federal regulatory agencies, such as
the Washington State Department of Ecology and the federal Environmental Protection Agency.
Section A.9 Emergency Response
Saybr has an established record of responding quickly to construction emergencies. For our U.S. Postal
Service JOC, for instance, Saybr provided emergency response to waterline breaks, HVAC system shut-
downs, building damage from vehicle impacts, and other emergency situations at post offices anywhere
throughout Washington and Oregon.
Two recent emergency response situations for the Postal Service included the repair of a waterline break
on Christmas Eve 2009 at the Seattle Bulk Mail Center and the repair of a structural wall at the Portland
Postal Processing & Distribution Center in April of this year. Both facilities are 24/7 operational mail
processing facilities that process billions of pieces of mail. Any length of idle time creates enormous
impacts to the Postal Service’s mission of timely mail delivery. For both of these sites, Saybr’s team was
at the site in less than two hours to assess the damage, make temporary repairs as necessary, and quickly
begin work on permanent repairs.
Photos Above: Before and after photos of State Route 123 in Mt. Rainier National Park, which Saybr repaired as a
Work Order under our Federal Highway Emergency Road and Bridge Repair IDIQ Contract.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 6 of 20 May 27, 2016
SECTION B – REFERENCES & LETTERS OF RECOMMENDATION
Below are references for Owner Representatives who have worked directly with Saybr on recent projects
for Job Order Contracts. In addition to these references, Appendix A provides copies of formal customer
evaluations and commendation letters from various clients regarding Saybr’s performance.
1. Tom Jones, Senior Project Manager, City of Seattle
Phone: (206) 615-1033
Email: Thomas.Jones2@seattle.gov
Reference Projects: City of Seattle North Seattle Precinct 9-1-1 Center Renovation, $317,644
City of Seattle Municipal Tower Floor 53 Demolition, $238,632
2. Ken Hays, Project Manager, Washington Dept. of Health & Human Services
Phone: (360) 902-8171
Email: hayskm@dshs.wa.gov
Reference Projects: Echo Glen Children’s Center Cottage HVAC System Upgrade, $224,749
3. Jae Lee, Sr. Capital Projects Coordinator, City of Seattle
Phone: (206) 684-7347
Email: Jae.Lee@seattle.gov
Reference Projects: City of Seattle Armory Second Floor Restroom Renovation, $48,936
4. Bob Colasurdo, Architect, Washington State Department of Enterprise Services
Phone: (206) 510-8147
Email: robert.colasurdo@des.wa.gov
Reference Projects: Skagit Valley College Dividing Curtain Installation, $47,925
5. Marina Stefanovic, AIA, LEED A.P., Senior Project Manager, City of Bellevue
Phone: (425) 452-4486
Email: MStefanovic@bellevuewa.gov
Reference Projects: Fire Station Fuel System Dispenser Replacements (5 Sites), $33,813
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 7 of 20 May 27, 2016
SECTION C – CONSTRUCTION MANAGEMENT ABILITIES
Section C.1 JOC Management Plan
Saybr’s management team has worked together for over twenty years and is experienced at every level
of the JOC construction process, from developing detailed cost estimates using Unit Price Books, to
managing concurrent work orders with multiple subcontractors and trades. Employing highly trained,
skilled and experienced personnel, Saybr maintains multi-layered levels of monitoring and control
throughout the work order process, beginning at the pre-bid planning stage all the way through final
closeout.
a) Corporate Organization
Saybr’s highest level of corporate authority resides with Karen Say-Valadez, who serves as the President
and CEO of the company. Karen will primarily be available to execute contracts and serve as a contact in
the event of any performance, safety, or quality control issues that are not dealt with effectively by the
JOC Program Manager. Michael Muller serves as Saybr’s Chief Operations Officer and provides the next
level of corporate authority. Mike is primarily responsible for coordinating project staffing and field
management for all of Saybr’s ongoing projects and forecasting future requirements in order to be able
to respond adequately to our customers’ needs.
b) Project Management Organization Chart
With our highly experienced staff, Saybr will provide dedicated and involved supervision for this JOC. Saybr
will closely manage every work order to ensure budget and schedule compliance and the delivery of a
successful project. From the design phase all the way to final close-out submittals, our team will
concentrate on making timely, informed and effective decisions that provide the best balance of quality
and price for each of the City’s work orders.
Daryn Gilstrap will serve as our JOC Program Manager and serve as the primary point of contact for the
City of Renton. Daryn will be responsible for coordinating the overall response to the JOC, including
assigning Estimators/Project Managers, conducting frequent reviews of ongoing work, and providing for
the overall success of the program. Saybr’s single authority structure for the contract, comprised of the
JOC Program Manager, a single staffing and field management coordinator, and the Chief Operations
Officer, allows Saybr to maintain a high degree of control and coordination.
Unlike many other construction firms, Saybr’s construction estimators become the project manager for
the work orders they have bid. Having the same person scope, estimate, schedule and manage the project
from concept to completion ensures continuity and accountability on every task order. Saybr’s
estimators/project managers have a strong background in every aspect of the building construction and
renovation process, which ensures that they will be able to provide accurate budgeting, scheduling, and
management skills required to fulfill specific task order requirements.
In the field, Saybr is proud of our multi-faceted construction superintendents, who ensure that each
project is completed quickly, efficiently, safely and with an eye always out for what’s best for the
customer. All of our superintendents have received Construction Quality Control Management training
from the Army Corps of Engineers and have completed a 30-Hour OSHA Construction Safety Course. Our
superintendents are experienced in overseeing multiple subcontractor trades. Details on our project
management team’s roles, responsibilities, and accountability are provided in Section C.1.e. A JOC Project
Management Organization Chart is provided in Section D.1. Resumes for each of our team members is
provided in Appendix C.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 8 of 20 May 27, 2016
c) Proposed Interface
Saybr has a demonstrated history of working closely with government project managers, ensuring that
the needs of the project are being satisfied in accordance with the schedule, budget, and customer
expectations. Our first task in establishing this close line of communication is holding a pre-construction
meeting that delineates the chain-of-command, identifies the points-of-contact for all involved parties,
defines the roles for each team member, and sets the key measures of success by which the project will
be measured.
After construction has begun, Saybr’s project manager will hold regularly scheduled project meetings -
daily, or weekly, as required – with City representatives to discuss continued adherence to the
construction documents and project schedule. At these meetings, Saybr’s project managers will update
and distribute construction schedules depicting the work order’s progress. The work order
estimator/project manager will hold additional meetings as necessary to review any unforeseen issues
arise that need to be resolved before the regularly scheduled project meetings. He/she will formally
document and submit all issues to the government project manager, including any potential solutions the
construction and design teams have developed.
d) Job Order Management
Having successfully completed hundreds of JOC work orders, Saybr is very familiar with the team-oriented
approach necessary for job order contract success. Throughout the term of our contract, Saybr will focus
on reducing the City of Renton’s administrative burden and procurement time while facilitating productive
communication, coordination, and continuity. Below is an outline of the approach we have successfully
implemented on two City of Bellevue JOC programs, two U.S. Postal Service JOCs, and other IDIQ
contracts.
CONCEPT / SCOPE DEVELOPMENT / PREBID PHASE
Upon notification of a work order, Saybr will hold a joint scoping meeting with City representatives,
appropriate subcontractor trades, and the end user (as necessary) to define the scope of work in
accordance with the administrative and technical construction requirements and the end users’ needs.
Our scoping meeting will accomplish the following objectives:
Determine budget constraints and funding limitations,
Define the project quality standards (such as finishes, etc.),
Ensure project features conform with existing architectural elements, system capability, operability,
maintainability, and sustainability features,
Set duration and work hours for construction,
Delineate the work area and associated materials staging area,
Identify permit or inspection requirements, including any third-party testing or commissioning that
may be required before final acceptance,
Identify any potential negative impacts to the project schedule or budget (for instance, materials
with long-lead procurement time),
Identify any safety hazards or environmental concerns that could impact the project,
Identify items that will be required as part of close-out documentation, such as warranties.
Following the scoping meeting, Saybr will generate a scope document and review the details with the
City’s designated representative to ensure the scope and objectives are accurate. The scope document
will summarize the elements discussed at the meeting and will provide the blueprint by which the project
will be built, inspected, and evaluated. The detailed scope of work contained in the scoping document will
then serve as the foundation of the work order.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 9 of 20 May 27, 2016
REQUEST FOR PROPOSAL / BIDDING STAGE
Once the scope has been defined, Saybr will issue a formal Request for Proposal (RFP) to subcontractors.
Saybr’s estimator/project manager will assemble a bid package incorporating the defined scope of work,
which will be sent along with the RFP. Every attempt will be made to obtain coverage from at least three
subcontractors for each craft area.
While subcontractors are assembling costs, Saybr’s estimator/project manager will use the RS Means
system, the Unit Price Book, and City specifications to develop a proposal package to submit to the City.
Since no task catalog can completely account for all site-specific conditions and all the various
idiosyncrasies of a project, our estimators understand that selecting the most appropriate line items is
paramount to obtaining the most accurate estimate for the project. The cost estimate will be submitted
for review and approval to the City. If the estimate is not within the funding limitation available, Saybr will
provide value engineering, suggestions for scope reduction, or other innovative solutions to assist the City
team in determining how to fit the project within the available budget.
After receipt of bids from our subcontractors, each proposal will be reviewed in detail by our
estimator/project manager to determine its compliance with the scope of work. When bids have minor
price differences, the estimator will contact each subcontractor to determine their level of understanding
about the scope and to gauge their flexibility in the construction schedule and overall commitment to the
project.
After submitting the work order proposal package to the City, Saybr’s estimator/project manager will work
closely with the City’s designated project manager to review the cost estimate line items and provide any
additional information the City may need during its review. Saybr prides itself on the accuracy of our work
order packages and our ability to provide JOC Contracting teams with support throughout its review.
WORK EXECUTION & CONSTRUCTION MANAGEMENT PLAN
Saybr understands that the success of any project is predicated on the communication and coordination
efforts among all team members. As described below, Saybr’s team, led by the Project
Manager/Estimator, will maintain seamless coordination with the City’s contracting team to ensure that
the objectives of each work order are met.
Pre-Construction Activities
Once a work order has been approved and awarded, Saybr expends
significant energy at the pre-construction stage to ensure that the
goals for successful completion of each work order are
communicated effectively to all members of the team. Saybr begins
this process by issuing scope-specific subcontracts and supplier
purchase orders to the project vendors. These documents outline
the work order’s health and safety requirements, contractual
obligations, insurance levels, and adherence to any specific
contractual language the master contract may require.
Once subcontracts and purchase orders have been returned, reviewed, and accepted, Saybr’s team begins
work on developing a detailed project field binder, which will be used by Saybr’s superintendent to
manage the project in the field. The field binder will include the scope of work, specifications and/or
drawings, a defined budget, a schedule identifying the critical path, a copy of the wage determination,
and copies of any permits.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 10 of 20 May 27, 2016
Saybr’s team will also begin work on compiling the required submittal documents copies of which will be
added to the field binder. Each submittal will be tracked on a comprehensive submittal log, which provides
a list of all submittals related to the project and identifies the associated specification and/or drawing
reference and status of the submittal review. Submittals will be transmitted to the City electronically,
along with a copy of the submittal log. Typical submittals include:
• Site Specific Safety Plan
• Quality Control Plan
• Stormwater Pollution Prevention Plan
• Shop Drawings
• Product Data
Mobilization
Upon mobilization to the site, Saybr’s superintendent will hold a project kickoff meeting that will set the
stage for project success. During the meeting, the chain-of-command will be identified and roles defined
for each team member. The team will review the work plan, including the site-specific safety plan, the
quality control plan, and the environmental protection plan. All workers on-site will be required to attend
this meeting.
Communication & Quality Control
Once construction has begun, the construction Superintendent will manage the project using the project
manual and its related inspection sheets to track quality and performance. Daily Quality Control Reports
will be completed and copies forwarded to the project manager and City representatives within the
required time. Continuous communication will be maintained among the team. Throughout the
completion of a work order, Saybr will work closely with the City of Renton to ensure that the needs of
the project are being satisfied in accordance with the schedule, budget, and customer expectations.
Schedule
An electronic schedule will be maintained and updated with progress each week and copies will be
provided to the City and to each subcontractor. Any potential problems will be identified and progress
meetings will be held to respond to any conflicts. When necessary, work hours will be extended and/or
the number of workers will be increased to ensure the project remains on schedule. If a subcontractor
does not augment the work hours or work force to maintain the schedule, our crew or an alternate
subcontractor will correct the deficiency and charge the responsible subcontractor. Any unforeseen
conditions that affect the schedule will be documented and every effort will be made to maintain the
original schedule despite the disruption.
Changes
Saybr recognizes that the City contracting official will be the sole person sanctioned to provide
authorization for any matters that affect contract terms and conditions, scope of work and construction
costs. If any potential impact is identified, Saybr will contact the contracting official immediately, verbally
and in writing, to inform him or her of the details of any possible change.
Closeout
Saybr’s end goal for each project is to provide our customers with an in-depth knowledge of the new
facility and/or equipment in order to allow a high level of self-sufficiency in managing and maintaining
their new facility. To achieve this goal, Saybr places great importance on startup and testing of systems,
facilitating proper training, and providing comprehensive closeout packages.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 11 of 20 May 27, 2016
All startup and testing of systems will be completed with the City’s participation to ensure the end users
are skilled and knowledgeable in the operation of those systems. In addition, Saybr will provide the
necessary preventative maintenance and operation and maintenance manuals as dictated by equipment
manufacturers.
e) Team Member Roles, Responsibilities, and Accountabilities
Estimators/Project Managers: Saybr’s Estimators/Project Managers will be assigned to manage each
work order from the cost estimate stage through closeout. They will create realistic and accurate work
order budgets and ensure those budgets are met; they will develop detailed schedules that identify the
critical path and mobilize materials, subcontractors, labor and other resources expeditiously to meet the
schedule; they will monitor on-going site activities and enforce the highest levels of quality and safety
performance. Our Estimators/Project Managers report directly to the JOC Program Manager, Daryn
Gilstrap, and will work with Saybr’s Operations Officer, Mike Muller, to ensure each of their projects is
adequately staffed and the necessary equipment is available to complete the project.
Assistant Project Managers/Project Engineers: Saybr’s assistant project managers will ensure that the
proper paperwork is channeled to the appropriate person when needed, including permits, submittal
data, and closeout packages. Additionally, these individuals will coordinate closely with our Project
Managers and any design team partners to ensure that bid packages reflect the latest and most applicable
codes, standards, and construction techniques.
Site Superintendents: Saybr’s site superintendents will closely manage our subcontractors’ on-site
performance to ensure compliance with the project’s goals, including quality, budget, and schedule. As
Quality Control Managers, our Superintendents will prepare quality control plans and conduct inspections
in coordination with our customer’s representative, ensuring a high level of quality at every stage of
construction. Additionally, the Superintendent will act as the Site Safety and Health Officer and ensure
that onsite employees, subcontractors, and others on the site understand and act in full compliance with
Saybr’s Site-Specific Safety and Health Plan. The Superintendent will report directly to the Project
Manager of each project.
Safety Officer: Our Health and Safety Officer certifies that each construction site complies with OSHA and
Washington DOSH safety regulations. Her duties will include developing site-specific accident prevention
plans and hazard analysis plans for each work order based on the project parameters, conducting safety
inspections, and implementing effective safety measures.
f) Quality Control Procedures
Saybr stakes its reputation on the quality of its work. Throughout a project’s duration, we are constantly
inspecting the work in place and carrying out preliminary, pre-final and final inspections. We listen closely
to the customer’s concerns regarding workmanship and never hesitate to correct an item that does not
exceed our customer’s expectations. In order to standardize our high level of our quality workmanship,
Saybr implements a rigorous Quality Control Plan for each project, which provides multi-level review and
documentation procedures for dictating the quality of work. Our QC Plans include:
Preparatory Phase: This phase will take place before any contractor or subcontractor will be allowed to
begin work on the project. Saybr’s QC Manager will hold a preparatory meeting to review all of the
Contract requirements for each definable phase of work, coordinate the submittal requirements and
certifications, review the Contract drawings and verify that appropriate shop drawings and submittals
have been approved.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 12 of 20 May 27, 2016
Initial Phase: During the initial phase, the QC Manager will review contract requirements with the
personnel that will be performing the work to establish standards for high quality workmanship. The QC
Manager will be responsible for the daily inspection of work to ensure that Contract requirements are
being met and to resolve any conflicts that may arise. If work items are determined to be non-compliant,
the QC Manager will list the item on a Rework Items List, which is then submitted, along with our daily report,
to the City. After the item has been reworked or replaced, the QC Manager will re-inspect the work’s quality.
When the item meets and/or exceeds the Contract requirements, the item will be removed from the Rework
Item List.
Follow-Up Phase: Throughout the follow-up phase, the QC Manager will be responsible for conducting
intermittent and continuous inspection of the construction operations to identify and correct deficiencies.
All completed phases of construction will be inspected by the QC Manager to ensure that the work is in
compliance with the Contract requirements before scheduling a final acceptance inspection by the
Contracting Officer.
Saybr is committed to finishing projects within agreed upon timeframes. This is why we work closely with
our clients, key subcontractors and suppliers, and other project stakeholders during the scoping meeting
to identify potential scheduling challenges, such as long-lead procurement items, permits that require
extensive review time, or facility operational concerns. This information will be reflected in our schedule,
which will be submitted to the City representative for review and approval. Once the schedule has been
approved, copies will be provided to all parties of the construction team, including subcontractors.
For longer or more complex projects, the schedule will be updated regularly to reflect ongoing progress
and the updated schedules will be provided to the team so everyone can be apprised of the project status.
When necessary, work hours will be extended and/or the number of workers will be increased to ensure
the project remains on schedule. If a subcontractor does not augment the work hours or workforce to
maintain the schedule, an alternate subcontractor and/or Saybr’s in-house crew will be brought in to
correct the deficiency. Any unforeseen conditions that affect the schedule will be documented and every
effort will be made to maintain the original schedule despite the disruption.
In Saybr’s history of performing job order contracts, the majority of work order schedules have been met.
The few work orders that have not met the original scheduled completion date were due to owner-
directed work added on to the original contract, the discovery of unforeseen conditions, or owner-related
scheduling issues, such as being unable to vacate a room in time for the scheduled renovation.
Similarly, once the cost estimate has been agreed upon, the budget will be closely managed by Saybr’s
project manager to ensure that we complete the project without any increases. In our decades-long
experience of working for federal, state, and municipal governments, Saybr has demonstrated careful
stewardship of public funds, providing value engineering and innovative construction solutions to provide
cost-efficiency and a high quality product.
Saybr has implemented a number of controls to ensure that project budgets are met for every work order.
Since our inception, Saybr has used ComputerEase construction accounting software, which provides
detailed job cost reports, payroll tracking, general ledger, accounts receivable, accounts payable and
equipment utilization modules for a variety of construction projects, including lump sum, time and
materials, and pre-negotiated unit costs. This comprehensive system integrates all these components in
a user-friendly, real-time basis, allowing the administrative staff to provide estimator/project managers
and field superintendents with immediate, detailed cost and scheduling analyses.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 13 of 20 May 27, 2016
Below is a list of Saybr’s four current job order contracts, including the total number of work orders
awarded, the number of work orders with change orders, and the total percentage of the increases. Many
of these changes were due to owner-directed requests for additional work not identified in the original
scope of work.
Figure 3. Change Order Percentages for JOC Work Orders
JOC Title Total Work
Orders
Total Work Orders
w/ Change Orders
Total
Increase
City of Bellevue JOC 15 2 4%
Washington Dept. of Enterprise Services JOC 111 44 11%
City of Seattle JOC 21 10 5%
City of Kirkland JOC 14 5 3%
g) Value Engineering Support
Saybr excels at providing value engineering support on projects with less than a full set of plans and
specifications. For our U.S. Postal JOC, for instance, Saybr rarely was provided with as-builts, let alone
plans or specifications. Instead, working closely with the Postal facilities engineers and on-site staff,
Saybr’s estimators clearly identified the main objectives of a particular scope of work and then, based on
our own construction expertise, materials knowledge, and incidental design input from our engineering
partners, provided innovative, cost-effective solutions to the Postal Service’s needs. Saybr has found that
value engineering serves a vital role as one of the proven tools for reducing project cost and improving
product and process performance.
Section C.2 Subcontractor Management Ability
a) Subcontractor Selection Methods
Saybr maintains an extensive subcontractor database that allows us to assemble all of the subcontractors
that we meet through our outreach efforts into a single, easily searchable and easily utilized resource for
our project managers and estimators. All subcontractors are required to complete a prequalification
process prior to being included as a viable subcontractor in the Saybr database. The pre-qualification
process gathers information related to the past performance and experience of the subcontractor, the
subcontractor’s bonding and insurance capability, their financial health, and a variety of other questions.
Additionally, all subcontractors are required to complete an extensive safety questionnaire that
investigates the safety record of the company including its EMR and DART rates and its OSHA and DOSH
citation record. No subcontracts will be issued to a subcontractor with an EMR above 1.0 or a DART rate
in excess of 4.0. Additionally, the questionnaire inquires as to how often the company conducts company-
wide, supervisor and tail-gate safety meetings, whether or not the company has a Corporate Safety Officer
and the types of safety training provided to their employees.
Based on the results of this questionnaire, Saybr will ensure that all subcontractors utilized in the course
of performing any task order under this contract conform to our baseline safety expectations. Saybr has
found that the prequalification process has allowed us to remove many of the poor performing or less
safety conscious subcontractors from our subcontractor pool prior to actually engaging them to perform
work. This has allowed us to decrease the incidence of poor work performance and increase the efficacy
of our safety programs.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 14 of 20 May 27, 2016
Soliciting Bids: The Saybr subcontractor database is then used by our estimators to solicit bids. Priority is
given to small business subcontractors that have a proven track record of high performance and
compliance. We also give special consideration to women and minority, disabled veteran and veteran-
owned, and HUB-Zone subcontractors to increase inclusion. Each firm is given additional support if their
resources limit their ability to submit a cost proposal or complete Saybr’s or our customer’s documents.
Following subcontract award, information on each subcontractor, including which subcontractor was
awarded, the scope of work, and the awarded amount is also entered into our database. We periodically
conduct audits on this information to assess if our small business utilization program is working effectively
and to ensure we are promoting a diverse subcontractor group.
b) Contingency Plan for Handling Unsatisfactory Subcontractors
Saybr prides itself on providing our customers with work performance that exceeds their expectations; it
forms one of our foremost objectives on our projects. In alignment with that objective, Saybr’s management
team works hard to prevent poor performance from inhibiting a project’s quality.
A Saybr superintendent will be present at all times when on-site construction activities are performed by
our own staff and subcontractors. We will maintain written daily reports, which will record adherence to
all work rules, health and safety requirements, quality control, and construction progress. Project
photographs will also be taken to document pre-construction conditions and construction progress.
Saybr’s superintendents are skilled in supervising many craft trades concurrently. Poor performing
subcontractors are given verbal warnings, then written warnings, and, if necessary, are replaced.
All subcontractors are required to comply with Saybr’s corporate and site-specific safety and health
policies at all times and consistently exhibit professional, customer-oriented behavior. If a subcontractor
is found to have violated any safety rule or performance standard, they are usually notified verbally and
given a chance to immediately correct the action. With subsequent violations, a written notice may be
given or depending upon the magnitude of the breach, they could be immediately removed from the job
site.
Each subcontractor contracted with Saybr agrees to a takeover clause, which allows Saybr to terminate
their contract for cause or convenience. If a subcontractor is removed from a job site, written notice is
provided to explain the violation in detail and inform them that they are prohibited from bidding on future
projects for our company. Another qualified firm is contracted immediately for replacement, as to not
affect the schedule.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 15 of 20 May 27, 2016
SECTION D – QUALIFICATIONS OF PROFESSIONAL PERSONNEL
Section D.1 Project Organization
Description of Project Organization
Saybr’s management team has worked together for decades and is experienced at every level of the
construction business. Our team has successfully executed numerous IDIQ contracts totaling more than
700 work orders and more than $57 million worth of work. Our team maintains multi-layered levels of
monitoring and control throughout the construction process, beginning at the pre-bid planning stage all
the way through final close-out of each work order. The following organizational structure narrative
provides an overview of the personnel that will be assigned to this contract. Resumes for each of our team
members can be found in Appendix C.
Contract Team & Key Personnel for Contract Management and Work Order Planning
DARYN GILSTRAP, JOC PROGRAM MANAGER (LEAD)
Our JOC Program Manager will be the primary contact for City of Renton procurement team. He will assign
individual task orders to the appropriate work order estimator/Project Manager, conduct frequent
reviews of on-going work, and provide overall management for the success of the program. Working
closely with the City, Daryn will ensure that Saybr is providing a seamless and coordinated response as
work orders are issued and that we are continuously meeting our goals of reducing the City’s
administrative burden and increasing the focus on defining and meeting their needs.
Daryn has nineteen years of construction experience; since joining the Saybr team in 2002, he has
estimated and managed hundreds of public works, military and private sector construction projects to
successful completion. Additionally, Daryn has served as the Program Manager for all of Saybr’s job order
contracts.
TOM SHEA, JOC ESTIMATOR/PROJECT MANAGER
Tom Shea has over twenty years of success managing multi-million-dollar commercial building projects.
Skilled in managing multiple projects concurrently, Tom is adept at working with engineers, architects,
subcontractors and field superintendents to coordinate activities and resolve concerns. He is highly
experienced in developing detailed cost estimates, budgets and project schedules using R.S. Means cost
estimating and WinEst estimating software. Tom’s project management experience includes numerous
multi-million dollar civil and building construction projects for various military and federal government
agency clients, including construction of an award-winning Air Park Museum for the Air Force at Joint Base
Lewis-McChord.
LLOYD ICKES, JOC ESTIMATOR/PROJECT MANAGER
Lloyd Ickes is a project manager with seventeen years of proven success overseeing all phases of
multimillion-dollar construction, infrastructure, and environmental projects for the Department of
Defense and other government agencies. Lloyd’s experience includes all aspects of project management
from budget projections to scheduling and managing subcontractors and project crews up to 150 workers.
Lloyd’s area of expertise include airfield construction/roadway improvements, asbestos abatement,
HAZWOPER initiatives, and building construction and demolition projects. Backed by strong credentials
and a proven history of on-time, on-budget and high-quality project completions, with extensive
experience bring numerous concurrent projects to successful completion.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 16 of 20 May 27, 2016
TED MARX, JOC ESTIMATOR/PROJECT MANAGER
Ted Marx has eight years of experience in the construction industry including three years of experience in
commercial estimating and project management with an additional four years in the field carpentry and
tenant improvement/remodeling experience. Ted’s successful project history demonstrates a consistent
ability to complete projects on time and on budget while delivering an exceptional product that meets
client expectations.
AMANDA GRINDLE, HEALTH & SAFETY OFFICER
Amanda has been Saybr’s Health and Safety Officer since 2004. Her role encompasses the total
management of all aspects of Saybr’s Safety Program, from implementing new policies and procedures to
setting the annual safety budget. Amanda has worked as the on-site health and safety officer on several
construction projects conducting safety audits and inspections to ensure Saybr’s construction methods
and procedures are carried out in a safe manner. She has established relationships with state and federal
safety inspectors for both compliance and consultation services.
JAMES JACK, SUPERINTENDENT/QC MANAGER
With over forty-one years of construction experience, Jim provides the team with considerable experience
supervising projects to successful completion. He has provided site supervision, quality control, and safety
oversight on many federal, state and private contracts and has performed a diverse range of construction
activities with the utmost care for safety and budget and schedule adherence. Jim has served as the
superintendent for numerous work orders on Saybr’s job order contracts.
MAURICE RICK, SUPERINTENDENT/QC MANAGER
Maurice has twenty-six years of experience in commercial construction as a Quality Control Manager,
Superintendent, Foreman, and Site Safety Supervisor. Maurice is experienced at every level of
construction, from permitting to construction and closeout. He has worked with Saybr since 2006 as a
Superintendent for various building construction projects for all sectors of federal, state, and private
business. Maurice has served as the superintendent for numerous work orders on Saybr’s job order
contracts.
BRUCE TONEY, SUPERINTENDENT/QUALITY CONTROL MANAGER
Bruce Toney has fifteen years of experience in commercial construction as a Construction Superintendent
on a wide array of building renovation, remodel, and repair projects. Bruce’s experience includes work on
an extensive number of government projects, for which he has provided detailed coordination with
government representatives and project stakeholders. Bruce’s successful project history demonstrates a
consistent ability to complete projects on time and on budget while delivering an exceptional product that
meets client expectations. Bruce has served as the superintendent for numerous work orders on Saybr’s
job order contracts.
BRENT HANSON, SUPERINTENDENT/QUALITY CONTROL MANAGER
Brent Hanson has nineteen years of experience in as a Construction Superintendent on a wide array of
building renovation, remodel, and repair projects. Brent has a thorough understanding of project
documentation, safety, and quality control requirements and provides detailed coordination with project
stakeholders. His successful project history demonstrates a consistent ability to complete projects on time
and on budget while delivering an exceptional product that meets client expectations. He is an
experienced superintendent with supervisory authority over all field construction related activities. Brent
has served as the superintendent for numerous work orders on Saybr’s job order contracts.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Organization Chart May 27, 2016
Figure 4. JOC Organization Chart
Subcontractors
Dedicated, diverse group of pre-
qualified subcontractors
representing all CSI Codes.
JOC Program Manager
Daryn Gilstrap
Safety Officer
Amanda Grindle
Executive Support
Karen Say-Valadez, President
Operations Support
Michael Muller, C.O.O.
On-Site Superintendents
Brent Hanson Jim Jack
Maurice Rick Bruce Toney
Field Personnel
Cross-trained and licensed in
numerous disciplines.
Lead Cost Estimators/Project Managers
Daryn Gilstrap Ted Marx
Lloyd Ickes Tom Shea
Assistant Project Managers
Marcia Valdez
Kayla Young
Accounting/Payroll Support
Fran Burns AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 17 of 20 May 27, 2016
Section D.2 Unit Price Book Estimating Experience
Meeting a project’s budget is important for any customer but is especially important in the public sector,
where limited public funding must be maximized to accomplish project goals. In our decades-long
experience of working for federal and state governments, Saybr has demonstrated careful stewardship of
public funds, providing value engineering and innovative construction solutions to provide cost-efficiency
AND a high quality product.
Estimating Tools & Methodology
Saybr’s team includes knowledgeable and experienced construction estimators who have compiled
estimates for a wide range of projects using pre-priced unit cost construction data books, such as RS
Means. In order to accurately estimate a task order, Saybr estimators employ detailed spreadsheets to
develop tasks and quantities associated with a task order’s scope of work. The spreadsheet tasks and
quantities are then input into RS Means Costworks and the coefficients are applied to develop the
estimate. Finally, the estimate is exported from Costworks into excel format to provide to the City’s
procurement staff. All of Saybr’s estimating personnel are familiar with both with RS Means and other
pre-priced construction task books and programs. Appendix D provides an example of a work order cost
estimate Saybr compiled for our City of Seattle Job Order Contract. The work order involved converting a
former utility building into an emergency service center and homeless shelter.
Work Order Management Tools & Methodology
Saybr has implemented a number of controls to ensure that project budgets are met for every work order.
Since our inception, Saybr has used ComputerEase construction accounting software, which provides
detailed job cost reports, payroll tracking, general ledger, accounts receivable, accounts payable and
equipment utilization modules for a variety of construction projects, including lump sum, time and
materials, and pre-negotiated unit costs. This comprehensive system integrates all these components in
a user-friendly, real-time basis, allowing the administrative staff to provide project managers and field
superintendents with immediate, detailed cost and scheduling analyses.In addition to the use of our
detailed and comprehensive accounting system, Saybr will also implement project-level cost controls,
including purchasing material directly and in bulk to avoid excessive mark-ups and regionalizing projects
in order to complete projects within various areas simultaneously, thereby reducing extra mobilization
costs.
Scheduling Tools & Methodology
Depending on the complexity of a particular work order, Saybr is able to utilize a diverse range of software
to schedule our projects. For lower complexity projects that do not require a resource-loaded schedule,
Saybr generally utilizes Microsoft Project. However, if resource-loading is required, or the project involves
a high degree of personnel and subcontractor coordination across multiple construction divisions, the
project is usually scheduled with Primavera 6 scheduling. In either case, project schedules are regularly
updated to reflect progress and are compared against the baseline schedule for deviations. Appendix E
provides a sample schedule Saybr created for the City of Seattle JOC emergency service center building.
Section D.3 History of Trade Inclusion
Saybr will have no difficulty subcontracting the 90 percent subcontracting requirement of this JOC, having
successfully met similar thresholds on other JOCs. As demonstrated on those contracts, we will include all
trades, regardless of union affiliation. Saybr regularly uses both union and non-union subcontractors alike
on all our projects. Saybr has a long history of complying with the Davis Bacon Wage Act and Prevailing
Wage requirements and will ensure all certified payroll requirements as well as Prevailing Wage Intents
and Affidavits are paid.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 18 of 20 May 27, 2016
SECTION E – WMBE OUTREACH & PARTICIPATION PLAN
Policy Statement:
Saybr Contractors is committed to maximizing participation by certified minority and women owned
business enterprises in contracting to supply good and services as required by RCW 39.19 and 39.10 and
WAC 326. We will continue to conduct our procurement activities in a way that maximizes opportunities
for minority and women’s business enterprises to contract with us.
Implementation Responsibility:
The President of Saybr Contractors, Karen Say-Valadez, delegates the authority to ensure implementation
of this plan to the JOC Program Manager, who is responsible for administering its functions. The JOC
Program Manager works with the Project Management staff and any other employees involved in the
subcontractor solicitations to ensure that the procurement of goods and services is conducted in
accordance with this plan.
Outreach Strategies:
1. Saybr’s JOC Project Manager Assistant will post contracting opportunities on the Saybr website
located at www.saybr.com and www.omwbe.wa.gov.
2. While processing quotes we will research the Office of Minority and Women Owned Business
Enterprises Directory/website for qualified MWBE firms.
3. Saybr’s Contracts Administrator will review on a quarterly basis the OMWBE database of certified
MBE and WBE firms to identify new opportunities for contracting with certified firms.
4. The Contracts Administrator will assist OMWBE in developing its certified supplier database by
referring self-declared MBE and WBE vendors to become certified.
5. Saybr Contractors will divide the total job requirements when economically feasible into small tasks
or quantities to permit maximum participation of MBE and WBE’s.
6. Saybr will request minority outreach participation for second and third tier subcontractors from its
primary subs.
7. Saybr will participate in vendor outreach programs such as the Annual “Bluebook” General Contractor
Fair and Associated Builders and Contractors General Contractors Fair. Additionally, Saybr will
participate in OMWBE sponsored events as recommended by OMWBE staff.
Staff Training and Communication:
The JOC Program Manager or designate will annually train departmental employees with responsibility
for procurement and contracting regarding the appropriate implementation measures for each of the
outreach strategies.
Annual Goals:
1. Participation for OMWBE certified MBE and WBE utilization for this JOC will be set at 10% and 6%
respectively.
2. Saybr Contractors establishes the annual goal as increasing participation by certified MBE and WBE
firms at a rate of 5% above historical participation. The Program Manager or designate shall calculate
and monitor progress towards this goal and report results to the President of Saybr Contractors. The
goal to be established for subsequent fiscal years shall take into consideration: 1) the number of MBE’s
and WBE’s available to perform the work; 2) the programs’ success in attaining goals during the
current year.
Annual Review
This program shall be reviewed and reported annually to the City of Renton for measuring progress
towards established goals.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 19 of 20 May 27, 2016
SECTION F – COMPANY CITYSHIP & OFFICE LOCATION
Saybr was incorporated in Washington State in 1997 and since then we have completed thousands of
projects in nearly every city and county in Washington State, establishing close relationships with
subcontractors, design professionals and permitting authorities from a wide variety of as well as many
located in and near Renton City limits.
Subcontractor Relationships
Saybr fully understands that a key element to effective scheduling and estimating for JOC-type contracts
is the use of local, high-quality, cost effective subcontractors and suppliers. Saybr has an extensive
database of more than 3,000 of subcontractors located throughout Washington and Oregon. These
relationships allow us to ensure high-quality, cost-competitive, and timely completion of task orders. Over
the years, we have compiled an impressive list of best-value subcontractors who understand Saybr’s
expectations for safety, quality, cost, and schedule and are able to apply these expectations within local
market conditions.
Permitting Official Relationships
Saybr has established relationships with numerous jurisdictions and regulatory agencies throughout
Washington State and within the City of Renton. Our estimators, project managers, and on-site
construction superintendents have an in-depth understanding of the permit process, ensuring fast and
flawless coordination of permit submittals, issuance, and inspections.
Design Professional Relationships
Saybr has established relationships with many architectural/engineering (A/E) firms with whom we have
completed various federal and military installations and who are well-acquainted with the teaming
process that makes for a successful design-build project. As opposed to a fully designed project, creativity,
schedule, and cost are all maximized by the design-build process. As a team, Saybr is committed to making
the design-build process faster, better and more cost effective. Our team approach provides single-source
responsibility as a motivation for quality and excellent performance.
Our past design/build projects have included a number of disciplines, including architecture, civil,
mechanical, structural, and landscaping services. Based on each project’s specific design requirements,
Saybr selects the most experienced and technically capable design partner. We understand the team-
oriented approach necessary for these arrangements and, together with our chosen design firm, our team
will concentrate on making timely, informed and effective decisions to provide superior contract
performance.
Saybr’s headquarters and main office is located at 3852 S 66th Street, Tacoma, WA 98409.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Page 20 of 20 May 27, 2016
SECTION G – RECENT, CURRENT & PROJECTED WORKLOAD
Capability to Perform Overlapping Work Orders up to $4 million
Saybr is more than capable of performing overlapping work orders up to the maximum available contract
amount of $4 million per year, having successfully completed an average of $13 million worth of work for
each of the last five years.
Volume of Work Successfully Completed on Past IDIQ-Contracts
Within the last five years, Saybr has completed thirteen similar IDIQ-Contracts representing more than
500 work orders and more than $55 million worth of work.
Resources to Absorb Greater Amounts of Work
In addition to our in-house team, Saybr has formal contracts with various site supervisors and quality
control managers with whom we have worked to augment our team.
Annual Volume of Construction Last Five Years
Below is the average volume of construction Saybr has performed in the last five years.
2015: $16,622,767
2014: $10,060,937
2013: $10,188,569
2012: $12,350,000
2011: $16,930,014
Anticipated Dollar Value of Construction Work for Current Year
Saybr’s current backlog for 2016 is approximately $5 million, consisting of approximately forty projects
ranging in size from a few thousand dollars to several million dollars each.
Project Dollar Value of Construction for the Next Three Years
Saybr anticipates an average of $20 million in projected construction work for the next three years.
Effects of JOC on Projected Workload
Saybr is adept at handling varying numbers and sizes of concurrent work orders on multiple job order
contracts. Saybr is well-versed in ramping up our procurement and project management procedures in
order to handle a quick increase in job order work flow. Each year, for example, in the fall before the
federal government’s fiscal year ends on October 30, Saybr is inundated with work orders issued from our
various federal JOC-type contracts. Saybr has successfully completed and billed for these work orders
before the year-end deadline, which in turn allows the government to secure their budget for the
following year. Regardless of when a work flow variation occurs, Saybr is able to adequately meet the
demands of our customers in a timely manner without a loss of continuity, cost, or quality.
Over the past ten years, Saybr has focused on successfully executing IDIQ contracts for a number of federal
and state agencies. We have specifically pursued these contracts because they capitalize on what Saybr
does best—working as an extension of our customer’s teams to realize their goals. Saybr works hard to
foster and maintain a long-term relationship with our customers, regardless of whether we’re replacing
carpet or providing a total building renovation, and the JOC process allows us the platform from which we
can effectively showcase our commitment to working on your team to meet your needs job after job after
job.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix A May 27, 2016
Appendix A
Customer Evaluations &
Commendation Letters
AGENDA ITEM #2. a)
Procurement-Sensitive Source Selection Document.
Page 2 of 5 Pages
PAST PERFORMANCE QUESTIONNAIRE
SOURCE SELECTION SENSITIVE INFORMATION
Name of Offeror:
Client/Contract Information (Supplied by offeror)
Name of Client: Contract Number:
Contract Title:
Contract Value:
Type of Contract: Period of Performance:
The ratings below are supplied by the contractor identified above, NOT the offeror.
Performance Elements Unsatisfactory
0
Poor
1
Fair
2
Good
3
Excellent
4
Outstanding
5
1. Quality of Product or
Service
2. Cost Control
3. Timeliness of
Performance
4. Business Relations
5. Remarks on outstanding performance:
Provide data supporting this observation; you may continue on a separate sheet if needed.
_________________________________________________________________________________________________
_________________________________________________________________________________________________
_________________________________________________________________________________________________
_________________________________________________
.
6. Remarks on unsatisfactory performance:
Provide data supporting this observation; you may continue on a separate sheet if needed.
___________________________________________________________________________________
Saybr Contractors, Inc.
City of Seattle, Parks Dept.000002050
Buttnick Property Soil Remediation
$134,658.00
Fixed Cost 10/20/2014 - 10/24/2014
X
X
X
X
Saybr provided Seattle Parks with a quailty project within the agreed upon fee. They were able to work with the property's leasee
and resolved all of their concerns without any issues. Great customer service.
AGENDA ITEM #2. a)
RFP No. 3216 Alter/Repair IDIQ Contracts for BPA
Procurement-Sensitive Source Selection Document.
Page 3 of 5 Pages
7. Please identify any corporate affiliations with the offeror.
8.Other comments that you wish to make:
_____________________________________________________________________________________
9. Would you do business with again?
(insert offeror’s name)
10. Questionnaire completed by:
Name:
Title:
Mailing Address (Street and P.O. Box):
City, State and Zip Code:
Telephone Number:
Fax Number:
Date Information provided:
Patrick Donohue, Senior Capital Projects Coordinator
02.10.14
206.233.3949
206.684.9286
Seattle Parks
800 Maynard Avenue South 3rd Flr.
Seattle, WA 98134
Saybr Contractors
Yes I would
None
AGENDA ITEM #2. a)
RFP No. 3216 Alter/Repair IDIQ Contracts for BPA
Procurement-Sensitive Source Selection Document.
Page 4 of 5 Pages
PAST PERFORMANCE QUESTIONNAIRE
Ratings and Performance Categories
The offeror shall be evaluated based on the following ratings and performance categories:
Ratings:
0 = unsatisfactory
1 = poor
2 = fair
3 = good
4 = excellent
5 = outstanding
Quality of Product or Service
Unsatisfactory: Non-conformances are jeopardizing the achievement of contract requirements, despite use of client
resources. Recovery is not likely. If performance cannot be substantially corrected, it constitutes a significant impediment
in consideration for future awards containing similar requirements.
Poor: Overall compliance requires significant client resources to ensure achievement of contract requirements.
Good: There are no, or very minimal, quality problems, and the offeror has met the contract requirements.
Excellent: There are no quality issues, and the offeror has substantially exceeded the contract performance requirements
without commensurate additional costs to the client.
Outstanding: The offeror has demonstrated an outstanding performance level that was significantly in excess of
anticipated achievements and is commendable as an example for others, so that it justifies adding a point to the score. It
is expected that this rating will be used in those rare circumstances where offeror performance clearly exceeds the
performance levels described as “Excellent”.
Cost Control
Unsatisfactory: Ability to manage cost issues is jeopardizing performance of contract requirements, despite use of client
resources. Recovery is not likely. If performance cannot be substantially corrected,
this level of ability to manage cost issues constitutes a significant impediment in consideration for future awards.
Poor: Ability to manage cost issues requires significant client resources to ensure achievement of
contract requirements.
Fair: Ability to control cost issues requires minor client resources to ensure achievement of contract requirements.
Good: There are no, or very minimal, cost management issues and the offeror has met the contract requirements.
Excellent: There are no cost management issues and the offeror has exceeded the contract requirements, achieving cost
savings to the client.
Outstanding: The offeror has demonstrated an outstanding performance level that justifies adding a point to the score. It
is expected that this rating will be used in those rare circumstances where the offeror achieved cost savings and
performance clearly exceeds the performance levels described as “Excellent”.
AGENDA ITEM #2. a)
RFP No. 3216 Alter/Repair IDIQ Contracts for BPA
Procurement-Sensitive Source Selection Document.
Page 5 of 5 Pages
Timeliness of Performance
Unsatisfactory: Delays are jeopardizing the achievement of contract requirements, despite use of client resources.
Recovery is not likely. If performance cannot be substantially corrected, it constitutes a significant impediment in
consideration for future awards.
Poor: Delays require significant client resources to ensure achievement of contract requirements.
Fair: Delays require minor client resources to ensure achievement of contract requirements.
Good: There are no, or minimal, delays that impact achievement of contract requirements.
Excellent: There are no delays and the offeror has exceeded the agreed upon time schedule.
Outstanding: the offeror has demonstrated an outstanding performance level that justifies adding a point to the score. It
is expected that the rating will be used in those race circumstances where offeror performance clearly exceeds the
performance levels described as “Excellent”.
Business Relations
Unsatisfactory: Response to inquires and/or technical, service, administrative issues are not effective. If not substantially
mitigated or corrected it should constitute a significant impediment in considerations for future awards.
Poor: Response to inquires and/or technical, service, administrative issues are marginally effective.
Fair: Response to inquiries and/or technical, service, administrative issues are somewhat effective.
Good: Response to inquiries and/or technical, service, administrative issues are somewhat effective.
Excellent: Response to inquiries and/or technical, services administrative issues exceeds client expectation.
Outstanding: The offeror has demonstrated an outstanding performance level that justifies adding a point to the score. It
is expected that this rating will be used in those rare circumstances where offeror performance clearly exceeds the
performance levels described as “Excellent”.
