HomeMy WebLinkAboutAG 21-068 - FLAGS A' FLYINGRETURN TO: Autumn Gressett EXT: 6941
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT./DIV: Parks Department
2. ORIGINATING STAFF PERSON: Derreck Presnell
EXT: 6959
DATE REQ. BY: 3/5121
TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G, RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#):r❑ INTERLOCAL
A OTHER CHANGEORDER
5. PROJECT NAME: Veterans Flagpole at the Staircase
6. NAME OF CONTRACTOR: Flags A' Flying
ADDRESS: 3635 S Lawerence St, Suite J, Tacoma, WA 98409
E-MAIL: keith@flagsaflying.com
SIGNATURE NAME: Keith Harris
TELEPHONE 253-471-7880
FAX: 253-471-7838
;E Project Manager
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES A COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
8. TERM: COMMENCEMENT DATE: upon signature
COMPLETION DATE: 10/31/21
TOTAL COMPENSATION $1094.28 +- 51 'j y I , 6 S —, Q I"6* S . (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES M NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED OYES
RETAINAGE: RETAINAGE AMOUNT:
ONO IFYES, $
PAID BY: A CONTRACTOR ❑ CITY
❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
® PURCHASING: PLEASE CHARGE TO: N/A303-7100-129-594-76-480
10. DOCUMENT/CONTRACT REVIEW
PROJECT MANAGER
It DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
❑ LAW
INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
AG 4.6.2021 AG 5.27.2021
11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE:
12
CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(Include dept. support staff if necessary and feel free to set notification more than a month in advance if council approval is needed.)
INITIAL / DATE SIGNED
❑ LAW DEPARTMENT
❑ SIGNATORY (MAYOR OR DIRECTOR)
0 CITY CLERK
❑ ASSIGNED AG#
COMMENTS:
DK: will use change order to address unanticipated PE stamp requirement.
x y�
EXHIBIT "B"
CONTRACT CHANGE ORDER AGREEMENT
PROJECT NUMBER CHANGE ORDER NUMBER
VETERANS FLAGPOLE AT STAIR
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
4/6/2021
EFFECTIVE DATE
FLAGS A FLYING LLC
CONTRACTOR
The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by
Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract
not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
❑ Yes ® No
❑ Yes ❑No
PRICE CHANGE LUMP SUM: INCREASE $ 1094.28 DECREASE $
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
1 SO# 30116 1 $1094.28 ADD
TOTAL NET CONTRACT: INCREASE $ 1094.28 DECREASE $
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
*ADJUSTMENTS
NEW CONTRACT AMOUNT
/�- yq, "/- -7
' IGNATLIRE DATE
' IGNAT I&ATi&
Rev 1 /20 — 16 —
$_5.791.65
$ 1,094.28
$ 6,885.93
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY E INCREASED
L DECREASED
PAY THIS ADJUSTED AMOUNT:
�613ECTOR'S SIGNATURE BATE
Rev 1/20 — 17 —
Autumn Gressett
1. ORIGINATING DEPT./DIV: Parks Department
2. ORIGINATING STAFF PERSON: Derreck Presnell EXT: 69`'9 3. DATE REQ. BY: 3i5i21
4. TYPE OF DOCUMENT (CHECK ONE):
F-1 CONTRACTOR SELECTION DOCUMENT (E.G
El PUBLIC WORKS CONTRACT
[:1 PROFESSIONAL SERVICE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT
❑ REAL ESTATE DOCUMENT
❑ ORDINANCE
❑ CONTRACT AMENDMENT (AGif).
D OTHER
5. PROJECTNAME: veterans Flagpoie at the Staircase
6.
