Skip to content
  • Local
  • Biz/Tech
  • Sports
  • Entertainment
  • Life
  • Travel
  • Homes
  • Opinion
  • |
  • Jobs
  • Autos
  • Shop
Seattle Times
Marketplace Search
    • Marketplace
    • Sign In
    • Favorite Listings
    • Saved Searches
    • My ads
    • Account Settings
    • Sign In
    • Place an Ad
  • Sign In
  • Sign In;}
    • Favorite Listings
    • Saved Searches
    • My ads
    • Account Settings
    • Sign In
  • Place an Ad
  • Announcements
  • Automotive
  • Garage Sales
  • Jobs
  • Legals
  • Merchandise
  • Misc. Vehicle Services
  • Obituaries
  • Pets
  • Professional Services
  • Real Estate
Back
Featured

SECOND AMENDED SUMMONS

Share

    Share Ad

  • Twitter
  • reddit
  • WhatsApp
Print
IN THE SUPERIOR COURT OF THE
STATE OF WASHINGTON
IN AND FOR COUNTY OF KING
NO. 25-2-06679-7 SEA
SECOND AMENDED SUMMONS
LOLA'S HOMES LLC, a Washington limited liability corporation,
Plaintiff,
v.
URBAN LIFESTYLE 10, LLC, a Washington limited liability company; DENIEL YI, individually and his marital community; and CHANDRA LACY, individually and in her marital community,
Defendants.
NO. 25-2-06679-7 SEA
SECOND AMENDED SUMMONS
THE STATE OF WASHINGTON TO:
DEFENDANT DENIEL YI
A lawsuit has been started against you in the above-entitled court by Plaintiff above named. Plaintiff's claims are stated in its Complaint, a copy of which is served upon you with this Summons. To defend against this lawsuit, you must respond to Plaintiff's Complaint by stating your defense(s) in writing, and serve a copy upon the undersigned attorneys for Plaintiff within ninety days (90) days after the date of mailing this Summons, which occurred on June 10, 2025, or a default judgment may be entered against you without notice. A default judgment is one where Plaintiff is entitled to what it asks for because you have not responded. If you serve
a notice of appearance on the undersigned attorney, you are entitled to notice before a default judgment may be entered.
This Summons is issued pursuant to Rule 4 of the Superior Court Civil Rules of the State of Washington.
DATED this 10th day of June, 2025.
FOSTER GARVEY PC
By /s/ Jacque E. St. Romain
Jacque St. Romain, WSBA #44167
Lindsey P. Folcik, WSBA #62959
1111 Third Avenue, Suite 3000
Seattle, WA 98101
jacque.st.romain@foster.com
lindsey.folcik@foster.com
Attorneys for Plaintiff
Posted Online 4 weeks ago
This ad has been viewed 248 times

Explore more

Featured

Puget Sound Educational Service District Board

Puget Sound Educational Service...

The Puget Sound Educational Service District Board will be reviewing and adopting recommended Budget for FY 25-26 at the July Board Meeting.
Date: July 16, 2025
Time: 5:00 P.M.
Location: 800 Oakesdale Ave SW, Renton, WA 98057
Meeting is open to the public.
Please contact Renee Hill 425-917-7602 or via email rhill@psesd.org if need more information.

The Puget Sound Educational Service District Board will be reviewing and adopting recommended Budget for FY 25-26 at the July Board Meeting.
Date: July 16, 2025
Time: 5:00 P.M.
Location: 800 Oakesdale Ave SW, Renton, WA 98057
Meeting is open to the public.
Please contact Renee Hill 425-917-7602 or via email rhill@psesd.org if need more information.

Posted Online 2 weeks ago
Featured

CITY OF AUBURN REQUEST FOR PROPOSALS (RFP)

CITY OF AUBURN REQUEST FOR...

CITY OF AUBURN

REQUEST FOR PROPOSALS (RFP)

Project CP2509 - Downtown Bike to Transit (10th Street NE/NW)

Proposals Due: July 24, 2025

The City of Auburn is soliciting Proposals from qualified consulting teams to provide professional services for the design, environmental permitting and approvals, cultural & historical review, and construction support for the Downtown Bike to Transit (10th Street NE/NW), CP2509.

The City's estimate of the contract associated with this RFP ranges from $150,000 to $250,000 excluding future phases and optional work.