AGENDA ITEM #2. a)
.. Georgia.pacific Contractor EH&S Compliance Standard
APPENDIX H "CONTRACTOR POST/FINAL WORK PERFORMANCE EVALUATION .. .. . . . .
• ..
Contractor Name: S4~8R CP;Ng-71€~,on/ Facility Name: Piicc,vl¢ UY/'7
GP Contractor Field Coordinator (or GP Designee): Project Name/Details: Rc~/R "':::;::..:,/.c: Rt.t# .::s;.f.=,RC~OfFC
Date: #vt:Ur-r Z~ :to/I/-Work Order# (s): ~CC7t:f %/BOOO'37B8
INSTRUCTIONS: Select the rating that best describes the Contractor's performance for each category. Use page 2 for category rating considerations, Add additional Comments as necessary.
I CATEGORY
RATING EVALUATION 1 2 3 (1,.2'or 3 COMMENTS
CATEGORY BELOW EXPECTATIONS I MET EXPECTATIONS EXCEEDS EXPECTATIONS from' columns at loft) RELATED TO CONTRACTOR WORK
Safe practices often bypassed in the Proactive safety vision and management. ~y~ /,~v'FM.i) interest of resources.Ongoing rerrindersl Followed safe practices. Needed few Qear plan for addressing and rmigating risk. g SAFETY & HEALTH regular interventions required throughout reninders about safety and health. No Followed safe practices. Errployees .s;tF~'I .A:A"" "DAeaR work. Constant oversight of contractor SH incidents while on site. actively understand and defT"CInstrate safe . work to ensure safe practices. behavior. 7G /v'tARK
Environmental procedures often Additional effort taken by contractor to ho-;'(]¥D ;K.r
bypassed or overlooked in the interest of Follow all environmental procedures. prevent environmental incidents and irrpacl 3 ~UR-r"""" ,,4"J.41£C-L
ENVIRONMENTAL timefcosl. Ongoing rerrinders and regular
interventions required throughout No inciOents while on site. to site. Contract employees understand their Ai'$ 5PI"-K;'7
contractors work. role in prevention.
Documented quality standards were &/VMI'?i-Qr ,;.~,_ ... t.. Specifications and standards were not
QUALITY of WORK foUowad throughout the contractor's Quality specifications were established follow ad and quality expectations met. 3 .6c-~ ~,f-" ...,..r and met while on site. Contractor made ongoing irrprovements 10 work quality standards.
Job w as not corrpleted on time and Contractor work w as corrpleled safely and s'CJl4:>t.dC t?',15' corrections had to made several times Job was corrpleted safely and on schedule or ahead of schedule. .5"'#.6Gr ~~-r PRODUCTIVITY/EFFICIENCY throughout the contractor work. Safety efficiently. Contactor displayed a true sense of Z reninders may also have been urgency while maintain safety expectations
necessary and cost.
Expectations met rmst of the time. Professional. corrpetent and Contractor comnitment to custorner focus AtWAtf R"err Xn:
Regular reminders were necessary. cooperative while on site. Met was not cOflllrorrised, while meeting g ?~o~C /. ..... -
.,
CUSTOMER ·FOCUS Missed some colTlTitments related to the colTlTitments and deliverable expectations. Provkled regular updates to
site personal and worked well w ~h all job and deliverables. expectations. contacts on site. .;-t,fPl)A-rc.p I
WOULD YOU CONS·IDER A Contractor overall rating should be ~R,( 7'7'P~ 1-THIS CONTRACTOR FOR NO or MAYBE ~ Meeting or Exceeding Expectations.
FUTURE WORK? Provide details if necessary in Any Below Expectations in Safety 3' /koR.5.510~ . (CIRCLE ONE) Comment box. and/or Environmental will impact the
entire overall rating to unacceptable.
Contractor Representative Signature: ________________ --;;;r-:;;-=~71'7')>----------------Date:. __ -::-, __ -;-__ _
GP Contractor Field Coordinator (or GP designee) Signature ____ ""'''''''-L'''''=''''J~~'''-----------------.Date:---'t3=cf)~~"~"?T0-'."_if:L-__ r I See Page 2 for Additional Considerations for each Category on Page 1
Version 4.1.0 Revised 11/28/2012 Page 1 of 3
lEonnh _ ?n1? r,."'(\rnj~_D:::o('ifj(' i=rlllihi i-I(\lrlinnc: I I r. All Rinhtc: R",c:",r.I",rI AGENDA ITEM #2. a)
FOR OFFICIAL USE ONLY / SOURCE SELECTION INFORMATION - SEE FAR 2.101, 3.104, AND 42.1503
CONTRACTOR PERFORMANCE ASSESSMENT REPORT (CPAR)
Construction
FOR OFFICIAL USE ONLY
Name/Address of Contractor:
Company Name: SAYBR CONTRACTORS, INC.
Division Name:
Street Address: 3852 S 66TH ST
City: TACOMA
State/Province: WA Zip Code: 98409
Country: USA
CAGE Code: 1UCC4
DUNS Number: 160070538
PSC: F108 NAICS Code: 562910
Evaluation Type: Final
Contract Percent Complete: 100
Period of Performance Being Assessed: 09/03/2015 - 10/14/2015
Contract Number: INP15PC00538 Business Sector & Sub-Sector: Construction
Contracting Office: PWR OLYMPIC NATIONAL PARK Contracting Officer: PHAEDRA FULLER Phone Number: 360-565-3009
Location of Work:
Building 916, Hoh Apartments, is located in the Hoh sub-district of Olympic National Park in Clallam County, WA.
Award Date: 09/03/2015 Effective Date: 09/03/2015
Completion Date: 10/14/2015 Estimated/Actual Completion Date: 10/13/2015
Total Dollar Value: $40,676 Current Contract Dollar Value: $47,496
Complexity: Low Termination Type: None
Competition Type: Competed under SAP Contract Type: Firm Fixed Price
Key Subcontractors and Effort Performed:
DUNS:
Effort:
DUNS:
Effort:
DUNS:
Effort:
Project Number:
Project Title:
OLYM Asbestos Abatement in Hoh Apartment Building
Contract Effort Description:
Asbestos Abatement in the Hoh Apartment Building which is a 4-unit, 2,375 square foot single story structure. The work includes but
is not limited to the removal and disposal of approximately 1,844 square feet of grey (dull grey with black and white stripes) 9-inch by
9-inch floor tile throughout the building residence excepting the laundry room, and removal and disposal of approximately 7,239
square feet (approx. 5,235 SF wall plus approx. 2,004 of ceiling) of gypsum wallboard ceiling and walls throughout the building. NPS
will remove all fixed and moveable furnishings and fixtures prior to abatement.
Small Business Utilization:
Does this contract include a subcontracting plan? No
Date of last Individual Subcontracting Report (ISR) / Summary Subcontracting Report (SSR): N/A
Evaluation Areas Past Rating Rating
Quality: N/A Very Good
Schedule: N/A Very Good
Cost Control: N/A Very Good
Management: N/A Very Good
Utilization of Small Business: N/A N/A
Page 1 of 3CPARS/FAPIIS
5/11/2016https://cpars.cpars.gov/cpars/app/appviewevaluation_input.action?id=1822030&requestTy...
AGENDA ITEM #2. a)
FOR OFFICIAL USE ONLY / SOURCE SELECTION INFORMATION - SEE FAR 2.101, 3.104, AND 42.1503
FOR OFFICIAL USE ONLY
Regulatory Compliance: N/A Very Good
Other Areas:
(1) : N/A
(2) : N/A
(3) : N/A
Variance (Contract to Date):
Current Cost Variance (%): Variance at Completion (%):
Current Schedule Variance (%):
Assessing Official Comments:
QUALITY: Workmanship was of a high quality from start to finish. The signage, containment, clean up, monitoring and abatement of
Asbestos was of very good quality. The subcontractor that performed the work provided a high level of quality assurance, with little to
no technical advice required from the Government. The crew was very efficient in removal of all wall board and tile and used allowed
time frame wisely. The building was spotless, with the exception of a 2x2 inch asbestos tile chunk that had been pinned under a wall
plate and not visible, but, located after the removal of that wall framing. The exterior clean up of debris was very well done and the
noise kept at a minimal to prevent impact on wildlife and visitors
SCHEDULE: The project was completed several days before the original completion date. The project stayed on schedule and was
completed early. The original schedule was met. The team worked through adverse weather and darkness of winter to complete the
project, they brought in additional lighting to meet the needs of the job. The crew had all dumpster unit and equipment on site one
day early to insure the job could begin immediately the day the contract specified.
COST CONTROL: There was only one change to the contract price via Modification 0001 for work within scope where it as
discovered that additional removal and disposal of ceiling sheetrock and wall insulation was necessary. It was not possible to have
known that in advance during the pre-bid site walk. Contractor otherwise kept to their prices, as quoted, and no other change orders
occurred.
MANAGEMENT: The subcontractor and site superintendent kept close oversite of the project and worked diligently to accomplish the
project. Contact with all parties was done daily via telephone. The area was contained and kept very clean, inside and out. Site
superintendence was minimal. The prime contractor's site superintendent was on site two days during the project, the first day and
the last day. This was because the site superintendent was not cleared to be inside the building during the abatement work, which
was only a minimal effect on the outcome of the project. The Government feels in hind-sight, that management could improve in this
area to reduce the possible risk for detriment to the project from not having more oversight of the work from the superintendent.
REGULATORY COMPLIANCE: Contractor complied with all submittals, plans, clauses and specifications requirements. No issues.
RECOMMENDATION:
Given what I know today about the contractor's ability to perform in accordance with this contract or order's most significant
requirements, I would recommend them for similar requirements in the future.
Name and Title of Assessing Official:
Name: Phaedra Fuller
Title: Contracting Officer
Organization: National Park Service - Olympic National Park
Phone Number: 360-565-3009 Email Address: phaedra_fuller@nps.gov
Date: 05/10/2016
Contractor Comments:
ADDITIONAL/OTHER: Thanks to the teamwork from the NPS, Saybr and its abatement subcontractor, Thermatech Northwest, Inc.,
this project was completed ahead of schedule and with ZERO safety incidents or time loss.
CONCURRENCE: I concur with this evaluation.
Name and Title of Contractor Representative:
Name: KAREN SAY-VALADEZ
Title: CEO/President
Page 2 of 3CPARS/FAPIIS
5/11/2016https://cpars.cpars.gov/cpars/app/appviewevaluation_input.action?id=1822030&requestTy...
AGENDA ITEM #2. a)
FOR OFFICIAL USE ONLY / SOURCE SELECTION INFORMATION - SEE FAR 2.101, 3.104, AND 42.1503
FOR OFFICIAL USE ONLY
Phone Number: 253.531.2144 Email Address: ksay@saybr.com
Date: 05/11/2016
Review by Reviewing Official:
Review by Reviewing Official not required.
Name and Title of Reviewing Official:
Name:
Title:
Organization:
Phone Number: Email Address:
Date:
Page 3 of 3CPARS/FAPIIS
5/11/2016https://cpars.cpars.gov/cpars/app/appviewevaluation_input.action?id=1822030&requestTy...
AGENDA ITEM #2. a)
UNITED II.
Letter of Recommendation June 26, 2015
To Whom It May Concern:
I have had the pleasure of working closely with Saybr Contractors, Inc. on several projects
located at United Airlines facilities at the Port of Seattle's SeaTac International Airport. These
projects have included the installation of a fuel system for our ground support equipment, the
closure of 2 in-ground vehicle hoist pits, and replacement of our commercial dishwasher in our
United Club for premier customers within the terminal.
Despite working within a challenging environment at an active airport with stringent security,
permitting, and inspection requirements, Saybr's team has excelled at providing efficient and
effective project management and execution. Their team is professional, collaborative, and
committed to customer service.
Based on my own experience, I can attest to Saybr's ability to successfully complete the scope
of work we have contracted them for in a timely and efficient manner with minimal impact to
our airline operation.
I confidently recommend Saybr's services to any business.
Feel free to contact me if you need further information at jeff.r.barrow@united.com or by
phone as listed below.
Jeff Barrow
United Airlines
Supervisor/ Environmental Coordinator
PDX and SEA
2230 S. 161" St.
Seattle WA 98158
Cell: 503-319-2502
SEA office: 206-965-2280
PDX office: 503-249-4230
Email: jeff.r.barrow@united.com
2230 South 161~ Street Seattle, WA 98158 A STAR ALLIANCE MEMBER "~
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix B May 27, 2016
Appendix B
Safety & Health Qualification Statement
AGENDA ITEM #2. a)
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Saybr Contractors, Inc.
3852 S 66th Street, Tacoma, WA 98409-2408
(253) 531-2144 (253) 536-2068
Amanda Grindle, Safety Officer
(253) 531-2144 Ext. 103 agrindle@saybr.com
X
1 General Conditions (Contract Management & Supervision)
2 Site Construction (Demolition, Soil Remediation, Utilities, etc.)
15 Mechanical (Fuel System Services, e.g. tanks, dispensers, etc.)
0.72830.7033
Note: Saybr's EMR for 2016 is 0.6000.
0.7041
Not applicable.
X
AGENDA ITEM #2. a)
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
0 0 0
0 0 0
0
0
63,672
0
0
0
0
54,926
0
0
1
0
56,021
3.57
0
0
0
0
0
0
0
N/A - No Violations
Amanda Grindle, Safety Officer
Saybr Contractors, Inc.05/25/2016
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
Appendix C
Resumes
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
KAREN SAY-VALADEZ, PROGRAM MANAGER
President/CEO
EXPERIENCE OVERVIEW
Karen Say-Valadez has been a construction management professional for 27 years. Since founding Saybr
Contractors, Inc. in 1997, Karen’s exemplary leadership and guidance has resulted in Saybr’s continued and
consistent growth and success over the past two decades. From its start as a small environmental contractor,
Saybr has now become an industry-leading general commercial construction services provider successful in all
aspects of civil and building projects.
As the President and CEO of Saybr, Karen provides executive-level management of the company’s team of
estimators and project managers, ensuring the delivery of superior project performance. In addition to her
duties as President, Karen also occasionally estimates and manages projects as needed to support the Saybr
team. Karen has extensive experience completing a variety of projects for federal government agencies and
private commercial customers, including Boeing.
EMPLOYMENT HISTORY
Saybr Contractors, Inc., June 1997 to Present
Omega Environmental, Inc., September 1989 to August 1997
RECENT PROJECT EXPERIENCE
Customer Name / Project Name Completion
Date
Contract
Value
Federal Aviation Administration: Ketchikan Flight Service Stn. Abatement 15-Apr-16 $137,951
United Airlines, Inc.: SeaTac Airport Maintenance Fuel System Installation 13-Mar-15 $198,814
Boeing Company: Renton (Longacres) Sounder Pathway Lighting Installation 12-Mar-15 $197,989
Boeing Duwamish Water Intrusion Repairs 17-Jan-15 $65,612
Federal Aviation Administration: Riverside MALSR Equipment Demolition 28-Sep-14 $51,741
Federal Aviation Administration: Scappoose Generator Fuel System Replacement 21-Apr-14 $45,126
Federal Aviation Administration: Butte Mt. Shed Demo & Soil Remediation 30-May-14 $40,948
Burton Const.: Ecology Air Monitoring Station Site Preparation 15-Jan-14 $31,445
Federal Aviation Administration: Broomfield Outer Marker Demo 22-Nov-13 $67,895
Federal Aviation Administration: Karluk SSO Decommissioning 21-Jun-13 $48,983
Nisqually Tribe: Lakewood Gas Station Renovation 27-Feb-13 $468,380
MacDonald-Miller: St. Joseph Hospital Generator UST Install 01-Feb-13 $495,686
U.S. Dept. of the Navy: Puget Sound Naval Shipyard Building 817 UST Closure 31-Jan-13 $51,230
Unico Properties, LLC: SeaTac UST Removals and AST Installations 09-Jan-13 $104,388
U.S. Dept. of the Navy: Fleet Industrial Ships Oily Waste Removal 30-Dec-10 $167,951
U.S. Postal Service: Seattle Distribution Center Parking Lot Upgrades 30-Sep-10 $102,728
U.S. Army Corps of Engineers: Various Dams Security Upgrades 13-Oct-08 $739,453
U.S. National Park Service: Olympic Park Roofing & Painting 25-Jul-07 $211,229
U.S. Army Corps of Engineers: Bonneville Dam Pump Replacement 03-Jul-07 $911,627
U.S. Army Corps of Engineers: Applegate Dam Spillway Gate Repairs 14-Dec-06 $157,853
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
DARYN GILSTRAP
JOC Program Manager and Estimator / Project Manager
EXPERIENCE SUMMARY
Daryn Gilstrap has 19 years’ experience in the construction industry. Since 2002, he has provided Saybr
Contractor’s, Inc. with project management and quality control services on a variety of public works,
military and private sector construction projects. Additionally, Daryn has had multiple years of experience
acting as the Program Manager for Saybr’s Job Order Contract Program, including job order contracts for
the Washington State Department of Enterprise Services, the Cities of Seattle, Bellevue, and Kirkland, the
U.S. Postal Service, and the U.S. Coast Guard.
EMPLOYMENT HISTORY
Saybr Contractors, Inc., May 2002 to Present
Buffelen Woodworking, January 2000 to April 2002
Harvey Cain Construction, Inc., June 1997 to December 1999
LICENSES & CERTIFICATIONS
US Army Corps of Engineers Construction Quality Management for Contractors
OSHA 30-Hour Construction Safety Training
CPR/First Aid Certified
RECENT PROJECT EXPERIENCE
Customer Name / Project Name Completion Date Contract Value
DES JOC Shoreline Community College: B1600 Restroom Renovation 01-Nov-15 $100,226
City of Kirkland JOC: Houghton Pedestrian Bridge Construction 31-Oct-15 $108,464
City of Bellevue JOC: Fire Station #7 Bay Addition 02-Oct-15 $205,332
City of Seattle JOC: Roy St. Emergency Services Center Renovation 07-Sep-15 $306,679
DES JOC Clark Community College: Walker Hall Building Addition 30-Jun-15 $123,822
DES JOC Spokane Falls Community College: Building 17 Remodel 30-Jun-15 $258,457
DES JOC Dept. of Licensing: Union Gap Parking Lot Repairs 30-Jun-15 $102,256
PABCO Roofing Products: Tacoma Headquarters Office Renovation 05-Feb-15 $632,167
DES JOC Employment Security Dept.: Olympia Office Renovation 23-Dec-14 $333,402
U.S. Coast Guard: Newhalem Station: Exterior Finish Rehabilitation 31-Jul-14 $238,353
Multicare Health Services: Puyallup Building Demolition 10-Jan-14 $90,693
U.S. Dept. of the Navy: Evergreen Lodge Bldg 2750 Renovation 13-Dec-13 $2,255,515
Hussman: McChord Commissary Demising Wall Installation 15-Nov-13 $93,891
Shell Oil Products: Harbor Island Tank Farm Asphalt Paving 31-Jul-13 $100,873
Pabco Roofing Products: Employee Restroom Renovations 05-Apr-13 $75,582
U.S. Army Corps of Engineers: Golf Course Restroom Renovations 28-Sep-12 $88,672
U.S. Postal Service JOC: Albany Post Office Building Upgrades 31-Aug-12 $654,190
U.S. Postal Service JOC: Astoria Historic Post Office Roof Replacement 23-Dec-11 $179,674
City of Bellevue JOC: Electric Vehicle Charging Stations Installations 30-Nov-11 $59,452
U.S. General Services Administration: Headquarters Office Renovation 15-May-11 $1,789,687
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
TOM SHEA
Estimator / Project Manager
EXPERIENCE OVERVIEW
Tom Shea has over twenty years of success managing multi-million-dollar commercial building projects.
Skilled in managing multiple projects concurrently, Tom is adept at working with engineers, architects,
subcontractors and field superintendents to coordinate activities and resolve concerns. He is highly
experienced in developing detailed cost estimates, budgets and project schedules using R.S. Means cost
estimating and WinEst estimating software. Tom’s project management experience includes numerous
multi-million dollar civil and building construction projects for various military and federal government
agency clients, including construction of an award-winning Air Park Museum for the Air Force at Joint Base
Lewis-McChord.
EMPLOYMENT HISTORY
Saybr Contractors, Inc., March 2016 – Present (Estimator and Construction Project Manager)
Chugach Federal Solutions, Inc., August 2015 – March 2016 (Sr. Construction Project Manager)
Glen/Mar Construction Inc., May ’14 – August ‘15 (Superintendent)
Chugach Industries, Inc., August 2007 – Dec. 2013 (Construction Project Manager)
Chugach Industries, Inc., Aug. 2004 – July 2007 (Senior Site Superintendent)
Rock Solid Construction, Inc., June 1990 – August 2004 (Vice President / Operations Manager)
LICENSES & CERTIFICATIONS
US Army Corps of Engineers Construction Quality Management for Contractors
OSHA 30-Hour Construction Safety Training
CPR/First Aid Certified
AWARDS
• 2010 Air Force Merit Award for Design “Heritage Hill Park” McChord AFB
• 2010 Air Mobility Command Design Award “Heritage Hill Park” McChord AFB
• 2009 WADS Commander’s Achievement Award “F-16 Static Display
• 2007 McChord Fire Chief’s Achievement Award “Fire Station Fire Alarm Upgrade”
• 2006 McChord Fire Chief’s Achievement Award “Bunk House Renovation”
• 2005 McChord 62nd Wing Commander’s Achievement Award “Evergreen Inn Renovation”
RECENT PROJECT EXPERIENCE
Customer Name / Project Name Completion Date Contract Value
City of Seattle JOC: Armory Second Floor Restroom Renovation 06-May-16 $48,936.21
Below is a list of projects Tom completed prior to joining Saybr:
• Bldg. 34 Expansion, PM/Estimator, Value: $7,436,471
• De-Icer Tank Retrofit, PM/Estimator, Value: $84,272
• C-45 & B-18 Display, PM/Estimator, Value: $139,671
• Replace Dental Air Compressor Dryers & PRVS, Superintendent/Estimator, Value: $102,208
• Repair Document Storage Facility B91, Superintendent/Estimator, Value: $191,206
• Install Eyewash Shower Station B6502, Superintendent/Estimator, Value: $78,805
• Install Mobile Armory & Fencing B4070, Superintendent/Estimator, Value: $ 271,660
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
LLOYD ICKES
Estimator / Project Manager
EXPERIENCE OVERVIEW
Lloyd Ickes is a project manager with over nineteen years of proven success overseeing all phases of
multimillion-dollar construction, infrastructure, and environmental projects for the Department of
Defense and other government agencies. Lloyd’s experience includes all aspects of project management
from budget projections to scheduling and managing subcontractors and project crews up to 150 workers.
Lloyd’s area of expertise include airfield construction/roadway improvements, asbestos abatement,
HAZWOPER initiatives, and building construction and demolition projects. Backed by strong credentials
and a proven history of on-time, on-budget and high-quality project completions, with extensive
experience bring numerous concurrent projects to successful completion.
EMPLOYMENT HISTORY
Saybr Contractors, Inc. – March 2016 to Present (Estimator and Construction Project Manager)
Chugach Federal Solutions Inc., Oak Harbor, WA, Mar. 2015 – Mar. 2016 (Sr. Construction Manager)
Walsh Pacific Construction, Seattle, WA, Aug. 2014 – Mar. 2015 (Estimator & Construction Project Mngr)
United States Air Force, MT, Oct. 1997 – Aug 2014 (Construction Project Manager/ Pavements and
Equipment Craftsman)
Lowe’s Home Improvement Co., Oct. 2000 – August 2005 (Commercial Sales Manager)
Dimensions Northwest Inc., Oct. 1997 – October 2000 (Superintendent and Safety Coordinator)
EDUCATION
Community College of the Air Force (Maxwell AFB, AL)
AAS in Construction Management, 1999 to 2006
LICENSES & CERTIFICATIONS
US Army Corps of Engineers Construction Quality Management for Contractors
OSHA 30-Hour Construction Safety Training
CPR/First Aid Certified
RECENT PROJECT EXPERIENCE
Customer Name / Project Name Completion Date Contract Value
City of Seattle JOC: Municipal Tower Floor 53 Demolition 31-May-16 $238,631.83
Below is a list of projects Lloyd completed prior to joining Saybr:
• Bearcat Engine Replacement 3/EGR Cooler Replacement 1, Bangor, WA, Value: $ 93,878
• Construct Wall and Install Doors in HRO Office, B1101, Bangor, WA, Value: $15,326
• Test Air Emissions, scrubber, PSNS, WA, Value: $55,546
• Repair Septic System Naval Magazine B848, Bangor, WA, Value: $6,470.00
• Trouble shoot and Repair Electrical Casualties B433, PSNS, WA, Value: $51,667
• Install JP8 Pipeline Utilidor & Repair Exp Joint, S. dike Rd, PSNS, WA, Value: $144,420
• Prep & Prime the Base Chapel B300, Woodinville, WA, Value: $19,712
• Repair Refuse Packer Truck N58-02586, Bangor, WA, Value: $8,391
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
TED MARX
Estimator / Project Manager
EXPERIENCE OVERVIEW
Ted Marx has six years of experience in the construction industry including three years of experience in
commercial estimating and project management with an additional four years in the field carpentry and
tenant improvement/remodeling experience. Ted’s successful project history demonstrates a consistent
ability to complete projects on time and on budget while delivering an exceptional product that meets
client expectations.
EMPLOYMENT HISTORY
Saybr Contractors, Inc., May 2014 – Present (Project Manager)
Core Construction, Inc., February 2015 – June 2015 (Asst. P.M./Estimator)
Palmer Construction & Remodel, August 2013 – November 2014 (Lead Remodeler)
Allsource Co, August 2012 – November 2013 (Lead Estimator)
Centennial Contractors Enterprises, July 2010 – May 2012 (Project Engineer)
LICENSES & CERTIFICATIONS
• Asbestos/Lead Awareness Training
• CPR/First Aid Certified
RECENT PROJECT EXPERIENCE
Customer Name / Project Name Completion Date Contract Value
DES JOC: Skagit Valley College Brewery Flooring Replacement 01-May-16 $13,462
City of Seattle JOC: Street Car Truing Machine Electrical Upgrades 15-Apr-16 $27,800
City of Bellevue JOC: SE 6th St & 100th Ave SE Sidewalk Replacement 01-Apr-16 $68,142
City of Bellevue JOC: Fire Station #8 Fuel System Sump Repair 22-Jan-16 $13,701
City of Seattle JOC: City Light ADA Parking Lot Access Improvements 15-Jan-16 $134,698
City of Bellevue JOC: Neighborhood Speed Humps Installation 31-Dec-15 $54,615
DES JOC: Camp Murray Reader Board Installation 01-Dec-15 $26,614.68
DES JOC: Joint Base Lewis-McChord Motorized Gate Installation 30-Nov-15 $39,565
DES JOC: Camp Murray Entrance Gate Lane Indicators Installation 30-Nov-15 $29,904
City of Bellevue JOC: Somerset Reservoir No. 2 Roof Structural Repairs 13-Oct-15 $161,748
City of Bellevue: Fire Station Fuel System Dispenser Replacements 06-Oct-15 $41,724
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
AMANDA GRINDLE
Corporate Safety Officer
EXPERIENCE OVERVIEW
Amanda has been Saybr’s Health and Safety Officer since 2003. Her role encompasses the total
management of all aspects of Saybr’s Safety Program, from implementing new policies and procedures to
setting the annual safety budget. Amanda has worked as the on-site health and safety officer on several
construction projects conducting safety audits and inspections to ensure Saybr’s construction methods
and procedures are carried out in a safe manner. She has established relationships with state and federal
safety inspectors for both compliance and consultation services.
EMPLOYMENT HISTORY
Saybr Contractors, Inc., November 2003 to Present
Kleinfelder Engineering, Inc., August 2001 to November 2003
Institute for Shock Physics, September 2000 to August 2001
EDUCATION
B.A., Communications, Washington State University (2001)
Pierce Community College, Construction Safety (2006-2007)
LICENSES & CERTIFICATIONS
U.S. Army Corps of Engineers, Construction Quality Management for Contractors Certification
OSHA 30-Hour Construction Safety Training Certification
40-Hour Hazardous Waste Operations & Emergency Response Training with Annual 8-Hour Updates
CPR/First Aid Certified
DUTIES & RESPONSIBILITIES
• Create/enforce safety policy based on OSHA, USACE EM385-1-1, and WA DOSH requirements.
• Set annual budget for overall safety program, including training, PPE needs, etc.
• Write and implement Site Specific Accident Prevention Plans and update Corporate Accident
Prevention Program
• Conduct new employee safety orientations.
• Conduct periodic safety inspections of worksites and equipment, providing on-site safety
supervision as necessary.
• Recommend disciplinary action for safety infractions.
• Direct accident and near miss investigations.
• Coordinate and/or provide employee safety training.
• Maintain MSDS files and other safety documentation.
• Provide feedback on employee safety compliance for employees’ annual reviews.
• Coordinate with compliance agencies for loss time and light duty management.
• Work with federal, state and private customers to implement safety solutions for work tasks.
• Provide rule interpretation and code compliance for on-site safety supervisors.
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
JIM JACK
Construction Superintendent
EXPERIENCE OVERVIEW
Jim Jack has 41 years of experience in commercial construction experience with twenty-nine years
working as a Construction Superintendent on new, ground-up construction projects as well as extensive
building renovation, remodel, and repair projects. Since joining the Saybr team in 2006, Jim has
consistently delivered excellent project results through his professional and efficient site management.
EMPLOYMENT HISTORY
Saybr Contractors, Inc., May 2006 to Present
Shinstine Associates, Inc., September 2003 to April 2006
Tri-Way Construction, Inc., February 2002 to September 2003
Self-Employed, November 1999 to February 2002
In-Store Services, Inc., March 1983 to October 1999
J.A. Jones Construction, Inc., December 1981 to February 1983
Tide Construction, Inc., June 1975 to November 1981
LICENSES & CERTIFICATIONS
U.S. Army Corps of Engineers, Construction Quality Management for Contractor Certification
OSHA 30 Hour Construction Safety Training
CPR/First Aid Certified
RECENT PROJECT EXPERIENCE
Customer Name / Project Name Completion
Date
Contract
Value
U.S. Army Corps of Engineers: Hooper Hall USARC Facility Upgrades 13-May-16 $353,566
Veca Electric, Inc.: Boeing Everett Bldg. 40-04 Electrical Rooms Construction 11-Mar-16 $55,837
Bonneville Power Administration: McNary Maint. Headquarters Demolition 25-Feb-16 $190,550
Bonneville Power Administration: N Bonneville Substation HVAC Upgrades 07-Jan-16 $186,384
Bonneville Power Administration: Wenatchee Battery Room Renovations 11-Dec-15 $41,433
Veca Electric, Inc.: Boeing Everett Bldg. 40-04 Generator Pad Installation 16-Nov-15 $24,275
Greenberry Industrial: Boeing Everett B. 40-12 Generator Site Preparation 08-Sep-15 $52,981
Federal Aviation Administration: Red Bluff Proberta Beacon Demolition 08-Jun-15 $33,128
U.S. Army Corps of Engineers: Libby Dam Powerhouse Office Renovation 14-May-15 $536,392
Veca Electric, Inc.: Boeing Rm 40-02, 03, 05, 55 Electrical Rooms Construction 01-Mar-15 $106,059
Boeing: Everett Bldgs. 40-92/45-80 Restroom Renovations 18-Feb-15 $1,168,364
Seattle Central Community College: Room 1130 Renovation 29-Aug-14 $252,171
U.S. Army Corps of Engineers: Yakima Training Center Bldg. 822 Roof Repairs 30-May-14 $743,085
Georgia-Pacific Gypsum, LLC: Tacoma Plant Interior & Exterior Upgrades 31-Jan-14 $26,732
The Boeing Company: Boeing Tukwila Bldgs. 9-96 & 9-08 Office Renovations 22-Oct-13 $422,030
The Boeing Company: Tukwila Bldgs. 11-14 Kitchenette Upgrades 30-Nov-12 $102,453
Federal Aviation Administration: Anchorage Air Traffic Tower Admin Wing T.I. 29-Jun-12 $167,915
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
MAURICE RICK
Construction Superintendent
EXPERIENCE OVERVIEW
Maurice has 26 years of experience in commercial and residential construction as a Quality Control
Manager, Superintendent, Foreman, and Site Safety Supervisor. Maurice is experienced at every level of
construction, from permitting to construction and closeout. He has worked with Saybr since 2007 as a
superintendent for various building construction and site work projects for federal and state agencies, as
well as private customers. Throughout his career, Maurice has displayed the utmost care for safety and
budget and schedule adherence and his experience demonstrates a long history of bringing projects to
successful completion.
EMPLOYMENT HISTORY
Saybr Contractors, Inc., July 2007 to Present
Shinstine & Associates, May 2001 to June 2006
HHJ Construction, September 1988 to May 2001
Vintage Construction, June 1990 to September1991
LICENSES & CERTIFICATIONS
U.S. Army Corps of Engineers, Construction Quality Management for Contractor Certification
OSHA 30 Hour Construction Safety Training
CPR/First Aid Certified
RECENT PROJECT EXPERIENCE
Customer Name / Project Name Completion Date Contract Value
Chevron, Inc.: Shoreline Gas Station Retaining Wall Repairs 08-Apr-16 $148,102
U.S. National Park Service: Hoh Apts. B416 Asbestos Abatement 06-Nov-15 $47,497
City of Bellevue: Fire Station #7 Bay Extension 30-Oct-15 $205,332
Pabco Roofing Products, Inc.: Tacoma Headquarters Office Renovation 05-Feb-15 $632,167
U.S. Coast Guard: Newport Station Exterior Finish Rehabilitation 31-Jul-14 $238,352
Multicare Health Systems, Inc.: Puyallup 5th Ave. Building Demolition 10-Jan-14 $90,693
U.S. Dept. of the Navy: Evergreen Lodge Building 2750 Renovation 13-Dec-13 $2,255,515
Federal Aviation Administration: Broomfield Outer Marker Demolition 22-Nov-13 $67,895
Shell Oil Products, U.S.: Seattle Harbor Is. Terminal Asphalt Paving 31-Jul-13 $100,873
Pierce County: Tacoma District Courtrooms Flooring Replacement 31-Dec-12 $55,840
Federal Aviation Administration: SLC ATCT Radio System Removal 19-Nov-12 $42,109
City of Bellevue: Bellevue Public Training Facility Utilities Installation 31-Oct-12 $123,186
U.S. Army Corps of Engineers: JBLM Golf Course Restroom Upgrade 28-Sep-12 $88,672
City of Bellevue: Safety Training Center Primary Power Upgrades 15-Sep-12 $181,985
City of Bellevue: Old Fire Station #3 HVAC System Upgrades 08-Aug-12 $44,037
City of Bellevue: Fire Station # 3 Kitchen Renovation 23-Feb-12 $53,733
Federal Aviation Administration: Utah HVAC System Replacement 10-Oct-11 $516,283
General Services Administration: Auburn HQ Office Renovation 15-May-11 $1,789,687
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
BRUCE TONEY
Construction Superintendent
EXPERIENCE OVERVIEW
Bruce Toney has 15 years’ experience in commercial building construction as a Superintendent, Quality
Control Manager, and Site Safety Officer on a variety of building renovation, remodel, and repair projects.
Bruce’s experience includes extensive work in occupied facilities, including mission-critical air traffic
control towers, 24/7 operating postal processing centers, and high-security military bases. Bruce
coordinates closely with project representatives and project stakeholders and has a thorough
understanding of the documentation, safety, and quality control requirements for successful project
execution.
EMPLOYMENT HISTORY
Saybr Contractors, Inc., June 2005 to Present
W.S. Contractors, May 2004 to May 2005
Saybr Contractors, Inc., April 2002 to April 2004
Tegrity Contractors, February 2001 to March 2002
LICENSES & CERTIFICATIONS
U.S. Army Corps of Engineers, Construction Quality Management for Contractors Certification
OSHA 30-Hour Construction Safety Certification
Lockout/Tagout Training
CPR/First Aid Certified
RECENT PROJECT EXPERIENCE
Customer Name / Project Name Completion
Date
Contract
Value
City of Seattle: Seattle Municipal Tower Summit Office Renovation 28-Mar-16 $276,670
City of Seattle: Seattle Central Library Light Fixtures Replacement 15-Jan-16 $103,595
U.S. Army Corps of Engineers: CJ Dam Garage Fuel System Replacement 11-Nov-15 $307,006
Grays Harbor College: Riverside Education Center Waterproofing 30-Jun-15 $46,339
WA Dept. of Enterprise Services: State Capitol Museum Electrical Upgrades 29-May-15 $63,493
Bonneville Power Administration: Duckabush Grounding Well Installation 22-May-15 $37,034
U.S. Army Corps of Engineers: Willows Flat Fuel Facility Replacement 24-Nov-14 $479,175
The Boeing Company: Everett Bldg. 40-56 Silkscreen Relocation Project 03-Jan-14 $424,816
Federal Aviation Administration: Denver Operational Facility Renovation 29-Oct-13 $184,152
Federal Aviation Administration: Boise Terminal Radar Facility Addition 17-Oct-13 $658,483
The Boeing Company: Tukwila Bldgs. 11-14 Kitchenette Upgrades 30-Nov-12 $102,453
Federal Aviation Administration: Nevada Air Route Facility HVAC Upgrade 01-May-12 $429,500
U.S. Defense Commissary: Smokey Pt. Commissary Repairs & Upgrades 25-Mar-11 $134,972
U.S. Postal Service: Sequim Post Office Roof & Loading Dock Replacement 24-Oct-10 $438,634
U.S. Army Corps of Engineers: JBLM Remote Monitoring System Installation 18-Dec-09 $599,016
U.S. Postal Service: Everett Bulk Mail Processing Facility Lighting Upgrades 30-Sep-09 $455,602
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix C May 27, 2016
BRENT HANSON
Construction Superintendent
EXPERIENCE OVERVIEW
Brent Hanson has nineteen years of experience in as a Construction Superintendent on a wide array of
building renovation, remodel, and repair projects. Brent has a thorough understanding of project
documentation, safety, and quality control requirements and provides detailed coordination with project
stakeholders. Brent’s successful project history demonstrates a consistent ability to complete projects on
time and on budget while delivering an exceptional product that meets client expectations. He is an
experienced superintendent with supervisory authority over all field construction related activities.
EMPLOYMENT HISTORY
Saybr Contractors, Inc., May 2014 – Present (Superintendent and Site Safety Officer)
Stetz Construction / Northwest Abatement, Dec. 2013 – April 2014 (Superintendent)
Homestead Property Service Inc., Aug. 2005 – November 2013 (Owner)
Lowe’s Home Improvement Co., Oct. 2000 – August 2005 (Commercial Sales Manager)
Dimensions Northwest Inc., Oct. 1997 – October 2000 (Superintendent and Safety Coordinator)
EDUCATION
Construction Management, Montgomery Community College, Rockville Maryland
TRAINING, LICENSES, CERTIFICATION
• OSHA 30-Hour Construction Safety Certification
• U.S. Army Corps of Engineers Construction Quality Management for Contractors Certification
• Excavation & Training Competent Person Training
• Substation Electrical Hazard Training
• First Aid/CPR Certification
RECENT PROJECT EXPERIENCE
Customer Name / Project Name Completion
Date
Contract
Value
City of Bellevue JOC: SE 6th St & 100th Ave SE Sidewalk Replacements 01-Apr-16 $68,142
DES JOC: Western State Hospital Quad Security Fencing 06-Jan-16 $647,316
DES JOC S: Western State Hospital E4 Ward Expansion 03-Dec-15 $359,587
City of Seattle JOC: North Substation Annex Building Demolition 17-Nov-15 $66,099
City of Bellevue JOC: Somerset Reservoir No. 2 Roof Structural Repairs 01-Nov-15 $161,748
DES JOC: Western State Hospital E2 Security Improvements 15-Oct-15 $305,472
DES JOC: Monroe Correctional Center Generator Relocation 18-Sep-15 $114,091
DES JOC: Fire Training Academy Security Entrance Upgrades 29-Jun-15 $151,171
DES JOC: Washington State Patrol Sanitary Sewer Upgrades 30-Jun-15 $142,917
DES JOC: Fire Training Academy Security Entrance Upgrades 29-Jun-15 $151,171
City of Kirkland: Stormwater Ponds Fencing Installation 18-May-15 $91,841
City of Seattle: Lake Youngs Puget Sound Energy Yard Improvements 31-Dec-14 $169,105
DES JOC: Green River College Holman Library T.I. 30-Nov-14 $145,576
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix D May 27, 2016
Appendix D
Sample Work Order Cost Estimate
AGENDA ITEM #2. a)
2014-043A
Work Title:
Location:
Requesting Agency:
Date of Proposal:
Completion Schedule:JOC Firm:
Liquidated Damages:
Bare Cost
Total
City Cost
Index
Contractor
Coefficient
Division Total
Price
01 10,901.85$ 1.048 1.030 $11,767.89
02 20,101.75$ 1.048 1.030 $21,698.63034,261.46$ 1.048 1.030 $4,599.9904-$ 1.048 1.030 $0.00
05 2,696.31$ 1.048 1.030 $2,910.50
06 3,429.36$ 1.048 1.030 $3,701.79
07 -$ 1.048 1.030 $0.00
08 1,992.75$ 1.048 1.030 $2,151.05
09 28,807.60$ 1.048 1.030 $31,096.08108,117.55$ 1.048 1.030 $8,762.41
11 8,695.00$ 1.048 1.030 $9,385.73
12 400.50$ 1.048 1.030 $432.32
13 -$ 1.048 1.030 $0.00
14 -$ 1.048 1.030 $0.00
21 -$ 1.048 1.030 $0.002218,326.70$ 1.048 1.030 $19,782.57
23 $ 664.80 1.048 1.030 $717.61
26 26,895.35$ 1.048 1.030 $29,031.92
$146,038.50
Item
No Units Qty Unit Mat'l
Price Labor Hours Unit Labor
Price
Item Price
(Includes Coeff.)
1 ea 1 300.00$ -$ 309.00$
2 ea 1 300.00$ -$ 309.00$
3 ea 1 11,128.74$ -$ 11,462.60$
4 ea 1 1,800.00$ -$ 1,854.00$ 5
13,934.60$
$159,973.10
9.6 % in City $15,357.42
$175,330.52
Approval Signatures
City of Seattle - JOC Work Order
7-Jul-15
2014-616
JOC Contractor
7/17/2015
Saybr Contractors Inc.
Cost Engineer
Cesco Equipment shipping costs
Plumbing
HVAC
Electrical
Equipment
Furnishings
Special Construction
Conveying Systems
Division Description
General Requirements
Site ConstructionConcreteMasonry
Job Order Contract:
Seattle City Light / Utility Support Services Division (USSD)
Project Number: 157 Roy Street – Tenant Improvements (TI)
157 Roy St, Seattle, WA 98109 Work Order No.:
Modification No.:
Fire Suppression
Total of all items listed is Price Book
Work Order Items Not Listed in Unit Price Book (This cannot exceed 20% of the total work order.)
Total Funding Amount
Work Order Items Listed in R.S. Means Unit Price Book
-$
Labor Materials
Metals
Wood and Plastics
Thermal and Moisture Protection
Doors and WindowsFinishesSpecialties
Electrical Permit
Plumbing Permit
Notice to Proceed (NTP) DATE ____________
Date:
Washington State Sales Tax
Work Item Description Include type of material,
manufacture name, part number, type of work…
Total of all items not listed in Price Book
Cesco Equipment Delta cost for Washer/Dryer
Assistant Program Manager
Project Manager
Client Agency Funding Auth.
Total Work Order Amount
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
SCOPE OF WORK DOCUMENT
1
COS JOC 2014-043A
COS Project No. 2014-616
Date: June 17, 2015
Work Location: Downtown Emergency Service Center
157 Roy Street
Seattle, WA 98124
Saybr Project Manager: Daryn Gilstrap 206-730-8305
Work hours: Day shift Monday through Friday 7am-3:30
Estimated construction date/duration: Work to be completed in 2 phases. 1a) Demolition, limited flooring, limited
painting and wall patching, ceiling patching, electrical demolition and plumbing rough in. 1b) New walls, misc.
carpentry, painting, flooring, ceiling modifications, bathroom upgrades including new fixtures and showers,
electrical upgrades. 2) Fire Sprinkler. Phase 1a complete by August 24 phase 1b by September 17.
Project Summary: Downtown Emergency Service center will convert this current building to accommodate a
homeless overnight shelter. The first phase will be in place with 50 beds by August 24 and phase 2 will add 50
beds and be operational by September 18.
GENERAL INFORMATION:
• This Scope of Work is based on the information received from sketch provided from Seattle City Light dated
6/25/15.
• The performance of all work will be in accordance with OSHA & WISHA safety requirements.
• Daily job site cleanup is required before the work crew leaves the site each day and final clean-up is required
prior to final inspection and acceptance.
• Contractors will be responsible for their own waste disposal.
• Project requires State of Washington prevailing wages to be paid including intents to pay and affidavits of
wages paid.
• OUTAGES: To be coordinated with GC and client agency
• LONG LEAD ITEMS:
TECHNICAL SCOPE OF WORK:
Orange phase 1a
Green phase 1b
1. Demolition/General Construction
1.1. X-ray prior to saw cuts and core drill
1.2. Saw cut access cover location for new drains
1.3. Demo walls and doors as identified on demo plan.
1.4. Demo lockers as identified on demo plan. Remove soffit wall above lockers to ceiling above.
1.5. Demolish drop lid in locker room patch ceiling as needed
1.6. Patch wall at location where demolished wall meets a wall that will remain, texture to match adjacent
as applies. Painting by others
1.7. Demo existing corkboard in entry and frame lower wall to close in this space.
1.8. Demo closet lower wall in laundry (retaining upper cabinet doors). Place a slider (or bi-fold) door for
closet. Trim out to be finished door.