RFB, RFPRFQ)
[9 SMALL ORLIMITED PUBLIC WORKS CONTRACT
❑ MAINTENANCE AGREEMENT
❑ HUMAN SERVICES / CDBG
El SECURITY DOCUMENT E.G. BOND RELATED DOCUMENTS)
Li RESOLUTION
E INTERLOCAL
NAME OF CONTRACTOR: Flags A'Flying
ADDRESS: :3635 S Lawerence St, Suite J Jacoma, WA 98409 TELEPHONE 253471-7880
EMMAIL: keith@flagsaFlying.com FAX: 253-471-7838
SIGNATURENAME: Keith Harris TITLE Project Manager
7. EXHIBITS AND ATTACHMENTS: El SCOPE, WORK OR SERVICES A COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE 1:1 ALL
OTHER REFERENCED EXHIBITS E PROOF OF AUTHORITY TO SIGN 1:1 REQUIRED LICENSES E PRIOR CONTRACT/AMENDMENTS
8. TERM: COMMENCEMENT DATE: upon signature COMPLETION DATE: 10/31/21
9. TOTAL COMPENSATION $ 5791.65 (INCLUDE EXPENSES AND SALES TAX. IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE -ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: EJ YES A NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED AYES ENO IF YES, $ 531.30 PAID BY: [9 CONTRACTOR El CITY
RE TAINAGE: Rf TAINAGE AMOUNT: Ej RETAfNAGE AGREEMENT (SEE CONTRACT) OR El RETAINAGE BOND PROVIDED
0 PURCHASING: PLEASE CHARGE TO: NIA303-7100-129-594-76-480
10. DOCUMENT/CONTRACT REVIEW
A PROJECT MANAGER
El DIRECTOR
ORISK MANAGEMENT (IF APPLICABLE)
A LAW
I I., COUNCIL A'PPROVAL (IF APPLICABLE)
INITIAL / DATE REVIEWED
AG 2.24.2021
DK 02-25-2021
COMMITTEE APPROVAL DATE:
INITIAL / DATE APPROVED
AG 2.25.2021
COUNCIL APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTING
KSENT TO VENDOR/CONTRACTOR DATE SENT: 12V62 I DATE REC"D:* f f
ATTACH.: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(Include dept. support staff if necessary and feel free to set notification more than a month in advance if council approval is needed.)
INITIAL/ DATE SIGNED
4.LAWDEPARTMENT
IGGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
Ll ASSIGNED AG#
LLJMMEN! S..
DK: will use change order to address unanticipated PE.stamp requirement.
IL
O
SMALL
PUBLIC WORKS CONTRACT
FOR
VETERAN'SF AGPOLE
This small public works contract Co ntract") is dated effective this. 7ikooe
ratio
Corporation ("Contractor').
day of
202t and is made by and between the City of Federal Way, a Washington municipal
("City" or "Owner").
and Flags A' Flying
1, a Washington
Limited Liability
A. The City desires to retain an in contractor to furnish all labor and
materials necessary to perform work at South Side of Parcel 8575000020, Federal Way,
Washington ("Property"); and
B. The Contractor has the requisite skill and necessary experience to perform such
work.
NOW, THEREFORE, the Parties ("'Parties") agree to the following terms and conditions:
I SERVICES BY.CONTRACTOR
ohmmmm -NI
lei Description of' Work. Contractor shall perform all work and furnish all tools,
materials, supplies, equipment, labar and other items It thereto necessary for the
construction and completion of the work, more particularly described as the Veteran's Flagpole
at Staircase project, in Exhibit "A" attached hereto and incorporated by this reference, ("Work"),
and i*n accordance with
and as described
in the
limitation, this Contract, Contract Change Order Agreement attached
Contractor's Retainage Agreement attached as Exhibit 44 C, d) Contra331FF
ctor's Retainage Bond
attached as Exhibit "D," Notice to Labor Unions
Insurance Form attached hereto as Exhib
Contract Documents, which include without
as Exhibit "B,"
attached as
Exhibit "E," Cefttltocate(s)iot 0
it "F," Perfonnance/Payment Bond attached hereto as
Exhibit "G," Prevailing Wage Rates attached as Exhibit "H," Title VI Assurances attached
hereto as Exhibit "I," and all other Appendices attached hereto and incorporated by this
reference, (Col lectively the "Contract Docuumments"h
), wich Work sha11 I e conipleted to the City ly s
satisfaction, within the time period prescribed by the Ci and pursuant to the direction of the
Mayor or his or her designee.
102 Completion Date. The Work shall be commenced within fourteen (14} days of
receipt by the Contractor of the City's Notice to Proceed. The Work shall be completed on or
before the 1$` day o July, 202 1. In the event the Work is not completed within the time sneci'fted,
Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula
included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City
has accepted the Work.
1.3 Liquidated Damages. Time is of the essence of the Contract. Delays
inconvenience the City and public, Delays also cost taxpayers undue sums of money, adding
time needed for administration, engineering, inspection, and supervision.
Rev 1/20
— 1
Accordingly, the Contractor agrees:
1. To pay liquidated damages in the amount
beyond the number of working days estabil'
.0
2. To authorize the City's Project manager to deduct these liquidated damages
from any money due or coming due to the Contractor.