One electronic copy (PDF) of the Proposal Package shall be emailed to akoshman@auburnwa.gov on or before 4:00 pm, Thursday, July 24, 2025, with a subject line "Proposal - Downtown Bike to Transit (10th Street NE/NW), CP2509". Questions regarding this solicitation should be directed to Aleksey Koshman, Project Engineer, by email only at akoshmanwa@auburnwa. gov.

Additional information related to this RFP may be posted to the City's website no later than July 3, 2025. Prospective consulting teams should check the City's website for any additional posted information at
http://www.auburnwa.gov/bids.


For guidance on proposal content and the criteria used for consultant selection and evaluation, refer to the section below titled Selection Process and Evaluation Criteria.. Although the use of subconsultants is recognized as being necessary for a multidiscipline project, the City's preference is for the lead consultant to have the majority of the work performed in-house.

PROJECT DESCRIPTION

This project will improve the 10th Street NE/NW corridor between B Street NW and Auburn Way North by converting the existing four-lane roadway into a three-lane configuration, consisting of one travel lane in each direction, a center two way left turn lane, and buffered bike lanes. These enhancements aim to improve safety, access, and multimodal mobility. Intersection upgrades include removing the east/west stop control at A Street NE and installing Rectangular Rapid Flashing Beacons (RRFBs) and refuge islands at the north-south crosswalks to improve pedestrian safety. The traffic signal at D Street NE will be modified to match the updated cross section, and the entire corridor will receive a grind and overlay.

In conjunction with the transportation improvements, the project will replace approximately 58 feet of existing 8-inch storm sewer with a new 12-inch pipe to increase drainage capacity. Existing catch basins will be preserved unless their replacement is necessary for pipe replacement.

SCOPE OF WORK

The design contract will include project management, environmental approvals and permitting, cultural and historical survey, preparation of contract plans, specifications, and estimates at the 30%, 90% and final review levels; "over-the-shoulder" reviews between the 30% and 90% review levels, and bidding/construction assistance.

SELECTION PROCESS AND EVALUATION CRITERIA

Each proposal is limited to a maximum of 8 numbered letter sized pages of content (excluding only the cover and any dividers) (minimum font size 10 Arial) and should address each criteria element listed below. A committee of City personnel will evaluate and rate the proposals on the following criteria, weighted as indicated:

1. Project Team Qualifications (30%)

Identify the Project Team (those who will be actively working on this project). Include an organizational chart and identify any sub-consultants. Discuss the proposed Project Team's expertise and experience with 3 similar projects within the last 10 years. Please include the following information for each project:

a. Project name and location

b. A brief description of the project

c. Provide the total project costs

d. Project Team Member roles in the project

e. A project reference and contact phone number

2. Important Issues (15%)

List and briefly describe a minimum of three of the most important issues or considerations for this project and identify the attributes and/or experiences that may set your team apart or make it particularly well-suited to address the issues.

3. Lessons Learned (15%)

Describe specific lessons learned by your firm/team regarding similar projects and what those lessons learned taught the team.

4. Quality Assurance / Quality Control Plan (10%)

Describe your firm's process/procedures for providing quality assurance/quality control throughout the life of the project.

5. Project Schedule Management (15%)

Discuss how the Project Team will meet the proposed schedule shown in the Project Description section above. Describe your team's general approach towards schedule management and availability of the team members.

6. Revisions to Draft Scope of Work/Consultant Agreement Template (15%)

A preliminary draft scope of work and the City's template consultant agreement are included in the supplemental RFP documents. Provide any requested additions, deletions, or revisions you may request to these documents if you were awarded this contract. Please note that modifications to the City's consultant agreement template are generally discouraged.

Following the evaluation of the Proposals, the City will interview up to 3 of the prospective consultants. Those firms selected for interview will have the opportunity to present their past experience with similar projects and overall project approach.


SELECTION SCHEDULE

The City's proposed schedule for Consultant selection, subject to change, is as follows:

Issue Request for Proposals July 3, 2025

Deadline for Submittal of Proposals July 24, 2025 @ 4:00 pm

Preliminary Selection of Firms August 5, 2025

Notify Firms Chosen for Interviews August 8, 2025

Consultant Interviews Week of August 17, 2025

Final Selection of Design Firm August 26, 2025

Execution of Consultant Agreement September 2025


TERMS AND CONDITIONS

The City of Auburn reserves the right to reject any and all Proposals and to waive irregularities and informalities in the submittal and evaluation process. This solicitation for Consultant Services does not obligate the City of Auburn to pay any costs incurred by respondents in the preparation and submission of a Proposal. This solicitation does not obligate the City of Auburn to accept or contract for any expressed or implied services. Furthermore, the City of Auburn reserves the right to award the contract to the next most qualified Consultant if the selected Consultant does not execute a contract within thirty 30 days after the award of the proposal.