1.9. Demo door at kitchen rear entry
1.10. Demo and dispose of all upper and lower cabinets identified to be removed.
1.11. Retain 1) door from demolition for installation at new closing off the restroom.
1.12. Retain 1) door from demolition for installation at opening to stairs. This door needs to be secure.
1.13. Frame in new wall at kitchen where door is removed
1.14. Frame in new wall to close off new restroom, this area previously accessed locker room.
AGENDA ITEM #2. a)
SCOPE OF WORK DOCUMENT
2
1.15. Relocate upper cabinets to Laundry room
1.16. Relocate lower cabinets to match placement of upper cabinets. Reuse counter as applicable.
1.17. Provide and install new laundry folding table. This table must be sturdy. Submit.
1.18. Provide new urinal partitions.
1.19. Provide and install new framed ceiling in restroom as needed. Match existing height.
1.20. Provide and install new mirror in restroom
1.21. Pull access flooring as necessary to allow demo of electrical
1.22. Install new 2x3 access cover in 2 locations
1.23. Provide and install 1) HY30 washer
1.24. Provide and install 1) HT030 Stacked dryers
1.25. Provide and install 2) HT075 dryer
2. Ceiling
2.1. Patch all locations where walls are demolished
2.2. Patch material to be best match under conditions
2.3. Patch ceiling in locations where electrical fixtures are removed.
2.4. Open ceiling adjacent to new light fixture replacement for electrician, replace following work.
3. Flooring
3.1. Demolish flooring in laundry room.
3.2. Demolish all old cove base in area identified for new flooring.
3.3. Provide VCT resilient flooring over access raised flooring in main housing room. (See 3.11 below).
3.4. Provide VCT resilient flooring from new restroom door threshold down hall and into the main housing
area. (Subject to change).
3.5. Provide and install 4” cove base over new flooring throughout facility as identified.
3.6. Provide and install new VCT resilient flooring in laundry room.
3.7. Patch tile locations where existing electrical and data monuments are removed by electrician.
3.8. Demolish dal tile on restroom floor, including mortar bed.
3.9. Float floor with self-leveling compound in bathroom
3.10. Place hardboard over access flooring via glue down methods
3.11. Provide resilient flooring with flash cove in restroom (0ptional pricing)
4. Painting
4.1. Paint all walls in main sleeping area.
4.2. Paint walls in kitchen.
4.3. Paint laundry room walls.
4.4. Paint any wall damaged by construction or investigational operation.
4.5. Paint staff restroom.
4.6. Paint all walls above tile in main restroom, where applicable.
4.7. Paint ceiling in restroom.
4.8. Paint restroom floor with Fastop S Urethane Slurry System with broadcast media inserted leaving a slip
resistant surface.
5. Mechanical
5.1. Demo 2) drinking fountains
5.2. Provide rough in for new washer 1) in laundry room.
5.3. Demo fixtures in restroom and provide new.
5.4. Add rough in for new urinal in restroom.
5.5. Provide and install new urinal in restroom
5.6. Demo fixtures in staff restroom and replace with new.
AGENDA ITEM #2. a)
SCOPE OF WORK DOCUMENT
3
6. Electrical
6.1. Disconnect power in walls to be demolished
6.2. Demolish all drop pendant lighting in main sleeping area.
6.3. Demolish all floor mounted electrical and data pendants and cap.
6.4. Any circuits that become abandoned with construction should be pulled completely and breaker
identified as spare.
6.5. Provide locks for electrical panels in hallway.
6.6. Provide locks for data panels in hallway.
6.7. Provide and install new lighting in locker room, affix to framed ceiling.
6.8. Disconnect lighting in locker room to allow demolition of drop ceiling.
6.9. Remove 2x4 troffers in main sleeping area and replace with LED lights (34) break out pricing.
6.10. Remove 2x2 troffers in main sleeping area and replace with LED lights (9). Break out pricing.
6.11. Replace 4) exit signs with single face units
ASSUMPTIONS:
• This proposal excludes hazardous materials removal. Based on Good Faith survey by Bureau Veritas North
America, dated 3/6/08 we should be aware of spray fireproofing, lead in the tile on the bathroom walls,
ACM in the VCT at the vestibule and insulation packing’s at elbows.
PERMITS:
• Demo permit by COS
• Building Permit (phase 1b) by COS
• Electrical permit by Contractor
• Fire Sprinkler permit-TBD
• Mechanical permit-by Contractor
SUBMITTALS:
• Product Data Sheets as requested above.
• Construction Schedule
AGENDA ITEM #2. a)
AGENDA ITEM #2. a)
Page 1 of 17
Daryn Gilstrap, Project Manager
253-531-2144 Ext. 120dgilstrap@saybr.com
Data Release : Year 2014 Q3
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
1 015439700100 Small tools, as % of contractor's bare labor cost for project, maximum Total -$ 1,298.29$ -$ 1,298.29$
2% of total bare labor cost for project
4 014523508000 X-ray concrete slabs Ea.-$ -$ 728.00$ 728.00$
Saw cut access holes for
plumbing in exterior soffit provide 2 access panels. 2
locations inside building for
plumbing pentrations
14 015423702150
Scaffolding, steel tubular, regular,
frame, rent/mo, 5' high x 5' wide Ea.70.00$ -$ -$ 70.00$ Painters' scaffolding
14 015423702500 Scaffolding, steel tubular, regular, accessory, cross brace, rent/mo Ea.14.00$ -$ -$ 14.00$ Painters' scaffolding
14 015423702550 Scaffolding, steel tubular, regular, accessory, guardrail post, rent/mo Ea.14.00$ -$ -$ 14.00$ Painters' scaffolding
14 015423702600
Scaffolding, steel tubular, regular,
accessory, guardrail section, rent/mo, 7'
long Ea.14.00$ -$ -$ 14.00$ Painters' scaffolding
28 015423702750
Scaffolding, steel tubular, regular,
accessory, caster, rent/mo, 8" diam Ea.224.00$ -$ -$ 224.00$ Painters' scaffolding
21 015423702850
Scaffolding, steel tubular, regular, accessory, plank, rent/mo, 2" x 10" x 16'
long Ea.210.00$ -$ -$ 210.00$ Painters' scaffolding
1 015433101600
Rent floor grinder, concrete and
terrazzo, electric, 22" path, Excl. Hourly
Oper. Cost.Week -$ -$ 475.00$ 475.00$
3.1. Grind concrete lip from
existing locker room to
where existing restroom Dal
tile is demolished
1 015433101750
Rent vacuum pick-up system for floor
grinders, wet/dry, Excl. Hourly Oper.
Cost.Week -$ -$ 245.00$ 245.00$
3.1. Grind concrete lip from existing locker room to
where existing restroom Dal
tile is demolished
1 015433102600
Rent saw concrete manual gas 18 HP,
Excl. Hourly Oper. Cost.Week -$ -$ 135.00$ 135.00$
Saw cut access holes for
plumbing in exterior soffit
provide 2 access panels.
2 015433404000
Rent paint sprayers complete 17 cfm,
Excl. Hourly Oper. Cost.Week -$ -$ 760.00$ 760.00$
Painting, 2 sprayers for 1
week
4 015433407100
Rent truck pickup 3/4 ton 2 wheel drive,
Excl. Hourly Oper. Cost.Week -$ -$ 700.00$ 700.00$
Daily mobilization to and
from site for demo crew
2 015433407100 Rent truck pickup 3/4 ton 2 wheel drive, Excl. Hourly Oper. Cost.Week -$ -$ 350.00$ 350.00$
Daily mobilization to and from site for plumbing crew
Seattle City Light / Utility Support Services Division (USSD)
Adjustments
ruth.meraz@seattle.gov
Ruth Meraz-Caron - Project Manager
206-684-3094
Saybr Contractors Inc.
2014-043A COS WO 2014-616
157 Roy Street – Tenant Improvements (TI)AGENDA ITEM #2. a)
Page 2 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
4 015433407100
Rent truck pickup 3/4 ton 2 wheel drive,
Excl. Hourly Oper. Cost.Week -$ -$ 700.00$ 700.00$
Daily mobilization to and
from site for Carpentry crew
2 015433400160
Rent aerial lift to 25'high 2000 lb cap
scissor type, Incl. Hourly Oper. Cost.Week -$ -$ 676.00$ 676.00$ Electrician use of lift.
1 015433400160
Rent aerial lift to 25'high 2000 lb cap
scissor type, Incl. Hourly Oper. Cost.Day -$ -$ 94.10$ 94.10$ Saw cut use of lift
3 015433400160
Rent aerial lift to 25'high 2000 lb cap
scissor type, Incl. Hourly Oper. Cost.Day -$ -$ 282.30$ 282.30$ Ceiling contractor use of lift
6 015436501300
Mobilization or demobilization, delivery
charge for equipment, hauled on 3-ton capacity towed trailer Ea.-$ 876.00$ 402.00$ 1,278.00$ Mob/demob equipment
1 015433402040
Rent forklift, straight mast, 21' lift, 5000
lb., 4 wheel drive, diesel, Incl. Hourly Oper. Cost.Day -$ -$ 407.20$ 407.20$ Saw cut slab support forklift.
2 015436501400
Mobilization or demobilization, delivery
charge for equipment, hauled on 20-ton
capacity towed trailer Ea.-$ 710.00$ 474.00$ 1,184.00$ Mob/demob forklift only.AGENDA ITEM #2. a)
Page 3 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
16 017413200052
Cleaning up, cleanup of floor area,
continuous, per day, during construction M.S.F.34.88$ 680.00$ 61.44$ 776.32$ 4 Fridays cleanup
4 017413200100
Cleaning up, cleanup of floor area, final
by GC at end of job M.S.F.9.24$ 236.00$ 21.40$ 266.64$ Final cleanup.
4 024119161000
Selective demolition, cutout, concrete,
elevated slab, bar reinforced, under 6
C.F., excludes loading and disposal C.F.-$ 136.00$ 20.60$ 156.60$
Saw cut access holes for
plumbing in exterior soffit
provide 2 access panels.
1 024119190110
Selective demolition, rubbish handling,
top chute, circular steel 4' length, 36"
diameter, cost to be added to demolition
cost Ea.375.00$ 61.00$ 29.00$ 465.00$ Demolition
2 024119190122
Selective demolition, rubbish handling, regular chute, circular steel 4' length,
36" diameter, cost to be added to
demolition cost Ea.620.00$ 122.00$ 58.00$ 800.00$ Demolition
1 024119190144
Selective demolition, rubbish handling,
top chute cover, cost to be added to demolition cost Ea.153.00$ 12.55$ -$ 165.55$ Demolition
1 024119190148
Selective demolition, rubbish handling,
top chute trough, cost to be added to
demolition cost Ea.510.00$ 50.00$ -$ 560.00$ Demolition
4 024119190725
Selective demolition, rubbish handling,
dumpster, 20 C.Y., 5 ton capacity,
weekly rental, includes one dump per
week, cost to be added to demolition cost Week 2,260.00$ -$ -$ 2,260.00$ Demolition
80 024119180200
Selective demolition, disposal only,
urban buildings with salvage value allowed, steel frame, includes loading
and 5 mile haul to dump C.Y.-$ 365.60$ 480.00$ 845.60$ Demolition
15 024119192150
Selective demolition, rubbish handling, 0
- 50' haul, load, haul, dump and return,
hand carried, including 11 - 21 riser stairs, cost to be added to demolition
cost C.Y.-$ 450.00$ -$ 450.00$
Hauling large items out of
building by hand
2 024210200170
Deconstruction of building plumbing
fixtures, water fountain, wall hung or
deck mounted, up to 2 stories, excludes
handling, packaging or disposal costs Ea.-$ 100.00$ -$ 100.00$ Demolition
Total Div 01
AGENDA ITEM #2. a)
Page 4 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
9 024210200400
Deconstruction of building electrical
fixtures, recessed drop-in fluorescent, 2 lamp, up to 2 stories, excludes handling,
packaging or disposal costs Ea.-$ 202.50$ -$ 202.50$ Demolition
34 024210200410
Deconstruction of building electrical
fixtures, recessed drop-in fluorescent, 4 lamp, up to 2 stories, excludes handling,
packaging or disposal costs Ea.-$ 1,139.00$ -$ 1,139.00$ Demolition
51 024210200620
Deconstruction of millwork and trim,
countertops, up to 2 stories, excludes handling, packaging or disposal costs L.F.-$ 382.50$ -$ 382.50$
1.8. Demo and dispose of all
upper and lower cabinets identified to be removed.
24 024210300400
Deconstruction material handling,
miscellaneous materials for recycling
stack and wrap per pallet Ea.432.00$ 1,800.00$ -$ 2,232.00$
Salvage status printers from
wall
50 024210300350
Deconstruction material handling, light fixtures for recycling stack and wrap per
pallet Ea.3,250.00$ 5,000.00$ -$ 8,250.00$
Salvage light fixtures and
"Red" wall status board
13 024210300375
Deconstruction material handling,
windows for recycling stack and wrap
per pallet Ea.793.00$ 1,300.00$ -$ 2,093.00$ Salvage windows and doors
1 030505101910
Selective concrete demolition, minimum
labor/equipment charge Job -$ 760.00$ 116.00$ 876.00$
3.1. Grind concrete lip from existing locker room to
where existing restroom Dal
tile is demolished
1 038113753020
Concrete sawing, blades for saw,
diamond, 12" diameter, included in
cutting line items Ea.241.00$ -$ -$ 241.00$
Saw cut access holes for
plumbing in exterior soffit
provide 2 access panels.
80 038116500820
Concrete sawing, concrete walls, rod
reinforcing, per inch of depth L.F.4.80$ 374.40$ 456.00$ 835.20$
Saw cut access holes for plumbing in exterior soffit
provide 2 access panels.
2 038116500890
Selective demolition, concrete cutting,
wall, minimum labor/equipment charge Job -$ 700.00$ 860.00$ 1,560.00$
Saw cut access holes for
plumbing in exterior soffit
provide 2 access panels.
6 038213100300
Concrete core drilling, core, reinforced
concrete slab, 3" diameter, up to 6" thick slab, includes bit cost, layout and set up
time Ea.2.28$ 258.00$ 43.50$ 303.78$
Core drill holes for new
plumbing rough in.
Total Div 02
AGENDA ITEM #2. a)
Page 5 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
36 038213100350
Concrete core drilling, core, reinforced
concrete slab, 3" diameter, up to 6" thick
slab, includes bit cost, layout and set up
time, for each additional inch of slab thickness in same hole, add Ea.2.16$ 34.56$ 5.76$ 42.48$
Core drill holes for new plumbing rough in.
1 038213101999
Concrete core drilling, includes bit cost,
layout and set up time, minimum
equipment/labor charge Job -$ 345.00$ 58.00$ 403.00$
Core drill holes for new
plumbing rough in.
100 050505100060
Selective metals demolition, structural
bolts/nuts, up to 3/4" diameter, unbolt & remove, excl shoring, bracing, cutting,
loading, hauling, dumping Ea.-$ 175.00$ -$ 175.00$
Dismantle 7 roughly 4' sections of "Red" electronics
wall
3 050505100230
Selective metals demolition, structural
framing members, up to 500 lb, remove whole or cut up into smaller pieces, incl
loading, excl shoring, bracing, cutting,
hauling, dumping Ea.-$ 78.00$ 59.25$ 137.25$
Dismantle 7 roughly 4'
sections of "Red" electronics
wall
7 050505100390
Selective metals demolition,
manufactured or fabricated specialty
item, 501 - 1000 lb, remove whole or cut
up into smaller pieces, excl shoring,
bracing, cutting, loading, hauling, dumping Ea.-$ 241.50$ 185.50$ 427.00$
Dismantle 7 roughly 4'
sections of "Red" electronics wall
200 050523250190
High strength bolt, 5/8" dia x 3" L, A325
Type 1, incl washer & nut Ea.440.00$ 712.00$ -$ 1,152.00$
Install anchor bolts to bunk
beds delivered and installed
by others. 50 beds.
3 054113250200
Boxed headers/beam, galvanized CF joist/LB track for LB stud partition,
double, 18 ga x 6" D L.F.15.30$ 10.23$ -$ 25.53$
Frame new door opening to
stairwell - header
3 054113250200
Boxed headers/beam, galvanized CF
joist/LB track for LB stud partition,
double, 18 ga x 6" D L.F.15.30$ 10.23$ -$ 25.53$
Frame new door opening to
restroom - header
5 054113304100
Partition, galvanized LB studs, 18 ga x 2-
1/2" W studs 12" O.C. x 8' H, incl
galvanized top & bottom track, excl openings, headers, beams, bracing &
bridging L.F.42.50$ 69.50$ -$ 112.00$
1.5. Demo existing
corkboard in entry and frame lower wall to close in this
space.
4 054113304160
Partition, galvanized LB studs, 18 ga x
4" W studs 12" O.C. x 8' H, incl
galvanized top & bottom track, excl openings, headers, beams, bracing &
bridging L.F.42.20$ 57.80$ -$ 100.00$
Framing to infill at kitchen door and around new door to
stairway.
Total Div 03
AGENDA ITEM #2. a)
Page 6 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
20 054113305160
Partition, galvanized LB studs, 18 ga x
4" W studs 12" O.C. x 10' H, incl
galvanized top & bottom track, excl openings, headers, beams, bracing &
bridging L.F.253.00$ 289.00$ -$ 542.00$
Framing new walls, including
shower dividers, in restroom
2430 061623108990 Subfloors, adhesive bead, 3/8"L.F.291.60$ 388.80$ -$ 680.40$
Place hardboard over
access flooring via glue down methods
2430 061626101100
Underlayment, hardboard, underlayment
grade, 4' x 4', .215" thick S.F.1,409.40$ 1,215.00$ -$ 2,624.40$
Place hardboard over access flooring via glue
down methods
18 064816103020
Interior wood door frames, pine, 11/16"
x 4-9/16" deep L.F.88.56$ 36.00$ -$ 124.56$
1.6. Demo closet lower wall
in laundry (retaining upper
cabinet doors). Place a
slider (or bi-fold) door for closet. Trim out to be
finished door.
9 080505100500
Door demolition, interior door, single, 3'
x 7' high, 1-3/8" thick, remove Ea.-$ 135.45$ -$ 135.45$
1.1. Demo walls and doors
as identified on demo plan.
9 080505102000
Door demolition, door frames, metal,
remove Ea.-$ 423.00$ -$ 423.00$
1.1. Demo walls and doors
as identified on demo plan.
9 080505102205 Door demolition, door hardware, remove Ea.-$ 73.80$ -$ 73.80$
1.1. Demo walls and doors as identified on demo plan.
4 080505201020
Window demolition, steel, to 25 S.F.,
remove old mesh Ea.-$ 134.00$ -$ 134.00$
1.1. Demo walls and doors
as identified on demo plan.
2 081213130100
Frames, steel, knock down, hollow
metal, single, 16 ga., up to 5-3/4" deep,
3'-0" x 7'-0"Ea.-$ 94.00$ -$ 94.00$
Reuse existing HM frames
for new door to restroom &
stairwell - Labor Only
2 081313131570
Doors, hollow metal, commercial, steel, flush, full panel, hollow core, 1-3/4"
thick, 16 ga., 3'-0" x 7'-0"Ea.-$ 83.00$ -$ 83.00$
Reuse existing HM doors for new door to restroom &
stairwell - Labor Only
1 081433204600
Doors, wood, residential, interior, bi-
passing closet, flush, birch, 4'-0" x 6'-8",
incl. hardware and frame, excl. trim Opng.223.00$ 62.50$ -$ 285.50$
1.6. Demo closet lower wall
in laundry (retaining upper
cabinet doors). Place a slider (or bi-fold) door for
closet. Trim out to be
finished door.
2 083113101250 Doors, specialty, access, fire rated, with lock, metal, 24" x 36"Ea.670.00$ 94.00$ -$ 764.00$
Saw cut access holes for
plumbing in exterior soffit provide 2 access panels.
Total Div 05
Total Div 06
Total Div 08 AGENDA ITEM #2. a)
Page 7 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
10 090170100180
Gypsum wallboard, repairs, cut square,
patch, sand and finish, holes, 12" to 32" square Ea.15.50$ 625.00$ -$ 640.50$
1.4. Patch wall at location
where demolished wall
meets a wall that will remain,
texture to match adjacent as applies. Painting by others
500 090505100200
Ceiling demolition, drywall, furred and
nailed, remove S.F.-$ 375.00$ -$ 375.00$
1.1. Demo walls and doors as identified on demo plan. 3
offices on N side of main
room
80 090505101250
Ceiling demolition, suspended ceiling,
mineral fiber, on suspension system, remove S.F.-$ 40.00$ -$ 40.00$
1.3. Demolish drop lid in
locker room patch ceiling as needed
3870 090505200400
Flooring demolition, carpet, bonded,
includes surface scraping S.F.-$ 1,161.00$ -$ 1,161.00$
3.2. Demolish carpet in
designated areas.
400 090505200850
Flooring demolition, vinyl or rubber cove
base, straight section L.F.-$ 120.00$ -$ 120.00$
1 090505200850
Vinyl or rubber cove base, for glued and
caulked installation, add to labor -$ 60.00$ -$ 60.00$ [Adjusted by 090505200870]
248 090505202020
Flooring demolition, tile, ceramic, mud
set S.F.-$ 238.08$ -$ 238.08$
3.9. Demolish dal tile on
restroom floor
110 090505202020
Flooring demolition, tile, ceramic, mud
set S.F.-$ 105.60$ -$ 105.60$
Demolish dal tile on restroom floor, including
mortar bed.
2430 090505208200
Selective demolition, demolish floor,
Raised S.F.-$ 3,669.30$ -$ 3,669.30$
Remove existing access floor to demo electrical
pathways, replace access
floor.
40 090505301000 Walls and partitions demolition, drywall, nailed or screwed S.F.-$ 12.00$ -$ 12.00$
1.1. Demo walls and doors as identified on demo plan.
3230 090505302300
p wood studs, finish two sides,
plasterboard (drywall)S.F.-$ 5,717.10$ -$ 5,717.10$
1.1. Demo walls and doors
as identified on demo plan.
28 090505302300
Walls and partitions demolition, metal or
wood studs, finish two sides,
plasterboard (drywall)S.F.-$ 49.56$ -$ 49.56$
1.6. Demo closet lower wall
in laundry (retaining upper cabinet doors). Place a
slider (or bi-fold) door for
closet. Trim out to be
finished door.
40 092910302050
Gypsum wallboard, on walls, standard,
taped & finished (level 4 finish), 5/8"
thick S.F.15.20$ 31.20$ -$ 46.40$
1.5. Demo existing corkboard in entry and frame
lower wall to close in this
space.AGENDA ITEM #2. a)
Page 8 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
96 092910302195
Gypsum wallboard, on walls, fire
resistant, w/compound skim coat (level 5 finish), 5/8" thick S.F.42.24$ 93.12$ -$ 135.36$
1.4. Patch wall at location
where demolished wall
meets a wall that will remain,
texture to match adjacent as applies. Painting by others
40 092910303190
Gypsum wallboard, on ceilings, fire
resistant, w/compound skim coat (level
5 finish), 5/8" thick S.F.17.60$ 48.80$ -$ 66.40$
2.1. Patch all locations
where walls are demolished
400 095153100900
Ceiling tile, mineral fiber, fire rated, plain
faced, 3/4" thick S.F.508.00$ 500.00$ -$ 1,008.00$
2.2. Patch material to be
best match under conditions
2.3. Patch ceiling in locations
where electrical fixtures are
removed.
400 095323300400
Concealed Z bar suspension system,
12" module S.F.336.00$ 288.00$ -$ 624.00$
2.2. Patch material to be best match under conditions
2.3. Patch ceiling in locations
where electrical fixtures are
removed.
400 096513130700 Wall base, vinyl, straight or cove, standard colors, 4" high, 1/8" thick L.F.528.00$ 436.00$ -$ 964.00$
3.6. Provide and install 4”
cove base over new flooring
throughout facility as identified.
54 096516108450 Flooring, integral cove base, add L.F.40.50$ 105.84$ -$ 146.34$
Paint restroom floor with
Fastop S Urethane Slurry System with broadcast
media inserted leaving a slip
resistant surface.
1 096516108700
Resilient flooring, adhesive cement, 1
gallon per 200 - 300 S.F.Gal.27.00$ -$ -$ 27.00$
Provide resilient flooring with
flash cove in restroom.
200 096726260600
Composition flooring, epoxy, with colored quartz chips, broadcast, 3/8"
thick S.F.562.00$ 558.00$ 18.00$ 1,138.00$
Paint restroom floor with
Fastop S Urethane Slurry
System with broadcast media inserted leaving a slip
resistant surface.
200 096726261300
Composition flooring, epoxy, heavy duty
epoxy topping, 1/4" thick, 500 to 1,000
S.F.S.F.1,110.00$ 896.00$ 30.00$ 2,036.00$
Float floor with self-leveling
compound in bathroom.
2230 096913100110
Access floors, computer room
application, particle board or steel floor panels, metal covered, under 6,000 sf S.F.-$ 4,460.00$ -$ 4,460.00$
Remove existing access
floor to demo electrical
pathways, replace access floor. Labor only AGENDA ITEM #2. a)
Page 9 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
3100 099103200530
Paint preparation, sanding & puttying
interior trim, surface protection,
placement & removal, volume cover up (using plastic sheathing or building
paper)S.F.-$ 62.00$ -$ 62.00$
4.1. Paint all walls in main
sleeping area.
335 099103200530
Paint preparation, sanding & puttying
interior trim, surface protection,
placement & removal, volume cover up (using plastic sheathing or building
paper)S.F.-$ 6.70$ -$ 6.70$
4.3. Paint laundry room
walls.
168 099103200530
Paint preparation, sanding & puttying interior trim, surface protection,
placement & removal, volume cover up
(using plastic sheathing or building
paper)S.F.-$ 3.36$ -$ 3.36$ 4.2. Paint walls in kitchen.
3100 099103400660
Surface preparation, interior, walls,
sand, gypsum board and plaster, light S.F.-$ 310.00$ -$ 310.00$
4.1. Paint all walls in main
sleeping area.
532 099103400660
Surface preparation, interior, walls,
sand, gypsum board and plaster, light S.F.-$ 53.20$ -$ 53.20$ 4.2. Paint walls in kitchen.
808 099103400660
Surface preparation, interior, walls,
sand, gypsum board and plaster, light S.F.-$ 80.80$ -$ 80.80$
4.3. Paint laundry room
walls.
3080 099103400730
Surface preparation, interior, walls,
wash, gypsum board and plaster S.F.-$ 308.00$ -$ 308.00$
4.1. Paint all walls in main
sleeping area.
532 099103400730
Surface preparation, interior, walls,
wash, gypsum board and plaster S.F.-$ 53.20$ -$ 53.20$ 4.2. Paint walls in kitchen.
808 099103400730
Surface preparation, interior, walls,
wash, gypsum board and plaster S.F.-$ 80.80$ -$ 80.80$
4.3. Paint laundry room
walls.
880 099123720240
Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster,
latex paint, primer or sealer coat,
smooth finish, roller S.F.52.80$ 211.20$ -$ 264.00$
4.5. Paint staff restroom. 4.6.
Paint all walls above tile in
main restroom.
880 099123720840
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster,
latex paint, 2 coats, smooth finish, roller S.F.114.40$ 352.00$ -$ 466.40$
4.5. Paint staff restroom. 4.6.
Paint all walls above tile in
main restroom.
915 099123740240
Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster,
zero voc latex, primer or sealer coat,
smooth finish, roller S.F.54.90$ 219.60$ -$ 274.50$
Paint GWB ceilings in main
sleeping area.
1 099123740240
Paints & coatings, walls & ceilings,
interior, zero voc latex, for work 8'-15' high, add S.F.-$ 21.96$ -$ 21.96$ [Adjusted by 099123748200]AGENDA ITEM #2. a)
Page 10 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
1 099123740240
Paints & coatings, walls & ceilings,
interior, zero voc latex, for ceiling
installation, add S.F.-$ 54.90$ -$ 54.90$ [Adjusted by 099123741800]
185 099123740240
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster, zero voc latex, primer or sealer coat,
smooth finish, roller S.F.11.10$ 44.40$ -$ 55.50$
4.7. Paint ceiling in
restroom.
1 099123740240
Paints & coatings, walls & ceilings, interior, zero voc latex, for work 8'-15'
high, add S.F.-$ 4.44$ -$ 4.44$ [Adjusted by 099123748200]
3080 099123740280
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster,
zero voc latex, primer or sealer coat, smooth finish, spray S.F.154.00$ 369.60$ -$ 523.60$
4.1. Paint all walls in main sleeping area.
532 099123740280
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster, zero voc latex, primer or sealer coat,
smooth finish, spray S.F.26.60$ 63.84$ -$ 90.44$ 4.2. Paint walls in kitchen.
808 099123740280
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster,
zero voc latex, primer or sealer coat, smooth finish, spray S.F.40.40$ 96.96$ -$ 137.36$
4.3. Paint laundry room walls.
3080 099123740440
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster, zero voc latex, 1 coat, smooth finish,
roller S.F.246.40$ 770.00$ -$ 1,016.40$
4.1. Paint all walls in main
sleeping area.
532 099123740440
Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster,
zero voc latex, 1 coat, smooth finish, roller S.F.42.56$ 133.00$ -$ 175.56$ 4.2. Paint walls in kitchen.
808 099123740440
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster, zero voc latex, 1 coat, smooth finish,
roller S.F.64.64$ 202.00$ -$ 266.64$
4.3. Paint laundry room
walls.
915 099123740440
Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster,
zero voc latex, 1 coat, smooth finish,
roller S.F.73.20$ 228.75$ -$ 301.95$
Paint GWB ceilings in main
sleeping area.
1 099123740440
Paints & coatings, walls & ceilings,
interior, zero voc latex, for work 8'-15' high, add S.F.-$ 22.88$ -$ 22.88$ [Adjusted by 099123748200]
1 099123740440
Paints & coatings, walls & ceilings,
interior, zero voc latex, for ceiling
installation, add S.F.-$ 57.19$ -$ 57.19$ [Adjusted by 099123741800]AGENDA ITEM #2. a)
Page 11 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
3080 099123740480
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster,
zero voc latex, 1 coat, smooth finish, spray S.F.215.60$ 431.20$ -$ 646.80$
4.1. Paint all walls in main sleeping area.
532 099123740480
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster,
zero voc latex, 1 coat, smooth finish,
spray S.F.37.24$ 74.48$ -$ 111.72$ 4.2. Paint walls in kitchen.
808 099123740480
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster,
zero voc latex, 1 coat, smooth finish, spray S.F.56.56$ 113.12$ -$ 169.68$
4.3. Paint laundry room walls.
915 099123740480
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster,
zero voc latex, 1 coat, smooth finish,
spray S.F.64.05$ 128.10$ -$ 192.15$
Paint GWB ceilings in main
sleeping area.
1 099123740480
Paints & coatings, walls & ceilings,
interior, zero voc latex, for work 8'-15'
high, add S.F.-$ 12.81$ -$ 12.81$ [Adjusted by 099123748200]
1 099123740480
Paints & coatings, walls & ceilings,
interior, zero voc latex, for ceiling installation, add S.F.-$ 32.02$ -$ 32.02$ [Adjusted by 099123741800]
185 099123740840
Paints & coatings, walls & ceilings,
interior, concrete, drywall or plaster, zero voc latex, 2 coats, smooth finish,
roller S.F.29.60$ 74.00$ -$ 103.60$
4.7. Paint ceiling in
restroom.
1 099123740840
Paints & coatings, walls & ceilings,
interior, zero voc latex, for work 8'-15'
high, add S.F.-$ 7.40$ -$ 7.40$ [Adjusted by 099123748200]
1 100505101100
Specialties demolition, boards and
panels, wall mounted Ea.-$ 40.00$ -$ 40.00$
1.5. Demo existing
corkboard in entry and frame
lower wall to close in this
space.
3 100505101910
Specialties demolition, toilet cubicles,
remove Ea.-$ 225.00$ -$ 225.00$
Demo fixtures in restroom
and provide new. Demo fixtures in staff restroom and
replace with new.
1 100505101930 Urinal screen, remove Ea.-$ 25.00$ -$ 25.00$
Demo fixtures in restroom
and provide new.
24 100505105050 Selective demolition, lockers Opng.-$ 480.00$ -$ 480.00$
1.2. Demo lockers as identified on demo plan.
Remove soffit wall above
lockers to ceiling above.
Total Div 09
AGENDA ITEM #2. a)
Page 12 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
3 102113130200 Partitions, toilet, cubicles, ceiling hung, powder coated steel Ea.1,575.00$ 564.00$ -$ 2,139.00$
Demo fixtures in restroom
and provide new. Demo
fixtures in staff restroom and replace with new.
2 102113130600
Partitions, toilet, cubicles, incl. 52" grab bars, ceiling hung, for handicap units,
add Ea.900.00$ -$ -$ 900.00$
Demo fixtures in restroom
and provide new.
2 102113136800 Urinal screen, wall hung, bracket supported, powder coated steel Ea.326.00$ 150.00$ -$ 476.00$ Provide new urinal partitions.
3 102813130200 Toilet accessories, curtain rod, stainless steel, 1" diameter x 5' long Ea.85.50$ 87.00$ -$ 172.50$ Provide new.
3 102813130360 Toilet accessories, for vinyl curtain, add S.F.2.73$ 0.57$ -$ 3.30$ Provide new.
1 102813132010
Commercial toilet accessories, grab bar,
tub/shower/toilet, stainless steel, 2-wall, 36" x 24", 1-1/4" dia Ea.91.00$ 31.50$ -$ 122.50$
Demo fixtures in restroom and provide new.
2 102813132600
Toilet accessories, hat & coat strip,
stainless steel, 4 hook, 36" long Ea.136.00$ 31.30$ -$ 167.30$ Provide new.
2 102813133600
Toilet accessories, mirror, 36" x 24", with 5" stainless steel shelf & stainless
steel 3/4" square frame Ea.472.00$ 50.00$ -$ 522.00$
Demo fixtures in restroom
and provide new. Demo fixtures in staff restroom and
replace with new.
3 102813136200
Toilet accessories, toilet tissue
dispenser, stainless steel, surface mounted, double roll Ea.70.50$ 46.95$ -$ 117.45$
Demo fixtures in restroom
and provide new. Demo
fixtures in staff restroom and replace with new.
2 102813136700
Toilet accessories, towel dispenser,
stainless steel, surface mounted Ea.89.00$ 47.00$ -$ 136.00$
Demo fixtures in restroom and provide new. Demo
fixtures in staff restroom and
replace with new.
2 102813138100
Toilet accessories, waste receptacle,
stainless steel, w/top, 36 gallon Ea.810.00$ 94.00$ -$ 904.00$
Demo fixtures in restroom
and provide new. Demo
fixtures in staff restroom and
replace with new.
1 102813138200
Toilet accessories, shower seat
w/adjustable back Ea.315.00$ 12.50$ -$ 327.50$
Demo fixtures in restroom
and provide new.
2 102819100400
Shower compartment, floor mounted,
cabinet, no door, fiberglass, 32" x 32", includes bases, excludes plumbing Ea.1,060.00$ 300.00$ -$ 1,360.00$
2 standard 32"x32" showers, one ADA fixture
1 113123136760 Washing machine, energy star, front loading, maximum Ea.1,575.00$ 460.00$ -$ 2,035.00$
HY30 washer See NPP on
work order form for delta
cost as NPP. Quote is
attached from Cesco showing actual costs
Total Div 10 AGENDA ITEM #2. a)
Page 13 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
3 113123236780
Dryer, electric, automatic, front-loading,
energy-star qualified, maximum Ea.5,700.00$ 960.00$ -$ 6,660.00$
2) HT075 Dryers, 1) stacked
HT030. NPP on work order for delta cost as NPP. Quote
is attached from Cesco.
Total Div 11
4 123223101200
Custom cabinets, kitchen base cabinets,
hardwood, prefinished, 2 top drawers, 2 doors below, 24" deep, 35" high, 27"
wide, excl. countertops Ea.-$ 136.00$ -$ 136.00$
1.16. Relocate lower cabinets to match placement
of upper cabinets. Reuse counter as applicable. Labor
Only
4 123223105300
Custom cabinets, kitchen wall cabinets, hardwood, prefinished, 2 doors, 12"
deep, 30" high, 27" wide Ea.-$ 152.00$ -$ 152.00$
1.15. Relocate upper cabinets to Laundry room.
Labor Only
9 123623130020
Countertops, stock, plastic laminate, 24"
wide, includes backsplash, minimum L.F.-$ 112.50$ -$ 112.50$
1.16. Relocate lower
cabinets to match placement
of upper cabinets. Reuse counter as applicable. Labor
Only
2 220505100710 Fountains, sinks or lavatories, selective demolition Ea.-$ 67.00$ -$ 67.00$
and provide new. Demo
fixtures in staff restroom and
replace with new. - Carriers and supports
3 220505100720 Water closets, selective demolition Ea.-$ 117.00$ -$ 117.00$
and provide new. Demo fixtures in staff restroom and
replace with new. - Carriers
and supports
2 220505101300
Fixture, sink, single compartment,
selective demolition Ea.-$ 117.00$ -$ 117.00$
Demo fixtures in restroom
and provide new. Demo fixtures in staff restroom and
replace with new.
3 220505101420
Fixture, water closet, wall mounted,
selective demolition Ea.-$ 201.00$ -$ 201.00$
Demo fixtures in restroom
and provide new. Demo
fixtures in staff restroom and
replace with new.
2 220505101520
Fixture, urinal, wall mounted, selective
demolition, includes 10' piping Ea.-$ 134.00$ -$ 134.00$
Demo fixtures in restroom and provide new. Demo
fixtures in staff restroom and
replace with new.
7 220505101900
Pipe fittings with a single connection, up thru 1-1/2" diameter, selective
demolition Ea.-$ 109.55$ -$ 109.55$
Demo fixtures in restroom
and provide new. Demo fixtures in staff restroom and
replace with new.
Total Div 12
AGENDA ITEM #2. a)
Page 14 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
3 224113130400
Water closet, tank type, vitreous china, wall hung, close coupled, two piece,
includes seat, supply pipe with stop Ea.1,890.00$ 477.00$ -$ 2,367.00$
Demo fixtures in restroom
and provide new. Demo fixtures in staff restroom and
replace with new.
3 224113440150
Toilet seat, molded composition, white,
industrial, open front, regular bowl, excludes cover Ea.63.00$ 58.65$ -$ 121.65$
Demo fixtures in restroom
and provide new. Demo
fixtures in staff restroom and replace with new.
2 224116134180
Lavatory, wall hung, porcelain enamel
on cast iron, white, single bowl, 20" x
18", includes trim Ea.554.00$ 212.00$ -$ 766.00$
Demo fixtures in restroom
and provide new. Demo
fixtures in staff restroom and
replace with new.
1 224123203220
, , g , p
three walls, handicap, 1-1/2" OD grab
bars, nonskid floor, corner seat, 60" x 34-1/2" x 72", includes drain only, excludes
valve control and door/curtain Ea.750.00$ 211.00$ -$ 961.00$
Demo fixtures in restroom
and provide new. Demo fixtures in staff restroom and
replace with new.
3 224123204200 Shower, stall, rough-in, supply, waste and vent for above shower Ea.1,035.00$ 1,230.00$ -$ 2,265.00$
Demo fixtures in restroom
and provide new. Demo
fixtures in staff restroom and replace with new.
2 224139102280
Faucets/fittings, lavatory faucet, center
set with single control lever handle, satin
nickel, with pop-up drain Ea.554.00$ 141.00$ -$ 695.00$
Demo fixtures in restroom and provide new. Demo
fixtures in staff restroom and
replace with new.
3 224139104250
Faucets/fittings, shower pressure
balancing mixing valve, satin nickel, with shower head, arm, flange and diverter
tub spout Ea.1,665.00$ 229.50$ -$ 1,894.50$
Demo fixtures in restroom
and provide new. Demo fixtures in staff restroom and
replace with new.
2 224139701980
y g
supply, waste and vent for washer
boxes Ea.488.00$ 272.00$ -$ 760.00$
5.2. Provide rough in for new
washer 2) in laundry room.
2 224139709605
y g
machine valve assembly, hot and cold
water supply, recessed Ea.140.00$ 117.00$ -$ 257.00$
5.2. Provide rough in for new
washer 2) in laundry room.
3 224213133510
Water closet, gang side by side carrier
system, rough-in, supply, waste and
vent, for single hook-up Ea.3,750.00$ 1,290.00$ -$ 5,040.00$
Demo fixtures in restroom and provide new. Demo
fixtures in staff restroom and
replace with new. - Carriers
and supports
2 224213163140
Urinal, wall hung, vitreous china, with
self-closing valve, water saving, .5 gpf Ea.1,100.00$ 564.00$ -$ 1,664.00$
Demo fixtures in restroom and provide new. Demo
fixtures in staff restroom and
replace with new.AGENDA ITEM #2. a)
Page 15 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
1 224213166980 Urinal, stall type, rough-in, supply, waste and vent Ea.365.00$ 425.00$ -$ 790.00$
Demo fixtures in restroom
and provide new. Demo
fixtures in staff restroom and replace with new.
60 230505101610
Ductwork, flex, prefabricated, selective
demolition L.F.-$ 96.60$ -$ 96.60$
Demo flex ducts to three
offices on N side of main
sleeping area.
6 230505101640
Diffusers, registers or grills, 21" thru 36"
max dimension, selective demolition Ea.-$ 74.70$ -$ 74.70$
Demo grilles & diffusers to three offices on N side of
main sleeping area.
1 233813107800
Vent hood, commercial kitchen
equipment, wall canopy with fire
protection, 30"Ea.425.00$ 68.50$ -$ 493.50$
Remove and reinstall
existing kitchen exhaust
hood securely to upper
cabinet.
120 260505100100
Conduit, rigid galvanized steel, 1/2" to 1"
diameter, electrical demolition, remove
conduit to 15' high, including fittings & hangers L.F.-$ 217.20$ -$ 217.20$
6.4. Any circuits that become
abandoned with construction should be pulled completely
and breaker identified as spare.
120 260505100120
Conduit, rigid galvanized steel, 1-1/4" to
2" diameter, electrical demolition,
remove conduit to 15' high, including
fittings & hangers L.F.-$ 262.80$ -$ 262.80$
6.4. Any circuits that become
abandoned with construction
should be pulled completely
and breaker identified as
spare.
120 260505100140
Conduit, rigid galvanized steel, 2-1/2" to
3-1/2" diameter, electrical demolition, remove conduit to 15' high, including
fittings & hangers L.F.-$ 348.00$ -$ 348.00$
6.4. Any circuits that become
abandoned with construction
should be pulled completely and breaker identified as
spare.
360 260505100330
Armored cable, (BX), #10, 3 wire,
average 50' runs, electrical demolition, remove L.F.-$ 370.80$ -$ 370.80$
6.4. Any circuits that become abandoned with construction
should be pulled completely
and breaker identified as spare.
1 260505101260
Panelboards, 4 wire, 120/208 V, 125
amp, to 20 circuits, electrical demolition, remove, including removal of all
breakers, conduit terminations & wire
connections Ea.-$ 182.00$ -$ 182.00$
6.4. Any circuits that become
abandoned with construction should be pulled completely
and breaker identified as
spare.
18 260505206000 Floor box and carpet flange, electrical demolition, remove Ea.-$ 873.00$ -$ 873.00$
6.3. Demolish all floor
mounted electrical and data pendants and cap.
Total Div 23
Total Div 22
AGENDA ITEM #2. a)
Page 16 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
20 260505504100 Incandescent fixture, explosionproof, electrical demolition, remove Ea.-$ 1,010.00$ -$ 1,010.00$
Demo existing can lights. No
line item in RS Means for incandescent can lights.
24 260505505500
Track lighting, 8' section, electrical
demolition, remove Ea.-$ 528.00$ -$ 528.00$
6.2. Demolish all drop
pendant lighting in main
sleeping area.
27 260505505510
Track lighting fixture, electrical
demolition, remove Ea.-$ 184.95$ -$ 184.95$
6.2. Demolish all drop pendant lighting in main
sleeping area.
8 260533162200 Outlet boxes, abandonment plate Ea.308.00$ 109.60$ -$ 417.60$
3.8. Patch tile locations
where existing electrical and
data monuments are
removed by electrician.
1 262416309000
Panelboards, minimum labor/equipment
charge Job -$ 440.00$ -$ 440.00$
6.5. Provide locks for electrical panels in hallway.
6.6. Provide locks for data
panels in hallway.
4 265113503580
Fluorescent fixture, interior, wet location,
recess mounted, 2-32 W T8, 2' W x 4' L, incl lamps, mounting hardware and
connections Ea.948.00$ 330.00$ -$ 1,278.00$
6.7. Provide and install new lighting in locker room, affix
to framed ceiling.
20 265113550100
Interior LED fixtures, downlight, recess mounted, 25 watt, 7.5" diameter, incl
lamps, mounting hardware and
connections Ea.6,700.00$ 1,090.00$ -$ 7,790.00$
Replace existing can lights
with LED fixtures
43 265113551020
Interior LED fixtures, troffer, recess
mounted, 6400 Lumens, 2' x 4', replaces four T8 lamp, incl lamps, mounting
hardware and connections Ea.8,514.00$ 3,999.00$ -$ 12,513.00$
6.9. Remove 2x4 troffers in
main sleeping area and
replace with LED lights (34) break out pricing. 6.10.
Remove 2x2 troffers in main
sleeping area and replace
with LED lights (9). Break
out pricing. No line item in RS Means for 2x2 LED
troffers
4 265313100150
Exit lighting, fluorescent, single face,
ceiling or wall mount Ea.266.00$ 214.00$ -$ 480.00$ Install 4 new exit signsTotal Div 26 AGENDA ITEM #2. a)
Page 17 of 17
Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes
CSI Net Cost 59,667.04$ 66,212.88$ 8,931.05$ 135,290.98$
01 $ 10,901.85 4.80% $ 6,493.97
02 $ 20,101.75 Subtotal $ 141,784.95
03 $ 4,261.46 3% $ 4,253.55
05 $ 2,696.31 Total $ 146,038.50
06 $ 3,429.36
08 $ 1,992.75
09 $ 28,807.60
10 $ 8,117.55
11 $ 8,695.00
12 $ 400.50
22 $ 18,326.70
23 $ 664.80
26 $ 26,895.35
$ 135,290.98
Cost index
Saybr Coefficient
AGENDA ITEM #2. a)
SAYBR CONTRACTORS, INC.
City of Renton
2016 Job Order Contract
Appendix E May 27, 2016
Appendix E
Sample Work Order Schedule
AGENDA ITEM #2. a)
ID Task Name DurationStart Finish1Phase 122 days?Mon 7/27/15Tue 8/25/152Mobilization1 day?Mon 7/27/15Mon 7/27/153Protect surfaces1 day?Mon 7/27/15Mon 7/27/154x‐ray slab1 day?Mon 7/27/15Mon 7/27/155Plumbing investigation1 day?Tue 7/28/15Tue 7/28/156saw cut/core drill1 day?Wed 7/29/15Wed 7/29/157Demo 2) drinking fountains1 day?Wed 7/29/15Wed 7/29/158Plumbing RI Waste/vent/supply10 daysWed 7/29/15Tue 8/11/159Plumbing trim3 daysMon 8/17/15Wed 8/19/1510DC Power1 day?Mon 7/27/15Mon 7/27/1511Electrical investigation2 daysTue 7/28/15Wed 7/29/1512Demo Misc. lights/circuits etc4 daysThu 7/30/15Tue 8/4/1513Light fixture replacement3 daysWed 8/12/15Fri 8/14/1514Ceiling open for electrical1 day?Tue 8/11/15Wed 8/12/1515Ceiling patch 1 day?Mon 8/17/15Mon 8/17/1516Move cabinets1 day?Mon 7/27/15Mon 7/27/1517Demo walls/Ceiling5 daysTue 7/28/15Mon 8/3/1518Demo flooring5 daysTue 8/4/15Mon 8/10/1519Lift access flooring as necessary1 day?Tue 7/28/15Tue 7/28/1520Patch walls3 daysTue 8/4/15Thu 8/6/1521Frame new walls1 dayTue 8/4/15Tue 8/4/1522Finish walls4 daysWed 8/5/15Mon 8/10/1523Install door 1 day?Wed 8/5/15Wed 8/5/1524Painting5 daysTue 8/11/15Mon 8/17/1525Float floor in restroom2 daysTue 8/11/15Wed 8/12/1526Flooring in restroom2 daysThu 8/13/15Fri 8/14/1527Flooring in laundry room1 day?Mon 8/17/15Mon 8/17/1528Install hardboard over access flooring2 daysTue 8/18/15Wed 8/19/1529Install VCT over hardboard3 daysThu 8/20/15Mon 8/24/1530Install lavatory partitions1 day?Mon 8/17/15Mon 8/17/1531Install new access covers1 day?Tue 8/18/15Tue 8/18/1532Misc carpentry/affix bunk beds2 daysWed 8/19/15Thu 8/20/1533Install washer and dryers1 day?Fri 8/21/15Fri 8/21/1534Substantial completion1 day?Mon 8/24/15Mon 8/24/1535Punch list1 day?Tue 8/25/15Tue 8/25/1536Tentant occupy space0 daysTue 8/25/15Tue 8/25/15Saybr Adept MechanicalSHJ ElectricalAction AcousticsSustainable FloorsEarly Bird Painting8/25SSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSJul 26, '15Aug 2, '15Aug 9, '15Aug 16, '15Aug 23, '15157 Roy Tenant ImprovementPhase 1Fri 7/17/15Daryn Gilstrap 253‐531‐2144 Ext. 120 dgilstrap@saybr.comAGENDA ITEM #2. a)
May 16, 2016
Mr. Michael Nolan
City of Renton, Facilities Department
1055 Grady Way, Fifth Floor
Renton, WA 98057
Re: Saybr Contractors, Inc. -Bonding Capacity
Job Order Contracting, Estimated annual value $4,000,000
Dear Mr. Nolan:
8
ZURICH
Zurich Sur11ty, Cr11dit & Political
Risk 999 l"' Ave, Suite 800
Sea111e, WA. 98104
Phone: ( 206) 346-2640
Fax: ( 206) 346-2622
Zurich American Insurance Company and/or its subsidiary, Fidelity and Deposit Company of Maryland,
have provided surety credit to Saybr Contractors, Inc. for single projects of $10 million and an aggregate
uncompleted backlog of $20 million. Zurich/F&D is rated "A+" (Superior) with a financial size category of
XV ($2 billion+) by AM Best and has a US Treasury Limit exceeding $732 million.
If Saybr Contractors, Inc. is awarded a contract for projects falling within the identified ranges and
requests that we provide the necessary Performance and/or Payment Bonds, we will be prepared to
execute the bonds subject to our acceptable review of the contract terms and conditions, bond forms.
appropriate contract funding and any other underwriting considerations at the time of the request.
Our consideration and issuance of bonds Is a matter solely between Saybr Contractors, Inc. and
ourselves, and we assume no liability to third parties or to you by the issuance of this letter.
We trust that this information meets with your satisfaction. If there are further questions, please feel free
to contact me.
Sincerely,
Zurich American Insurance Company
Fidelity and Deposit Company of Maryland
Holly E. Ulfers
Attorney in Fact
AGENDA ITEM #2. a)
06/30/2016City of Renton1 9:19AMPage:expstat.rptExpenditure Status Report1/1/2016 through 12/31/2016Periods: 0 through 15GENERAL000PROGRAM000000LEGISLATIVE001Prct UsedBalanceYear-to-date EncumbrancesYear-to-date ExpendituresExpendituresAdjusted AppropriationAccount Number0.00 0.00 0.00 0.00511.60.00.000 LEGISLA SERV (COUNCIL)0.00 0.00Total HEADER0.00 0.00 0.00 0.00 0.00 0.00189,051.00 92,715.94 92,715.94 49.04511.60.10.000 SALARIES AND WAGES0.00 96,335.060.00 0.00 0.00 0.00511.60.10.002 OVERTIME0.00 0.00Total SALARIES AND WAGES189,051.00 92,715.94 92,715.94 0.00 96,335.06 49.040.00 0.00 0.00 0.00511.60.12.000 INTERMT-SALARIES & WAGES0.00 0.00Total INTERMT-SALARIES & WAGES0.00 0.00 0.00 0.00 0.00 0.000.00 0.00 0.00 0.00511.60.19.000 PROJECT ACCOUNTING SALARY AND BENEFITS0.00 0.00Total PROJECT ACCTG SALARIES AND BENEFITS0.00 0.00 0.00 0.00 0.00 0.0017,479.35 9,213.70 9,213.70 52.71511.60.20.001 RETIREMENT/PERS0.00 8,265.6511,952.81 6,855.34 6,855.34 57.35511.60.20.003 FICA0.00 5,097.4754,190.44 18,212.24 18,212.24 33.61511.60.20.004 PREPAID MEDICAL0.00 35,978.203,158.60 1,464.96 1,464.96 46.38511.60.20.006 INDUSTRIAL INSURANCE0.00 1,693.6477.04 38.52 38.52 50.00511.60.20.007 LIFE INSURANCE0.00 38.527,366.08 2,567.51 2,567.51 34.86511.60.20.009 PREPAID DENTAL0.00 4,798.57780.00 390.00 390.00 50.00511.60.20.010 UNEMPLOYMENT0.00 390.00248.99 123.19 123.19 49.48511.60.20.070 LONG TERM DISABILITY0.00 125.80Total PERSONNEL BENEFITS95,253.31 38,865.46 38,865.46 0.00 56,387.85 40.800.00 0.00 0.00 0.00511.60.22.003 INTERMT-FICA0.00 0.000.00 0.00 0.00 0.00511.60.22.006 INTERMT-INDUSTRIAL INSURANCE0.00 0.000.00 0.00 0.00 0.00511.60.22.010 INTERMT-UNEMPLOYMENT0.00 0.00Total INTERMT-PERSONNEL BENEFITS0.00 0.00 0.00 0.00 0.00 0.005,000.00 1,070.99 1,070.99 21.42511.60.31.000 OFFICE/OPERATING SUPPLIES0.00 3,929.01Total OFFICE/OPERATING SUPPLIES5,000.00 1,070.99 1,070.99 0.00 3,929.01 21.420.00 0.00 0.00 0.00511.60.32.003 FUEL CONSUMED GASOLINE0.00 0.00Total FUEL CONSUMED0.00 0.00 0.00 0.00 0.00 0.000.00 0.00 0.00 0.00511.60.35.000 SMALL TOOLS/MINOR EQUIPMENT0.00 0.001Page:AGENDA ITEM #3. a)
06/30/2016City of Renton2 9:19AMPage:expstat.rptExpenditure Status Report1/1/2016 through 12/31/2016Periods: 0 through 15GENERAL000PROGRAM000000LEGISLATIVE001Prct UsedBalanceYear-to-date EncumbrancesYear-to-date ExpendituresExpendituresAdjusted AppropriationAccount NumberTotal SMALL TOOLS/MINOR EQUIPMENT0.00 0.00 0.00 0.00 0.00 0.002,000.00 2,194.25 2,194.25 109.71511.60.41.000 PROFESSIONAL SERVICES0.00 -194.25Total PROFESSIONAL SERVICES2,000.00 2,194.25 2,194.25 0.00 -194.25 109.710.00 0.00 0.00 0.00511.60.42.001 POSTAGE0.00 0.000.00 0.00 0.00 0.00511.60.42.002 CELL PHONES/PAGERS0.00 0.00Total COMMUNICATION0.00 0.00 0.00 0.00 0.00 0.008,500.00 1,093.61 1,093.61 12.87511.60.43.001 LEGISLATIVE TRAVEL0.00 7,406.390.00 2,889.08 2,889.08 0.00511.60.43.002 TRAINING/SCHOOLS0.00 -2,889.080.00 3,825.54 3,825.54 0.00511.60.43.007 MEALS & INCIDENTAL EXPENSE0.00 -3,825.540.00 1,359.19 1,359.19 0.00511.60.43.008 LODGING0.00 -1,359.19Total TRAVEL8,500.00 9,167.42 9,167.42 0.00 -667.42 107.850.00 0.00 0.00 0.00511.60.46.000 INSURANCE/LIAB-PROP0.00 0.00Total INSURANCE0.00 0.00 0.00 0.00 0.00 0.000.00 0.00 0.00 0.00511.60.48.000 REPAIRS & MAINTENANCE0.00 0.00Total REPAIRS AND MAINTENANCE0.00 0.00 0.00 0.00 0.00 0.000.00 59.03 59.03 0.00511.60.49.000 MISCELLANEOUS0.00 -59.037,816.00 7,931.00 7,931.00 101.47511.60.49.001 MEMBERSHIPS & DUES0.00 -115.000.00 0.00 0.00 0.00511.60.49.002 PUBLICATIONS0.00 0.000.00 0.00 0.00 0.00511.60.49.006 OTHER MISCELLANEOUS0.00 0.00Total MISCELLANEOUS7,816.00 7,990.03 7,990.03 0.00 -174.03 102.230.00 0.00 0.00 0.00511.60.92.000 TELECOMMUNICATION0.00 0.000.00 0.00 0.00 0.00511.60.92.010 TELECOMMUNICATION M & O0.00 0.003,936.00 1,968.00 1,968.00 50.00511.60.92.011 DATA CARDS0.00 1,968.0051.00 27.00 27.00 52.94511.60.92.013 COPIERS0.00 24.000.00 0.00 0.00 0.00511.60.92.015 GIS0.00 0.0048,974.00 24,488.00 24,488.00 50.00511.60.92.020 IS OPERATIONS M & O0.00 24,486.000.00 0.00 0.00 0.00511.60.92.025 IS CAPITAL0.00 0.000.00 0.00 0.00 0.00511.60.92.030 PRINT/MAIL M & O0.00 0.00Total INFORMATION TECHNOLOGY52,961.00 26,483.00 26,483.00 0.00 26,478.00 50.002Page:AGENDA ITEM #3. a)
06/30/2016City of Renton3 9:19AMPage:expstat.rptExpenditure Status Report1/1/2016 through 12/31/2016Periods: 0 through 15GENERAL000PROGRAM000000LEGISLATIVE001Prct UsedBalanceYear-to-date EncumbrancesYear-to-date ExpendituresExpendituresAdjusted AppropriationAccount Number139.00 67.00 67.00 48.20511.60.93.010 PRINT/MAIL OPERATIONS0.00 72.000.00 0.00 0.00 0.00511.60.93.020 COMMUNICATIONS0.00 0.00Total PRINT/MAIL/COMMUNICATIONS139.00 67.00 67.00 0.00 72.00 48.200.00 0.00 0.00 0.00511.60.94.000 COMPUTER REPLACEMENT/OTHER CIP0.00 0.00Total COMPUTER REPLACEMENT0.00 0.00 0.00 0.00 0.00 0.0015,041.00 7,523.00 7,523.00 50.02511.60.96.010 INSURANCE/LIAB-PROP0.00 7,518.00Total INSURANCE15,041.00 7,523.00 7,523.00 0.00 7,518.00 50.020.00 0.00 0.00 0.00511.60.98.000 IS OPERATIONS (REPAIR & MAINTENANCE)0.00 0.00Total INFORMATION SERVICES0.00 0.00 0.00 0.00 0.00 0.000.00 0.00 0.00 0.00511.60.99.000 PRINT/MAIL0.00 0.00Total PRINT AND MAIL0.00 0.00 0.00 0.00 0.00 0.00Total GENERAL375,761.31 186,077.09 186,077.09 0.00 189,684.22 49.52Grand Total375,761.31 186,077.09 186,077.09 49.520.00 189,684.223Page:AGENDA ITEM #3. a)
Cost ea.#/Year# of ParticipantsTotal CostAssociation of Washington CitiesLegislative Conference in Olympia 150.00$ 5 750.00$ Annual Conference in Vancouver 1,000.00$ 5 5,000.00$ National League of CitiesLegislative Conference 2,700.00$ 1 2,700.00$ Sound Cities AssociationDinner Meetings 45.00$ 8 4 1,440.00$ Economic Development CouncilEconomic Forecast Conference 200.00$ 5 1,000.00$ Citizen of the Year Banquet35.00$ 7 245.00$ New Teacher Breakfast25.00$ 7 175.00$ State of the City50.00$ 7 350.00$ Annual Retreat3,000.00$ GRAND TOTAL14,660.00$ 2017 Council Estimated Travel ExpensesAGENDA ITEM #3. b)
Cost ea.#/Year# ParticipantsTotal CostAssociation of Washington CitiesLegislative Conference in Olympia 150.00$ 5 750.00$ New Councilmember Orientation 100.00$ 2 200.00$ Annual Conference in Yakima 1,000.00$ 5 5,000.00$ National League of CitiesLegislative Conference 2,700.00$ 1 2,700.00$ Sound Cities AssociationDinner Meetings 45.00$ 8 4 1,440.00$ Economic Development CouncilEconomic Forecast Conference 200.00$ 5 1,000.00$ Citizen of the Year Banquet35.00$ 7 245.00$ New Teacher Breakfast25.00$ 7 175.00$ State of the City50.00$ 7 350.00$ Annual Retreat3,000.00$ GRAND TOTAL 14,860.00$ 2018 Council Estimated Travel ExpensesAGENDA ITEM #3. b)
Page 1 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
200 MILL AVE S - 000050
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,050.0006/30/2016348142 PARKS ADMIN2016 06 C
108.220044.020.518.21.41.003 CONTRACTED SERVICES-200 MILLFAC 06/16 CISR - 200 MILL LEASE (JUNE)
1,050.0006/30/2016348142 PARKS ADMIN2016 07 C
108.220044.020.518.21.41.003 CONTRACTED SERVICES-200 MILLFAC 06/16 CISR - 200 MILL LEASE (JULY)
3,739.0006/30/2016348142 PARKS ADMIN2016 06 A
504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 ATTORNEY - 200 MILL LEASE
(JUNE)
3,739.0006/30/2016348142 PARKS ADMIN2016 07 A
504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 ATTORNY - 200 MILL LEASE
(JULY)
9,578.00Check 348142 Amount
200 MILL AVE S Total
$9,578.00
AAA FIRE & SAFETY INC - 000022
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
333.9806/30/2016348143 TRANSPORTATION/AIRPORT1190128
402.000000.016.546.20.41.000 PROFESSIONAL SERVICESAnnual fire sprinkler inspecon - 800
bldg
333.98Check 348143 Amount
AAA FIRE & SAFETY INC Total
$333.98
ABRAHAM, SAGI - 111775
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
103.3106/30/2016348144 REVENUE/BALANCE SHEET026595/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE5204 NE 5th PL - Credit bal, final
date: 5/17/16
103.31Check 348144 Amount
ABRAHAM, SAGI Total
$103.31
ACH HOMES LLC - 110012
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
42.0506/30/2016348145 REVENUE/BALANCE SHEET047159-039/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE17418 SE 139th PL - Credit bal, final
date: 4/15/16
42.05Check 348145 Amount
ACH HOMES LLC Total
$42.05
ADAMSON POLICE PRODUCTS - 000815
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
6,976.2106/30/2016348146 POLICEINV213796
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMVests with apex carriers for JONES,
SCHULDT, STEED, EDDY, FORD, NIELSEN C.,
GORDON, HARDIN
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 2 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
ADAMSON POLICE PRODUCTS - 000815
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
929.2106/30/2016348146 POLICEINV215011
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMF26FB Fricon LOC Baton, 26" foam
black chrome, rotang sidebreak
scabbard ballisc, 7TS ALS/SLS LVL 3
MID G17/22 STX PLN RH Holster
7,905.42Check 348146 Amount
ADAMSON POLICE PRODUCTS Total
$7,905.42
ADVANCED TRAFFIC PRODUCTS INC - 001091
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,518.5206/30/2016348147 POLICE000001508
000.000000.008.521.70.35.000 SMALL TOOLS/MINOR EQUIPMENTthis equipment makes the signal light
in patrol cars go green
4,518.5206/30/2016348147 POLICE0000015182
000.000000.008.521.70.35.000 SMALL TOOLS/MINOR EQUIPMENTthis equipment makes signal light in
patrol cars go green
9,037.04Check 348147 Amount
ADVANCED TRAFFIC PRODUCTS INC Total
$9,037.04
AIRGAS USA, LLC - 001323
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
185.8906/30/2016348148 FIRE9051810431
000.000000.009.522.70.31.000 OFFICE/OPERATING SUPPLIESEMS/Medical Oxygen
276.2006/30/2016348148 FIRE9936859814
000.000000.009.522.70.45.000 OPERATING RENTALS AND LEASESEMS/Oxygen Rental
462.09Check 348148 Amount
AIRGAS USA, LLC Total
$462.09
AJAM MUSIC LLC - 001455
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,500.0006/30/2016348149 PARKS ADMIN7416 AJAM
001.000000.020.573.90.49.000 SPECIAL EVENTS4th of July Performance Contract: AJAM
from 8:00-9:30 p.m.
1,500.00Check 348149 Amount
AJAM MUSIC LLC Total
$1,500.00
ALL TRAFFIC DATA SERVICES INC - 001985
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,460.0006/30/2016348150 TRANSPORTATION/AIRPORT16020
317.122902.016.595.11.63.000 SUNSET BLVD CORRIDOR - PRELIM ENGINProject 16020 Professional services -
36.5 technician hours for the Sunset
Blvd Corridor Improvements project
1,460.00Check 348150 Amount
ALL TRAFFIC DATA SERVICES INC Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 3 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$1,460.00
ALLIANCE 2020 - 001902
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,340.1506/30/2016348151 HUMAN RESOURCES548425
000.000000.014.518.10.41.013 CRIMINAL BACKGROUND CHECKSbackground checks for new employees and
volunteers
1,340.15Check 348151 Amount
ALLIANCE 2020 Total
$1,340.15
ALLIANT INSURANCE SERVICES - 001910
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,437.0006/30/2016348152 HUMAN RESOURCES476665
502.000000.014.518.66.46.016 CRIME PREMIUMCommercial Crime premium from Naonal
Union Fire Ins Co., half for 2016, half
for 2017
3,437.00Check 348152 Amount
ALLIANT INSURANCE SERVICES Total
$3,437.00
ALONZO, NICK - 002160
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
240.0006/30/2016348153 FIRENA52316
000.000000.009.522.30.43.007 MEALS & INCIDENTAL EXPENSECRR/Meals for Fire Inspector I Training
with IFSAC Tesng/Cerficaon
240.00Check 348153 Amount
ALONZO, NICK Total
$240.00
AM TEST INC - 002243
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
180.0006/30/2016348154 UTILITY SYSTEMS92818
405.000000.018.534.20.41.000 PROFESSIONAL SERVICESWater Bacteriological Analysis,
6/2/2016 Sample # 16M3478-3482
180.00Check 348154 Amount
AM TEST INC Total
$180.00
AM WATER WORKS ASSN - 004470
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
52.2506/30/2016348155 UTILITY SYSTEMS00187681
403.000000.018.537.10.49.001 MEMBERSHIPS & DUES7001208631 Membership Renew, L.
Hornsby, PNW Secon, Individual,
Acve, License #00187681, 09/01/2016
thru 08/31/2017
52.2506/30/2016348155 UTILITY SYSTEMS00187681
405.000000.018.534.10.49.001 MEMBERSHIPS & DUES7001208631 Membership Renew, L.
Hornsby, PNW Secon, Individual,
Acve, License #00187681, 09/01/2016
thru 08/31/2017
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 4 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
AM WATER WORKS ASSN - 004470
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
52.2506/30/2016348155 UTILITY SYSTEMS00187681
406.000000.018.535.10.49.001 MEMBERSHIPS & DUES7001208631 Membership Renew, L.
Hornsby, PNW Secon, Individual,
Acve, License #00187681, 09/01/2016
thru 08/31/2017
52.2506/30/2016348155 UTILITY SYSTEMS00187681
407.000000.018.531.31.49.001 MEMBERSHIPS & DUES7001208631 Membership Renew, L.
Hornsby, PNW Secon, Individual,
Acve, License #00187681, 09/01/2016
thru 08/31/2017
209.00Check 348155 Amount
AM WATER WORKS ASSN Total
$209.00
AMERICAN FENCE RENTAL LLC - 002868
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
358.7206/30/2016348156 PARKS ADMIN12888
316.332043.020.594.76.61.000 SUNSET EIS PARK - LANDFAC 06/16 SUNSET AREA FENCE RENTAL -
isolate area in construcon zone-
358.72Check 348156 Amount
AMERICAN FENCE RENTAL LLC Total
$358.72
AMERICAN TRAFFIC SOLUTIONS INC - 004425
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
68,447.5006/30/2016348157 POLICEINV00022207
000.000000.008.521.70.45.000 OPERATING RENTALSphoto enforcement for May 2016
68,447.50Check 348157 Amount
AMERICAN TRAFFIC SOLUTIONS INC Total
$68,447.50
ANDERSON, AMY - 111789
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
586.0806/30/2016348158 PARKS ADMINReim/Eagle Scout
316.332051.020.594.76.63.000 NORTH HIGHLANDS PARK IMPROVEMENTSEagle Scout arbor project for North
Highlands Community Garden
586.08Check 348158 Amount
ANDERSON, AMY Total
$586.08
ANDREW MICHAEL CONSTRUCTION - 109561
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
60.8606/30/2016348159 REVENUE/BALANCE SHEET046104-004/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE4726 NE 25th ST - Credit bal, final
date: 5/16/16
60.86Check 348159 Amount
ANDREW MICHAEL CONSTRUCTION Total
$60.86
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 5 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
ANGELICA HAYTON - 110934
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
13.0006/30/2016348160 REVENUE/BALANCE SHEET206
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Buck received at the 6/7/16 Market
21.0006/30/2016348160 REVENUE/BALANCE SHEET236
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
18.0006/30/2016348160 REVENUE/BALANCE SHEET260
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT sales on 6/21/16
16.0006/30/2016348160 PARKS ADMIN206
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Buck received at the 6/7/16 Market
10.0006/30/2016348160 PARKS ADMIN236
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
78.00Check 348160 Amount
ANGELICA HAYTON Total
$78.00
ANSWERLINE COMMUNICATIONS INC - 005085
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
106.4406/30/2016348161 TRANSPORTATION/AIRPORT160500000101
402.000000.016.546.20.41.000 PROFESSIONAL SERVICESAer hours answering service - tower
office
106.44Check 348161 Amount
ANSWERLINE COMMUNICATIONS INC Total
$106.44
ANTONIO BAUTISTA - 110907
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
50.0006/30/2016348162 REVENUE/BALANCE SHEET0253
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
55.0006/30/2016348162 REVENUE/BALANCE SHEET200
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
116.0006/30/2016348162 PARKS ADMIN0253
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
54.0006/30/2016348162 PARKS ADMIN200
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
275.00Check 348162 Amount
ANTONIO BAUTISTA Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 6 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$275.00
APS SURVEY & MAPPING LLC - 005237
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
12,779.2306/30/2016348163 UTILITY SYSTEMS12580-REV-1
427.475455.018.531.35.41.000 NPDES STORM SYS FIELD MAPPING PROF SERVICAG-13-194, Storm System Field Mapping
(phase 2) - NPDES Permit Project, Exp
08/31/2016, Account number updated. ADD
1-15, Time only. ADD 2-15, Time and
Money
12,779.23Check 348163 Amount
APS SURVEY & MAPPING LLC Total
$12,779.23
AQUATIC SPECIALTY SERVICES INC - 005305
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
328.5006/30/2016348164 PARKS ADMIN10839
001.000000.020.576.20.48.000 REPAIRS & MAINTENANCEFAC 06/16 HMAC MONTHLY SERVICE
328.50Check 348164 Amount
AQUATIC SPECIALTY SERVICES INC Total
$328.50
ARNSON, DAN - 111748
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
88.3106/30/2016348165 REVENUE/BALANCE SHEET007652/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUERefund - credit bal, final date: 5/17/16
88.31Check 348165 Amount
ARNSON, DAN Total
$88.31
ARRAY NETWORKS - 005875
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,957.3006/30/2016348166 FINANCE & IT5445129
503.000000.004.518.82.41.003 SERVICE CONTRACTSQTy: 1 #GS982137 1 Year 24x7 Gold
Support SPX2800 Universal Access
Edion with Desktop Direct~
S/N: 0821C0213 Term: 07/30/16- 07/30/17
~
Qty: 1 # GS982220~
1 Year 24x7 Gold Support Add 50
Concurrent users to SPX2800~
S/N: 0821C0213~
Term: 07/30/16 - 07/30/17
3,957.30Check 348166 Amount
ARRAY NETWORKS Total
$3,957.30
ASPEN WO LLC - 111764
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
106.8006/30/2016348167 REVENUE/BALANCE SHEET040369/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE18603 108th Ave SE - Credit bal, final
date: 5/16/16
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 7 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
ASPEN WO LLC - 111764
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
106.80Check 348167 Amount
ASPEN WO LLC Total
$106.80
ASTRAL COMMUNICATION INC - 006373
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
15.0006/30/2016348168 FINANCE & IT160904
503.000000.004.518.82.42.001 POSTAGEShipping for repair
15.00Check 348168 Amount
ASTRAL COMMUNICATION INC Total
$15.00
AT&T - 006399
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,449.4606/30/2016348169 FINANCE & IT31416D3628132
503.530054.004.518.82.35.000 NETWORK CONNECTIVITY - MINOR EQUIPMENTRelocaon of Conduit/Fiber - Renton
Airport to accommodate areospace
building on Rainier Ave
2,449.46Check 348169 Amount
AT&T Total
$2,449.46
BARBER, WILLIAM - 111774
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
40.1306/30/2016348170 REVENUE/BALANCE SHEET025950/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE224 Powell Ave SW - Credit bal, final
date: 5/24/16
40.13Check 348170 Amount
BARBER, WILLIAM Total
$40.13
BAUTISTA FARMS - 110914
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3.0006/30/2016348171 REVENUE/BALANCE SHEET179
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
20.0006/30/2016348171 REVENUE/BALANCE SHEET224
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
6.0006/30/2016348171 PARKS ADMIN179
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
2.0006/30/2016348171 PARKS ADMIN224
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
31.00Check 348171 Amount
BAUTISTA FARMS Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 8 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$31.00
BENEFIT ADMINISTRATION CO - 100007
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,597.8206/24/2016348120 REVENUE/BALANCE SHEETBen1737806
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPLAN MEMBER SERVICES: Payment
4,940.2706/24/2016348120 REVENUE/BALANCE SHEETBen1737806
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSMERP PLAN MEMBER SERVICES: Payment
8,538.09Check 348120 Amount
BENEFIT ADMINISTRATION CO Total
$8,538.09
BENITA R HORN & ASSOCIATES - 009242
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,400.0006/30/2016348172 EXECUTIVE5-001
000.000000.003.513.10.41.003 CONTRACTED SERVICESDIVERSITY ASSESSMENT & ROAD MAP Jan 2016
4,320.0006/30/2016348172 EXECUTIVE5-002
000.000000.003.513.10.41.003 CONTRACTED SERVICESDIVERSITY ASSESSMENT & ROAD MAP Feb 2016
4,050.0006/30/2016348172 EXECUTIVE5-003
000.000000.003.513.10.41.003 CONTRACTED SERVICESDIVERSITY ASSESSMENT & ROAD MAP March
2016
1,740.0006/30/2016348172 EXECUTIVE5-004
000.000000.003.513.10.41.003 CONTRACTED SERVICESDIVERSITY ASSESSMENT & ROAD MAP April
2016
4,740.0006/30/2016348172 EXECUTIVE6-001
000.000000.003.513.10.41.003 CONTRACTED SERVICESDIVERSITY ASSESSMENT & ROAD MAP May 2016
17,250.00Check 348172 Amount
BENITA R HORN & ASSOCIATES Total
$17,250.00
BERK CONSULTING INC - 009274
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,103.9006/30/2016348173 UTILITY SYSTEMS10063-05-16
427.475241.018.531.35.41.000 RENTON STORM WATER MANUAL PROF SVCSCAG-15-204, Low Impact Development Code
Eval and Update , EXP 12/31/2016
4,103.90Check 348173 Amount
BERK CONSULTING INC Total
$4,103.90
BLAKE PLUMBING INC - 010000
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,603.7306/30/2016348174 PARKS ADMIN1602601
000.060751.020.565.10.49.000 HRAP-FIRST SAVINGSUsed vacuum truck to excavate water
main at break; repaired water main and
backfilled hole. Donalson, Jr.
1,603.73Check 348174 Amount
BLAKE PLUMBING INC Total
$1,603.73
BLAYDEN, ROBERT OR SHIRLEY - 111779
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 9 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
BLAYDEN, ROBERT OR SHIRLEY - 111779
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
35.0006/30/2016348175 REVENUE/BALANCE SHEET030723/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUERefund - Credit bal, final date: 5/13/16
35.00Check 348175 Amount
BLAYDEN, ROBERT OR SHIRLEY Total
$35.00
BLUE LINE TRAINING LLC - 010222
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
598.0006/30/2016348176 POLICE2996
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for GRAY and HARDIN to
aend the Officer Involved Shoong
Invesgaon class on September 21 -
22, 2016 in Lacey, WA.
598.0006/30/2016348176 POLICE3001
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for JARRATT and SJOLIN
to aend the Officer Involved Shoong
Invesgaon class on September 21 -
22, 2016 in Lacey, WA.
1,196.00Check 348176 Amount
BLUE LINE TRAINING LLC Total
$1,196.00
BRADLEY HAGEN & GULLIKSON LLC - 011181
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,000.0006/30/2016348177 EXECUTIVE20920
127.000000.003.571.10.41.000 CABLE TV - CONSULTANT EXPCable administraon, April 2016
1,000.0006/30/2016348177 EXECUTIVE20996
127.000000.003.571.10.41.000 CABLE TV - CONSULTANT EXPCable administraon, May 2016
1,000.0006/30/2016348177 EXECUTIVE21028
127.000000.003.571.10.41.000 CABLE TV - CONSULTANT EXPCable administraon June 2016
3,000.00Check 348177 Amount
BRADLEY HAGEN & GULLIKSON LLC Total
$3,000.00
BRATWEAR UNIFORMS - 011261
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
50.4206/30/2016348178 POLICE18625
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLabor - remove and replace arm patches
on jumpsuit and jacket (MCGRUDER)
411.0006/30/2016348178 POLICE18628
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMDuty Jacket, arm patches BRUS
63.5706/30/2016348178 POLICE18631
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMRemove and replace badge and stripes on
Jacket (WILKINSON); Remove and replace
arm patches on 5.11 liner and jacket
(FEKETE); embrodriery nametag on shirt
(JENSEN)
452.6506/30/2016348178 POLICE18673
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLightweight jumpsuit - OVERLY
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 10 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
BRATWEAR UNIFORMS - 011261
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
515.1206/30/2016348178 POLICE18674
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLightweight jumpsuit - CUMMING
991.8806/30/2016348178 POLICE18675
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMWinter jumpsuit, lightweight jumpsuit -
MORRIS
470.1806/30/2016348178 POLICE18901
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLightweight jumpsuit - NIELSEN C.
515.1206/30/2016348178 POLICE18902
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAll season jumpsuit - CITRON
564.4406/30/2016348178 POLICE18903
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAll season jumpsuit - JONES J.
564.4406/30/2016348178 POLICE18904
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAll season jumpsuit - BRUS
564.4406/30/2016348178 POLICE18987
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAll season jumpsuit - DAVIS C.
515.1206/30/2016348178 POLICE19003
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAll season jumpsuit - NUGENT
224.3806/30/2016348178 POLICE19042
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags to Spiwak shirts, remove
and replace nametags of jackets and
fleece, remove and replace badges,
stripes, and arm patches (KORDEL, EDDY,
FERGUSON, SJOLIN, VANVALEY, WILKINSON
TRACY)
613.7606/30/2016348178 POLICE19043
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags to customer Spiwak shirts
276.1906/30/2016348178 POLICE19044
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags to Spiwak shirts - ADAM,
BARFIELD G, BARFIELD S, HARDIN, JORDAN,
SANGDER, SWAIN
207.1806/30/2016348178 POLICE19045
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags to Spiewak shirts, remove
sergeant stripes & add a star to collar
165.6706/30/2016348178 POLICE19046
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags and stripes to fleece and
jacket, add collar brass (FIGARO);
Remove and replace arm patches, add
nametags to Spiwak shirts (GREENWADE,
SJOLIN, BAUER, CUNNINGHAM, JENSEN)
1,025.8606/30/2016348178 POLICE19047
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags to Spiwak shirts - SNYDER,
ASHBAUGH, GOULD, BRUNNER, JOHNSON D,
JUDD, SAGIAO, CITRON, BUNKO, TIBEAU,
MILOSEVICH, AWAI, WARNER, CHANG,
MCGRUDER, JONES, SCOTT, HASSINGER,
OVERLY, FERGUSON, FEKETE K, MONTEMAYOR,
COLEMAN, MITCHELL, PAGET, JONES,
MEYERS, WHITNEY, BARFIELD S, JOHNSON
CO, JARRATT, JOHNSON K, RENGGLI, SMITH
T EDWARDS)
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 11 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
BRATWEAR UNIFORMS - 011261
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
57.9606/30/2016348178 POLICE19049
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLabor: add to jumpsuit special pocket
for COBAN - FERGUSON
878.5906/30/2016348178 POLICE19050
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMRemove & replace nametag & collar brass
on jacket (MILOSEVICH & VANVALEY);
Embrodier nametags on shirts (PHIPPS &
MILOSEVICH); Remove & replace nametags
on Jackets & liners (PAGET, MATHEWS,
MONTEMAYORS, SJOLIN, MILOSEVICH,
VANVALEY, SPENCER, CUNNINGHAM, MERCADO)
1,079.5606/30/2016348178 POLICE19054
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMJumpsuits for KORDEL (Lightweight and
All Season), taser pocket, nametag.
10,207.53Check 348178 Amount
BRATWEAR UNIFORMS Total
$10,207.53
BRIDGESTONE SPORTS USA INC - 011344
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
211.5006/30/2016348179 PARKS ADMIN1002512745
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE / BALLS
211.50Check 348179 Amount
BRIDGESTONE SPORTS USA INC Total
$211.50
BRIGANCE, RONNIE - 111769
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
199.4806/30/2016348180 REVENUE/BALANCE SHEET014105/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE4133 NE 17th ST - Credit bal, final
date: 5/10/16
199.48Check 348180 Amount
BRIGANCE, RONNIE Total
$199.48
BROWN COUNTY CHILD SUPPORT - 100029
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
300.0006/24/2016348121 REVENUE/BALANCE SHEETBen1737826
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSBrown County Child Support: Payment
300.00Check 348121 Amount
BROWN COUNTY CHILD SUPPORT Total
$300.00
BRUCE C ALLEN & ASSOCIATES INC - 011880
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,500.0006/30/2016348181 PARKS ADMIN16-0180A
316.000000.020.518.30.41.000 PROFESSIONAL SERVICESFAC 06/16 APPRAISAL FOR FORMER
HIGHLANDS LIBRARY ~
2902 ne 12th st
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 12 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
BRUCE C ALLEN & ASSOCIATES INC - 011880
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
6,000.0006/30/2016348181 PARKS ADMIN16-0142A
316.332004.020.594.76.61.000 FAWCETT SOUTH ACQUISITIONCIP/PPNR: (CAG-16-066) FAWCETT
SOUTH-MEADOW PARTNERS PROPERTY (MAY
CREEK) LOCATED AT 4008 MEADOW AVE N,
RENTON, WA - APPRAISAL REPORT ~
Appraiser: Greg Doodman, MAI
10,500.00Check 348181 Amount
BRUCE C ALLEN & ASSOCIATES INC Total
$10,500.00
BRYANTS TRACTOR & MOWER INC - 011895
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
45.6606/30/2016348182 PW SHOPS91968
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIESGrease for trimmers.
437.6206/30/2016348182 PW SHOPS91968
405.000000.019.534.50.35.000 SMALL TOOLS/MINOR EQUIPMENTWeed trimmer, poly head and grease for
water.
45.6606/30/2016348182 PW SHOPS91968
406.000000.019.535.50.31.000 OFFICE/OPERATING SUPPLIESGrease for trimmers.
45.6606/30/2016348182 PW SHOPS91968
407.000000.019.531.35.31.000 OFFICE/OPERATING SUPPLIESGrease for trimmers.
574.60Check 348182 Amount
BRYANTS TRACTOR & MOWER INC Total
$574.60
BUILDERS EXCHANGE OF WA INC - 012137
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
45.0006/30/2016348183 TRANSPORTATION/AIRPORT1050781
317.122108.016.542.30.19.010 STREET OVERLAY PROGRAM PA SAL/BENAdversement for 2016 Street Patch and
Overlay Project
145.0006/30/2016348183 TRANSPORTATION/AIRPORT1050781
317.122122.016.595.11.63.000 SUNSET LANE - PRELIM ENGAdversement for Sunset Lane NE
Improvements Project.
30.0006/30/2016348183 UTILITY SYSTEMS1050781
427.475193.018.531.35.44.000 CEDAR RIVER GRAVEL REMOVAL ADVERTISINGPublish projects online - Elliot
Spawning Channel Inlet Project
45.0006/30/2016348183 UTILITY SYSTEMS1050781
427.475503.018.594.31.63.000 N 30TH ST/BURNETT AVE N STORM SYS IMPROVPublish projects online - N 30th Street
and Burne Ave N Storm System
Improvement Project
45.0006/30/2016348183 PARKS ADMIN1050781
504.000000.020.518.21.44.000 ADVERTISINGFAC 06/16 RFP PUBLICATION FOR JOC
310.00Check 348183 Amount
BUILDERS EXCHANGE OF WA INC Total
$310.00
BURNELL, CRAIG - 012434
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 13 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
BURNELL, CRAIG - 012434
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
141.4806/30/2016348184 CED5/3/2016
000.000000.007.558.50.43.001 TRAVELMileage reimbursement - Craig Burnell
aended WABO Spring Conference in
Leavenworth 262 mi
141.48Check 348184 Amount
BURNELL, CRAIG Total
$141.48
CALLAWAY GOLF COMPANY - 013280
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,011.9206/30/2016348185 PARKS ADMIN926654587
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: BALLS
-1,126.0806/30/2016348185 PARKS ADMIN926784078
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE CREDIT / BALLS
885.84Check 348185 Amount
CALLAWAY GOLF COMPANY Total
$885.84
CANBER CORPS - 013391
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
28,513.9106/30/2016348186 PARKS ADMIN34551
001.000000.020.576.81.48.003 MAINTENANCEPKS: CAG-16-078 (JUNE 2016) CANBER
CORPS/ PROVIDE LANDSCAPE MAINTENANCE
SERVICES TO CITY OWNED SITES (SITES # 1
thru 43)~
THREE YEAR CONTRACT (MAY 4, 2016 TO
DEC. 31, 2018)~
SERVICE COMPLETED 6/30/2016
12,916.0706/30/2016348186 PARKS ADMIN34558
316.332012.020.576.81.41.003 TREE MAINTENANCECS/PPNR: (CAG-16-095) HONEY CREEK RIDGE
HOA - TREE & STUMP REMOVAL (TREE AND
SIDEWALK PROJECT - PHASE 1) @ $12,916.07
41,429.98Check 348186 Amount
CANBER CORPS Total
$41,429.98
CARDE, MADELEINE - 111754
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
38.6906/30/2016348187 REVENUE/BALANCE SHEET051783/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE4811 Shauck PL S CC102 - credit bal,
final date: 5/18/16
38.69Check 348187 Amount
CARDE, MADELEINE Total
$38.69
CARL WARREN & COMPANY - 013774
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 14 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CARL WARREN & COMPANY - 013774
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
124.1806/30/2016348188 HUMAN RESOURCESMay 2016
502.000000.014.518.62.46.017 LIABILITY CLAIMS POLICEcosts for claimant State Farm AKA Aaron
M Lucas, date of loss 2/16/16, client
file no. 16022
180.3406/30/2016348188 HUMAN RESOURCESApril 2016
502.000000.014.518.62.46.026 LIABILITY CLAIMS PW STREET MAINTcosts for claimant Julie Marnoli,
date of loss 2/20/16, client file no.
16-011
278.5206/30/2016348188 HUMAN RESOURCESMay 2016
502.000000.014.518.62.46.026 LIABILITY CLAIMS PW STREET MAINTcosts for claimant Joel Cervantes, date
of loss 3/23/16, client file no. 16-016
28.0806/30/2016348188 HUMAN RESOURCESMay 2016
502.000000.014.518.62.46.026 LIABILITY CLAIMS PW STREET MAINTcosts for claimant Julie Marnoli,
date of loss 2/20/16, client file no.
16-011
299.6806/30/2016348188 HUMAN RESOURCESMay 2016
502.000000.014.518.62.46.026 LIABILITY CLAIMS PW STREET MAINTcosts for claimant Victoria Galloway,
date of loss 3/24/16, client file no.
16-015
201.4006/30/2016348188 HUMAN RESOURCESMay 2016
502.000000.014.518.62.46.034 LIABILITY CLAIMS WATER MAINTcosts for claimant Alayna Gagnier, date
of loss 4/13/16, client file no.
CL-16-020
257.4606/30/2016348188 HUMAN RESOURCESApril 2016
502.000000.014.518.62.46.035 LIABILITY CLAIMS WASTEWATER MAINTcosts for claimant Tyjuana Barkus, date
of loss 1/12/2016, client file no.