The City of Auburn in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. This material can be made available in an alternate format by calling 253-931-3010.

The City of Auburn, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

Dates of publication in the Seattle Daily Journal of Commerce, July 3, 2025 and July 10, 2025.

Dates of publication in the Seattle Times, July 3, 2025 and July 10, 2025.

CITY OF AUBURN

REQUEST FOR PROPOSALS (RFP)

Project CP2509 - Downtown Bike to Transit (10th Street NE/NW)

Proposals Due: July 24, 2025

The City of Auburn is soliciting Proposals from qualified consulting teams to provide professional services for the design, environmental permitting and approvals, cultural & historical review, and construction support for the Downtown Bike to Transit (10th Street NE/NW), CP2509.

The City's estimate of the contract associated with this RFP ranges from $150,000 to $250,000 excluding future phases and optional work.

One electronic copy (PDF) of the Proposal Package shall be emailed to akoshman@auburnwa.gov on or before 4:00 pm, Thursday, July 24, 2025, with a subject line "Proposal - Downtown Bike to Transit (10th Street NE/NW), CP2509". Questions regarding this solicitation should be directed to Aleksey Koshman, Project Engineer, by email only at akoshmanwa@auburnwa. gov.

Additional information related to this RFP may be posted to the City's website no later than July 3, 2025. Prospective consulting teams should check the City's website for any additional posted information at
http://www.auburnwa.gov/bids.


For guidance on proposal content and the criteria used for consultant selection and evaluation, refer to the section below titled Selection Process and Evaluation Criteria.. Although the use of subconsultants is recognized as being necessary for a multidiscipline project, the City's preference is for the lead consultant to have the majority of the work performed in-house.

PROJECT DESCRIPTION

This project will improve the 10th Street NE/NW corridor between B Street NW and Auburn Way North by converting the existing four-lane roadway into a three-lane configuration, consisting of one travel lane in each direction, a center two way left turn lane, and buffered bike lanes. These enhancements aim to improve safety, access, and multimodal mobility. Intersection upgrades include removing the east/west stop control at A Street NE and installing Rectangular Rapid Flashing Beacons (RRFBs) and refuge islands at the north-south crosswalks to improve pedestrian safety. The traffic signal at D Street NE will be modified to match the updated cross section, and the entire corridor will receive a grind and overlay.

In conjunction with the transportation improvements, the project will replace approximately 58 feet of existing 8-inch storm sewer with a new 12-inch pipe to increase drainage capacity. Existing catch basins will be preserved unless their replacement is necessary for pipe replacement.

SCOPE OF WORK

The design contract will include project management, environmental approvals and permitting, cultural and historical survey, preparation of contract plans, specifications, and estimates at the 30%, 90% and final review levels; "over-the-shoulder" reviews between the 30% and 90% review levels, and bidding/construction assistance.

SELECTION PROCESS AND EVALUATION CRITERIA

Each proposal is limited to a maximum of 8 numbered letter sized pages of content (excluding only the cover and any dividers) (minimum font size 10 Arial) and should address each criteria element listed below. A committee of City personnel will evaluate and rate the proposals on the following criteria, weighted as indicated:

1. Project Team Qualifications (30%)

Identify the Project Team (those who will be actively working on this project). Include an organizational chart and identify any sub-consultants. Discuss the proposed Project Team's expertise and experience with 3 similar projects within the last 10 years. Please include the following information for each project:

a. Project name and location

b. A brief description of the project

c. Provide the total project costs

d. Project Team Member roles in the project

e. A project reference and contact phone number

2. Important Issues (15%)

List and briefly describe a minimum of three of the most important issues or considerations for this project and identify the attributes and/or experiences that may set your team apart or make it particularly well-suited to address the issues.

3. Lessons Learned (15%)

Describe specific lessons learned by your firm/team regarding similar projects and what those lessons learned taught the team.

4. Quality Assurance / Quality Control Plan (10%)

Describe your firm's process/procedures for providing quality assurance/quality control throughout the life of the project.

5. Project Schedule Management (15%)

Discuss how the Project Team will meet the proposed schedule shown in the Project Description section above. Describe your team's general approach towards schedule management and availability of the team members.