16-006
131.2006/30/2016348188 HUMAN RESOURCESMay 2016
502.000000.014.518.62.46.035 LIABILITY CLAIMS WASTEWATER MAINTcosts for claimant Gina Carver, date of
loss 3/25/16, client file no. CL 16-025
56.1606/30/2016348188 HUMAN RESOURCESMay 2016
502.000000.014.518.62.46.035 LIABILITY CLAIMS WASTEWATER MAINTcosts for claimant Tyjuana Barkus, date
of loss 1/12/16, client file no. 16-006
1,557.02Check 348188 Amount
CARL WARREN & COMPANY Total
$1,557.02
CAYCE & GROVE PS - 014385
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
36,354.6706/27/2016348118 EXECUTIVEMAY2016
000.000000.003.512.50.41.010 COURT PUBLIC DEFENDERSPUBLIC DEFENSE SERVICES MAY 2016
36,354.67Check 348118 Amount
CAYCE & GROVE PS Total
$36,354.67
CDW GOVERNMENT INC - 014396
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
922.2106/30/2016348189 FINANCE & ITDJL0337
503.530051.004.518.82.35.030 ENTERPRISE EDGE DESKTOP/LAPTOP MINOR EQU5ea. Dell D2213 monitors for replacement
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 15 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CDW GOVERNMENT INC - 014396
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
260.4606/30/2016348189 FINANCE & ITDGK6058
503.530051.004.518.82.35.034 ENTERPRISE EDGE OTHER MINOR EQUIPMENT7ea. Havis Mounts for PW
1,182.67Check 348189 Amount
CDW GOVERNMENT INC Total
$1,182.67
CENTURYLINK - 065185
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
448.3706/30/2016348190 FINANCE & IT206-T32-4645
503.000000.004.518.82.42.003 TELEPHONE206-T32-4645
448.37Check 348190 Amount
CENTURYLINK Total
$448.37
CERIUM NETWORKS INC - 014535
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
12,384.4606/30/2016348191 FINANCE & IT054307
503.530055.004.518.82.35.000 COMMUNICATIONS SYSTEMS - MINOR EQUIPMENTKemp Technologies - LoadMaster 3000~
~
Qty: 1 LM3-3000-B-TIP KEMP Trade In
Prog. Approval Re (includes 3 years of
Basic support)~
~
Qty: 1 LM3-3000-B-TIP KEMP Trade In
Prog. Approval Re (includes 3 years of
Basic support)~
~
Cerium Professional Services~
Qty: 8 MS - HARDWARE LOAD BALANCER -
KEMP TECHNOLOGIES - DEPLOYMENT
12,384.46Check 348191 Amount
CERIUM NETWORKS INC Total
$12,384.46
CERTIFIED LABORATORIES - 014855
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
279.8106/30/2016348192 PARKS ADMIN2340719
001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: RESTOCK SUPPLIES FOR PARK AVE SHOP
QTY 1 - POWER GLOSS , 2 X 2.5 GL, US CL
(5 GL); ~
QTY 1 - DISPENSER, 2-1/2 GAL~
SYSTEM PRICE @ $255.53 + sales tax @
$24.28
279.81Check 348192 Amount
CERTIFIED LABORATORIES Total
$279.81
CHAE THAO - 111006
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 16 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CHAE THAO - 111006
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
5.0006/30/2016348193 REVENUE/BALANCE SHEET193
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
10.0006/30/2016348193 PARKS ADMIN193
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
15.00Check 348193 Amount
CHAE THAO Total
$15.00
CHAPTER 13 TRUSTEE - 100016
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
165.0006/24/2016348122 REVENUE/BALANCE SHEETBen1737824
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSCHAPTER 13 TRUSTEE: Payment
165.00Check 348122 Amount
CHAPTER 13 TRUSTEE Total
$165.00
CHAPTER 13 TRUSTEE - 100059
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
462.5006/24/2016348123 REVENUE/BALANCE SHEETBen1737830
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSCHAPTER 13 TRUSTEE #3: Payment
462.50Check 348123 Amount
CHAPTER 13 TRUSTEE Total
$462.50
CHAPTER 13 TRUSTEE #2 - 100058
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,952.1406/24/2016348124 REVENUE/BALANCE SHEETBen1737822
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSCHAPTER 13 #2: Payment
1,952.14Check 348124 Amount
CHAPTER 13 TRUSTEE #2 Total
$1,952.14
CHEUNG, DARREN - 111780
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
129.1306/30/2016348194 REVENUE/BALANCE SHEET032123/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUERefund - Credit bal, final date: 4/22/16
129.13Check 348194 Amount
CHEUNG, DARREN Total
$129.13
CHRISTENSEN, DAVID - 015405
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 17 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CHRISTENSEN, DAVID - 015405
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
192.2906/30/2016348195 UTILITY SYSTEMSTRAVEL PER DIEM
406.000000.018.535.20.43.001 TRAVELMileage - WA State Dig Law Safety
Commiee Quarterly Meeng, Sherwood,
OR, Christensen 7/12/2016 - 7/13/2016
70.0006/30/2016348195 UTILITY SYSTEMSTRAVEL PER DIEM
406.000000.018.535.20.43.007 MEALS & INCIDENTAL EXPENSEPer Diem - WA State Dig Law Safety
Commiee Quarterly Meeng, Sherwood,
OR, Christensen 7/12/2016 - 7/13/2016
262.29Check 348195 Amount
CHRISTENSEN, DAVID Total
$262.29
CHRISTOFFER, KODY - 111760
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
154.7506/30/2016348196 REVENUE/BALANCE SHEET047759/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE1421 N 32nd ST - Credit bal, final
date: 5/13/16
154.75Check 348196 Amount
CHRISTOFFER, KODY Total
$154.75
CHU SHIN CHUI - 111777
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
39.3506/30/2016348197 REVENUE/BALANCE SHEET002823/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE5035 NE 23rd ST - Credit bal, final
date: 5/16/16
39.35Check 348197 Amount
CHU SHIN CHUI Total
$39.35
CHUE K CHASENGNOU - 111743
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
5.0006/30/2016348198 REVENUE/BALANCE SHEET251
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/7/16
17.0006/30/2016348198 REVENUE/BALANCE SHEET252
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/14/16
8.0006/30/2016348198 REVENUE/BALANCE SHEET268
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT sales on 6/21/16
10.0006/30/2016348198 PARKS ADMIN251
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/7/16
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 18 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CHUE K CHASENGNOU - 111743
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
8.0006/30/2016348198 PARKS ADMIN252
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/14/16
48.00Check 348198 Amount
CHUE K CHASENGNOU Total
$48.00
CINTAS CORPORATION #460 - 015563
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
7.0006/30/2016348199 PW SHOPS460616619
407.000000.019.531.35.49.007 LAUNDRYLaundry/coveralls for surface water.
7.0006/30/2016348199 PW SHOPS460621459
407.000000.019.531.35.49.007 LAUNDRYLaundry/coveralls for surface.
243.5606/30/2016348199 PW SHOPS460616619
501.000000.019.548.60.49.007 LAUNDRYLaundry/coveralls, scrub, mops, towels
for the garage.
243.5606/30/2016348199 PW SHOPS460621459
501.000000.019.548.60.49.007 LAUNDRYLaundry/coveralls, scrub, towels and
towels.
501.12Check 348199 Amount
CINTAS CORPORATION #460 Total
$501.12
CIOCANAS, MARIA - 111783
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4.5006/30/2016348200 REVENUE/BALANCE SHEETEG00054886
000.000000.000.237.09.00.000 CODE FEE3604 NE 8th ST, B15006334 Permit canx
because house plan changed. A new
submial was necessary. Refunding
permit fees (includes MEP's) only and
the customer will re-apply for a new
permit and pay all fees.
175.0006/30/2016348200 CEDEG00054886
000.000000.007.322.10.00.000 PLUMBING PERMIT FEES3604 NE 8th ST, B15006334 Permit canx
because house plan changed. A new
submial was necessary. Refunding
permit fees (includes MEP's) only and
the customer will re-apply for a new
permit and pay all fees.
3,208.9006/30/2016348200 CEDEG00054886
000.000000.007.322.10.01.000 BLDG PERMITS/CML/RESID3604 NE 8th ST, B15006334 Permit canx
because house plan changed. A new
submial was necessary. Refunding
permit fees (includes MEP's) only and
the customer will re-apply for a new
permit and pay all fees.
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 19 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CIOCANAS, MARIA - 111783
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
100.0006/30/2016348200 CEDEG00054886
000.000000.007.322.10.02.000 ELECTRICAL PERMITS3604 NE 8th ST, B15006334 Permit canx
because house plan changed. A new
submial was necessary. Refunding
permit fees (includes MEP's) only and
the customer will re-apply for a new
permit and pay all fees.
175.0006/30/2016348200 CEDEG00054886
000.000000.007.322.10.03.000 MECHANICAL PERMITS3604 NE 8th ST, B15006334 Permit canx
because house plan changed. A new
submial was necessary. Refunding
permit fees (includes MEP's) only and
the customer will re-apply for a new
permit and pay all fees.
3,663.40Check 348200 Amount
CIOCANAS, MARIA Total
$3,663.40
CITY OF RENTON - 015940
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
7.1306/30/2016348201 CEDPC/Finance
000.000000.007.558.70.43.001 TRAVELCliff Long - Mileage to/from SeaTac
Airport for ISCS RECon trip
20.0906/30/2016348201 FIREPC/Finance
000.000000.009.525.60.43.001 TRAINING EM MGTKarissa Smith - Mileage for various EM
related meengs and events during the
laer part of May
3.2406/30/2016348201 FIREPC/Finance
000.000000.009.525.60.43.001 TRAINING EM MGTTami Dauenhauer - Mileage for two trips
to and from the EOC (Fire Staon 12)
preparing for and parcipang in the
Cascadia Rising exercise.
49.4606/30/2016348201 FIREPC/Finance
000.000000.009.525.60.43.001 TRAINING EM MGTKarissa Smith - Mileage for various EM
related meengs & events during May
24.9506/30/2016348201 FIREPC/Finance
000.059203.009.525.60.31.000 SUPPLIES 2015 EMPG GRANTDeborah Needham - Safeway, water
boles for Cascadia Rising exercise
parcipants
7.9706/30/2016348201 PARKS ADMINPC/Finance
001.000000.020.576.81.31.000 OFFICE/OPERATING SUPPLIESTodd Black - Parking Fees and Zip Ties
from Fry's
7.5006/30/2016348201 PARKS ADMINPC/Finance
001.000000.020.576.81.43.001 TRAVELTodd Black - Parking Fees and Zip Ties
from Fry's
50.0006/30/2016348201 REVENUE/BALANCE SHEETPC/Finance
009.000000.000.111.70.00.000 PETTY CASHCarrie Olson - Farmers Market, pey
cash change
15.0006/30/2016348201 UTILITY SYSTEMSPC/Finance
403.000000.018.537.60.41.011 LHWMP GRANT PROGRAMLinda Knight - Parking, LHWMP Core Team
Meeng 5/18/16
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 20 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CITY OF RENTON - 015940
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
15.0006/30/2016348201 UTILITY SYSTEMSPC/Finance
403.000000.018.537.60.41.011 LHWMP GRANT PROGRAMLinda Knight - Parking, LHWMP Core Team
Meeng 5/11/16
15.0006/30/2016348201 UTILITY SYSTEMSPC/Finance
403.000000.018.537.60.41.011 LHWMP GRANT PROGRAMLinda Knight - Parking, LHWMP Core Team
Meeng 5/4/16
36.6206/30/2016348201 HUMAN RESOURCESPC/Finance
512.000000.014.517.30.31.013 OFFICE/OPERATING SUPPLIES - WELLNESSStephen Rawson - Fred Meyer, Snacks for
move more Wednesday walk
251.96Check 348201 Amount
CITY OF RENTON Total
$251.96
CITY OF RENTON - PSERS - 100018
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,608.5406/24/20164999 REVENUE/BALANCE SHEETBen1737846
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPSERS: Payment
1,608.54Check 4999 Amount
CITY OF RENTON - PSERS Total
$1,608.54
CITY OF RENTON FWT - 015945
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
290,278.2506/24/20164995 REVENUE/BALANCE SHEETBen1737838
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSFEDERAL WITHHOLDING TAXES: Payment
290,278.25Check 4995 Amount
CITY OF RENTON FWT Total
$290,278.25
CITY OF RENTON LEOFF I - 044100
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
6.9706/24/20165002 REVENUE/BALANCE SHEETBen1737852
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSLEOFF I FIRE: Payment
6.97Check 5002 Amount
CITY OF RENTON LEOFF I Total
$6.97
CITY OF RENTON LEOFF II - 044102
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
70,002.2906/24/20164992 REVENUE/BALANCE SHEETBen1737832
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSLEOFF II POLICE: Payment
83,049.6606/24/20164992 REVENUE/BALANCE SHEETBen1737832
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSLEOFF II FIRE: Payment
153,051.95Check 4992 Amount
CITY OF RENTON LEOFF II Total
$153,051.95
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 21 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CITY OF RENTON PERS 1 - 058841
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,804.7606/24/20165003 REVENUE/BALANCE SHEETBen1737854
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPERS I: Payment
1,804.76Check 5003 Amount
CITY OF RENTON PERS 1 Total
$1,804.76
CITY OF RENTON PERS 3 - 058843
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
38,913.6206/24/20165000 REVENUE/BALANCE SHEETBen1737848
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPERS 3: Payment
38,913.62Check 5000 Amount
CITY OF RENTON PERS 3 Total
$38,913.62
CITY OF RENTON PERS II - 058842
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
198,534.2406/24/20164996 REVENUE/BALANCE SHEETBen1737840
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPERS II: Payment
198,534.24Check 4996 Amount
CITY OF RENTON PERS II Total
$198,534.24
CITY OF RENTON PERS JBM 11 - 058839
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,687.8606/24/20165004 REVENUE/BALANCE SHEETBen1737856
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPERS JBM 11: Payment
1,687.86Check 5004 Amount
CITY OF RENTON PERS JBM 11 Total
$1,687.86
CITY OF RENTON, OASDI & MEDICARE - 100027
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
241,652.4806/24/20164993 REVENUE/BALANCE SHEETBen1737834
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSoc Sec: Payment
72,148.5606/24/20164993 REVENUE/BALANCE SHEETBen1737834
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSMEDICARE: Payment
313,801.04Check 4993 Amount
CITY OF RENTON, OASDI & MEDICARE Total
$313,801.04
CITY OF SEATTLE - 072270
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,884.5806/30/2016348202 PW SHOPS2533697460257
405.000000.019.534.50.47.002 WATERWater bill for Logan ave e in.
2,840.2706/30/2016348202 PW SHOPS2533698460256
405.000000.019.534.50.47.002 WATERWater bill for Logan ave/2nd.
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 22 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CITY OF SEATTLE - 072270
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
8,247.0006/30/2016348202 UTILITY SYSTEMS2533708460260
405.459201.018.534.20.41.000 WATER CONSERVATION PROF SVCS2016 Water Purveyor Conservaon Block
Charges as Outlined in 50-year Paral
Requirements Contract with City of
Seale (CAG-11-093)
13,971.85Check 348202 Amount
CITY OF SEATTLE Total
$13,971.85
CITY OF SEATTLE - DEPT FINANCE - 072271
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
15.0806/30/2016348203 TRANSPORTATION/AIRPORT1195330936173
003.000000.016.542.95.47.001 ELECTRICITY710 NW 3RD CT
248.8906/30/2016348203 TRANSPORTATION/AIRPORT1195330944043
003.000000.016.542.95.47.001 ELECTRICITY13901 MONSTER RD S
76.8206/30/2016348203 PW SHOPS1199491289038
405.000000.019.534.50.47.001 ELECTRICITY/PUMPINGLight bill for 12603 82nd ave s.
340.79Check 348203 Amount
CITY OF SEATTLE - DEPT FINANCE Total
$340.79
CITY SCENE CAFE - 015959
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
14.2406/30/2016348204 MUNICIPAL COURT060916
000.000000.002.512.50.43.007 MEALS & INCIDENTAL EXPENSEJuror coffee for 6-9-16
37.2306/30/2016348204 EXECUTIVE062016
000.000000.003.513.10.43.007 MEALS & INCIDENTAL EXPENSELunch order for African American
Pastoral Group meeng
37.7006/30/2016348204 HUMAN RESOURCESMay 20
000.000000.014.518.10.43.007 MEALS & INCIDENTAL EXPENSElunch for Fire negoaons team -
management
89.17Check 348204 Amount
CITY SCENE CAFE Total
$89.17
CLARK SECURITY PRODUCTS INC - 016096
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
68.4706/30/2016348205 PARKS ADMIN23k-117639
504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 COULON BATHROOM DOOR REPAIR -
Arm for door closer
68.47Check 348205 Amount
CLARK SECURITY PRODUCTS INC Total
$68.47
COAL CREEK UTILITY DISTRICT - 016455
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 23 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
COAL CREEK UTILITY DISTRICT - 016455
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
42.2106/30/2016348206 PARKS ADMIN002857 1
504.000000.020.518.21.47.002 WATER, METRO, GARBAGEFAC/PKS: 06/16 KENYON PROP/MAY CREEK
(LINCOLN) - 4/5-6/2 ~
3447 Lincoln Drive NE
42.21Check 348206 Amount
COAL CREEK UTILITY DISTRICT Total
$42.21
COAST & HARBOR ENGINEERING INC - 016463
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
216.9006/30/2016348207 TRANSPORTATION/AIRPORT340502-6
422.725080.016.594.46.63.000 MAINTENANCE DREDGING & SHORELINE MITIGATShoreline Migaon project -
consultant services for April
216.90Check 348207 Amount
COAST & HARBOR ENGINEERING INC Total
$216.90
COASTWIDE LABORATORIES - 016470
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
103.6706/30/2016348208 PARKS ADMINw2883557-1
504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 SPECTRUM BOWL CLNR
218.8706/30/2016348208 PARKS ADMINw2883557
504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 VINYL GLOVES/CLEANER
1,644.4706/30/2016348208 PARKS ADMINw2885349
504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 FOAM WASH ~
Custodian supply
1,967.01Check 348208 Amount
COASTWIDE LABORATORIES Total
$1,967.01
CODE PUBLISHING INC - 016493
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
127.5706/30/2016348209 CITY CLERK53380
000.000000.012.514.21.49.011 CODIFICATIONSElectronic updates - ORDS - Inv #53380
127.57Check 348209 Amount
CODE PUBLISHING INC Total
$127.57
COLONIAL LIFE INSURANCE - 100000
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
306.0906/24/20164998 REVENUE/BALANCE SHEETBen1737844
632.000000.000.231.50.20.000 ACCRUED EMPLOYEE BENEFITSCOL LIFE INSURANCE: Payment
306.09Check 4998 Amount
COLONIAL LIFE INSURANCE Total
$306.09
COLUMBIA BASIN WATER WORKS INC - 016951
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 24 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
COLUMBIA BASIN WATER WORKS INC - 016951
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,422.3006/30/2016348210 PW SHOPS714
405.000000.019.534.50.48.000 REPAIRS & MAINTENANCELarge meter tesng and repair.
2,341.0106/30/2016348210 PW SHOPS715
405.000000.019.534.50.48.000 REPAIRS & MAINTENANCERepair, test hydrant meters.
6,763.31Check 348210 Amount
COLUMBIA BASIN WATER WORKS INC Total
$6,763.31
COMPLETE LINE LLC, THE - 017675
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,576.1706/30/2016348211 UTILITY SYSTEMS0182489-001
405.000000.018.534.10.35.000 SMALL TOOLS/MINOR EQUIPMENTMaster File Cabinets for Mylar Storage,
qty 2
2,576.1706/30/2016348211 UTILITY SYSTEMS0182489-001
406.000000.018.535.10.35.000 SMALL TOOLS/MINOR EQUIPMENTMaster File Cabinets for Mylar Storage,
qty 2
2,576.1706/30/2016348211 UTILITY SYSTEMS0182489-001
407.000000.018.531.31.35.000 SMALL TOOLS/MINOR EQUIPMENTMaster File Cabinets for Mylar Storage,
qty 2
7,728.51Check 348211 Amount
COMPLETE LINE LLC, THE Total
$7,728.51
COMPUTER GENERATED SOLUTIONS - 017690
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,630.6206/30/2016348212 FINANCE & ITN000134071
503.000000.004.518.82.41.003 SERVICE CONTRACTSCity Clerk: UMB Unlimited Mailbox
Renewal:~
Quote # 051216 dated May 12, 2016
between City of Renton (herein~
aer and Computer Generated Soluons,
Inc. (CGS).~
A. Descripon of Services~
CGS will connue to provide
maintenance and support of the Client’s
site licensing of the Unlimited Mailbox
Archiving Soluon for 953 users.
Pricing below is for the service period
of July 31, 2016 – July 30, 2017.~
Unlimited Mailbox Suite Annual
Maintenance for 953 users $2,630.62
2,630.62Check 348212 Amount
COMPUTER GENERATED SOLUTIONS Total
$2,630.62
CONSOLIDATED PRESS PRINTING CO, INC - 018024
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 25 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CONSOLIDATED PRESS PRINTING CO, INC - 018024
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,329.6906/30/2016348213 UTILITY SYSTEMS16774
405.000000.018.534.20.49.010 PRINTING AND BINDING2016 Water Quality Report Postcard qty
31,677, Simplified Mailing Prep qty
23,619, Inkjet Mailing Prep qty 7,958,
Addional Mapping qty 0.50, Customer
Alteraon qty 1
3,329.69Check 348213 Amount
CONSOLIDATED PRESS PRINTING CO, INC Total
$3,329.69
COON, MARTIN - 111665
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
163.8206/30/2016348214 REVENUE/BALANCE SHEET048349/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUERefund - Credit bal, final date: 4/29/16
163.82Check 348214 Amount
COON, MARTIN Total
$163.82
COVINGTON, JAY BRENT - 018680
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,400.0006/30/2016348215 EXECUTIVEReimCovington
000.000000.003.513.10.49.001 MEMBERSHIPS & DUES2016 ICMA Membership reim
1,400.00Check 348215 Amount
COVINGTON, JAY BRENT Total
$1,400.00
CREATIVE FUEL STUDIOS - 018968
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,585.7506/30/2016348216 EXECUTIVE1859
505.000000.003.513.11.41.003 CONTRACTED SERVICESGraphic design services
4,585.75Check 348216 Amount
CREATIVE FUEL STUDIOS Total
$4,585.75
CROWN MOVING COMPANY - 019273
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
823.3306/30/2016348217 UTILITY SYSTEMS6705
405.000000.018.534.10.49.006 OTHER MISCELLANEOUSFee for Moving Filing Cabinets from
Renton City Hall to the Maintenance
Shops, 5/18/2016
823.3306/30/2016348217 UTILITY SYSTEMS6705
406.000000.018.535.10.49.006 OTHER MISCELLANEOUSFee for Moving Filing Cabinets from
Renton City Hall to the Maintenance
Shops, 5/18/2016
823.3406/30/2016348217 UTILITY SYSTEMS6705
407.000000.018.531.31.49.006 OTHER MISCELLANEOUSFee for Moving Filing Cabinets from
Renton City Hall to the Maintenance
Shops, 5/18/2016
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 26 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
CROWN MOVING COMPANY - 019273
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
156.0006/30/2016348217 PARKS ADMIN6664
504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 TOTE RENTAL FOR D.
WAGNER/GOLF COURSE
2,626.00Check 348217 Amount
CROWN MOVING COMPANY Total
$2,626.00
CUES - 019285
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
644.8206/30/2016348218 PW SHOPS459369
406.000000.019.535.50.31.012 REPAIR AND MAINTENANCE SUPPLIESParts for Waste water TV camera.
1,280.2106/30/2016348218 PW SHOPS457564
406.000000.019.535.50.48.000 REPAIRS & MAINTENANCERepair of MZ3000, TV camera.
1,614.1006/30/2016348218 PW SHOPS459369
407.000000.019.531.35.31.012 REPAIR AND MAINTENANCE SUPPLIESParts for Surface water TV camera.
3,539.13Check 348218 Amount
CUES Total
$3,539.13
DAILY JOURNAL OF COMMERCE - 072200
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
614.2506/30/2016348219 TRANSPORTATION/AIRPORT3314268
317.122122.016.595.11.63.000 SUNSET LANE - PRELIM ENGAdversement for Sunset Lane
Improvements project.
614.25Check 348219 Amount
DAILY JOURNAL OF COMMERCE Total
$614.25
DAVIS DOOR SERVICE INC - 020255
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
861.9906/30/2016348220 PARKS ADMIN203017
504.220006.020.518.21.48.000 FIRE STATION 13 - REPAIR & MAINTENANCEFAC 06/16 FS 13 DOOR REPAIR~
dds manli rental, carriage assy.
genie, sprink hinge
598.9906/30/2016348220 PARKS ADMIN203275
504.220009.020.518.21.48.000 CITY SHOPS - REPAIR & MAINTENANCEFAC 06/16 SHOPS DOOR REPAIR ~
Hos, grease, spray, self tapper, door
seal, jams
5,248.3406/30/2016348220 PARKS ADMIN202582
504.220012.020.518.22.48.000 CITY HALL - REPAIR & MAINTENANCEFAC 06/16 CITY HALL P2 NORTH GATE~
resisve edge, photo eye, slide gate,
rawl stud, resve edge, wireless edge
6,709.32Check 348220 Amount
DAVIS DOOR SERVICE INC Total
$6,709.32
DEERING, CLAY - 020476
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 27 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
DEERING, CLAY - 020476
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
210.0006/30/2016348221 POLICE051916-Deering-ADVTR
000.000000.008.521.30.43.007 MEALS & INCIDENTAL EXPENSEAdvanced per diem for DEERING to aend
the 15th Annual WSSO Advanced School
Safety Training Summit onJuly 24 - 28,
2016 in Kennewick, WA.
210.00Check 348221 Amount
DEERING, CLAY Total
$210.00
DEPARTMENT OF HEALTH - 089203
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,626.0006/30/2016348222 UTILITY SYSTEMSN02323
425.455597.018.594.34.63.000 HIGHLANDS 435-RESERVOIRS REPLACEMENTProject Permit: Highlands 435 Reservoir
and Emergency Generator Project -
Review and/or Approval of Project Report
1,626.00Check 348222 Amount
DEPARTMENT OF HEALTH Total
$1,626.00
DEPARTMENT OF LICENSING - 089198
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,452.0006/28/2016348119 PW SHOPSTitle Transfers
501.000000.019.548.60.49.008 LICENSES & PERMITSTitle transfers for RFA: F086-F091,
F095-F100, F104, F109-F113, F116, F117
& F438
2,452.00Check 348119 Amount
DEPARTMENT OF LICENSING Total
$2,452.00
DEPARTMENT OF LICENSING - 089227
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,259.0006/30/2016348223 REVENUE/BALANCE SHEETCPL Balance
000.000000.000.237.03.00.000 CONCEALED WEAPONS-DOLprocessed 69 CPL's
1,259.00Check 348223 Amount
DEPARTMENT OF LICENSING Total
$1,259.00
DEPARTMENT OF TRANSPORTATION - 089302
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,038.2606/30/2016348224 UTILITY SYSTEMSRE313ATB60614016
427.475119.018.531.35.51.000 WETLAND MITIGATION BANK INTER GOVERNMENTI-405 Springbrook Cr. Wetland &
Habitat, General Project Management -
Construcon Engineering for the month
of May
3,038.26Check 348224 Amount
DEPARTMENT OF TRANSPORTATION Total
$3,038.26
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 28 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
DEPT OF LABOR & INDUSTRIES - 089735
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
285.4006/30/2016348225 PARKS ADMIN191397
108.220046.020.518.21.49.000 MISCELLANEOUS-PARKING GARAGEFAC 06/16 CITY CENTER GARAGE PENALTY -
180 day penalty for failure to correct
inspecon results and submit report in
me. Car 2 -conveyance #16282
285.4006/30/2016348225 PARKS ADMIN191398
108.220046.020.518.21.49.000 MISCELLANEOUS-PARKING GARAGEFAC 06/16 CITY CENTER GARAGE PENALTY
CONVEY 16283- 180 day penalty for
failure to send in report with
correcons
570.80Check 348225 Amount
DEPT OF LABOR & INDUSTRIES Total
$570.80
DEPT OF NATURAL RESOURCES - 089199
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,160.3006/21/2016348116 PARKS ADMIN4900/0100106426/2016
108.000000.020.518.20.49.000 MISCELLANEOUSFAC: 06/16 AQUATIC LANDS LEASE-COULON PK
Aquac Land Lease between the City of
Renton and Washington State Department
of Natural Resources. Ivar's will be
invoiced / City will request
reimbursement from Ivar's. (This fee
is included as part of Ivar's contract;
they are responsible for payment of
this Aquac Lands Lease.)
4,160.30Check 348116 Amount
DEPT OF NATURAL RESOURCES Total
$4,160.30
DEVEREUX, HEIDI - 111795
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
84.4806/30/2016348226 UTILITY SYSTEMS001884/Refund
403.000000.018.343.70.00.000 GARBAGE/SOLID WASTE3321 SE 6th ST - Refund credit bal,
payments made by prior tenant that did
not cancel their autopay through their
bank when they moved out.
167.5606/30/2016348226 REVENUE/BALANCE SHEET001884/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE3321 SE 6th ST - Refund credit bal,
payments made by prior tenant that did
not cancel their autopay through their
bank when they moved out.
25.2206/30/2016348226 UTILITY SYSTEMS001884/Refund
405.000000.018.343.40.00.000 WATER COLLECTIONS3321 SE 6th ST - Refund credit bal,
payments made by prior tenant that did
not cancel their autopay through their
bank when they moved out.
50.7206/30/2016348226 UTILITY SYSTEMS001884/Refund
406.000000.018.343.50.00.000 WASTEWATER COLLECTIONS (CITY)3321 SE 6th ST - Refund credit bal,
payments made by prior tenant that did
not cancel their autopay through their
bank when they moved out.
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 29 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
DEVEREUX, HEIDI - 111795
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
26.9306/30/2016348226 UTILITY SYSTEMS001884/Refund
407.000000.018.343.10.01.000 SURFACE WATER DRAINAGE FEES & CHARGES3321 SE 6th ST - Refund credit bal,
payments made by prior tenant that did
not cancel their autopay through their
bank when they moved out.
85.2206/30/2016348226 UTILITY SYSTEMS001884/Refund
416.000000.018.343.50.00.000 METRO REVENUE3321 SE 6th ST - Refund credit bal,
payments made by prior tenant that did
not cancel their autopay through their
bank when they moved out.
440.13Check 348226 Amount
DEVEREUX, HEIDI Total
$440.13
DIGITAL PAGING COMPANY - 021253
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
62.0006/30/2016348227 FIRE10033544
000.000000.009.522.24.48.000 REPAIRS & MAINTENANCECOMM/Repair Parts for pagers
62.00Check 348227 Amount
DIGITAL PAGING COMPANY Total
$62.00
DIMOND, JOHN - 022131
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
102.0006/30/2016348228 PW SHOPSReim/DOL
405.000000.019.534.50.49.008 LICENSES & PERMITSReimbursement for CDL license.
102.00Check 348228 Amount
DIMOND, JOHN Total
$102.00
DO, RAYMOND - 111762
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
119.8306/30/2016348229 REVENUE/BALANCE SHEET041350/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE4921 NE 5th ST - Credit bal, final
date: 5/16/16
119.83Check 348229 Amount
DO, RAYMOND Total
$119.83
DOMAGALA, GERALD OR JERILYN - 111761
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
84.7106/30/2016348230 REVENUE/BALANCE SHEET046176/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE8514 S 125th ST - Credit bal, final
date: 4/29/16
84.71Check 348230 Amount
DOMAGALA, GERALD OR JERILYN Total
$84.71
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 30 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
DOWL LLC - 021970
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
25,605.0006/30/2016348231 TRANSPORTATION/AIRPORT2024.13720.01-2
402.000000.016.546.20.41.000 PROFESSIONAL SERVICES1000 Parcel 30% Design/Pavement Marking
Plan - engineering/design services for
Q1-2016
25,605.00Check 348231 Amount
DOWL LLC Total
$25,605.00
DRAIN PRO INC - 022023
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
510.0006/30/2016348232 PARKS ADMIN23097
404.000000.020.576.65.48.003 MAINTENANCEGC: 2016-06 PORTABLE TOILET SERVICES
510.00Check 348232 Amount
DRAIN PRO INC Total
$510.00
DT MARSHALL COMPANY - 022328
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
985.5006/30/2016348233 EXECUTIVE15419A
505.000000.003.518.70.49.000 PRINTING CONTRACTPrinted Summer Fun Flyers
2,837.1506/30/2016348233 EXECUTIVE15436A
505.000000.003.518.70.49.000 PRINTING CONTRACTPrinng contract
3,822.65Check 348233 Amount
DT MARSHALL COMPANY Total
$3,822.65
DUNN LUMBER CO INC - 022501
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,221.4806/30/2016348234 TRANSPORTATION/AIRPORT3929581
003.000000.016.542.95.31.013 SIGN SUPPLIES50 4X4-12' SIGN POSTS
1,221.48Check 348234 Amount
DUNN LUMBER CO INC Total
$1,221.48
EAGLE PEST ELIMINATORS INC - 022810
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
93.0806/30/2016348235 PARKS ADMIN156674
001.000000.020.576.80.41.003 CONTRACTED SERVICES PKS: JUNE 2016-RODENT CONTROL AT
COULON BEACH PARK; SERVICE DATE 6/8/2016
Invoice # 156674 DATED 6/9/2016
71.1806/30/2016348235 PARKS ADMIN156373
504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 LIBERTY PARK RODENT CONTROL
(JUNE)
180.6806/30/2016348235 PARKS ADMIN156662
504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 FS 17 - EAR WIGS & ANTS
93.0806/30/2016348235 PARKS ADMIN156765
504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 FS 11 RODENT CONTROL (JUNE)
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 31 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
EAGLE PEST ELIMINATORS INC - 022810
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
93.0806/30/2016348235 PARKS ADMIN156808
504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 N. HIGHLAND COMM CENTER
RODENT CONTROL (JUNE)
531.10Check 348235 Amount
EAGLE PEST ELIMINATORS INC Total
$531.10
EBERLE VIVIAN INC - 023011
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
6,918.2706/30/2016348236 HUMAN RESOURCES148181
502.000000.014.517.60.41.011 WORKERS' COMP ADMIN FEES-3RD PARTY ADMINworkers comp administraon fee for
July 2016
6,918.27Check 348236 Amount
EBERLE VIVIAN INC Total
$6,918.27
EBUBE, MAKEDA - 111794
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
28.0006/30/2016348237 REVENUE/BALANCE SHEET2323958
001.000000.000.237.90.00.010 REFUNDS PAYABLE-CLASSRefund on rental #14438 on 6/4/16.
Paral refund of $261.00 went to
credit card
28.00Check 348237 Amount
EBUBE, MAKEDA Total
$28.00
EE ENTERPRISES LLC - 111790
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
800.0006/30/2016348238 REVENUE/BALANCE SHEETHydrant Deposit
405.000000.000.237.00.00.000 CUSTODIAL ACCOUNTS-HYDRANT METERHydrant deposit refund
800.00Check 348238 Amount
EE ENTERPRISES LLC Total
$800.00
ELECTRIC LIGHTWAVE - 037755
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
894.3006/30/2016348239 FINANCE & IT13910521
503.000000.004.518.82.42.003 TELEPHONETelephone services
894.30Check 348239 Amount
ELECTRIC LIGHTWAVE Total
$894.30
ELISABETH SLYE - 110908
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
5.0006/30/2016348240 REVENUE/BALANCE SHEET152
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for tokens at the 6/7/16
Market
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 32 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
ELISABETH SLYE - 110908
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
11.0006/30/2016348240 REVENUE/BALANCE SHEET231
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
16.00Check 348240 Amount
ELISABETH SLYE Total
$16.00
EMERALD CITY FENCE RENTALS LLC - 023948
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
390.0906/30/2016348241 PARKS ADMIN700249
001.000000.020.576.80.45.000 OPERATING RENTALSPKS: FENCING FOR MAPLEWOOD PARK
PLAYGROUND (DRAINAGE)~
237.5 FT OF 6' - 12.5' CHAINLINK SET
FENCE RENTAL (2 MONTH RENTAL EXTENSION)
@ $1.50/FT = $356.25 + sales tax @
$33.84~
RENTAL PERIOD TWO MONTH~
4-22-2016 TO 6-22-2016~
237.5 FT - 19 Fence Panels; 19
Clamps; 19 stands metal
390.09Check 348241 Amount
EMERALD CITY FENCE RENTALS LLC Total
$390.09
EMSAR INC - 057229
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,592.3506/30/2016348242 FIRE55920
000.000000.009.522.70.48.000 AID EQUIPMENT REPAIR & MAINTEMS/Semi-Annual Stretcher/Stair Chair
Maintenance
1,592.35Check 348242 Amount
EMSAR INC Total
$1,592.35
ENA COURIER INC - 024080
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
12.8906/30/2016348243 HUMAN RESOURCES427682
000.000000.014.518.10.42.001 COMMUNICATION - POSTAGEdelivery to subpoena materials to
aorney
12.89Check 348243 Amount
ENA COURIER INC Total
$12.89
ENTRANCE CONTROLS - 043705
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,558.7506/30/2016348244 PARKS ADMIN114707
504.000000.020.518.21.41.000 PROFESSIONAL SERVICESFAC 06/16 BADGING SYSTEM REVIEW/4
PANELS TO REPLACE
3,558.75Check 348244 Amount
ENTRANCE CONTROLS Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 33 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$3,558.75
ENVIROMECH - 024368
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
436.4006/30/2016348245 PARKS ADMINS-6412
108.220047.020.518.21.48.000 REPAIRS & MAINTENANCE-PAVILION BUILDINGFAC 06/16 CITY CENTER GARAGE HVAC
REPAIR - reset - set points
436.40Check 348245 Amount
ENVIROMECH Total
$436.40
ERGOFIT CONSULTING INC - 024418
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
395.0006/30/2016348246 PARKS ADMIN2016-116
504.000000.020.518.23.35.011 FURNITURE-ERGONOMICSFAC 06/16 ERONOMIC AVALUATION~
For Brian Sandler HR
395.00Check 348246 Amount
ERGOFIT CONSULTING INC Total
$395.00
EXPLORER POST #24 - 025043
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
36.0006/30/2016348247 FIRE16-3936
000.000000.009.522.20.41.000 PROFESSIONAL SERVICESRO/Advisor and apparatus for Fire
#16-3936
48.0006/30/2016348247 FIRE16-4023
000.000000.009.522.20.41.000 PROFESSIONAL SERVICESRO/Advisor and apparatus for Fire
#16-4023
60.0006/30/2016348247 FIRE16-4725
000.000000.009.522.20.41.000 PROFESSIONAL SERVICESRO/Advisor and apparatus for Fire
#16-4725
28.0006/30/2016348247 FIRE16-3936
000.000000.009.522.20.43.007 MEALS & INCIDENTAL EXPENSERO/Snacks for Fire #16-3936
40.5006/30/2016348247 FIRE16-4023
000.000000.009.522.20.43.007 MEALS & INCIDENTAL EXPENSERO/Snacks for Fire #16-4023
38.5006/30/2016348247 FIRE16-4725
000.000000.009.522.20.43.007 MEALS & INCIDENTAL EXPENSERO/Snacks for Fire #16-4725
251.00Check 348247 Amount
EXPLORER POST #24 Total
$251.00
FEDERAL EXPRESS CORP - 025780
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
59.2506/30/2016348248 POLICE5-431-40645
000.000000.008.521.10.42.001 POSTAGEFedex charges (JAY)
354.1606/30/2016348248 POLICE5-431-40645
000.000000.008.523.22.42.001 POSTAGEFedex charges for EHD
5.5506/30/2016348248 EXECUTIVE5-446-00746
505.000000.003.518.70.42.001 POSTAGEFedEx Services
418.96Check 348248 Amount
FEDERAL EXPRESS CORP Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 34 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$418.96
FEKETE, KEITH - 025804
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
210.0006/30/2016348249 POLICE042216-FeketeK-ADVTR
000.000000.008.521.30.43.007 MEALS & INCIDENTAL EXPENSEAdvanced per diem for FEKETE K. to
aend the 15th Annual WSSO Advanced
School Safety Training Summit on July
24 - 28, 2016 in Kennewick, WA.
210.00Check 348249 Amount
FEKETE, KEITH Total
$210.00
FERNANDEZ FARMS - 110910
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
26.0006/30/2016348250 REVENUE/BALANCE SHEET196
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
18.0006/30/2016348250 PARKS ADMIN196
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
44.00Check 348250 Amount
FERNANDEZ FARMS Total
$44.00
FERRELLS FIRE EQUIPMENT - 025885
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
585.8306/30/2016348251 FIRE25955
000.000000.009.522.20.48.000 REPAIRS & MAINTENANCERO/Exnguisher Maintenance
585.83Check 348251 Amount
FERRELLS FIRE EQUIPMENT Total
$585.83
FINANCIAL CONSULTANTS INTL INC - 026049
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
98.0106/30/2016348252 POLICE15284
000.000000.008.521.70.35.000 SMALL TOOLS/MINOR EQUIPMENTPtrl Veh #201 install Staker radar w/
F&R antenna
98.01Check 348252 Amount
FINANCIAL CONSULTANTS INTL INC Total
$98.01
FIRE ONE INC - 026330
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,589.6806/30/2016348253 PARKS ADMIN120382
108.220046.020.518.21.48.000 REPAIRS & MAINTENANCE-PARKING GARAGEFAC 06/16 CITY CENTER GARAGE SPRNKLER
REPAIR~
replace 21 foot secon of pipe
1,056.6906/30/2016348253 PARKS ADMIN12340
108.220046.020.518.21.48.000 REPAIRS & MAINTENANCE-PARKING GARAGEFAC 06/16 CITY HALL ANNUAL INSPECTIONS
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 35 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
FIRE ONE INC - 026330
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
406.4306/30/2016348253 PARKS ADMIN120331
504.000000.020.518.21.48.000 REPAIRS & MAINTENANCEFAC 06/16 N. HIGHLANDS PARK ANNUAL
TESTING
608.8506/30/2016348253 PARKS ADMIN120361
504.000000.020.518.22.48.000 REPAIRS & MAINTENANCEFAC 06/16 CITY HALL ANNUAL INSPECTIONS
536.4306/30/2016348253 PARKS ADMIN120332
504.220009.020.518.21.48.000 CITY SHOPS - REPAIR & MAINTENANCEFAC 06/16 CITY SHOPS ANNUAL ALARM AND
SPRINKLER TESTING
362.9606/30/2016348253 PARKS ADMIN120335
504.220009.020.518.21.48.000 CITY SHOPS - REPAIR & MAINTENANCEFAC 06/16 CITY SHOPS ANNUAL INSPECTION
& CERT AND NEW EXTINGUISHER
566.4306/30/2016348253 PARKS ADMIN120333
504.220021.020.518.21.48.000 RCC REPAIRS & MAINTENANCEFAC 06/16 RCC ANNUAL ALRM & SPRINKLER
TESTING
6,127.47Check 348253 Amount
FIRE ONE INC Total
$6,127.47
FIRST CHOICE HEALTH - 026360
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,235.8006/30/2016348254 HUMAN RESOURCES72763
512.000000.014.517.30.41.012 EAPEmployee Assistance Services EAP
1,235.80Check 348254 Amount
FIRST CHOICE HEALTH Total
$1,235.80
FOCUS SHOT PRODUCTIONS - 026796
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,800.0006/30/2016348255 PARKS ADMIN16-020
001.250006.020.571.20.41.003 CONTRACTED SERVICES-GEN RECvideo services - dance recital
2,800.00Check 348255 Amount
FOCUS SHOT PRODUCTIONS Total
$2,800.00
FOOD SERVICES OF AMERICA - 026940
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
360.9506/30/2016348256 POLICE7020673
000.000000.008.521.30.31.012 YOUTH PROGRAMS - SELF SUSTAININGFood items for the Cops, Kids, and
Teens Youth Day
360.95Check 348256 Amount
FOOD SERVICES OF AMERICA Total
$360.95
FORMA CONSTRUCTION / - 009439
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
5,578.4206/30/2016348257 PARKS ADMINWO #67/PE #1
316.332043.020.594.76.61.000 SUNSET EIS PARK - LANDSales Tax
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 36 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
FORMA CONSTRUCTION / - 009439
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
58,720.2506/30/2016348257 PARKS ADMINWO #67/PE #1
316.332043.020.594.76.61.000 SUNSET EIS PARK - LANDCAG 13-149, Construcon on Highlands
House Demo 5/2/16 - 5/31/16
665.0006/30/2016348257 UTILITY SYSTEMSWO #47/PE #9
425.455121.018.594.34.63.000 TELEMETRY IMPROVEMENTS-PHASE 4
7,000.0006/30/2016348257 UTILITY SYSTEMSWO #47/PE #9
425.455121.018.594.34.63.000 TELEMETRY IMPROVEMENTS-PHASE 4Construcon 5/2/16 - 5/31/16: ADD
47-15, CAG-13-149, Water SCADA Upgrade
2015 - 2016, Exp 7/15/2016
71,963.67Check 348257 Amount
FORMA CONSTRUCTION / Total
$71,963.67
GALLS LLC - 028381
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
-282.4806/30/2016348259 POLICE5938543
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMCREDIT - Men's poly/wool shirts (long
and short sleeves), pants - YLINEN
-280.1606/30/2016348259 POLICE5938557
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMCREDIT - Men's poly/wool shirts (long
and short sleeves), pants - JAY
-182.4306/30/2016348259 POLICE5984924
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMCREDIT - Men's poly/wool shirts (long
and short sleeves) - JAY
280.1606/30/2016348259 POLICEBC0266174
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly/wool shirts (long and short
sleeves), pants - PHIPPS
280.1606/30/2016348259 POLICEBC0266175
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly/wool shirts (long and short
sleeves), pants - YLINEN
21.9006/30/2016348259 POLICEBC0268935
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMReturn for VAS - BARFIELD S.
93.2306/30/2016348259 POLICEBC0269429
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - TIBEAU
120.1906/30/2016348259 POLICEBC0271307
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEM5.11 TAC LITE Pants, polo shirt) - JAY
139.8806/30/2016348259 POLICEBC0271729
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSweat pants, short sleeve work shirt,
military creases, Flex fit wool cap,
sweatshirt - JONES
381.0206/30/2016348259 POLICEBC0272685
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen polywool long and short sleeve
shirts, pants - TOLLIVER
282.4806/30/2016348259 POLICEBC0272686
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMens polywool long and short sleeve
shirt, pants - SCHULDT
51.7706/30/2016348259 POLICEBC0273193
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLadies cornerstone select snag proof
polo - WHITTINGTON (HAVLIK)
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 37 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
GALLS LLC - 028381
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
27.3706/30/2016348259 POLICEBC0273231
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEM5.11 Stryker Pants with flex/TAC - JAY
20.3506/30/2016348259 POLICEBC0273261
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - SCOTT
381.0206/30/2016348259 POLICEBC0273266
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool long and short sleeve
shirt, pants - TEMPLETON
20.3506/30/2016348259 POLICEBC0273280
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - REYES
61.2706/30/2016348259 POLICEBC0273623
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMTruspec TRU Long sleeve poly-coon
ripstop shirt - HEERSPINK
20.3506/30/2016348259 POLICEBC0273666
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - TOLLIVER
564.9606/30/2016348259 POLICEBC0273726
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly wool long and short sleeve
shirt, pants. - MATSUKAWA
20.3506/30/2016348259 POLICEBC0273755
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - HUNTER
246.3406/30/2016348259 POLICEBC0273861
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly/wool shirts, long and short
sleeve, men's poly/wool pants - SLINKMAN
21.6606/30/2016348259 POLICEBC0274907
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMPerformance Polo shirt, embrodier name
on garment - JAY
97.7306/30/2016348259 POLICEBC0276322
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - MOYNIHAN
97.7306/30/2016348259 POLICEBC0276323
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - REED
97.7306/30/2016348259 POLICEBC0276324
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - STRATFORD
97.7306/30/2016348259 POLICEBC0276325
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - VENERA
97.7306/30/2016348259 POLICEBC0276326
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - WILKINSON TRACY
97.7306/30/2016348259 POLICEBC0276764
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - PHILLIPS
20.3506/30/2016348259 POLICEBC0276805
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - JOHNSON D
46.6106/30/2016348259 POLICEBC0276947
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - TIBEAU
31.0806/30/2016348259 POLICEBC0277411
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - VANVALEY
98.5406/30/2016348259 POLICEBC0277432
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - MILOSEVICH
97.7306/30/2016348259 POLICEBC0277673
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's Polywool pants - GORDON
97.7306/30/2016348259 POLICEBC0277674
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - RUTLEDGE
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 38 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
GALLS LLC - 028381
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
97.7306/30/2016348259 POLICEBC0277675
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - STEVENS
109.6206/30/2016348259 POLICEBC0277676
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly-wool pants - TEBBETS
564.9606/30/2016348259 POLICEBC0278274
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants, long and short
sleeve shirts - BAUER
20.3506/30/2016348259 POLICEBC0278455
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - JOHNSON D.
20.3506/30/2016348259 POLICEBC0278778
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - STEVENS
97.7306/30/2016348259 POLICEBC0279777
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMWomen's polywool pants - KARNEY
31.0806/30/2016348259 POLICEBC0279886
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool caps - (Volunteer
baseball caps) TIBEAU
280.1606/30/2016348259 POLICEBC0280070
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short
sleeves, pants - ADAM
280.1606/30/2016348259 POLICEBC0280071
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short
sleeves, pants - BARFIELD G.
280.1606/30/2016348259 POLICEBC0280072
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short
sleeves, pants - HARDIN
280.1606/30/2016348259 POLICEBC0280073
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short
sleeves, pants - JORDAN
280.1606/30/2016348259 POLICEBC0280074
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short
sleeves, pants - MORGAN
280.1606/30/2016348259 POLICEBC0280075
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short
sleeves, pants - SANGDER
193.2906/30/2016348259 POLICEBC0280895
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen polywool long sleeve shirt, pants
-- JACOBS
453.9006/30/2016348259 POLICEBC0281339
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMPoly wool shirts, long and short
sleeves, pants. - SWAIN
288.8406/30/2016348259 POLICEBC0281437
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's Polo shirt - long sleeve and
polywool pants - LEVERTON
351.3706/30/2016348259 POLICEBC0281602
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAccumold Raido holder, mag pouch, light
holder, cuff case, blet keepers,
garrison belt, and duty belt - HAMEL
280.1606/30/2016348259 POLICEBC0282315
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly/wool shirts, long and short
sleeve, men's poly/wool pants - DEERING
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 39 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
GALLS LLC - 028381
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
18.1706/30/2016348259 POLICEBC0284654
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMTaper sleeves on short sleeve shirts,
make shirt shorter -MERRILL
82.1106/30/2016348259 POLICEBC0286379
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMWomen's Stryker pants - CANNON
370.0606/30/2016348259 POLICEBC0286572
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly/wool shirts, long and short
sleeve, men's poly/wool pants - BAGSBY
7,928.84Check 348259 Amount
GALLS LLC Total
$7,928.84
GARY MERLINO CONST CO - 048830
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
800.0006/30/2016348260 REVENUE/BALANCE SHEETHydrant
405.000000.000.237.00.00.000 CUSTODIAL ACCOUNTS-HYDRANT METERHydrant deposit refund
800.00Check 348260 Amount
GARY MERLINO CONST CO Total
$800.00
GENE MEYER'S TOWING - 028874
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
392.0106/30/2016348261 POLICE184185
000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7481
196.0106/30/2016348261 POLICE184398
000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7629
196.0106/30/2016348261 POLICE184399
000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7131
343.0106/30/2016348261 POLICE184527
000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7924
1,127.04Check 348261 Amount
GENE MEYER'S TOWING Total
$1,127.04
GILL ENTERPRISES INC - 103709
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
426.1806/30/2016348262 REVENUE/BALANCE SHEETBL.022373/Refund
000.000000.000.257.00.00.000 DEFERRED REVENUELicense renewal was paid on-line by
corporate. Customer brought in her
renewal with the money order. Was in
safe for customer pick up but was
accidently deposited into deferred
revenue.
426.18Check 348262 Amount
GILL ENTERPRISES INC Total
$426.18
GILL, GURVINDER - 111765
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 40 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
GILL, GURVINDER - 111765
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
321.3106/30/2016348263 REVENUE/BALANCE SHEET036846/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE19808 Talbot Rd S - Credit bal, final
date: 4/18/16
321.31Check 348263 Amount
GILL, GURVINDER Total
$321.31
GLENN, HAROLD OR JULIA - 111753
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
89.5906/30/2016348264 REVENUE/BALANCE SHEET052204/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE250 Graham Ave NE - credit bal, final
date: 4/29/16
89.59Check 348264 Amount
GLENN, HAROLD OR JULIA Total
$89.59
GOULD, JEFF - 111749
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
74.0906/30/2016348265 REVENUE/BALANCE SHEET039222/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE16044 SE 137th TER - credit bal, final
date: 5/3/16
74.09Check 348265 Amount
GOULD, JEFF Total
$74.09
GOV'T FINANCE OFFICERS ASSN - 030813
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
580.0006/30/2016348266 FINANCE & IT300139637
000.000000.004.514.20.41.000 PROFESSIONAL SERVICESCAFR Review Fee 2015
580.00Check 348266 Amount
GOV'T FINANCE OFFICERS ASSN Total
$580.00
GRAINGER INC - 030960
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
97.2806/30/2016348267 FIRE9125279704
000.000000.009.522.21.31.000 OPERATING SUPPLIES TECH RESCUEHAZMAT/General Supplies
284.1106/30/2016348267 FIRE9128310811
000.000000.009.522.21.35.000 SMALL TOOLS TECH RESCUEHAZMAT/Pelican Case
153.4706/30/2016348267 PW SHOPS9140755134
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES4 cases of white marking paint for
street dept.
59.3106/30/2016348267 PW SHOPS9134120865
003.000000.019.542.92.35.000 SMALL TOOLS/MINOR EQUIPMENT5 gallon coolers for street dept.
29.6506/30/2016348267 PW SHOPS9135082981
003.000000.019.542.92.35.000 SMALL TOOLS/MINOR EQUIPMENTIgloo cooler for street truck.
103.3906/30/2016348267 PARKS ADMIN9121971619
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: FUEL PUMP REPAIR SUPPLIES / GAS
HOSE
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 41 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
GRAINGER INC - 030960
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
12.0206/30/2016348267 PARKS ADMIN9121971627
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES /JOHN DEERE
TRACTORS - PAINT - GREEN
547.5006/30/2016348267 PW SHOPS9139437660
407.000000.019.531.35.35.000 SMALL TOOLS/MINOR EQUIPTMENTCordless Impact wrench kit for Surface
water.
1,286.73Check 348267 Amount
GRAINGER INC Total
$1,286.73
GRAVES, IMOGENE - 111752
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
143.3606/30/2016348268 REVENUE/BALANCE SHEET005856/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE1808 Edmonds Way SE - credit bal, final
date: 5/5/16
143.36Check 348268 Amount
GRAVES, IMOGENE Total
$143.36
GREEN EFFECTS INC - 031470
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
630.7206/30/2016348269 TRANSPORTATION/AIRPORT53967
402.000000.016.546.20.48.000 REPAIR & MAINTENANCELandscape maintenance - May
630.72Check 348269 Amount
GREEN EFFECTS INC Total
$630.72
H D FOWLER COMPANY INC - 027210
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
-326.9306/30/2016348270 PW SHOPSC388884
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESReturn of wrong hydrant grease.
326.9206/30/2016348270 PW SHOPSI4222111
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESHydrant grease.
384.4706/30/2016348270 PW SHOPSI4226840
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESNevestane food grade grease for
hydrants.
98.8006/30/2016348270 PW SHOPSI4239235
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESCompression coupling for water job.
627.2206/30/2016348270 PW SHOPSI4222111
405.000000.019.534.50.34.000 WATER INVENTORY PURCHASEDBackordered 3/4" seers for stock.
2,467.3506/30/2016348270 PW SHOPSI4231380
405.000000.019.534.50.34.000 WATER INVENTORY PURCHASED1" seers, ball corps and quick joint
adapters for stock.
10,878.8406/30/2016348270 PW SHOPSI4237907
405.000000.019.534.50.34.000 WATER INVENTORY PURCHASED59 13x24x18" armorcast water meter
boxes for stock.
14,456.67Check 348270 Amount
H D FOWLER COMPANY INC Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 42 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$14,456.67
HACH COMPANY - 032025
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,201.8806/30/2016348271 PW SHOPS9957300
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESReagent sets for the water quality lab.
632.7106/30/2016348271 PW SHOPS9963488
405.000000.019.534.50.35.000 SMALL TOOLS/MINOR EQUIPMENTCl17, analyzer repair for water quality.
246.5306/30/2016348271 PW SHOPS9966672
405.000000.019.534.50.35.000 SMALL TOOLS/MINOR EQUIPMENTLast of the tubing kits for the CL
analyzer.
2,081.12Check 348271 Amount
HACH COMPANY Total
$2,081.12
HALF PINT HOMEADE ICE CREAM - 110911
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
30.0006/30/2016348272 REVENUE/BALANCE SHEET0037
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for EBT tokens at the
6/7/16 Market
3.0006/30/2016348272 REVENUE/BALANCE SHEET232
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT sales on 6/21/16
33.00Check 348272 Amount
HALF PINT HOMEADE ICE CREAM Total
$33.00
HALLGREN COMPANY INC - 032432
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
640.5806/30/2016348273 PW SHOPS16-00174
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESBreakaway bolts for hydrants.
2,434.9506/30/2016348273 PW SHOPS16-00175
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESSets of Iowa gaskets for hydrants.
3,882.7606/30/2016348273 PW SHOPS16-00176
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESSets of Iowa hydrant gaskets for
maintenance.
113.6206/30/2016348273 PW SHOPS16-00174
405.000000.019.534.50.34.000 WATER INVENTORY PURCHASEDHydrant stuffing box glands for stock.
475.4806/30/2016348273 PW SHOPS16-00178
405.000000.019.534.50.34.000 WATER INVENTORY PURCHASEDStuffing box follower gland and Iowa
operang nuts for stock.
7,547.39Check 348273 Amount
HALLGREN COMPANY INC Total
$7,547.39
HARDCASTLE ENTERTAINMENT INC - 032611
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
810.3006/30/2016348274 NON DEPARTMENTAL201602
000.000000.005.518.91.43.002 HOSTED TRAININGSLove of Renton Community Dinner Sound
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 43 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
HARDCASTLE ENTERTAINMENT INC - 032611
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
810.30Check 348274 Amount
HARDCASTLE ENTERTAINMENT INC Total
$810.30
HD SUPPLY WATERWORKS - 031909
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
376.5106/30/2016348275 PW SHOPSF623869
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESMueller hydrant lubricant.
376.51Check 348275 Amount
HD SUPPLY WATERWORKS Total
$376.51
HEADQUARTERS PORTABLE TOILETS - 033243
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
77.0006/30/2016348276 FIRE3566-5
000.000000.009.522.45.45.000 OPERATING RENTALSTRAINING/Portable Toilet Service
77.00Check 348276 Amount
HEADQUARTERS PORTABLE TOILETS Total
$77.00
HERMANSON COMPANY LLP - 033884
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,807.5806/30/2016348277 PARKS ADMIN17146
504.220037.020.518.21.48.000 POLICE SUBSTATION - REPAIR & MAINTENANCEFAC 06/16 POLICE/CITY CENTER GARAGE
HVAC REPAIR
2,807.58Check 348277 Amount
HERMANSON COMPANY LLP Total
$2,807.58
HERNANDEZ, ADOLFO - 111744
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
39.5406/30/2016348278 REVENUE/BALANCE SHEET010926/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE4140 NE 11th St - credit bal, final
date: 4/13/16
39.54Check 348278 Amount
HERNANDEZ, ADOLFO Total
$39.54
HERRERA ENVIRONMENTAL - 033887
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,086.7406/30/2016348279 UTILITY SYSTEMS38613
427.475241.018.531.35.41.000 RENTON STORM WATER MANUAL PROF SVCSCAG-16-059, Renton Stormwater Manual
Update - Phase I (2016), EXP 3/31/2017
2,086.74Check 348279 Amount
HERRERA ENVIRONMENTAL Total
$2,086.74
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 44 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
HOFFMAN CONSTRUCTION INC - 034826
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
800.0006/30/2016348280 REVENUE/BALANCE SHEETHydrant Refund
405.000000.000.237.00.00.000 CUSTODIAL ACCOUNTS-HYDRANT METERHydrant deposit refund
800.00Check 348280 Amount
HOFFMAN CONSTRUCTION INC Total
$800.00
HOLM, LINDA OR STEVE - 111773
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
156.9406/30/2016348281 REVENUE/BALANCE SHEET025714/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE1601 Blaine Ct SE - Credit bal, final
date: 4/29/16
156.94Check 348281 Amount
HOLM, LINDA OR STEVE Total
$156.94
HOWLAND, DAVID - 111772
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
78.2206/30/2016348282 REVENUE/BALANCE SHEET023751/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE722 Licoln Ave SE - Credit bal, final
date: 5/10/16
78.22Check 348282 Amount
HOWLAND, DAVID Total
$78.22
IAFF FIRE PAC - 100034
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
654.7106/24/2016348125 REVENUE/BALANCE SHEETBen1737810
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSIAFF FIRE PAC PROGRAM: Payment
654.71Check 348125 Amount
IAFF FIRE PAC Total
$654.71
ICON MATERIALS INC - 036552
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,911.6906/30/2016348283 PW SHOPS2264985
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES58 tons of asphalt for street jobs at
sw 43rd/benson.
2,367.3606/30/2016348283 PW SHOPS2268119
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES160 tons of tack for street dept. jobs.
1,694.5206/30/2016348283 PW SHOPS2268122
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES25 tons of asphalt for street job.
944.1406/30/2016348283 PW SHOPS2268123
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES14 tons of apshalt for street job.
1,909.5706/30/2016348283 PW SHOPS2270384
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES28.68 tons of asphalt for street job.
232.8206/30/2016348283 PW SHOPS2271023
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES3.5 tons of asphalt for street jobs.
1,204.6606/30/2016348283 PW SHOPS2272115
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES92 tons of 5/8" rock for street.
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 45 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
ICON MATERIALS INC - 036552
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
962.1106/30/2016348283 PW SHOPS2272206
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES14 tons of asphalt for street job.
1,616.2006/30/2016348283 PW SHOPS2271023
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIES24.30 tons of asphalt for different
water jobs.
3,677.6006/30/2016348283 PW SHOPS2272115
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIES283 tons of 1-1/4" rock for water..
139.8306/30/2016348283 PW SHOPS2272225
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIES2.10 tons of asphalt for water patch.
1,258.1406/30/2016348283 PW SHOPS2272893
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIES96 tons 1-1/4" rock for water.
33.2606/30/2016348283 PW SHOPS2271023
406.000000.019.535.50.31.000 OFFICE/OPERATING SUPPLIES.5 tons of asphalt for waste water.
673.1406/30/2016348283 PW SHOPS2274381
406.000000.019.535.50.31.000 OFFICE/OPERATING SUPPLIES10 tons of asphalt for waste water job.
543.3106/30/2016348283 PW SHOPS2264403
407.000000.019.531.35.31.000 OFFICE/OPERATING SUPPLIES8 tons of asphalt for surface jobs.
271.6506/30/2016348283 PW SHOPS2271028
407.000000.019.531.35.31.000 OFFICE/OPERATING SUPPLIES4.08 tons of asphalt for Surface water
job.
433.4506/30/2016348283 PW SHOPS2273719
407.000000.019.531.35.31.000 OFFICE/OPERATING SUPPLIES6 tons of asphalt for Surface job.
21,873.45Check 348283 Amount
ICON MATERIALS INC Total
$21,873.45
INSIDE GOLF NEWSPAPER - 037354
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
275.0006/30/2016348284 PARKS ADMIN8603
404.000000.020.576.61.44.000 ADVERTISINGGC: ADVERTISING MAY 2016
275.00Check 348284 Amount
INSIDE GOLF NEWSPAPER Total
$275.00
INTERCOM LANGUAGE SERVICES - 078725
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,120.0006/30/2016348285 MUNICIPAL COURT16-491
000.000000.002.512.50.41.003 CONTRACTED SERVICESVarious interpreters - 17 interpreters
- 24 cases
2,120.00Check 348285 Amount
INTERCOM LANGUAGE SERVICES Total
$2,120.00
INTERSTATE ALL BATTERY CENTER - 037928
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
181.3306/30/2016348286 FIRE1912802003615
000.000000.009.522.20.35.000 OTHER SMALL TOOLS/MINOR EQUIPRO/Baery Charger
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 46 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
INTERSTATE ALL BATTERY CENTER - 037928
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
181.33Check 348286 Amount
INTERSTATE ALL BATTERY CENTER Total
$181.33
IRISH ROSE BAKERY INC - 110913
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4.0006/30/2016348287 REVENUE/BALANCE SHEET146
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for tokens received at
the 6/7/16 Market
4.00Check 348287 Amount
IRISH ROSE BAKERY INC Total
$4.00
IRON MOUNTAIN INC - 061844
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
118.8406/30/2016348288 CITY CLERKMRS0675
000.000000.012.514.21.41.003 CONTRACTED SERVICESOffsite Shredding Services (#MRS0675)
118.84Check 348288 Amount
IRON MOUNTAIN INC Total
$118.84
ISSAQUAH SCHOOL DISTRICT #411 - 038570
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2.5706/30/2016348289 REVENUE/BALANCE SHEETImpact Fees/May
000.000000.000.237.22.00.000 ISSAQUAH SCHOOL DISTRICT IMPACT FEEInterest
4,403.2506/30/2016348289 REVENUE/BALANCE SHEETImpact Fees/May
000.000000.000.237.22.00.000 ISSAQUAH SCHOOL DISTRICT IMPACT FEEMay Impact Fees
4,405.82Check 348289 Amount
ISSAQUAH SCHOOL DISTRICT #411 Total
$4,405.82
IVARY ENTERPRISES INC - 038653
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,080.6106/30/2016348290 PARKS ADMIN2740
001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: BULK DELIVERY TO NARCO FOR
RESTOCK-Sof'Fall Playground Surface
(Engineered Wood Fiber)~
QTY 100 YARDS - Sof'Fall Playground
Surface, crushed wood, cedar, cubic
yard @ $20.00/CY; freight @ $707.25;
Fuel Surcharge @ $106.09 + sales tax @
$267.27
3,080.61Check 348290 Amount
IVARY ENTERPRISES INC Total
$3,080.61
JANSEN, JOHN - 111745
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 47 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
JANSEN, JOHN - 111745
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
86.7806/30/2016348291 REVENUE/BALANCE SHEET011134/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE311 SW Langston RD - credit bal, final
date: 4/27/16
86.78Check 348291 Amount
JANSEN, JOHN Total
$86.78
JARMAN, DEBORAH - 111768
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
30.2106/30/2016348292 REVENUE/BALANCE SHEET013731-001/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE8222 S 122nd ST - Credit bal, final
date: 5/3/16
30.21Check 348292 Amount
JARMAN, DEBORAH Total
$30.21
JB FENCE INC - 038738
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
903.3706/30/2016348293 PW SHOPS061516
405.000000.019.534.50.48.000 REPAIRS & MAINTENANCERepair fence at Rolling Hill Reservoir
and Mt. Olivet pump staon.
6,893.0206/30/2016348293 PW SHOPS6916
407.000000.019.531.35.48.000 REPAIRS & MAINTENANCEFence work around ponds.
963.6006/30/2016348293 PW SHOPS6916A
407.000000.019.531.35.48.000 REPAIRS & MAINTENANCEFence work around pond at Yakima/ne 1st
pl.
8,759.99Check 348293 Amount
JB FENCE INC Total
$8,759.99
JCI JONES CHEMICALS INC - 039770
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,921.6406/30/2016348294 PW SHOPS691157
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESChlorine cylinders for springbrook and
Wells 1, 2 and 3.
4,921.64Check 348294 Amount
JCI JONES CHEMICALS INC Total
$4,921.64
JIMMY FREE - 039186
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
650.0006/30/2016348295 PARKS ADMIN7416AAS
001.000000.020.573.90.49.000 SPECIAL EVENTSEntertainment: Performance on July 4th
2016, 6-7 p.m. by the African All Stars
650.00Check 348295 Amount
JIMMY FREE Total
$650.00
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 48 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
JOHNSON, BRIAN OR KATHRYN - 111758
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
87.9906/30/2016348296 REVENUE/BALANCE SHEET042950/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE326 Lynnwood Ave SE - Credit bal, final
date: 5/12/16
87.99Check 348296 Amount
JOHNSON, BRIAN OR KATHRYN Total
$87.99
JOHNSON, CRAIG - 039312
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
150.0006/30/2016348297 POLICE060916-JohnsonCO-ADV
000.000000.008.521.30.43.007 MEALS & INCIDENTAL EXPENSEPer diem for trip to do background
invesgaon on Adele O'Rourke,
potenal Entry Level police officer
candidate on May 17 - 19, 2016 in
Ithaca, NY.
150.00Check 348297 Amount
JOHNSON, CRAIG Total
$150.00
JOHNSON, DARREN - 039292
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
83.4606/30/2016348298 POLICE051016-JohnsonD-CL
000.000000.008.521.30.43.001 TRAVELTransportaon to hotel and back to
airport for JOHNSON D. to aend the
16th Annual U.S.N.S.T.A. Taccal
Training Seminar Eastern and Western
Conference on January 17 - 22, 2016 in
Las Vegas, NV.
60.0006/30/2016348298 POLICE051016-JohnsonD-CL
000.000000.008.521.30.43.007 MEALS & INCIDENTAL EXPENSEReimbursement for lunches for JOHNSON
D. to aend the 16th Annual
U.S.N.S.T.A. Taccal Training Seminar
Eastern and Western Conference on
January 17 - 22, 2016 in Las Vegas, NV.
143.46Check 348298 Amount
JOHNSON, DARREN Total
$143.46
JONAS, RON - 111771
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
37.3706/30/2016348299 REVENUE/BALANCE SHEET023344/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE3507 NE 23rd CT - Credit bal, final
date: 5/10/16
37.37Check 348299 Amount
JONAS, RON Total
$37.37
K-A GENERAL - 040118
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 49 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
K-A GENERAL - 040118
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
-7,909.6606/30/2016348300 REVENUE/BALANCE SHEETPay Est #4
425.000000.000.223.40.00.000 RETAINAGE PAYABLEConstrucon on CAG-15-154, Replace
Roof at Maplewood BPS 2015, EXP
12/31/2016, CO #1 added money. CO #2
added money. CO#3 added money and me.
15,028.3506/30/2016348300 UTILITY SYSTEMSPay Est #4
425.455564.018.594.34.63.000 MAPLEWOOD PUMP STATION ROOF REPLACEMENT
158,193.1706/30/2016348300 UTILITY SYSTEMSPay Est #4
425.455564.018.594.34.63.000 MAPLEWOOD PUMP STATION ROOF REPLACEMENTConstrucon on CAG-15-154, Replace
Roof at Maplewood BPS 2015, EXP
12/31/2016, CO #1 added money. CO #2
added money. CO#3 added money and me.
165,311.86Check 348300 Amount
K-A GENERAL Total
$165,311.86
KALEIDOSCOPE SERVICES - 040085
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,161.0006/30/2016348301 PARKS ADMINFLOWERBASKET6-13-16
001.000000.020.576.80.41.003 CONTRACTED SERVICESCAG-15-079 FLOWER BASKETS -
KALEIDOSCOPE SERVICES 2015-2016 FLOWER
BASKET PROGRAM - INSTALL 120 HANGING
FLOWER BASKETS INCLUDING PLANTS,
PLANTING, MAINTENANCE, MATERIALS AND
SUPPLIES (May - October)~
Maintenance on Hanging Baskets for MAY
2016 @ $3,800.00 + sales tax @ $361.00;
112 Hanging Baskets in downgown Renton
on 2nd, 3rd and 4th, Burne and Wells
Streets
153.3006/30/2016348301 PARKS ADMININV-6-13-2016
001.000000.020.576.81.41.003 CONTRACTED SERVICESCAG-14-001 KALEIDOSCOPE SERVICES FLOWER
PLANTING & MAINTENANCE SERVICES -
VETERANS BED~
MAINTENANCE FOR MAY 2016.
Maintenance for the Month of May 2016
for Veterans Bed in downtown Renton.
Weeding, ferlizing, pruning, and lots
more weeding.~
May Maintenance 2016 @ $140.00 + 9.5%
sales tax @ $13.30
4,314.30Check 348301 Amount
KALEIDOSCOPE SERVICES Total
$4,314.30
KATZER, CORY - 111781
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
25.5606/30/2016348302 REVENUE/BALANCE SHEET035454/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE17412 117th Ave Se - Credit bal, final
date: 4/21/16
25.56Check 348302 Amount
KATZER, CORY Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 50 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$25.56
KEEP IT CLEAN RECYCLING&EQUIP - 040353
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
65.0006/30/2016348303 PARKS ADMIN27258
404.000000.020.576.65.48.003 MAINTENANCEGC: DISPOSAL FEE / WASTE OIL
65.00Check 348303 Amount
KEEP IT CLEAN RECYCLING&EQUIP Total
$65.00
KELLER SUPPLY CO - 040440
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,922.2906/30/2016348304 PARKS ADMINS009551947.001
001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: REPLACEMENT DRINKING FOUNTAIN FOR
CEDAR RIVER PARK~
QTY 1 - HAWS 3300 PDSTL DRINKING
FOUNTAIN - HI-LO 11 GAUGE STEEL SQUARE
GREEN POWDER COAT FINISH @ $3,332.00;~
FREIGHT @ $250.00 + sales tax @ $340.29
3,922.29Check 348304 Amount
KELLER SUPPLY CO Total
$3,922.29
KELLY PAPER COMPANY - 040464
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,445.4006/30/2016348305 EXECUTIVE7954536
505.000000.003.518.70.31.010 PAPER SUPPLIESPaper
249.0006/30/2016348305 EXECUTIVE7956565
505.000000.003.518.70.31.010 PAPER SUPPLIESPaper
125.7306/30/2016348305 EXECUTIVE7985516
505.000000.003.518.70.31.010 PAPER SUPPLIESpaper
1,445.4006/30/2016348305 EXECUTIVE8004430
505.000000.003.518.70.31.010 PAPER SUPPLIESpaper
3,265.53Check 348305 Amount
KELLY PAPER COMPANY Total
$3,265.53
KENT EYE CLINIC - 016383
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
112.0006/30/2016348306 FIRE44699531
000.000000.009.522.20.35.016 SMALL TOOLS & MINOR EQUIPMENT PPERO/Prescripon Safety Glasses for
Moquin
250.0006/30/2016348306 FIRE44700149
000.000000.009.522.20.35.016 SMALL TOOLS & MINOR EQUIPMENT PPERO/Prescripon Safety Glasses for
Moquin
362.00Check 348306 Amount
KENT EYE CLINIC Total
$362.00
KERKHOFF, THADDEUS - 042681
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 51 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
KERKHOFF, THADDEUS - 042681
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
210.0006/30/2016348307 POLICE041816-Kerkhoff-ADVT
000.000000.008.521.30.43.007 MEALS & INCIDENTAL EXPENSEAdvanced per diem for KERKHOFF to
aend the 15th Annual WSSO Advanced
School Safety Training Summit on July
24 - 28, 2016 in Kennewick, WA.
210.00Check 348307 Amount
KERKHOFF, THADDEUS Total
$210.00
KING CNTY FINANCE - 041608
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,344.6406/30/2016348308 TRANSPORTATION/AIRPORT76631
003.000000.016.542.95.31.011 LIGHTING SUPPLIESLIGHT POLE REPAIR 15434 140TH WAY WO
620905
998.6106/30/2016348308 PW SHOPS227259 54459
003.000000.019.542.92.47.005 DUMP FEES/TRANSFER STATION FEESDump fees for washrack.
1,124.2806/30/2016348308 PW SHOPS76638-76639
003.000000.019.542.92.47.005 DUMP FEES/TRANSFER STATION FEESMonthly dump fees for Street sweepings.
284.3406/30/2016348308 TRANSPORTATION/AIRPORT76758
317.122151.016.595.30.63.002 SO 7TH ST - CONST SVCSProject #1126612 / RSD RN-062 MTLS S 7
ST&SHTUCK
10,304.7506/30/2016348308 TRANSPORTATION/AIRPORT76759
317.122303.016.595.30.63.002 LOGAN AVE - CONSTRUCTION SERVICESProject #1126896 / RSD RN-068 MTLS TSTG
LOGAN AVE
523.0606/30/2016348308 PW SHOPS228211 54514
403.000000.019.537.50.47.005 DUMP FEES/TRANSFER STATION FEESDump fees for solid waste.
998.6206/30/2016348308 PW SHOPS227259 54459
405.000000.019.534.50.47.005 DUMP FEES/TRANSFER STATION FEESDump fees for washrack.
176.0006/30/2016348308 UTILITY SYSTEMS232228 35002843
406.000000.018.535.20.51.010 KING COUNTY ROW PERMITSROW 16-0363 - 11224 148th Ave SE -
Inspecon permit / Donogh, U16000740
998.6206/30/2016348308 PW SHOPS227259 54459
406.000000.019.535.50.47.005 DUMP FEES/TRANSFER STATION FEESDump fees for washrack.
998.6206/30/2016348308 PW SHOPS227259 54459
407.000000.019.531.35.47.005 DUMP FEES/TRANSFER STATION FEESDump fees for washrack.
1,960.5006/30/2016348308 PW SHOPS76638-76639
407.000000.019.531.35.47.005 DUMP FEES/TRANSFER STATION FEESMonthly dump fees for Vactor.
19,712.04Check 348308 Amount
KING CNTY FINANCE Total
35.0006/30/2016348309 POLICE060816-FEKETE-K-REGF
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for FEKETE K to aend
the 2016 Health and Educaon ~
Symposium on September 14, 2016 in
Mercer Island, WA.
35.0006/30/2016348309 POLICE061416-Mercado-REGFE
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for MERCADO to aend
the 2016 Health and Educaon ~
Symposium on September 14, 2016 in
Mercer Island, WA.
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 52 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
KING CNTY FINANCE - 041608
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
70.00Check 348309 Amount
KING CNTY FINANCE Total
$19,782.04
KING CNTY FINANCE - 042369
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,035.0006/30/2016348310 CED2072210
000.000000.007.558.52.49.003 LEGAL/ RECORDING FEES/ PERMITSKing County Recorded Documents
82.0006/30/2016348310 CITY CLERK2072210
000.000000.012.514.21.49.003 LEGAL RECORDING FEESKing County Recorded Documents
148.0006/30/2016348310 UTILITY SYSTEMS2072210
406.000000.018.535.20.49.003 LEGAL/RECORDING FEESKing County Recorded Documents
170.0006/30/2016348310 UTILITY SYSTEMS2072210
407.000000.018.531.32.49.003 LEGAL/ RECORDING FEESKing County Recorded Documents
150.0006/30/2016348310 UTILITY SYSTEMS2072210
427.475015.018.594.31.63.785 SM DRAINAGE PROBLEMS-STORM FACILITY MMKing County Recorded Documents
1,585.00Check 348310 Amount
KING CNTY FINANCE Total
$1,585.00
KING CNTY FIRE CHIEFS ASSN - 041820
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
300.0006/30/2016348311 FIRE2016Dues
000.000000.009.522.10.49.001 MEMBERSHIPS & DUESADMIN/King County Fire Chiefs
Associaon Yearly Dues
300.00Check 348311 Amount
KING CNTY FIRE CHIEFS ASSN Total
$300.00
KING CNTY FIRE TRNG OFFICERS, ASSN - 042365
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
585.0006/30/2016348312 FIRE6243
000.000000.009.522.45.43.002 TRAINING/SCHOOLSTRAINING/Class for Esbal - Auto
Extracaon Academy
640.0006/30/2016348312 FIRE6244
000.000000.009.522.45.43.002 TRAINING/SCHOOLSTRAINING/Classes for Blakeslee and
Sears - Incident Safety Officer &
Incident Command Systems
1,225.00Check 348312 Amount
KING CNTY FIRE TRNG OFFICERS, ASSN Total
$1,225.00
KING CNTY RECORDS & ELECTIONS - 042358
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
99.0006/30/2016348313 FINANCE & ITRecording Fees
405.000000.004.534.10.49.000 KING COUNTY LIEN CHARGESRecording Fees for 3 Lien documents
99.00Check 348313 Amount
KING CNTY RECORDS & ELECTIONS Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 53 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$99.00
KING CNTY WATER DIST #90 - 042367
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
160.6006/30/2016348314 PARKS ADMIN0007250
504.000000.020.518.21.47.002 WATER, METRO, GARBAGEFAC 06/16 FS 16 WATER UTILITY~
3/24-5/18
160.60Check 348314 Amount
KING CNTY WATER DIST #90 Total
$160.60
KING COUNTY LIBRARY SYSTEM - 040279
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
37,707.2206/30/2016348315 PARKS ADMIN9756
336.220033.020.594.72.62.000 HIGHLANDS LIBRARY BUILDINGS AND STRUCTURFAC 06/16 HIGHLAND LIBRARY PROFESSIONAL
SERVICES
4,554.0006/30/2016348315 PARKS ADMIN9757
336.220043.020.594.72.62.000 CEDAR RIVER LIBRARYFAC 06/16 LIBERTY PARK LIBRARY
PROFESSIONAL SERVICES
42,261.22Check 348315 Amount
KING COUNTY LIBRARY SYSTEM Total
$42,261.22
KIRKLAND, BETTY JEANE - 042472
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
10.0006/30/2016348316 FIREBKVOLAPR
000.000000.009.522.10.43.006 MEAL ALLOWANCE-VOLUNTEERADMIN/Volunteer Services 4/27
40.0006/30/2016348316 FIREBKVOLMAY
000.000000.009.522.10.43.006 MEAL ALLOWANCE-VOLUNTEERADMIN/Volunteer Services 5/4, 5/11,
5/18, 5/25
50.00Check 348316 Amount
KIRKLAND, BETTY JEANE Total
$50.00
KITSAP SAFETY - 042522
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
25.1306/30/2016348317 PW SHOPS13676
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIESAtlas gloves for shops.
25.1306/30/2016348317 PW SHOPS13676
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESAtlas gloves for shop.
25.1306/30/2016348317 PW SHOPS13676
406.000000.019.535.50.31.000 OFFICE/OPERATING SUPPLIESAtlas gloves for shop.
25.1306/30/2016348317 PW SHOPS13676
407.000000.019.531.35.31.000 OFFICE/OPERATING SUPPLIESAtlas gloves for shop.
100.52Check 348317 Amount
KITSAP SAFETY Total
$100.52
KPG INC - 042772
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 54 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
KPG INC - 042772
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,825.2806/30/2016348318 TRANSPORTATION/AIRPORT515716
317.122115.016.595.10.63.000 TRAFFIC SAFETY PGMS - PLANNINGCAG-16-003 Professional services for
Design Analysis for SR 169 Westbound
Dual Le-Turn to I-405 Southbound
On-Ramp
553.8106/30/2016348318 TRANSPORTATION/AIRPORT515616
317.122150.016.595.10.63.000 PROJ DEV & PRE-DESIGN - PLANNINGCAG-15-223 Professional services for
Couplet Conversion Project.
52,913.1806/30/2016348318 TRANSPORTATION/AIRPORT47216
317.122907.016.595.11.63.000 MAIN AVE S/DOWNTOWN CIRC - PECAG-14-146 Professional services for
Downtown Circulaon Project - Phase 1
(Main Ave S & Bronson Way S) Through
4/25/16
22,911.0006/30/2016348318 TRANSPORTATION/AIRPORT58916
317.122907.016.595.11.63.000 MAIN AVE S/DOWNTOWN CIRC - PECAG-14-146 Professional services for
Downtown Circulaon Project
78,203.27Check 348318 Amount
KPG INC Total
$78,203.27
L N CURTIS & SONS - 019440
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
408.8006/30/2016348319 POLICEINV25898
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts
and cargo pants - MCMULLEN
408.8006/30/2016348319 POLICEINV25925
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts
and cargo pants - VANDERHOEK
319.7706/30/2016348319 POLICEINV28193
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirt
and cargo pantS - STEED
408.8006/30/2016348319 POLICEINV28217
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts
and cargo pants - NIELSEN T.
408.8006/30/2016348319 POLICEINV28232
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts
and cargo pants - WOODWARD
408.8006/30/2016348319 POLICEINV28245
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts
and cargo pants - LANE
89.0206/30/2016348319 POLICEINV28246
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirt
- THOMPSON
408.8006/30/2016348319 POLICEINV28260
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts
and cargo pants - THIELMAN
586.8406/30/2016348319 POLICEINV28271
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts
and cargo pants - DESMET
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 55 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
L N CURTIS & SONS - 019440
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
408.8006/30/2016348319 POLICEINV28273
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts
and cargo pants - NIELSEN C.
95.8206/30/2016348319 POLICEINV28277
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirt
- EDWARDS
312.9706/30/2016348319 POLICEINV28279
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirt
and cargo pants - ONISHI
408.8006/30/2016348319 POLICEINV28289
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts
and cargo pants - DREHER
504.6206/30/2016348319 POLICEINV28313
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts
and cargo pants - LEIBMAN
111.9706/30/2016348319 POLICEINV28320
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy cargo pants - JENSEN
319.7706/30/2016348319 POLICEINV28323
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirt
and cargo pants - MERCADO
4,243.1306/30/2016348319 POLICEINV31006
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMVests, ballisc with apex carriers -
LEIBMAN, ONISHI, WHITNEY, SJOLIN, BRUS
-239.8106/30/2016348319 POLICE2132373-00
000.000000.008.521.30.35.000 SMALL TOOLS/MINOR EQUIPMENTCREDIT - Moss 500 ORG OM Shot gun
stock. (See invoice 2132373-00 dated
12/04/15); cHECK #344126
9,614.50Check 348319 Amount
L N CURTIS & SONS Total
$9,614.50
LALANGAN, IRENEO OR SUSAN - 111750
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
179.4506/30/2016348320 REVENUE/BALANCE SHEET007692/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE1150 Monroe Ave NE - credit bal, final
date: 5/6/16
179.45Check 348320 Amount
LALANGAN, IRENEO OR SUSAN Total
$179.45
LANGUAGE LINE SERVICES INC - 043327
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
335.2406/30/2016348321 POLICE3848753
000.000000.008.521.10.51.004 EMERGENCY COMMUNICATIONMay 2016 Language Line - 27 calls
335.24Check 348321 Amount
LANGUAGE LINE SERVICES INC Total
$335.24
LAW, DENIS - 043743
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 56 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
LAW, DENIS - 043743
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
53.5006/30/2016348322 EXECUTIVEReimLaw
000.000000.003.513.10.42.002 CELL PHONES/PAGERScell phone data reim 4/16/16-5/15/16
53.50Check 348322 Amount
LAW, DENIS Total
$53.50
LIFE ASSIST INC - 044830
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,332.4606/30/2016348323 FIRE752584
000.000000.009.522.70.31.000 OFFICE/OPERATING SUPPLIESEMS/Aid Supplies
1,802.3806/30/2016348323 FIRE752987
000.000000.009.522.70.31.000 OFFICE/OPERATING SUPPLIESEMS/Aid Supplies
3,134.84Check 348323 Amount
LIFE ASSIST INC Total
$3,134.84
LIGHT LOADS CONCRETE LLC - 044878
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
659.0706/30/2016348324 PW SHOPS11571
406.000000.019.535.50.31.000 OFFICE/OPERATING SUPPLIES3.25 yards of concrete for wastewater
li staon.
659.07Check 348324 Amount
LIGHT LOADS CONCRETE LLC Total
$659.07
LILLY MAY BAYLEY - 008169
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
200.0006/30/2016348325 MUNICIPAL COURT062116
000.000000.002.512.50.41.003 CONTRACTED SERVICESTagalog - cerfied ~
6-20-16 one case~
6-21-16 one case
200.00Check 348325 Amount
LILLY MAY BAYLEY Total
$200.00
LINDA HAYS - 110915
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3.0006/30/2016348326 REVENUE/BALANCE SHEET110915
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens received
at the 6/7/16 Market
14.0006/30/2016348326 REVENUE/BALANCE SHEET228
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
20.0006/30/2016348326 REVENUE/BALANCE SHEET256
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT sales on 6/21/16
37.00Check 348326 Amount
LINDA HAYS Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 57 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$37.00
LINDS CUSTOM MEATS LLC - 110916
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1.0006/30/2016348327 REVENUE/BALANCE SHEET192
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens received
at the 6/7/16 Market
10.0006/30/2016348327 REVENUE/BALANCE SHEET227
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
11.00Check 348327 Amount
LINDS CUSTOM MEATS LLC Total
$11.00
LOCAL PROS PAINTING & - 045210
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
6,386.0406/30/2016348328 PARKS ADMIN1409
001.000000.020.576.20.48.000 REPAIRS & MAINTENANCEFAC 06/16 HMAC WALL PAINTING~
Includes change order for Top of Wall
Coang & Wall Painng RE-do
6,386.04Check 348328 Amount
LOCAL PROS PAINTING & Total
$6,386.04
LONE STAR IMPORTS LLC - 111787
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
44.5006/30/2016348329 REVENUE/BALANCE SHEETBL.038815/Refund
000.000000.000.257.00.00.001 DEFERRED REVENUE - BUS LICENSECustomer paid a straight $50.00 for
late penales. Should have only paid
$5.50
44.50Check 348329 Amount
LONE STAR IMPORTS LLC Total
$44.50
LUNDGREN FIRE RESCUE - 091887
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,153.1606/30/2016348330 FIRELUND51616
000.000000.009.522.20.48.015 REPAIRS & MAINTENANCE SCBARO/NFPA 2nd Qtr checks and parts
replacement, CO Cell & PSE switch
1,153.16Check 348330 Amount
LUNDGREN FIRE RESCUE Total
$1,153.16
LYTLE, MATTHEW - 111793
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,000.0006/30/2016348331 REVENUE/BALANCE SHEETRefund ROW
650.000000.000.237.00.00.000 CUSTODIAL ACCOUNTS-SPECIAL DEPOSITS1023 N 34th ST - ROW Bond to install
sewer stub. Permit: SS15002409 Work
complete
2,000.00Check 348331 Amount
LYTLE, MATTHEW Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 58 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$2,000.00
MAGNUM PRINT SOLUTIONS - 046289
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
131.2906/30/2016348332 CED155529
000.000000.007.558.51.31.000 OFFICE/OPERATING SUPPLIESTwo toner cartridges
131.29Check 348332 Amount
MAGNUM PRINT SOLUTIONS Total
$131.29
MANAGING DYNAMICS LLC - 046709
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
281.2506/30/2016348333 CED2593
000.000000.007.558.60.41.000 PROFESSIONAL SERVICEScoaching CED employee
46.8706/30/2016348333 UTILITY SYSTEMS2593
403.000000.018.537.10.41.000 PROFESSIONAL SERVICEScoaching Public Works Ulies employee
46.8706/30/2016348333 UTILITY SYSTEMS2594
403.000000.018.537.10.41.000 PROFESSIONAL SERVICEScoaching for PW Ulies employee
46.8706/30/2016348333 UTILITY SYSTEMS2593
405.000000.018.534.10.41.000 PROFESSIONAL SERVICEScoaching PW Ulies employee
46.8706/30/2016348333 UTILITY SYSTEMS2594
405.000000.018.534.10.41.000 PROFESSIONAL SERVICEScoaching for PW Ulies employee
46.8806/30/2016348333 UTILITY SYSTEMS2593
406.000000.018.535.10.41.000 PROFESSIONAL SERVICEScoaching PW Ulies employee
46.8806/30/2016348333 UTILITY SYSTEMS2594
406.000000.018.535.10.41.000 PROFESSIONAL SERVICEScoaching for PW Ulies employee
46.8806/30/2016348333 UTILITY SYSTEMS2593
407.000000.018.531.31.41.000 PROFESSIONAL SERVICEScoaching PW ulies employee
46.8806/30/2016348333 UTILITY SYSTEMS2594
407.000000.018.531.31.41.000 PROFESSIONAL SERVICEScoaching for PW Ulies employee
656.25Check 348333 Amount
MANAGING DYNAMICS LLC Total
$656.25
MASSACHUETTS MUTUAL LIFE INS - 100008
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
50.5206/24/2016348126 REVENUE/BALANCE SHEETBen1737790
632.000000.000.231.50.30.000 ACCRUED EMPLOYEE BENEFITSDEF MASS LIFE: Payment
50.52Check 348126 Amount
MASSACHUETTS MUTUAL LIFE INS Total
$50.52
MCCAIN TRAFFIC SUPPLY INC - 047772
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
305.5106/30/2016348334 TRANSPORTATION/AIRPORTINV0209409
003.000000.016.542.95.31.010 SIGNAL SUPPLIESVISORS FOR SIGNALS
305.51Check 348334 Amount
MCCAIN TRAFFIC SUPPLY INC Total
$305.51
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 59 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
MCDONOUGH & SONS INC - 048014
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
202.5806/30/2016348335 PARKS ADMIN208569
001.000000.020.576.81.48.046 PARKING LOT SWEEPINGPKS: CITY HALL PARKING LOT SWEEPING &
CLEANING - SWEEPING SERVICE ON JUNE 18,
2016; SERVICE ORDER #90006~
QTY 2 @ $92.50/EA + SALES TAX @ $17.58
824.5406/30/2016348335 PARKS ADMIN208284
108.220046.020.518.21.41.003 CONTRACTED SERVICES-PARKING GARAGEFAC 06/16 CITY CENTER GARAGE SWEEPING
396.2806/30/2016348335 PARKS ADMIN206846
404.000000.020.576.61.48.003 MAINTENANCEGC: 2016 03 LOT SWEEPING~
~
***NOTE: INVOICE RECEIVED 06/16/16
317.0306/30/2016348335 PARKS ADMIN207352
404.000000.020.576.61.48.003 MAINTENANCEGC: 2016 04 LOT SWEEPING~
~
***NOTE: INVOICE RECEIVED 06/16/16
317.0306/30/2016348335 PARKS ADMIN207831
404.000000.020.576.61.48.003 MAINTENANCEGC: 2016 05 LOT SWEEPING~
~
***NOTE: INVOICE RECEIVED 06/16/16
2,057.46Check 348335 Amount
MCDONOUGH & SONS INC Total
$2,057.46
MCKINNEY GROUP INC - 111786
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
18.7006/30/2016348336 NON DEPARTMENTALBL.027749/Refund
000.000000.005.321.99.00.000 OTHER BUSINESS LICENSES AND PERMITSCustomer reapplied for a new license
then renewed the late one - refunding
late payment which came in 2nd
16.5006/30/2016348336 NON DEPARTMENTALBL.027749/Refund
316.000000.005.321.99.00.000 OTHER BUSINESS LICENSES AND PERMITSCustomer reapplied for a new license
then renewed the late one - refunding
late payment which came in 2nd
74.8006/30/2016348336 TRANSPORTATION/AIRPORTBL.027749/Refund
317.000000.016.321.99.00.000 OTHER BUSINESS LICENSES AND PERMITSCustomer reapplied for a new license
then renewed the late one - refunding
late payment which came in 2nd
5.5006/30/2016348336 TRANSPORTATION/AIRPORTBL.027749/Refund
317.000000.016.359.10.00.000 PENALTY/GEN. BUS. LICENSESCustomer reapplied for a new license
then renewed the late one - refunding
late payment which came in 2nd
115.50Check 348336 Amount
MCKINNEY GROUP INC Total
$115.50
MCLENDON HARDWARE INC - 048480
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
150.1906/30/2016348337 FIRE446792/2
000.000000.009.522.20.31.000 OFFICE/OPERATING SUPPLIESRO/SCBA Supplies
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 60 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
MCLENDON HARDWARE INC - 048480
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
150.19Check 348337 Amount
MCLENDON HARDWARE INC Total
$150.19
MICHAEL FAAST - 048996
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
500.0006/30/2016348338 PARKS ADMIN7416 Jangles
001.000000.020.573.90.49.000 SPECIAL EVENTSProfessional Services - Performance
during City's 4thof July Event:
2:15-3:15 p.m.