6. Revisions to Draft Scope of Work/Consultant Agreement Template (15%)

A preliminary draft scope of work and the City's template consultant agreement are included in the supplemental RFP documents. Provide any requested additions, deletions, or revisions you may request to these documents if you were awarded this contract. Please note that modifications to the City's consultant agreement template are generally discouraged.

Following the evaluation of the Proposals, the City will interview up to 3 of the prospective consultants. Those firms selected for interview will have the opportunity to present their past experience with similar projects and overall project approach.


SELECTION SCHEDULE

The City's proposed schedule for Consultant selection, subject to change, is as follows:

Issue Request for Proposals July 3, 2025

Deadline for Submittal of Proposals July 24, 2025 @ 4:00 pm

Preliminary Selection of Firms August 5, 2025

Notify Firms Chosen for Interviews August 8, 2025

Consultant Interviews Week of August 17, 2025

Final Selection of Design Firm August 26, 2025

Execution of Consultant Agreement September 2025


TERMS AND CONDITIONS

The City of Auburn reserves the right to reject any and all Proposals and to waive irregularities and informalities in the submittal and evaluation process. This solicitation for Consultant Services does not obligate the City of Auburn to pay any costs incurred by respondents in the preparation and submission of a Proposal. This solicitation does not obligate the City of Auburn to accept or contract for any expressed or implied services. Furthermore, the City of Auburn reserves the right to award the contract to the next most qualified Consultant if the selected Consultant does not execute a contract within thirty 30 days after the award of the proposal.

The City of Auburn in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. This material can be made available in an alternate format by calling 253-931-3010.

The City of Auburn, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

Dates of publication in the Seattle Daily Journal of Commerce, July 3, 2025 and July 10, 2025.

Dates of publication in the Seattle Times, July 3, 2025 and July 10, 2025.

Posted Online 6 days ago
Featured

The Boeing Company

The Boeing Company

The Boeing Company, Katherine Ringgold, P.O. Box 3707 M/C 6X2-06 Seattle, WA 98124, is seeking coverage under the Washington State Department of Ecology's NPDES General Permit for Stormwater Discharges Associated with Industrial Activities at the industrial site, known as Boeing Renton Facility, located at 737 Logan Ave N. in Renton, Washington.

Activities requiring permit modification include: Requesting a waiver for Level 3 corrective action at OF-002A.

Any person desiring to present their views to the Department of Ecology concerning this application may notify Ecology in writing within 30 days from the last date of publication of this notice. Comments may be submitted to:
Washington Dept of Ecology

Water Quality Program -
Industrial Stormwater
PO Box 47696
Olympia, WA 98504-7696

The Boeing Company, Katherine Ringgold, P.O. Box 3707 M/C 6X2-06 Seattle, WA 98124, is seeking coverage under the Washington State Department of Ecology's NPDES General Permit for Stormwater Discharges Associated with Industrial Activities at the industrial site, known as Boeing Renton Facility, located at 737 Logan Ave N. in Renton, Washington.

Activities requiring permit modification include: Requesting a waiver for Level 3 corrective action at OF-002A.

Any person desiring to present their views to the Department of Ecology concerning this application may notify Ecology in writing within 30 days from the last date of publication of this notice. Comments may be submitted to:
Washington Dept of Ecology

Water Quality Program -
Industrial Stormwater
PO Box 47696
Olympia, WA 98504-7696

Posted Online 1 week ago
View more
Check back daily to see new goods and services, or to sell more stuff. Place an Ad
  • Contact
    • Newsroom staff list
    • FAQ
    • Contact form
  • About the company
    • Seattle Restaurant Week
    • Newspapers in Education
    • Fund for the Needy
    • Employment
    • Historical Archives
    • Pulitzers
    • Company information
    • Permissions
    • Seattle Times Store
  • Advertise
    • Classifieds
    • Autos
    • Homes
    • Obituary
    • Jobs
    • Media Kit
    • Advertise with Us
  • Subscriber Services
    • Subscribe
    • Activate Account
    • Manage Subscription
    • Place Temporary Hold
    • Report Delivery Issue
    • Make a Payment
    • Print Replica
  • Today’s Front Page
  • Facebook
  • Twitter
  • RSS Feeds
  • Newsletters
  • Mobile Apps
  • Subscribe
Copyright © 2025 The Seattle Times | Privacy statement | Terms of service
  • © by Seattle Times
Powered by Powered by AdPerfect