500.00Check 348338 Amount
MICHAEL FAAST Total
$500.00
MOLLY AJETO - 001460
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
637.5006/30/2016348339 MUNICIPAL COURT061716
000.000000.002.512.50.41.003 CONTRACTED SERVICESSpanish - cerfied~
6-6-16 one case~
6-8-16 4 cases~
6-10-16 1 case~
6-13-16 2 cases~
6-15-16 7 cases
637.50Check 348339 Amount
MOLLY AJETO Total
$637.50
MOSCHETTI, LINDA - 051313
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
185.3406/30/2016348340 PW ADMINMileage
000.000000.015.538.10.43.001 TRAVELMileage reimbursement for 343.20 miles
at $.54/mile for Lmosche
Professional Development II course;
Tacoma, WA June 12-17
185.34Check 348340 Amount
MOSCHETTI, LINDA Total
$185.34
N C MACHINERY COMPANY - 052652
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
86.8606/30/2016348341 PW SHOPSSECS0623729
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESFilters for stock.
86.86Check 348341 Amount
N C MACHINERY COMPANY Total
$86.86
NAPA AUTO PARTS - 052604
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 61 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
NAPA AUTO PARTS - 052604
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
54.1806/30/2016348342 PW SHOPS546183
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESMuffler for B098.
168.6606/30/2016348342 PW SHOPS546412
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESTail lamps for C226
-27.7006/30/2016348342 PW SHOPS546946
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESCredit for returned part.
92.6806/30/2016348342 PW SHOPS548354
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESBlue winshield towels/shop.
31.2206/30/2016348342 PW SHOPS548898
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESTruck net e down for C274.
21.0006/30/2016348342 PW SHOPS548920
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESHeater hoses for D091
20.5606/30/2016348342 PW SHOPS551198
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESGrease gun couplers/stock.
624.3706/30/2016348342 PW SHOPS554087
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESNew truck e downs for stock.
78.8006/30/2016348342 PW SHOPS555197
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESStrobe head for D100
21.9506/30/2016348342 PW SHOPS555561
501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESTail lamps for stock.
34.7406/30/2016348342 PW SHOPS550775
501.000000.019.548.60.35.000 SMALL TOOLS/MINOR EQUIPMENTGrease gun tools.
1,120.46Check 348342 Amount
NAPA AUTO PARTS Total
$1,120.46
NATL BARRICADE CO LLC - 053290
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
343.8306/30/2016348343 FIRE264270
000.000000.009.522.20.35.000 OTHER SMALL TOOLS/MINOR EQUIPRO/20 Traffic Cones
343.83Check 348343 Amount
NATL BARRICADE CO LLC Total
$343.83
NATL SAFETY INC - 054296
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
531.0806/30/2016348344 FIRE0438972-IN
000.000000.009.522.21.48.000 EQUIPMENT REPAIR TECH RESCUEHAZMAT/Cylinder Holder Repairs
65.7006/30/2016348344 FIRE0438974-IN
000.000000.009.522.21.48.000 EQUIPMENT REPAIR TECH RESCUEHAZMAT/Lamp Repairs
596.78Check 348344 Amount
NATL SAFETY INC Total
$596.78
NELSON WORLDWIDE INC - 054830
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
481.0006/30/2016348345 PARKS ADMIN77070
316.220054.020.594.58.62.000 PERMIT AREA RECONFIGURATIONFAC 06/16 PERCENT REMODEL 6TH FL
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 62 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
NELSON WORLDWIDE INC - 054830
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
442.3506/30/2016348345 PARKS ADMIN77161
316.220054.020.594.58.62.000 PERMIT AREA RECONFIGURATIONFAC 06/16 PERMIT CENTER REMODEL
923.35Check 348345 Amount
NELSON WORLDWIDE INC Total
$923.35
NETMOTION WIRELESS INC - 054986
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
8,486.2506/30/2016348346 FINANCE & ITI0031521
503.000000.004.518.82.41.003 SERVICE CONTRACTS1ea. (250 Devices w/ Mobility) Mobility
Premium Soware Maintenance~
* 24x7 technical support~
* Major version upgrades~
* Tech notes and web based support~
* Cumulave quanty discounts on
addional device licenses~
* Patch and point releases at no
addional charge~
* Guaranteed response mes~
(Effecve from 6/5/2016 through
6/4/2017)
8,486.25Check 348346 Amount
NETMOTION WIRELESS INC Total
$8,486.25
NEWTON, GEORGE - 111766
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
40.4006/30/2016348347 REVENUE/BALANCE SHEET003607/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE1228 Benson Rd S - Credit bal, final
date: 5/12/16
40.40Check 348347 Amount
NEWTON, GEORGE Total
$40.40
NI GOVERNMENT SERVICES INC - 055427
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
73.7306/30/2016348348 FIRE6051075903
000.000000.009.525.60.42.000 COMMUNICATIONSEM/MSAT $60 Monthly Fee
73.73Check 348348 Amount
NI GOVERNMENT SERVICES INC Total
$73.73
NINO BLANCO FOODS LLC - 111785
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
9.0006/30/2016348349 REVENUE/BALANCE SHEET217
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBTsales on 6/7/16
3.0006/30/2016348349 REVENUE/BALANCE SHEET240
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBTsales on 6/14/16
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 63 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
NINO BLANCO FOODS LLC - 111785
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
8.0006/30/2016348349 REVENUE/BALANCE SHEET271
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBTsales on 6/21/16
20.00Check 348349 Amount
NINO BLANCO FOODS LLC Total
$20.00
NORMAN N. HOLCOMB - 111784
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
17.0006/30/2016348350 REVENUE/BALANCE SHEET202
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT sales on 6/21/16
21.0006/30/2016348350 REVENUE/BALANCE SHEET266
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBTsales on 6/21/16
38.00Check 348350 Amount
NORMAN N. HOLCOMB Total
$38.00
NW FIRE FIGHTERS TRUST - 856462
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
206,904.2706/24/2016348127 REVENUE/BALANCE SHEET5736
632.000000.000.122.10.00.000 CUSTOMER ACCOUNTS RECEIVABLEbilling # 5736 accont # 39
206,904.27Check 348127 Amount
NW FIRE FIGHTERS TRUST Total
$206,904.27
NW LEADERSHIP SEMINAR - 058138
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,180.0006/30/2016348351 FIRE1602
000.000000.009.522.45.43.002 TRAINING/SCHOOLSTRAINING/Registraon for NW Leadership
Seminar - Ochs, Seaver, Wallgren,
Marshall
1,180.00Check 348351 Amount
NW LEADERSHIP SEMINAR Total
$1,180.00
NW SAFETY CLEAN - 056750
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,716.0806/30/2016348352 FIRE16-14067
000.000000.009.522.20.48.000 REPAIRS & MAINTENANCERO/Bunker Gear Cleaning
334.9606/30/2016348352 FIRE16-14068
000.000000.009.522.20.48.000 REPAIRS & MAINTENANCERO/Bunker Gear Cleaning
2,051.04Check 348352 Amount
NW SAFETY CLEAN Total
$2,051.04
NW SECURITY & SOUND LLC - 056766
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 64 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
NW SECURITY & SOUND LLC - 056766
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
150.0006/30/2016348353 PW SHOPS15227
405.000000.019.534.50.41.000 PROFESSIONAL SERVICESTelemetry monitoring for July, August
and September.
150.00Check 348353 Amount
NW SECURITY & SOUND LLC Total
$150.00
OBERMILLER, IAN - 111763
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
89.3306/30/2016348354 REVENUE/BALANCE SHEET040927/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE15637 140th PL SE - Credit bal, final
date: 5/20/16
89.33Check 348354 Amount
OBERMILLER, IAN Total
$89.33
OCCUPATIONAL HEALTH SVC - 085508
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
9,755.0006/30/2016348355 FIRE70004166
000.000000.009.522.10.41.000 PROFESSIONAL SERVICESADMIN/Annual exams for 70 people
9,755.00Check 348355 Amount
OCCUPATIONAL HEALTH SVC Total
$9,755.00
OFFICE DEPOT INC - 057345
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
44.2906/30/2016348356 PW SHOPS843122047001
003.000000.019.542.90.31.000 OFFICE/OPERATING SUPPLIESOffice supplies for shops.
46.9106/30/2016348356 TRANSPORTATION/AIRPORT839772373001
402.000000.016.546.20.31.000 SHOP/OFFICE - OPERATING SUPPLIESOffice supplies - highlighters, pens,
sheet protectors, binders
91.20Check 348356 Amount
OFFICE DEPOT INC Total
$91.20
OLBRECHTS & ASSOCIATES PLLC - 057800
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,089.0006/30/2016348357 HEARING EXAMINERHEX/May 2016
000.000000.011.558.60.41.003 CONTRACTED SERVICESMay 2016 HEX Services
4,089.00Check 348357 Amount
OLBRECHTS & ASSOCIATES PLLC Total
$4,089.00
OLEJAR, SONYA J - 111770
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
133.6406/30/2016348358 REVENUE/BALANCE SHEET021640/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE4101 NE 27th PL - Credit bal, final
date: 5/03/16
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 65 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
OLEJAR, SONYA J - 111770
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
133.64Check 348358 Amount
OLEJAR, SONYA J Total
$133.64
OSMAN RUIZ - 110920
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
27.0006/30/2016348359 REVENUE/BALANCE SHEET198
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
20.0006/30/2016348359 REVENUE/BALANCE SHEET269
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
76.0006/30/2016348359 PARKS ADMIN198
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
22.0006/30/2016348359 PARKS ADMIN269
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
145.00Check 348359 Amount
OSMAN RUIZ Total
$145.00
OUTCOMES BY LEVY LLC - 058621
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,961.0306/30/2016348360 EXECUTIVE2016-05-R
000.000000.003.513.10.41.010 GOVERNMENT RELATIONSLegislave/lobbying services-May 2016
4,961.03Check 348360 Amount
OUTCOMES BY LEVY LLC Total
$4,961.03
OVERLAKE OIL INC - 058740
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,153.8506/30/2016348361 PW SHOPS0178385-IN
501.000000.019.548.60.32.001 FUEL CONSUMED - DIESEL FUELDiesel fuel for the shops.
7,719.8906/30/2016348361 PW SHOPS0178386-IN
501.000000.019.548.60.32.001 FUEL CONSUMED - DIESEL FUELDiesel fuel for the shops.
8,737.0006/30/2016348361 PW SHOPS0178476-IN
501.000000.019.548.60.32.001 FUEL CONSUMED - DIESEL FUELDiesel fuel for the shops.
4,211.5506/30/2016348361 PW SHOPS0178385-IN
501.000000.019.548.60.32.003 FUEL CONSUMED GASOLINEUnleaded fuel for the shops.
2,196.4306/30/2016348361 PW SHOPS0178386-IN
501.000000.019.548.60.32.003 FUEL CONSUMED GASOLINEUnleaded fuel for the shops.
10,460.1606/30/2016348361 PW SHOPS0178476-IN
501.000000.019.548.60.32.003 FUEL CONSUMED GASOLINEUnleaded fuel for the shops.
35,478.88Check 348361 Amount
OVERLAKE OIL INC Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 66 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$35,478.88
OWENS, WILLIAM - 111767
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
393.8306/30/2016348362 REVENUE/BALANCE SHEET012811/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUERefund - Credit bal, final date: 5/23/16
393.83Check 348362 Amount
OWENS, WILLIAM Total
$393.83
PACIFIC GLASS INC - 059395
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
312.0806/30/2016348363 PARKS ADMIN1464
000.060751.020.565.10.49.000 HRAP-FIRST SAVINGSFurnish and install one 34-7/8: X
34-3/8" X 1/2" insulated regular window
- Kishida
312.08Check 348363 Amount
PACIFIC GLASS INC Total
$312.08
PACIFIC RIM MEDICAL SYSTEMS - 059755
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,063.6806/30/2016348364 POLICE14328
000.000000.008.521.30.35.000 SMALL TOOLS/MINOR EQUIPMENTReplacement kit for charge-pak charging
unit and 2 sets of quik-pak electrodes
1,063.68Check 348364 Amount
PACIFIC RIM MEDICAL SYSTEMS Total
$1,063.68
PACIFIC SAFETY SUPPLY CO INC - 059850
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
914.5906/30/2016348365 PW SHOPS712568
405.000000.019.534.50.34.000 WATER INVENTORY PURCHASEDRoadwork ahead signs for stock.
914.59Check 348365 Amount
PACIFIC SAFETY SUPPLY CO INC Total
$914.59
PANTEL TACTICAL - 060254
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
32.8006/30/2016348366 POLICE55687
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLarge radio pouch - HASSINGER
32.80Check 348366 Amount
PANTEL TACTICAL Total
$32.80
PARK, NOAH - 111757
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
113.3606/30/2016348367 REVENUE/BALANCE SHEET047772/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUERefund - Credit bal, final date: 4/29/16
113.36Check 348367 Amount
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 67 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
PARK, NOAH - 111757
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
PARK, NOAH Total
$113.36
PEOPLE, AFSCME, AFL-CIO - 107874
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
15.0006/24/2016348128 REVENUE/BALANCE SHEETBen1737816
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPEOPLE AFSCME VOLUNTARY DED: Payment
15.00Check 348128 Amount
PEOPLE, AFSCME, AFL-CIO Total
$15.00
PERFECT DRIVE GOLF & - 081343
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
993.6506/30/2016348368 PARKS ADMIN2305427
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: GOLF CART REPAIR SUPPLIES
170.0406/30/2016348368 PARKS ADMIN2312157
404.000000.020.576.65.48.000 REPAIRS & MAINTENANCEGC: CART REPAIRS: THREE CARS WTIH
CLUTCH NOISE. REPLACED DRIVE BELTS ON
TWO CARS ALL OPERATIONAL
242.1306/30/2016348368 PARKS ADMIN2312162
404.000000.020.576.65.48.000 REPAIRS & MAINTENANCEGC: CLUB REPAIRS: RENTAL 7179 FRONT
END DAMAGE / REPLACED LEFT HAND SPINDLE
1,405.82Check 348368 Amount
PERFECT DRIVE GOLF & Total
$1,405.82
PERTEET ENGINEERING INC - 061292
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
40,501.9506/30/2016348369 TRANSPORTATION/AIRPORT20140266.001-13
317.122122.016.595.11.63.000 SUNSET LANE - PRELIM ENGCAG-15-046 Professional services for
Sunset Lane Roadway Improvements
project 4/4/16 - 5/15/16
1,747.3006/30/2016348369 TRANSPORTATION/AIRPORT20140266.001-14
317.122122.016.595.11.63.000 SUNSET LANE - PRELIM ENGCAG-15-046 Professional services for
Sunset Lane Roadway Improvements
project 5/16/16 - 5/29/16
17,380.2906/30/2016348369 TRANSPORTATION/AIRPORT20130276.000-14
317.122902.016.595.11.63.000 SUNSET BLVD CORRIDOR - PRELIM ENGINCAG-15-080 Professional services for
Sunset Blvd Corridor Improvements
Project 5/2/16 - 5/29/16
59,629.54Check 348369 Amount
PERTEET ENGINEERING INC Total
$59,629.54
PHYSIO-CONTROL INC - 061760
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,316.2006/30/2016348370 FIRE416121283
000.000000.009.522.70.48.000 AID EQUIPMENT REPAIR & MAINTEMS/June Monthly Maintenance
2,316.20Check 348370 Amount
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 68 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
PHYSIO-CONTROL INC - 061760
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
PHYSIO-CONTROL INC Total
$2,316.20
PLANET TURF/JCC LTD - 062201
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,338.0906/30/2016348371 PARKS ADMIN10765
404.000000.020.576.65.31.011 FERTILIZERGC: FERTILIZER FOR GREENS
1,338.09Check 348371 Amount
PLANET TURF/JCC LTD Total
$1,338.09
PLATT ELECTRIC SUPPLY - 062280
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
105.5806/30/2016348372 TRANSPORTATION/AIRPORTJ485037
003.000000.016.542.95.31.011 LIGHTING SUPPLIESWIRE FOR LIGHTING
197.8606/30/2016348372 TRANSPORTATION/AIRPORTJ593305
003.000000.016.542.95.31.011 LIGHTING SUPPLIESWIRE FOR STREET LIGHTING
5,906.4306/30/2016348372 UTILITY SYSTEMSJ115603
425.455584.018.594.34.63.000 WATER SYSTEM SECURITY IMPROVEMENTS30 light fixtures for security at
wells. - Returned for Credit
-5,906.4306/30/2016348372 UTILITY SYSTEMSJ634456
425.455584.018.594.34.63.000 WATER SYSTEM SECURITY IMPROVEMENTSCredit for light fixtures for security
at wells.
303.44Check 348372 Amount
PLATT ELECTRIC SUPPLY Total
$303.44
PND ENGINEERS - 061121
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,505.0006/30/2016348373 PARKS ADMIN16060114
316.332028.020.576.81.41.000 PARKS MM - STRUCTURAL REVIEWSCIP/PPNR: (CAG-16-018) CEDAR RIVER
TRAIL BOATHOUSE & PIER - CONDITION
ASSESSMENT - PND to provide
professional structural assessment
services at the Boathouse and Pier at
the Cedar River Trail Park.~
PND Project No. 164018; MAY 2, 2016
THRU MAY 29, 2016 PROFESSIONAL SERVICES
- work entailed: Task 1 - Below deck
observaons; above deck observaons;
and building structural observaons.
Engineering Services/Boathouse and Pier
Inspecon @ $2,505.00.
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 69 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
PND ENGINEERS - 061121
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,230.0806/30/2016348373 PARKS ADMIN16060101
316.332041.020.594.76.63.000 RIVERVIEW PARK BRIDGE REPLACEMENTCIP/PPNR: (CAG-13-220) RIVERVIEW PARK
BRIDGE REPLACEMENT - PND to provide
professional engineering services for
the design and perming services for
complete replacement of the Riverview
Park Bridge.~
PND Project No. 134057; MAY 2, 2016
THRU MAY 29, 2016 PROFESSIONAL SERVICES
- 2D Construcon Administraon -
Labor @ $2,575.00; Mileage @ $19.01;
Subconsultant-APS Survey & Mapping @
$1,636.07.
790.0006/30/2016348373 PARKS ADMIN16060115
316.332045.020.576.81.41.017 COULON PARK 5 YEAR STRUCTURAL REVIEWCIP/PPNR: (CAG-16-019) IVAR'S DECK
STRUCTURAL ASSESSMENT~
- IVAR'S RESTAURANT OUTDOOR DECK &
SOUTH WATERWALK STRUCTURAL SUPPORT
ASSESSMENT - PND to provide
professional structural assessment
services at Coulon Beach Park. ~
PND Project No. 164019 - MAY 2, 2016
THRU MAY 29, 2016 PROFESSIONAL SERVICES
- work entailed: Task 1 - Ivar's
Restaurant Outdoor Deck Beam
Inspecon; below deck observaons.
Task 2 - Coulon Park - South Waterwalk
Pile Cap Grout Survey; below deck
observaons. Task 3 - Ivar's
Restaurant Outdoor Deck Beam Analysis &
Cost Esmate.~
Engineering Services 02 Supplemental
Survey, Analysis & Cost Esmate -
Addendum #1 @ $790.00.
7,525.08Check 348373 Amount
PND ENGINEERS Total
$7,525.08
POLAND & SONS INC - 065980
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
7,305.7806/30/2016348374 FIRERP0516L
000.000000.009.522.50.31.000 OFFICE/OPERATING SUPPLIESFAC/1 pallet of Novacool
7,305.78Check 348374 Amount
POLAND & SONS INC Total
$7,305.78
POSTAL EXPRESS CORPORATION - 062806
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
9,141.4006/30/2016348375 EXECUTIVEP1605306
505.000000.003.518.70.42.001 POSTAGEPost Office Mail Delivery and Pick Up
9,141.40Check 348375 Amount
POSTAL EXPRESS CORPORATION Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 70 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$9,141.40
PRINCE TELECOM - 109070
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
384.0006/30/2016348376 CEDVarious Permits
000.000000.007.322.10.02.000 ELECTRICAL PERMITSVarious locaons pulled on MBP. These
permits were pulled in error.
Refunding 80% fo the permit fee, no
inspecons.~
E16003004,2784,2739,2642,2787,2484,2463
& 2399 ($48 each)
384.00Check 348376 Amount
PRINCE TELECOM Total
$384.00
PRISSINOTTI, NELLO - 103201
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
421.9806/30/2016348377 UTILITY SYSTEMS012860/Refund
407.000000.018.343.10.01.000 SURFACE WATER DRAINAGE FEES & CHARGES10227 128th Ave Se - Credit bal
421.98Check 348377 Amount
PRISSINOTTI, NELLO Total
$421.98
PROTECTION TECHNOLOGIES INC - 063710
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
196.4206/30/2016348378 TRANSPORTATION/AIRPORT46332
402.000000.016.546.20.48.000 REPAIR & MAINTENANCERepair labor to fix tower door security
camera
196.42Check 348378 Amount
PROTECTION TECHNOLOGIES INC Total
$196.42
PROVANTAGE LLC - 063747
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
703.4906/30/2016348379 FINANCE & IT7688055
503.530051.004.518.82.35.034 ENTERPRISE EDGE OTHER MINOR EQUIPMENT1ea. Casio Ecolite Projector for Police
Briefing Room
703.49Check 348379 Amount
PROVANTAGE LLC Total
$703.49
PUGET POSTINGS - 091537
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
410.6306/30/2016348380 MUNICIPAL COURT2343
000.000000.002.512.50.41.003 CONTRACTED SERVICESJuror Source List for 2016
410.63Check 348380 Amount
PUGET POSTINGS Total
$410.63
PUGET SOUND ACCESS - 064237
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 71 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
PUGET SOUND ACCESS - 064237
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
5,000.0006/30/2016348381 EXECUTIVE16-1033
127.000000.003.571.10.41.002 AV PRODUCTIONPREPAY COUNCIL MEETING PRODUCTION WORK
JULY-DEC 2016
5,000.00Check 348381 Amount
PUGET SOUND ACCESS Total
$5,000.00
PUGET SOUND CLEAN AIR AGENCY - 064380
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
500.0006/30/2016348382 PW SHOPS16CC13
501.000000.019.548.60.49.001 MEMBERSHIPS & DUESMembership dues.
500.00Check 348382 Amount
PUGET SOUND CLEAN AIR AGENCY Total
$500.00
PUGET SOUND ENERGY - 064290
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
11.8506/30/2016348384 TRANSPORTATION/AIRPORT200003882640
003.000000.016.542.95.47.001 ELECTRICITY4350 LAKE WASHINGTON BLVD N
25.6106/30/2016348384 TRANSPORTATION/AIRPORT200011979727
003.000000.016.542.95.47.001 ELECTRICITY3804 NE 24TH CT
221.1906/30/2016348384 TRANSPORTATION/AIRPORT200012010142
003.000000.016.542.95.47.001 ELECTRICITY720 JONES AVE S
22.2906/30/2016348384 TRANSPORTATION/AIRPORT200013337502
003.000000.016.542.95.47.001 ELECTRICITY242 UNION AVE NE
25.8906/30/2016348384 TRANSPORTATION/AIRPORT200013337718
003.000000.016.542.95.47.001 ELECTRICITY3629 NE 19TH ST
21.9006/30/2016348384 TRANSPORTATION/AIRPORT200013338112
003.000000.016.542.95.47.001 ELECTRICITY5718 NE 7TH PL
24.0206/30/2016348384 TRANSPORTATION/AIRPORT200013338112
003.000000.016.542.95.47.001 ELECTRICITY5718 NE 7TH PL
16.0706/30/2016348384 TRANSPORTATION/AIRPORT200013338294
003.000000.016.542.95.47.001 ELECTRICITY3711 MONTEREY PL NE
15.6706/30/2016348384 TRANSPORTATION/AIRPORT200013338484
003.000000.016.542.95.47.001 ELECTRICITY3819 NE 19TH ST
72.1506/30/2016348384 TRANSPORTATION/AIRPORT200013338682
003.000000.016.542.95.47.001 ELECTRICITY1498 TALBOT RD S
13.3606/30/2016348384 TRANSPORTATION/AIRPORT200013338849
003.000000.016.542.95.47.001 ELECTRICITY1000 S 32ND PL
12.8306/30/2016348384 TRANSPORTATION/AIRPORT200013338997
003.000000.016.542.95.47.001 ELECTRICITY517 LYONS PL NE
84.2206/30/2016348384 TRANSPORTATION/AIRPORT200018708335
003.000000.016.542.95.47.001 ELECTRICITY405 LOGAN AVE N
20.8806/30/2016348384 TRANSPORTATION/AIRPORT220000037147
003.000000.016.542.95.47.001 ELECTRICITY615 FIELD PL NE
153.6106/30/2016348384 TRANSPORTATION/AIRPORT220000385819
003.000000.016.542.95.47.001 ELECTRICITY710 RAINIER AVE S
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 72 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
PUGET SOUND ENERGY - 064290
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
142.5406/30/2016348384 TRANSPORTATION/AIRPORT220000428270
003.000000.016.542.95.47.001 ELECTRICITY200 S GRADY WAY
92.4506/30/2016348384 TRANSPORTATION/AIRPORT220000608483
003.000000.016.542.95.47.001 ELECTRICITY400 RAINIER AVE S
129.5806/30/2016348384 TRANSPORTATION/AIRPORT220000779516
003.000000.016.542.95.47.001 ELECTRICITY800 GARDEN AVE N
64.8306/30/2016348384 TRANSPORTATION/AIRPORT220000978399
003.000000.016.542.95.47.001 ELECTRICITY149 AV SE & MAPLE VALLEY HWY
36.5306/30/2016348384 TRANSPORTATION/AIRPORT220000978811
003.000000.016.542.95.47.001 ELECTRICITY161ST ST SE & MAPLE-VAL RD
62.9406/30/2016348384 TRANSPORTATION/AIRPORT220000978852
003.000000.016.542.95.47.001 ELECTRICITY140 AVE SE & MAPLE-VAL RD
48.8006/30/2016348384 TRANSPORTATION/AIRPORT220000979132
003.000000.016.542.95.47.001 ELECTRICITY131 AVE SE & MAPLE-VAL RD
119.3906/30/2016348384 TRANSPORTATION/AIRPORT220000979447
003.000000.016.542.95.47.001 ELECTRICITY440 RAINIER AVE S
10.2606/30/2016348384 TRANSPORTATION/AIRPORT220001008543
003.000000.016.542.95.47.001 ELECTRICITYSW 3RD PL, E OF EARLINGTON
130.6606/30/2016348384 TRANSPORTATION/AIRPORT220001287758
003.000000.016.542.95.47.001 ELECTRICITY4225 NE 4TH ST
32.2606/30/2016348384 TRANSPORTATION/AIRPORT220002284507
003.000000.016.542.95.47.001 ELECTRICITY13426 156TH AVE SE
55.9706/30/2016348384 TRANSPORTATION/AIRPORT220002297954
003.000000.016.542.95.47.001 ELECTRICITY686 HARDIE AVE SW
83.2206/30/2016348384 TRANSPORTATION/AIRPORT220002574766
003.000000.016.542.95.47.001 ELECTRICITYSE 180 ST & 108 AV SE
130.5006/30/2016348384 TRANSPORTATION/AIRPORT220003121617
003.000000.016.542.95.47.001 ELECTRICITY108 AV SE & SE 174 ST
176.2806/30/2016348384 TRANSPORTATION/AIRPORT220003703281
003.000000.016.542.95.47.001 ELECTRICITY7350 S 163RD ST
26.7206/30/2016348384 TRANSPORTATION/AIRPORT220005553213
003.000000.016.542.95.47.001 ELECTRICITY1902 HARRINGTON AVE NE
46.0306/30/2016348384 TRANSPORTATION/AIRPORT220005929926
003.000000.016.542.95.47.001 ELECTRICITY1178 HOQUIAM AVE NE
17.2806/30/2016348384 TRANSPORTATION/AIRPORT220006539732
003.000000.016.542.95.47.001 ELECTRICITY1508 KIRKLAND AVE NE
38.8806/30/2016348384 TRANSPORTATION/AIRPORT220007040508
003.000000.016.542.95.47.001 ELECTRICITY2724 BENSON RD S
21.6006/30/2016348384 TRANSPORTATION/AIRPORT220007040870
003.000000.016.542.95.47.001 ELECTRICITY320 BREMERTON AVE NE
15.6706/30/2016348384 TRANSPORTATION/AIRPORT220007206471
003.000000.016.542.95.47.001 ELECTRICITY4107 NE 27TH PL
32.4306/30/2016348384 TRANSPORTATION/AIRPORT220007389566
003.000000.016.542.95.47.001 ELECTRICITY1201 DUVALL AVE NE
73.4106/30/2016348384 TRANSPORTATION/AIRPORT220007568433
003.000000.016.542.95.47.001 ELECTRICITY4615 NE 4TH ST
30.6106/30/2016348384 TRANSPORTATION/AIRPORT220008799730
003.000000.016.542.95.47.001 ELECTRICITYLAKE WASHINGTON BLVD N
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 73 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
PUGET SOUND ENERGY - 064290
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
24.9106/30/2016348384 TRANSPORTATION/AIRPORT220009614334
003.000000.016.542.95.47.001 ELECTRICITY295 JERICHO AVE NE
31.7506/30/2016348384 TRANSPORTATION/AIRPORT220009653258
003.000000.016.542.95.47.001 ELECTRICITY18655 108TH AVE SE
30.1506/30/2016348384 TRANSPORTATION/AIRPORT220010081861
003.000000.016.542.95.47.001 ELECTRICITY6TH & SPINE RD
17.3506/30/2016348384 TRANSPORTATION/AIRPORT220010398406
003.000000.016.542.95.47.001 ELECTRICITY372 LOGAN AVE N
17.3506/30/2016348384 TRANSPORTATION/AIRPORT220010413528
003.000000.016.542.95.47.001 ELECTRICITY398 LOGAN AVE N
372.2006/30/2016348384 TRANSPORTATION/AIRPORT300000006134
003.000000.016.542.95.47.001 ELECTRICITY1055 S GRADY WAY
73.2406/30/2016348384 TRANSPORTATION/AIRPORT300000009179
003.000000.016.542.95.47.001 ELECTRICITY18654 116TH AVE SE~
3895 TALBOT RD S~
10798 SE 168TH ST
44,839.4906/30/2016348384 TRANSPORTATION/AIRPORT300000009260
003.000000.016.542.95.47.001 ELECTRICITYCOLLECTIVE ACCOUNT~
Mulple PSE Addresses
164.9306/30/2016348384 TRANSPORTATION/AIRPORT400001260787
003.000000.016.542.95.47.001 ELECTRICITYLED CI OF RENTON-LK WA BL N
164.9306/30/2016348384 TRANSPORTATION/AIRPORT400001260795
003.000000.016.542.95.47.001 ELECTRICITYCI OF RENTON - MT VIEW N 33RD
330.5406/30/2016348384 TRANSPORTATION/AIRPORT400001261306
003.000000.016.542.95.47.001 ELECTRICITYCITY OF RENTON - 152ND AVE SE
164.9306/30/2016348384 TRANSPORTATION/AIRPORT400001261538
003.000000.016.542.95.47.001 ELECTRICITYCITY OF RENTON - N 2ND ST
3,814.9506/30/2016348384 TRANSPORTATION/AIRPORT400001265331
003.000000.016.542.95.47.001 ELECTRICITYCITY OF RENTON - SW 2ND PL
-13.5406/30/2016348384 PARKS ADMIN300000115018
316.332043.020.576.81.47.003 SUNSET EIS PARK - GASFAC 06/16 JOB SHACK -LIBRARY~
Corrected Charges are for gas being
billed at a lower rate.
13.8406/30/2016348384 TRANSPORTATION/AIRPORT220006918829
402.000000.016.546.20.47.001 ELECTRICITYElectricity - 600 bldg - sweeper
baery trickle charger
17.8606/30/2016348384 TRANSPORTATION/AIRPORT300000008924
402.000000.016.546.20.47.001 ELECTRICITYElectricity - 600 bldg
349.2506/30/2016348384 TRANSPORTATION/AIRPORT300000008924
402.000000.016.546.20.47.001 ELECTRICITYElectricity - 790 bldg
412.9906/30/2016348384 TRANSPORTATION/AIRPORT300000008924
402.000000.016.546.20.47.001 ELECTRICITYElectricity - 616 bldg
677.7306/30/2016348384 TRANSPORTATION/AIRPORT300000008924
402.000000.016.546.20.47.001 ELECTRICITYElectricity - other facilies
71.5606/30/2016348384 TRANSPORTATION/AIRPORT300000008924
402.000000.016.546.20.47.001 ELECTRICITYElectricity - 749 bldg
35.4706/30/2016348384 TRANSPORTATION/AIRPORT300000008924
402.000000.016.546.20.47.003 GASGas - 790 bldg
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 74 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
PUGET SOUND ENERGY - 064290
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
628.9906/30/2016348384 PARKS ADMIN200011282197
504.000000.020.518.21.47.001 ELECTRICITYFAC 06/16 FS 17 -PETROVITSKY~
electric-628.99~
gas-82.15
3,648.1706/30/2016348384 PARKS ADMIN200013305178
504.000000.020.518.21.47.001 ELECTRICITYFAC 06/16 HMAC ~
electric 3648.17~
gas-2303.11
558.3406/30/2016348384 PARKS ADMIN220010209330
504.000000.020.518.21.47.001 ELECTRICITYFAC 06/16 OLD LIBRARY- 2902 NE 12TH ST
(I listed the previous invoice locaon
wrong - "old library" is the correct
address.
82.1506/30/2016348384 PARKS ADMIN200011282197
504.000000.020.518.21.47.003 GASFAC 06/16 FS 17 -PETROVITSKY~
electric-628.99~
gas-82.15
2,303.1106/30/2016348384 PARKS ADMIN200013305178
504.000000.020.518.21.47.003 GASFAC 06/16 HMAC ~
electric 3648.17~
gas-2303.11
35.4706/30/2016348384 PARKS ADMIN200015648203
504.000000.020.518.21.47.003 GASFAC 06/16 FS 14 TOWER
61,228.49Check 348384 Amount
PUGET SOUND ENERGY Total
$61,228.49
PURE WATER PARTNERS - 064974
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
326.8606/30/2016348385 TRANSPORTATION/AIRPORT61626
402.000000.016.546.20.45.000 OPERATING RENTAL & LEASEWater filtraon system - tower office
246.3906/30/2016348385 PARKS ADMIN63499
504.000000.020.518.22.45.000 OPERATING RENTALSFAC 06/16 CITY HALL 6TH FL WATER RENTAL
573.25Check 348385 Amount
PURE WATER PARTNERS Total
$573.25
QBSI - XEROX - 065100
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
6,922.9606/30/2016348386 FINANCE & ITIN872556
503.000000.004.518.82.49.004 CLICK COPY CHARGESCopier meter reads
6,922.96Check 348386 Amount
QBSI - XEROX Total
$6,922.96
QUALSTAR CREDIT UNION - 048946
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
21,056.5506/24/20164997 REVENUE/BALANCE SHEETBen1737842
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSMETRO/QUALSTAR CU: Payment
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 75 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
QUALSTAR CREDIT UNION - 048946
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
21,056.55Check 4997 Amount
QUALSTAR CREDIT UNION Total
$21,056.55
R P GUERRERO FARM - 110922
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
9.0006/30/2016348387 REVENUE/BALANCE SHEET201
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
6.0006/30/2016348387 REVENUE/BALANCE SHEET233
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
13.0006/30/2016348387 REVENUE/BALANCE SHEET263
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
10.0006/30/2016348387 PARKS ADMIN201
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
6.0006/30/2016348387 PARKS ADMIN233
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
30.0006/30/2016348387 PARKS ADMIN263
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
74.00Check 348387 Amount
R P GUERRERO FARM Total
$74.00
RANKIN, JOSH - 111747
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
124.7706/30/2016348388 REVENUE/BALANCE SHEET039983/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUERefund credit bal, final date: 5/18/16
124.77Check 348388 Amount
RANKIN, JOSH Total
$124.77
RED WING SHOE STORE - 066282
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
125.0006/30/2016348389 PARKS ADMIN000000001-228
001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESSAFETY SHOES FOR DERRICK SHAMP/PARKS
MAINT EMPLOYEE~
QTY 1 - SKU 83404D HIKER, BROWN WP,
ALUM TOE @ $148.74 + sales tax @ $14.13
for TOTAL = $162.87~
City allowance @ $125.00
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 76 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
RED WING SHOE STORE - 066282
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
125.00Check 348389 Amount
RED WING SHOE STORE Total
$125.00
REED, DAVID - 109495
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
30.0006/30/2016348390 REVENUE/BALANCE SHEET012846/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE2331 Queen Ave NE - credit bal, final
date: 4/30/16
30.00Check 348390 Amount
REED, DAVID Total
$30.00
RENSHAW, CLARA - 109487
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
81.3606/30/2016348391 REVENUE/BALANCE SHEET010345/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE1508 Aberdeen Ave Ne - credit bal,
final date: 4/15/16
81.36Check 348391 Amount
RENSHAW, CLARA Total
$81.36
RENTON CHAMBER OF, COMMERCE - 066950
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
6,250.0006/30/2016348392 EXECUTIVE20160420
110.000000.003.557.30.41.002 TOURISMCAG-16-071~
Renton Visitors Connecon~
July 2016
6,250.00Check 348392 Amount
RENTON CHAMBER OF, COMMERCE Total
$6,250.00
RENTON CLEANING CENTER - 066970
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
307.4406/30/2016348393 POLICE072
000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMPolice Department uniform cleaning for
March/April 2016.
307.44Check 348393 Amount
RENTON CLEANING CENTER Total
$307.44
RENTON COLLISION CENTER - 066994
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,592.3506/30/2016348394 HUMAN RESOURCES34813
502.000000.014.518.67.46.017 AUTOMOBILE CLAIMS POLICErepair of city vehicle, police dept
1,592.35Check 348394 Amount
RENTON COLLISION CENTER Total
$1,592.35
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 77 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
RENTON FIREFIGHTERS BENEVOLENT - 067997
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
991.0006/24/2016348129 REVENUE/BALANCE SHEETBen1735307
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSRenton FF Benevolent Assoc: Payment
-991.0006/24/2016348129 REVENUE/BALANCE SHEETBen1735307
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSOverpayment from February see
DR16-04-012
979.0006/24/2016348129 REVENUE/BALANCE SHEETBen1737800
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSRenton FF Benevolent Assoc: Payment
979.00Check 348129 Amount
RENTON FIREFIGHTERS BENEVOLENT Total
$979.00
RENTON FIREFIGHTERS LOCAL 864 - 067110
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
55.8406/24/2016348130 REVENUE/BALANCE SHEETBen1735309
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSTANDARD DISABLILTY INS DEFERR: Payment
7,407.8506/24/2016348130 REVENUE/BALANCE SHEETBen1735309
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSTANDARD DISABILITY INS: Payment
-7,463.6906/24/2016348130 REVENUE/BALANCE SHEETBen1735309
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSOverpayment from February see
DR16-04-012
55.8406/24/2016348130 REVENUE/BALANCE SHEETBen1737802
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSTANDARD DISABLILTY INS DEFERR: Payment
7,074.0206/24/2016348130 REVENUE/BALANCE SHEETBen1737802
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSTANDARD DISABILITY INS: Payment
7,129.86Check 348130 Amount
RENTON FIREFIGHTERS LOCAL 864 Total
$7,129.86
RENTON FOOD BANK - 100004
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
371.0006/24/2016348131 REVENUE/BALANCE SHEETBen1737812
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSRENTON FOOD BANK: Payment
371.00Check 348131 Amount
RENTON FOOD BANK Total
$371.00
RENTON HIGH SCHOOL CHEER - 067830
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
400.0006/30/2016348395 PARKS ADMIN7416 RHS
001.000000.020.573.90.49.000 SPECIAL EVENTSFourth of July Event Entertainment -
Face painng by the Renton High School
Cheerleaders
400.00Check 348395 Amount
RENTON HIGH SCHOOL CHEER Total
$400.00
RENTON POLICE ATHLETIC ASSOC - 067473
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 78 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
RENTON POLICE ATHLETIC ASSOC - 067473
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
140.0006/24/2016348132 REVENUE/BALANCE SHEETBen1737792
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSRenton Police Athlec Assoc: Payment
140.00Check 348132 Amount
RENTON POLICE ATHLETIC ASSOC Total
$140.00
RENTON POLICE CHAPLAINCY COMM - 100005
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
28.5006/24/2016348133 REVENUE/BALANCE SHEETBen1737820
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSCHAPLAINCY COMM: Payment
28.50Check 348133 Amount
RENTON POLICE CHAPLAINCY COMM Total
$28.50
RENTON POLICE OFFICERS GUILD - 100013
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,441.4406/24/2016348134 REVENUE/BALANCE SHEETBen1737794
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSGUILD DUES COMM: Payment
675.5206/24/2016348134 REVENUE/BALANCE SHEETBen1737794
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSGUILD DUES N/C: Payment
4,116.96Check 348134 Amount
RENTON POLICE OFFICERS GUILD Total
$4,116.96
RENTON SCHOOL DISTRICT - 033166
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
22.2306/30/2016348396 REVENUE/BALANCE SHEETImpact Fees/May
000.000000.000.237.24.00.000 RENTON SCHOOL DISTRICT IMPACT FEEInterest
48,053.8506/30/2016348396 REVENUE/BALANCE SHEETImpact Fees/May
000.000000.000.237.24.00.000 RENTON SCHOOL DISTRICT IMPACT FEEMay Impact Fees
48,076.08Check 348396 Amount
RENTON SCHOOL DISTRICT Total
$48,076.08
RENTON TECHNICAL COLLEGE, FOUNDATION - 067864
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
5,000.0006/30/2016348397 EXECUTIVE062316C40
110.000000.003.557.30.41.002 TOURISMCAG-16-096~
2nd Regional Metacognion &
Mindfulness Conference~
March 11-12, 2016
5,000.00Check 348397 Amount
RENTON TECHNICAL COLLEGE, FOUNDATION Total
$5,000.00
RH2 ENGINEERING INC - 068180
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 79 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
RH2 ENGINEERING INC - 068180
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
9,213.0006/30/2016348398 UTILITY SYSTEMS65363
425.455597.018.594.34.63.000 HIGHLANDS 435-RESERVOIRS REPLACEMENTCAG-14-137, Replace Highlands Reservior
Site Emergency Electrical Power
Generator, WTR2703759, EXP 12/31/2016,
Add 1-16 Money and Time added.
9,213.00Check 348398 Amount
RH2 ENGINEERING INC Total
$9,213.00
RICOH USA INC - 068359
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
195.6906/30/2016348399 FINANCE & IT5042748958
503.000000.004.518.82.49.004 CLICK COPY CHARGESCopier meter reads for Ricohs
195.69Check 348399 Amount
RICOH USA INC Total
$195.69
ROBERT ROGERS - 110924
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
6.0006/30/2016348400 REVENUE/BALANCE SHEET205
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT FOR EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
13.0006/30/2016348400 REVENUE/BALANCE SHEET234
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
20.0006/30/2016348400 REVENUE/BALANCE SHEET267
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
26.0006/30/2016348400 PARKS ADMIN205
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR
REIMBURSEMENT FOR EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
18.0006/30/2016348400 PARKS ADMIN234
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
18.0006/30/2016348400 PARKS ADMIN267
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
101.00Check 348400 Amount
ROBERT ROGERS Total
$101.00
ROBERTS, KELLEN - 111759
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
108.9906/30/2016348401 REVENUE/BALANCE SHEET042665/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE633 Ilwaco Pl Ne - Credit bal, final
date: 5/16/16
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 80 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
ROBERTS, KELLEN - 111759
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
108.99Check 348401 Amount
ROBERTS, KELLEN Total
$108.99
ROGERSON, JILL - 111778
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
199.0306/30/2016348402 REVENUE/BALANCE SHEET029495/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE2601 NE 19th ST - Credit bal, final
date: 5/2/16
199.03Check 348402 Amount
ROGERSON, JILL Total
$199.03
ROY, JAMES OR MARY JO - 111755
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
517.5906/30/2016348403 REVENUE/BALANCE SHEET050101/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE1111 N 41st PL - credit bal, final
date: 5/6/16
517.59Check 348403 Amount
ROY, JAMES OR MARY JO Total
$517.59
RYAN COMPANIES - 111065
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
25,798.7506/30/2016348404 TRANSPORTATION/AIRPORTRefund
305.000000.016.345.85.00.000 TRANSPORTATION IMPACT FEES (GMA)B15001781 ($18,105.40) and B15006939
($7,693.35) - 2921 & 2715 Naches Ave
SW. Trip fee credit for Group Health
Bldg B & Link Building Permits.
25,798.75Check 348404 Amount
RYAN COMPANIES Total
$25,798.75
SAUNDERSON MARKETING GROUP INC - 070667
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,745.6806/30/2016348405 EXECUTIVE060616
110.000111.003.557.30.41.000 RENTON MARKETING CAMPAIGNJune 2016~
Hosng of Community Markeng Campaign
Website
1,745.68Check 348405 Amount
SAUNDERSON MARKETING GROUP INC Total
$1,745.68
SCHMEER, GREG - 111776
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
29.1506/30/2016348406 REVENUE/BALANCE SHEET002808/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE5213 NE 23rd CT - Credit bal, final
date: 3/29/16
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 81 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
SCHMEER, GREG - 111776
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
29.15Check 348406 Amount
SCHMEER, GREG Total
$29.15
SCHMENGER, DAVID - 111746
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
226.4906/30/2016348407 REVENUE/BALANCE SHEET011706/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE4309 NE 6th PL - credit bal, final
date: 5/06/16
226.49Check 348407 Amount
SCHMENGER, DAVID Total
$226.49
SCORE - 071525
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
391,969.9206/30/2016348408 POLICE1956
000.000000.008.523.60.51.003 JAIL SERVICESInmate Housing for June 2016
391,969.92Check 348408 Amount
SCORE Total
$391,969.92
SEATTLE HUMANE SOCIETY - 036060
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,495.0006/30/2016348409 POLICEKenneling
000.000000.008.554.30.41.003 CONTRACTED SERVICESMarch 2016 kenneling
720.0006/30/2016348409 POLICEKennelling
000.000000.008.554.30.41.003 CONTRACTED SERVICESFebruary 2016 kenneling
3,215.00Check 348409 Amount
SEATTLE HUMANE SOCIETY Total
$3,215.00
SEATTLE PJ PIZZA - 111788
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
81.5906/30/2016348410 REVENUE/BALANCE SHEETBL.022493/Refund
000.000000.000.257.00.00.001 DEFERRED REVENUE - BUS LICENSEOverpaid late fees
81.59Check 348410 Amount
SEATTLE PJ PIZZA Total
$81.59
SECURITY CONTRACTOR SVCS INC - 073360
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 82 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
SECURITY CONTRACTOR SVCS INC - 073360
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
583.0906/30/2016348411 PARKS ADMIN0234977-IN
316.332045.020.576.81.41.017 COULON PARK 5 YEAR STRUCTURAL REVIEWCIP/PPNR: IVAR'S DECK - FENCING TO
SECURE FUTURE WORK AREA~
175 FOOTAGE @ $2.00/FT = $350.00~
QTY 14 - 12.5' x 4' panel ~
QTY 16 - BLOCKS~
QTY 13 CLAMPS~
LABOR TO INSTALL/REMOVE @ $87.50;
DELIVERY/PICKUP CHARGE @ $95.00 + sales
tax @ $50.59
583.09Check 348411 Amount
SECURITY CONTRACTOR SVCS INC Total
$583.09
SEXTANT MARKETING GROUP - 073949
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
21,974.4006/30/2016348412 REVENUE/BALANCE SHEET1885
000.000000.000.237.25.00.000 MISCELLANEOUS CUSTODIAL ACCOUNTFor Love of Renton Workshops, Keynote
presentaon
21,974.40Check 348412 Amount
SEXTANT MARKETING GROUP Total
$21,974.40
SHANNON & WILSON INC - 074031
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
9,851.1506/30/2016348413 PARKS ADMIN94571
316.332003.020.594.76.63.000 REGIS PARK ATHLETIC FIELD EXPANSIONCIP/PPNR: (CAG-16-067) RON REGIS PARK -
SHANNON & WILSON, INC. WILL PROVIDE
PROFESSIONALWETLAND AND STREAM
DELINEATION SERVCIES AT RON REGIS PARK,
INCLUDING A WETLAND AND ORDINARY HIGH
WATER MARK DELINEATION AND BOUNDARIES,
A BIOLOGICAL ASSESSMENT, AND
PROFESSIONAL SURVEY OF PORTIONS OF
IMPROVEMENT AT RON REGIS PARK.~
Environmental Engineering Services,
Wetland & Stream Delineaon &
Topographic Survey; Period 5/15/2016 to
6/11/2016.~
Wetland & Stream Delineaon @ $9,851.15
9,851.15Check 348413 Amount
SHANNON & WILSON INC Total
$9,851.15
SHANNON FORD - 110925
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
10.0006/30/2016348414 REVENUE/BALANCE SHEET187
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT sales on 6/21/16
10.00Check 348414 Amount
SHANNON FORD Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 83 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$10.00
SHRED-IT USA INC - 074605
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
68.6906/30/2016348415 MUNICIPAL COURT9410930262
000.000000.002.512.50.41.003 CONTRACTED SERVICESShredding services for June 1, 2016
68.69Check 348415 Amount
SHRED-IT USA INC Total
$68.69
SIDHU FARM LLC - 110926
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
10.0006/30/2016348416 REVENUE/BALANCE SHEET183
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at 6/7/16 Market
10.0006/30/2016348416 REVENUE/BALANCE SHEET237
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
19.0006/30/2016348416 REVENUE/BALANCE SHEET254
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT sales on 6/21/16
22.0006/30/2016348416 PARKS ADMIN183
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at 6/7/16 Market
22.0006/30/2016348416 PARKS ADMIN237
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
83.00Check 348416 Amount
SIDHU FARM LLC Total
$83.00
SIEMENS INDUSTRY INC - 074677
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,130.1206/30/2016348417 PW SHOPS5600942748
405.000000.019.534.50.35.000 SMALL TOOLS/MINOR EQUIPMENTTransducer for telemetry.
1,130.12Check 348417 Amount
SIEMENS INDUSTRY INC Total
$1,130.12
SIGNATURE AUTO DETAIL - 075254
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
246.3806/30/2016348418 PW SHOPS19408
501.000000.019.548.60.41.000 PROFESSIONAL SERVICESComplete vehicle detail of C251.
246.38Check 348418 Amount
SIGNATURE AUTO DETAIL Total
$246.38
SIRVA RELOCATION CREDIT LLC - 106312
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 84 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
SIRVA RELOCATION CREDIT LLC - 106312
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
151.7206/30/2016348419 REVENUE/BALANCE SHEET022173/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE624 Orcas Ave NE - Credit bal, final
date: 4/29/16
151.72Check 348419 Amount
SIRVA RELOCATION CREDIT LLC Total
$151.72
SKAGIT SUN - 110933
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4.0006/30/2016348420 REVENUE/BALANCE SHEET209
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
15.0006/30/2016348420 REVENUE/BALANCE SHEET226
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
6.0006/30/2016348420 PARKS ADMIN209
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Bucks received at the 6/7/16 Market
10.0006/30/2016348420 PARKS ADMIN226
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
35.00Check 348420 Amount
SKAGIT SUN Total
$35.00
SKECHERS USA INC - 075162
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
434.8906/30/2016348421 PARKS ADMIN89201761
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: SHOES
1,145.3106/30/2016348421 PARKS ADMIN93203354
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: SHOES
1,580.20Check 348421 Amount
SKECHERS USA INC Total
$1,580.20
SKYLINE ELECTRIC & MFG CO INC - 075267
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,386.1906/30/2016348422 TRANSPORTATION/AIRPORT65110
003.000000.016.542.95.31.010 SIGNAL SUPPLIESSERVICE CABINET FOR DR 622760
4,386.19Check 348422 Amount
SKYLINE ELECTRIC & MFG CO INC Total
$4,386.19
SO, JANICE - 111348
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 85 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
SO, JANICE - 111348
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
336.6606/30/2016348423 REVENUE/BALANCE SHEET008796/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE1022 N 33rd ST - credit bal, final
date: 5/6/16
336.66Check 348423 Amount
SO, JANICE Total
$336.66
SOFTWAREONE INC - 075954
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
441.5006/30/2016348424 FINANCE & ITUS-PSI-492762
503.530058.004.518.82.35.000 MISCELLANEOUS SYSTEMS - MINOR EQUIPMENTQty: 3 #65264095AC02A00 Premiere
Elements 14 for Police: Stephanie,
Linda and Jenny ($80.67ea plus tax)~
~
Qty: 1 D86-05323 VisioStd 2013 SNGL MVL
for CS: Jessi Merriman ($161.20 plus
tax)
441.50Check 348424 Amount
SOFTWAREONE INC Total
$441.50
SOLBERG, RUSSELL - 111782
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
25.0006/30/2016348425 UTILITY SYSTEMS039919/Refund
405.000000.018.343.40.01.000 UTILITY BILLING FEES15325 SE 155th PL, Unit B5 - Credit
bal, final date: 5/20/16
25.00Check 348425 Amount
SOLBERG, RUSSELL Total
$25.00
SOUND PUBLISHING INC - 076056
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
50.3806/30/2016348426 POLICE7686137
000.000000.008.521.21.44.000 ADVERTISINGMay Legal Ads - Inv #7686137
376.8906/30/2016348426 CITY CLERK7686137
000.000000.012.514.21.44.000 ADVERTISING/CITY CLERKMay Legal Ads - Inv #7686137
129.7506/30/2016348426 UTILITY SYSTEMS7686137
427.475020.018.531.35.44.000 MOSQUITO ABATEMENT ADVERTISINGMay Legal Ads - Inv #7686137
557.02Check 348426 Amount
SOUND PUBLISHING INC Total
$557.02
SOUND SAFETY PRODUCTS INC - 076057
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 86 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
SOUND SAFETY PRODUCTS INC - 076057
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
125.0006/30/2016348427 PARKS ADMIN29475/3
001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: SAFETY SHOES FOR JUSTIN
HOURIE/PARKS MAINT EMPLOYEE~
QTY 1 - S/T 6" W/P FORCE DK BRN COMP
TOE@ $145.50 + SALES TAX @ $13.82 =
TOTAL AMOUNT $159.32.~
CITY ALLOWANCE = $125.00
125.00Check 348427 Amount
SOUND SAFETY PRODUCTS INC Total
$125.00
SOUTH KC COUNCIL/HUMAN SVCS - 076111
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
350.0006/22/2016348117 PARKS ADMINSKCHS
000.060751.020.565.10.43.000 TRAVEL & TRAININGSKCHS Annual Luncheon - (7) ckets at
$50ea for: Mayor Law, Kelly Beymer,
Benita Horn, Dianne Utecht, Shanon
Matson, Joanie Howe, and Teresa Kenney.
350.00Check 348117 Amount
SOUTH KC COUNCIL/HUMAN SVCS Total
$350.00
SPOONER FARMS INC - 110928
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1.0006/30/2016348428 REVENUE/BALANCE SHEET210
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Buck received at the 6/7/16 Market
46.0006/30/2016348428 REVENUE/BALANCE SHEET225
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
21.0006/30/2016348428 REVENUE/BALANCE SHEET270
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
2.0006/30/2016348428 PARKS ADMIN210
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens and Fresh
Buck received at the 6/7/16 Market
10.0006/30/2016348428 PARKS ADMIN225
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
2.0006/30/2016348428 PARKS ADMIN270
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
82.00Check 348428 Amount
SPOONER FARMS INC Total
$82.00
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 87 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
SPORTS TURF IRRIGATION - 076448
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,170.5706/30/2016348429 PARKS ADMIN80833
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: IRRIGATION CLOCK BOARD REPAIR
SUPPLIES
1,170.57Check 348429 Amount
SPORTS TURF IRRIGATION Total
$1,170.57
STANDARD INSURANCE - 877195
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
4,814.0006/30/2016348430 REVENUE/BALANCE SHEETJuly
000.000000.000.134.00.00.001 DUE FROM RENTON FIRE AUTHORITYBinder payment for July coverage for
life, ad&D and disability for RFA
4,814.00Check 348430 Amount
STANDARD INSURANCE Total
$4,814.00
STANDARD INSURANCE COMPANY - 010050
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
5,419.8606/24/2016348135 REVENUE/BALANCE SHEETBen1735315
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPolice Long Term Disabliity: Payment
-5,472.4806/24/2016348135 REVENUE/BALANCE SHEETBen1735315
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSOverpayment from February see
DR16-04-012
52.6206/24/2016348135 REVENUE/BALANCE SHEETBen1735315
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPOLICE LONG TERM DIS DEFERRED: Payment
5,525.1006/24/2016348135 REVENUE/BALANCE SHEETBen1737808
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPolice Long Term Disabliity: Payment
52.6206/24/2016348135 REVENUE/BALANCE SHEETBen1737808
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPOLICE LONG TERM DIS DEFERRED: Payment
5,577.72Check 348135 Amount
STANDARD INSURANCE COMPANY Total
$5,577.72
STANDARD INSURANCE COMPANY - 077195
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
8,172.8206/24/2016348136 REVENUE/BALANCE SHEETBen1737796
632.000000.000.231.50.50.000 ACCRUED EMPLOYEE BENEFITSStandard Ins - Supp Life: Payment
8,172.82Check 348136 Amount
STANDARD INSURANCE COMPANY Total
$8,172.82
STANTEC CONSULTING SVCS INC - 077215
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 88 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
STANTEC CONSULTING SVCS INC - 077215
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
431.2606/30/2016348431 PARKS ADMIN1060967
316.332003.020.594.76.63.000 REGIS PARK ATHLETIC FIELD EXPANSIONPPNR: (CAG-15-176) RON REGIS PARK WATER
MAIN EXTENSION/SEWER CONNECTION -
DESIGN AND BIDDING SERVICES.~
For Period Ending May 27, 2016.
Task 200 Project Mgmt-Prof Srvcs @
$52.55; Task 202 Engineering Design @
$378.71.
431.26Check 348431 Amount
STANTEC CONSULTING SVCS INC Total
$431.26
STAPLES BUSINESS ADVANTAGE - 030113
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
23.8106/30/2016348432 MUNICIPAL COURT8039529267
000.000000.002.512.50.31.000 OFFICE/OPERATING SUPPLIESBadge Inserts
145.4406/30/2016348432 PARKS ADMIN8039529265
001.000000.020.569.73.31.011 PROGRAM SUPPLIESoffice supplies
46.6406/30/2016348432 UTILITY SYSTEMS8039529270
403.000000.018.537.60.31.000 OFFICE/OPERATING SUPPLIES
46.6406/30/2016348432 UTILITY SYSTEMS8039529270
405.000000.018.534.10.31.000 OFFICE/OPERATING SUPPLIESOffice Supplies - Water Secon, Pens,
Pen Refills, Staples, Dust Destroyer,
Paper Pads, Velcro Squares, Flash
Drive, Scissors
148.3806/30/2016348432 UTILITY SYSTEMS8039529270
406.000000.018.535.10.31.000 OFFICE/OPERATING SUPPLIESOffice Supplies - Surface Water
Secon, Pens, Pen Refills, Staples,
Dust Destroyer, Paper Pads, Velcro
Squares, Flash Drive, Scissors
46.6406/30/2016348432 UTILITY SYSTEMS8039529270
407.000000.018.531.31.31.000 OFFICE/OPERATING SUPPLIES
457.55Check 348432 Amount
STAPLES BUSINESS ADVANTAGE Total
$457.55
STERICYCLE INC - 077900
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
10.3606/30/2016348433 FIRE3003447756
000.000000.009.522.50.41.003 CONTRACTED SERVICESFAC/Medical Waste
10.36Check 348433 Amount
STERICYCLE INC Total
$10.36
STERLING REFERENCE LABORATORIE - 017676
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
70.0006/30/2016348434 MUNICIPAL COURTTC-47096053116
000.000000.002.512.50.41.003 CONTRACTED SERVICESDrug and urine tests
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 89 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
STERLING REFERENCE LABORATORIE - 017676
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
109.5006/30/2016348434 POLICETC-16410043016
000.000000.008.523.60.41.013 3RD PARTY MEDICAL SERVICESDrug tox screens for inmates Bykova,
Marina; Turner, Reginald; Hebert,
Shawna; Garcia, Estrella; Singleton,
Sutahn; Williams, Murah.
179.50Check 348434 Amount
STERLING REFERENCE LABORATORIE Total
$179.50
STONEWAY CONCRETE - 078450
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
104.5806/30/2016348435 PW SHOPS880904
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIES1 yard of concrete for water job.
104.58Check 348435 Amount
STONEWAY CONCRETE Total
$104.58
STONEWAY CONSTRUCTION SUPPLY - 078449
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
148.0506/30/2016348436 PW SHOPS1082905
003.000000.019.542.92.31.011 SIDEWALKSForm stakes for sidewalks.
148.05Check 348436 Amount
STONEWAY CONSTRUCTION SUPPLY Total
$148.05
STUSSER ELECTRIC CO - 078720
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,914.7506/30/2016348437 TRANSPORTATION/AIRPORT536415
003.000000.016.542.95.31.011 LIGHTING SUPPLIES32 LED 5K 500 FOR STREETLIGHTING
2,914.75Check 348437 Amount
STUSSER ELECTRIC CO Total
$2,914.75
SUMMIT LAW GROUP - 078794
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,702.0006/30/2016348438 HUMAN RESOURCES79373
000.000000.014.518.10.41.009 ATTORNEY SERVICESlegal services for ULP, RFA and other
570.0006/30/2016348438 HUMAN RESOURCES79321
000.000000.014.518.10.43.002 TRAINING/SCHOOLSan-harassment policy training, Mike
Bolasina
3,272.00Check 348438 Amount
SUMMIT LAW GROUP Total
$3,272.00
SUNDERLAND, EILEEN - 111792
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
34.0006/30/2016348439 REVENUE/BALANCE SHEET2322425
001.000000.000.237.90.00.010 REFUNDS PAYABLE-CLASSRefund, Community Garden
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 90 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
SUNDERLAND, EILEEN - 111792
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
34.00Check 348439 Amount
SUNDERLAND, EILEEN Total
$34.00
SUNSET MATERIALS INC - 078987
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
704.1706/30/2016348440 PW SHOPS00102096
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES2" x 4" rock for street dept.
704.17Check 348440 Amount
SUNSET MATERIALS INC Total
$704.17
SVN RAVEN - 079289
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,500.0006/30/2016348441 CEDSVN-062916
326.220044.007.558.70.41.000 PROFESSIONAL SERVICES - 200 MILLBOV (Broker Opinion of Value) for the
200 Mill Avenue Building project
1,500.00Check 348441 Amount
SVN RAVEN Total
$1,500.00
SYBIS - 079512
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,332.3506/30/2016348442 PW SHOPS0640
405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESCores for locks.
2,332.35Check 348442 Amount
SYBIS Total
$2,332.35
T2 SYSTEMS CANADA INC - 079556
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
109.5006/30/2016348443 PARKS ADMIN243929
108.220046.020.518.21.41.003 CONTRACTED SERVICES-PARKING GARAGEFAC 06/16 CITY CENTER GARAGE DIGITAL
IRIS SOFTWARE FOR PAY STATION
109.50Check 348443 Amount
T2 SYSTEMS CANADA INC Total
$109.50
TACONY CORPORATION - 080015
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
231.4106/30/2016348444 PARKS ADMIN8393104
504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 CUSTODIAN VACUUM PARTS
231.41Check 348444 Amount
TACONY CORPORATION Total
$231.41
TAYLOR MADE GOLF CO INC - 080183
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 91 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
TAYLOR MADE GOLF CO INC - 080183
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
302.2506/30/2016348445 PARKS ADMIN31754895
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: CLUBS~
SO HENRIKSEN
302.25Check 348445 Amount
TAYLOR MADE GOLF CO INC Total
$302.25
TED BLA MOUA - 111027
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3.0006/30/2016348446 REVENUE/BALANCE SHEET197
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for EBT Tokens received
at the 6/7/16 Market
18.0006/30/2016348446 REVENUE/BALANCE SHEET235
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
6.0006/30/2016348446 REVENUE/BALANCE SHEET265
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
4.0006/30/2016348446 PARKS ADMIN235
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor
Reimbursement for 6/14/16 Market
2.0006/30/2016348446 PARKS ADMIN265
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
33.00Check 348446 Amount
TED BLA MOUA Total
$33.00
THOMAS C PETEK PHD - 080909
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,050.0006/30/2016348447 HUMAN RESOURCES9242
000.000000.014.518.11.41.008 PSYCH/ POLY EXAMS/ NEW HIRESpsych exams for new police employees
1,050.00Check 348447 Amount
THOMAS C PETEK PHD Total
$1,050.00
THOMSON REUTERS - WEST - 090540
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
314.0406/30/2016348448 POLICE834123832
000.000000.008.521.21.49.002 PUBLICATIONSpc searches May 2016 / inv
314.04Check 348448 Amount
THOMSON REUTERS - WEST Total
$314.04
THREE BUSINESS STRATEGISTS - 111791
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 92 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
THREE BUSINESS STRATEGISTS - 111791
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
800.0006/30/2016348449 REVENUE/BALANCE SHEETHydrant Deposit
405.000000.000.237.00.00.000 CUSTODIAL ACCOUNTS-HYDRANT METERHydrant deposit refund
800.00Check 348449 Amount
THREE BUSINESS STRATEGISTS Total
$800.00
THYSSEN KRUPP ELEVATOR - 081355
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
167.9006/30/2016348450 PARKS ADMIN5000516805
504.220012.020.518.22.48.000 CITY HALL - REPAIR & MAINTENANCEFAC 06/16 CITY HALL ENTRAPMENT ON 4/21
OVERTIME INVOICE - Passenger stuck on
5th floor, passenger was out on
arrival. Overme only for thi sinvoice.
167.90Check 348450 Amount
THYSSEN KRUPP ELEVATOR Total
$167.90
TIAA-CREF - 081358
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
16,333.7706/24/20164994 REVENUE/BALANCE SHEETBen1737836
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSDef Comp - ER: Payment
3,760.1606/24/20164994 REVENUE/BALANCE SHEETBen1737836
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSRoth Contribuon: Payment
4.6506/24/20164994 REVENUE/BALANCE SHEETBen1737836
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSDef Comp - Retro ER: Payment
90,448.3206/24/20164994 REVENUE/BALANCE SHEETBen1737836
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSDef Comp - ER: Payment
95,583.6306/24/20164994 REVENUE/BALANCE SHEETBen1737836
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSDef Comp- EE: Payment
206,130.53Check 4994 Amount
TIAA-CREF Total
$206,130.53
TITLEIST DRAWER CS - 081427
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
568.9006/30/2016348451 PARKS ADMIN902658136
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE - GLOVES
711.5506/30/2016348451 PARKS ADMIN902664987
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE / BALLS
1,280.45Check 348451 Amount
TITLEIST DRAWER CS Total
$1,280.45
TOYCEN, BOB - 108874
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
550.0006/30/2016348452 REVENUE/BALANCE SHEET2325025
001.000000.000.237.90.00.010 REFUNDS PAYABLE-CLASSRefund security deposit for rental
#13638
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 93 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
TOYCEN, BOB - 108874
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
550.00Check 348452 Amount
TOYCEN, BOB Total
$550.00
UNITED PARCEL SERVICE INC - 083561
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
90.0706/30/2016348453 TRANSPORTATION/AIRPORT0000854194236
003.000000.016.542.95.42.001 COMMUNICATIONS - POSTAGEShipping charges for signal shop.
126.1606/30/2016348453 PW SHOPS0000854194236
406.000000.019.535.50.42.001 POSTAGEShipping charges for waste water.
15.7406/30/2016348453 FINANCE & IT54F620236
503.000000.004.518.82.42.001 POSTAGEShipping
231.97Check 348453 Amount
UNITED PARCEL SERVICE INC Total
$231.97
UNITED SITE SERVICES - 083663
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
280.0006/30/2016348454 PARKS ADMIN114-4104713
504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 HIGHLAND NEIBORHOOD PARK
SANICAN - Weekly Service
280.00Check 348454 Amount
UNITED SITE SERVICES Total
$280.00
UNITED WAY OF KING COUNTY - 100003
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
452.0006/24/2016348137 REVENUE/BALANCE SHEETBen1737818
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSUNITED WAY OF KING COUNTY: Payment
452.00Check 348137 Amount
UNITED WAY OF KING COUNTY Total
$452.00
UNIVAR USA INC - 086409
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
6,058.9106/30/2016348455 PW SHOPSKT291567
405.000000.019.534.50.31.005 CHEMICALS4500 gallons of causc soda for
Springbrook and CCTF.
6,058.91Check 348455 Amount
UNIVAR USA INC Total
$6,058.91
UNIVERSAL PROTECTION SERVICE - 084352
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,914.0406/30/2016348456 MUNICIPAL COURT2078509
000.000000.002.512.50.41.010 SECURITY OFFICERSSecurity Guard Services May 2016
3,914.04Check 348456 Amount
UNIVERSAL PROTECTION SERVICE Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 94 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$3,914.04
US DEPT OF TREASURY, ACTING ON, BEHALF OF DEPT OF DEFENSE - 100272
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
385.2406/24/2016348138 REVENUE/BALANCE SHEETBen1737828
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSU.S. Dept. of Treasury: Payment
385.24Check 348138 Amount
US DEPT OF TREASURY, ACTING ON, BEHALF OF DEPT OF
DEFENSE Total
$385.24
US POSTAL SERVICE - 084180
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
14,500.0006/30/2016348457 EXECUTIVEbm137permit
505.000000.003.518.70.42.001 POSTAGEReplenish bulk mail 137
14,500.00Check 348457 Amount
US POSTAL SERVICE Total
$14,500.00
US TURF SUPPLY LLC - 084191
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
6,318.5606/30/2016348458 PARKS ADMINTURF50391
404.000000.020.576.65.31.011 FERTILIZERGC: FAIRWAY FERTILIZER
6,318.56Check 348458 Amount
US TURF SUPPLY LLC Total
$6,318.56
VAN VALEY, KEITH ED - 085671
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
317.8806/30/2016348459 POLICEReim/Red Lion
000.000000.008.521.30.43.008 LODGINGReimbursement for three nights hotel
for the 2016 WASPC conference - room
was charged to personal credit card,
not city credit card
317.88Check 348459 Amount
VAN VALEY, KEITH ED Total
$317.88
VANG MEE YANG - 111007
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2.0006/30/2016348460 PARKS ADMIN164
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR
REIMBURSEMENT for Fresh Bucks received
at the 6/7/16 Market
2.00Check 348460 Amount
VANG MEE YANG Total
$2.00
VEEDER-ROOT SVC CO - 085800
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 95 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
VEEDER-ROOT SVC CO - 085800
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
20.0006/30/2016348461 PARKS ADMIN83271630
404.000000.020.576.65.48.003 MAINTENANCEGC: UNDERGROUND STORAGE TANK MONTHLY
MONITORING 05/2016
46.6606/30/2016348461 PW SHOPS83272223
501.000000.019.548.60.41.000 PROFESSIONAL SERVICESTank monitoring fee for May 2016
66.66Check 348461 Amount
VEEDER-ROOT SVC CO Total
$66.66
VERIZON WIRELESS - 085912
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
2,195.0306/30/2016348462 FINANCE & IT9766285529
503.000000.004.518.82.42.002 CELL PHONES/PAGERSCell phones
-450.0006/30/2016348462 FINANCE & IT9766558540
503.000000.004.518.82.42.003 TELEPHONEEquip bill incenve credit for
425-282-7030 on 5/27/16 ($300.00) &
425-902-9077 on 5/15/16 ($150.00)
5,925.9006/30/2016348462 FINANCE & IT9766558540
503.000000.004.518.82.42.003 TELEPHONESmartphones
7,517.1706/30/2016348462 FINANCE & IT9766558539
503.000000.004.518.82.42.010 DATA CARDSDatacards
40.6806/30/2016348462 FINANCE & IT9767059272
503.000000.004.518.82.42.010 DATA CARDSMobile to Mobile devices
15,228.78Check 348462 Amount
VERIZON WIRELESS Total
$15,228.78
VOYTILLA, S - 111751
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
172.0106/30/2016348463 REVENUE/BALANCE SHEET006905/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE579 Olympia Ave NE - credit bal, final
date: 5/16/16
172.01Check 348463 Amount
VOYTILLA, S Total
$172.01
WA ST CRIMINAL JUSTICE TRG COM - 089185
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
200.0006/30/2016348464 POLICE201126212
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fees for JUDD and BAGSBY
to aend the Collision Invesgaon
trainin on April 11 - 22, 2016 at the
Criminal Jusce Training Commission in
Burien, WA.
1,295.8306/30/2016348464 POLICE201126338
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for JONES to aend
the Basic Law Enforcement Academy on
May 10 - September 15, 2016 in Burien,
WA.
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 96 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
WA ST CRIMINAL JUSTICE TRG COM - 089185
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
130.0006/30/2016348464 POLICE201126338
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for FERGUSON and SONI
to aend the Blue Courage Workshop on
May 10 - 11, 2016 in Burien, WA.
2,160.0006/30/2016348464 POLICE201126338
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for BRUS to aend the
Basic Law Enforcement Academy on April
6 - June 30, 2016 in Burien, WA.
225.0006/30/2016348464 POLICE201126470
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fees for SCOTT DL,
CUNNINGHAM, and SMITH T. to aend the
Interviewing Techniques training on May
10 - 12, 2016 at the Washington State
Criminal Jusce Training Commission
(CJTC) in Burien, WA.
4,010.83Check 348464 Amount
WA ST CRIMINAL JUSTICE TRG COM Total
$4,010.83
WA ST DEPT OF LICENSING - 089206
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
7.8806/30/2016348465 MUNICIPAL COURT050116
000.000000.002.512.50.41.003 CONTRACTED SERVICESIVIPS searches from 4-20-16 to 5-31-16
7.88Check 348465 Amount
WA ST DEPT OF LICENSING Total
$7.88
WA ST LAW ENFORCEMENT FIREARMS - 089246
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
100.0006/30/2016348466 POLICE062316-Brunner-REGFE
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for BRUNNER to aend
the Washington State Law Enforcement
Firearms Instructors Associaon
(WSLEFIA) training conference and
instructor update on July 12 - 15, 2016
in Richland, WA.
30.0006/30/2016348466 POLICE062316-Brunner-REGFE
000.000000.008.521.30.49.001 MEMBERSHIPS & DUESMembership fee (2016 - 2017) Washington
State Law Enforcement Firearms
Instructors Associaon (WSLEFIA) for
BRUNNER
130.00Check 348466 Amount
WA ST LAW ENFORCEMENT FIREARMS Total
$130.00
WA ST POLICE CANINE ASSN - 089256
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 97 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
WA ST POLICE CANINE ASSN - 089256
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
300.0006/30/2016348467 POLICEReg/Adam
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for ADAM to aend the
Washington State Police Canine
Associaon 2016 Spring Seminar on
April 25 - 27, 2016 in Lakewood, WA.
300.0006/30/2016348467 POLICEReg/Greenwade
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for GREENWADE to
aend the Washington State Police
Canine Associaon 2016 Spring Seminar
on April 25 - 27, 2016 in Lakewood, WA.
300.0006/30/2016348467 POLICEReg/Lane
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for LANE to aend the
Washington State Police Canine
Associaon 2016 Spring Seminar on
April 25 - 27, 2016 in Lakewood, WA.
100.0006/30/2016348467 POLICEReg/Moynihan
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for MOYNIHAN to aend
the Washington State Police Canine
Associaon 2016 Spring Seminar as an
Observer on April 25 - 27, 2016 in
Lakewood, WA.
1,000.00Check 348467 Amount
WA ST POLICE CANINE ASSN Total
$1,000.00
WA STATE PATROL - 089253
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,121.8206/30/2016348468 POLICET1600079
000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESDriving course rental fee for April 16
- 17, 2016 Basic Police Motorcycle
training school.
1,121.82Check 348468 Amount
WA STATE PATROL Total
$1,121.82
WA STATE SUPPORT REGISTRY - 100015
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,914.0306/24/20165001 REVENUE/BALANCE SHEETBen1737850
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSUPPORT REGISTRY: Payment
3,914.03Check 5001 Amount
WA STATE SUPPORT REGISTRY Total
$3,914.03
WAGNER ARCHITECTS - 068828
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,726.2806/30/2016348469 PARKS ADMIN21521 2016-2
316.220055.020.594.18.62.000 SIGN SHOP IMPROVEMENTSFAC 06/16 SIGN SHOP PROFESSIONAL
SERVICE- payment for owner requested
value engineering for the sign shop
addions
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 98 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
WAGNER ARCHITECTS - 068828
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,726.28Check 348469 Amount
WAGNER ARCHITECTS Total
$3,726.28
WALTER E NELSON CO - 018430
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
905.8906/30/2016348470 PARKS ADMIN547277
504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 CLEAN BY PEROXY 4 GAL
905.89Check 348470 Amount
WALTER E NELSON CO Total
$905.89
WASPC PROGRAM - 088081
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
18,711.1106/30/2016348471 POLICEEM 2016-00300
000.000000.008.523.22.45.000 EHD OPERATING RENTALSEHD COS Equipment Rental for March 2016.
17,736.0106/30/2016348471 POLICEEM 2016-00302
000.000000.008.523.22.45.000 EHD OPERATING RENTALSEHD COS Equipment Rental for April 2016.
36,447.12Check 348471 Amount
WASPC PROGRAM Total
$36,447.12
WATER MANAGEMENT LABORATORIES - 089930
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
512.0006/30/2016348472 PW SHOPS149950
405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent on to be tested for
e coli (3 samples) and total coliform
(25 samples)
34.0006/30/2016348472 PW SHOPS150170
405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent in to be tested for
coliform (2 samples).
546.0006/30/2016348472 PW SHOPS150260
405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent in to be tested for
e coli (3 samples) and total coliform
(27 samples).
145.0006/30/2016348472 PW SHOPS150365
405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent in to be tested for
nitrate nitrogen (5 samples).
1,450.0006/30/2016348472 PW SHOPS150381
405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent in to be tested for
volale organic compounds, 5 samples.
604.0006/30/2016348472 PW SHOPS150458
405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent in to be tested for
e coli (5 samples) and total coliform
(27 samples).
3,291.00Check 348472 Amount
WATER MANAGEMENT LABORATORIES Total
$3,291.00
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 99 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
WAXIES ENTERPRISES INC - 089945
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
310.0406/30/2016348473 PARKS ADMIN76015881
404.000000.020.576.61.31.011 CUSTODIAL SUPPLIESGC: CUSTODIAL SUPPLIES: ECOSOFT
TOILET PAPER
503.9706/30/2016348473 PARKS ADMIN76039135
404.000000.020.576.61.31.011 CUSTODIAL SUPPLIESGC: CUSTODIAL SUPPLIES - HAND SOAP,
TERRY CLOTH TOWELS, GLOVES, TP, ROLL
LINER TOWELS
814.01Check 348473 Amount
WAXIES ENTERPRISES INC Total
$814.01
WCP ENVELOPE - 089962
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,360.5606/30/2016348474 EXECUTIVE618151
505.000000.003.518.70.49.000 PRINTING CONTRACTPrinted envelopes
3,360.56Check 348474 Amount
WCP ENVELOPE Total
$3,360.56
WCP SOLUTIONS - 090390
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,375.5906/30/2016348475 FIRE9594990
000.000000.009.522.50.31.000 OFFICE/OPERATING SUPPLIESFAC/Paper Towels
2.4106/30/2016348475 PARKS ADMIN9612626
504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 SENIOR CENTER WOOD STIR STICK
152.3106/30/2016348475 EXECUTIVE9579642
505.000000.003.518.70.31.010 PAPER SUPPLIESPaper
365.2906/30/2016348475 EXECUTIVE9581980
505.000000.003.518.70.31.010 PAPER SUPPLIESPaper
232.7006/30/2016348475 EXECUTIVE9594991
505.000000.003.518.70.31.010 PAPER SUPPLIESPaper
375.1906/30/2016348475 EXECUTIVE9596986
505.000000.003.518.70.31.010 PAPER SUPPLIESPaper
718.2206/30/2016348475 EXECUTIVE9621427
505.000000.003.518.70.31.010 PAPER SUPPLIESPaper
3,221.71Check 348475 Amount
WCP SOLUTIONS Total
$3,221.71
WESCOM COMMUNICATIONS - 090345
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
87.6006/30/2016348476 POLICE22415
000.000000.008.521.70.48.000 REPAIRS & MAINTENANCEmaintain radar FH02736
262.8006/30/2016348476 POLICE22438
000.000000.008.521.70.48.000 REPAIRS & MAINTENANCEmaintain radar FF10393, FF17570, and
T1323
350.40Check 348476 Amount
WESCOM COMMUNICATIONS Total
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 100 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
$350.40
WEST & SONS TOWING - 090543
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
343.0106/30/2016348477 POLICE18588
000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7924
343.0106/30/2016348477 POLICE19384
000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7924
686.02Check 348477 Amount
WEST & SONS TOWING Total
$686.02
WESTERN EQUIPMENT DISTRIBUTORS - 090620
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
8.1006/30/2016348478 TRANSPORTATION/AIRPORT8003898-00
402.000000.016.546.20.31.000 SHOP/OFFICE - OPERATING SUPPLIESEquipment parts - screws
4.0306/30/2016348478 TRANSPORTATION/AIRPORT8003900-00
402.000000.016.546.20.31.000 SHOP/OFFICE - OPERATING SUPPLIESEquipment parts - locking nuts
564.8906/30/2016348478 PARKS ADMIN8004530-00
404.000000.020.576.65.31.000 OFFICE/OPERATING SUPPLIESGC: MISC SUPPLIES / EMPLOYEE RAIN-GEAR
466.1406/30/2016348478 PARKS ADMIN8004530-01
404.000000.020.576.65.31.000 OFFICE/OPERATING SUPPLIESGC: MISC SUPPLIES: STAFF RAIN-GEAR
98.3906/30/2016348478 PARKS ADMIN8001659-00
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #78 TORO SPRAYER
133.1406/30/2016348478 PARKS ADMIN8002420-00
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #92 & 93 FAIRWAY
MOWERS
882.0706/30/2016348478 PARKS ADMIN8002420-01
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #93 FAIRWAY MOWER
90.1906/30/2016348478 PARKS ADMIN8002932-00
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #90 & 100 PARTS
68.1906/30/2016348478 PARKS ADMIN8002932-01
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #93 FAIRWAY MOWER
1,869.4606/30/2016348478 PARKS ADMIN8003798-00
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #92 FAIRWAY
MOWERS
205.3506/30/2016348478 PARKS ADMIN8004850-00
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #92 & 93 FAIRWAY
MOWERS
58.9906/30/2016348478 PARKS ADMIN8004850-01
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES #99 TORO BLOWER /
SWITCH
342.0806/30/2016348478 PARKS ADMIN8005718-00
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #72 & 93 TRIM
MOWERS
75.4906/30/2016348478 PARKS ADMIN8005718-01
404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #72 TRIM MOWER
4,866.51Check 348478 Amount
WESTERN EQUIPMENT DISTRIBUTORS Total
$4,866.51
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 101 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
WESTERN FIRE CHIEFS ASSN - 090776
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
582.8306/30/2016348479 FIRE300009058
000.000000.009.522.45.43.002 TRAINING/SCHOOLSTRAINING/Books for Lieutenant's exam
582.83Check 348479 Amount
WESTERN FIRE CHIEFS ASSN Total
$582.83
WESTERN SYSTEMS - 091171
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
18,934.2006/30/2016348480 TRANSPORTATION/AIRPORT0000030298
317.122115.016.542.60.31.011 TRAFFIC SAFETY PGM SUPPLIESCONTROLLER CABINET
18,934.20Check 348480 Amount
WESTERN SYSTEMS Total
$18,934.20
WIDENER & ASSOCIATES - 091850
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
5,635.7006/30/2016348481 TRANSPORTATION/AIRPORT204860
317.120029.016.595.10.63.000 ARTERIAL CIRCULATION PGM - PLANNINGProfessional services for Oakesdale
Wetland Monitoring.
624.6106/30/2016348481 TRANSPORTATION/AIRPORT204861
317.122605.016.595.11.63.000 NE 31ST ST BRIDGE REPLACEMENT - PECAG-15-208 Professional services for NE
31st St Bridge Replacement Project
1,696.8006/30/2016348481 TRANSPORTATION/AIRPORT204858
317.122802.016.595.11.63.000 LAKE WASHINGTON LOOP TRAIL - PECAG-16-033 Professional services for
Lake Washington Loop Trail project
7,957.11Check 348481 Amount
WIDENER & ASSOCIATES Total
$7,957.11
WILBUR ELLIS COMPANY - 091804
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
693.0306/30/2016348482 PW SHOPS10030446 RI
003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIESChemicals for weed control in street
dept.
693.03Check 348482 Amount
WILBUR ELLIS COMPANY Total
$693.03
WILLIAMS SCOTSMAN - 092196
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
525.7306/30/2016348483 TRANSPORTATION/AIRPORT98982588
402.000000.016.546.20.45.000 OPERATING RENTAL & LEASEUS Customs temp bldg rental - June
525.73Check 348483 Amount
WILLIAMS SCOTSMAN Total
$525.73
WILSON SPORTING GOODS CO - 092434
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 102 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
WILSON SPORTING GOODS CO - 092434
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
251.9506/30/2016348484 PARKS ADMIN4520134499
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: CLUBS~
PUTTERS & WEDGES
178.8806/30/2016348484 PARKS ADMIN4520134500
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: GRIPS
579.9206/30/2016348484 PARKS ADMIN4520134501
404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: BALLS
1,010.75Check 348484 Amount
WILSON SPORTING GOODS CO Total
$1,010.75
WINFIELD SOLUTIONS - 092463
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
1,073.4506/30/2016348485 PARKS ADMIN60888526
001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: PARK AVE SHOP RESTOCK FOR LIBERTY
PARK AND CEDAR RIVER PARK~
QTY 44.0 BAGS - PN 20-14-14 DUR HYDRSR
WIL50LB (2,200 LB) @ $22.28/BAG =
$980.32 + sales tax @ $93.13
390.9506/30/2016348485 PARKS ADMIN60909352
001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: PARK AVE SHOP SUPPLIES~
QTY 15.0 BAGS - PN 20-14-14 DUR HYDRSR
WIL50LB (750 LB) @ $22.28/BAG =
$334.20; freight @ $25.00 + sales tax
1,464.40Check 348485 Amount
WINFIELD SOLUTIONS Total
$1,464.40
WRIGHT, CHARLES OR DENISE - 111756
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
120.7506/30/2016348486 REVENUE/BALANCE SHEET049348/Refund
405.000000.000.257.00.00.000 DEFERRED REVENUE6100 SE 2nd ST - Credit bal, final
date: 5/16/16
120.75Check 348486 Amount
WRIGHT, CHARLES OR DENISE Total
$120.75
WSCCCE/AFSCME/AFL-CIO - 100012
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
15,969.9406/24/2016348139 REVENUE/BALANCE SHEETBen1737798
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSAFSCME DUES: Payment
15,969.94Check 348139 Amount
WSCCCE/AFSCME/AFL-CIO Total
$15,969.94
WSCFF EMPLOYEE BENEFIT TRUST, DIMARTINO ASSOC - 100060
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
10,125.0006/24/2016348140 REVENUE/BALANCE SHEETBen1737804
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSVEBA FIRE: Payment
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
Page 103 of 103City of Renton
AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM
8:31:18AM7/7/2016
WSCFF EMPLOYEE BENEFIT TRUST, DIMARTINO ASSOC - 100060
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
10,125.00Check 348140 Amount
WSCFF EMPLOYEE BENEFIT TRUST, DIMARTINO ASSOC Total
$10,125.00
WSCFF FAST PAC - 108150
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
506.5906/24/2016348141 REVENUE/BALANCE SHEETBen1737814
632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSWSCFF FAST PAC: Payment
506.59Check 348141 Amount
WSCFF FAST PAC Total
$506.59
XEE YANG - 110929
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
5.0006/30/2016348487 REVENUE/BALANCE SHEET194
009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
4.0006/30/2016348487 PARKS ADMIN194
009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor
reimbursement for EBT and Fresh Bucks
sales on 6/21/16
9.00Check 348487 Amount
XEE YANG Total
$9.00
XEROX CORPORATION - 093240
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
3,066.0006/30/2016348488 FINANCE & IT559864
503.000000.004.518.82.66.000 COPIER RENTALSJune 2016 Copier Lease for print shop
3,066.00Check 348488 Amount
XEROX CORPORATION Total
$3,066.00
ZUMAR INDUSTRIES INC - 094296
Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department
333.4606/30/2016348489 TRANSPORTATION/AIRPORT0182608
003.000000.016.542.95.31.013 SIGN SUPPLIES20 SIGN BLANKS
333.46Check 348489 Amount
ZUMAR INDUSTRIES INC Total
$333.46
Report Total $3,366,041.13
H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM
AGENDA ITEM #4. a)
AGENDA ITEM #4. b)