When the Contract Work has progressed to the extent that the Contracting Agency has
full use and benefit of the facilities,oneraticboth from the nal and safety qtnr dnnin
the initial '
temporary
o f $200.00 for each working day
shed for Physical Completion'. and
t, all
�,�a��u���� arc trUlI1�71CLCU cIIIU unly minor incicentai woi-@K,, replacement ot
EL
substitute facilities, plant establishment periods_ or correction or repair
remains to physically complete the total Uontrac
W F 10
t, the City s .project
determine the Contract Work is substantially complete. The City's projec
notify the Contractor iin writing of the Substantial Completion Date.
1
manager may
t manager will
For overruns i"n
Contract time occurring after the date so established, liquidated damages shown above
'b
will not apply. For overruns in Conti --act time occurring after the Substantial Completion
Date, liquidated damages shall be assessed on the basis of direct engineering and related
costs assi*
gnable to the project until the actual Ph ysical Completion Date of all the
Contract Work.
The Contractor shall complete the remaining Work as promptly as
possible. Upon reestquby the City's Project manager, the Contractor shall furnish a
written schedule for completing the physical Work on the Contract.
Liquidated damages will not bc assessed for any days for which an extension of time is granted.
No deduction or payment o iquidated damages will, in any degree, release the Contractor from
further obligations and liabilities to complete the entire Contract.
1.4 Performance Standard. Contractor shall perform the Work 1"n a manner consistent
with accepted practices for other properly licensed contractors, performed to the City"'s
satisfaction, within the time period prescribed by the City.
1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all
applicable federal, state and City laws, including but not limited to all Ci"ty ordinances,
resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain
all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense.
186 Change Orders. The City may, at any time, without notice to sureties, order
changes within the scope of the Work. Contractor agrees to fully perform any such alterations or
additions to the Work. All such change orders shall be in the form of the Contract Change Order
Agreement attached hereto as Exhibit "Bwhich shall be signed bY both the Contractor and the
City, shall specificallyspecifically state the change of the Work, the completion date for such changed Work,
and any increase or decrease ni the compensation to be paid to Contractor as a result of such
change in the Work. Oral change orders shall not -be binding upon the City unless confirmed in
writing b the City. If any change hereunder causes an increase or decrease 1*1n the Contractor's
cost of, or time required for, the performance or any part of the Work under this Contract, an
equitable adjustment will be made and the Contract modified in writing accordingly.
Rev 1/ 0 - 2 -
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within f.iive (5) days after receipt of a written change order from the City or after giving the City
the written notice required above!, as the case may be, subm*It to the City a written statement
setting forth the general nature and monetary extent of such claim; provided the Ciry, in its sole
discretion, may extend such five (5) day submittal period upon request by the Contractor. The
Contractor shall supply such suPPorting documents and analysis for the claims as the City may
require to determine if the claims and costs have merit. No claim will be allowed for any costs
incurred more than five (5) days before the Contractor gives wntten notice as requffed. No claim
by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final
payment under this Contract.
I h 7 Work and Maten*als Omitted. The Contractor shall, when directed'
in writing by
the City, omit work, services and materials to be furnished under the Contract and the value of
the omitted work and materials will be deducted from the Total
schedule will be reviewed if at)orot)riate. The value of the omitt
will be a lump sum or unit
Compensation and the delivery
ed work, services and materials
in writing b y, the Contractor and the
2
City* Tf the parties cannot agree on an appropriate deduction, the City reserves the right to issue a
unilateral change order adjusting the.pn'ce and the delivery schedule.,
price, as mutually agreed upon
108 Utility Location. Contractor is responsible for locatin9Yanunderground utilities
affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as
amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW,, including
utilization of the " one call" locator system before commencing any excavation activities.
109 Air Environment., Contractor shall fully cover any and all loads of loose
construction materials including without limitation, sand, dirt, gravel, asphalt, excavated'
materials, construction debris, etc., to protect said materials from air exposure and to minimize
emission of airborne particles to the ambient air environment within the City of Federal Way.
20
kvi
This Contract shall commence on tfie effective date of this Contract and continue until the
1k
completicompletionof the Work, which shall be no later than the 1st day of July, 2021, and the expiration
of all warranties contained in the Contract Documents ("Term").
3. WARRANTY
301 Requisite Skill. The Contractor warrants thatImt has die requisite skill to complete
the Work, and is appropriately accredited and licensed by all applicable agencies and
governmental entities, including but not limited to being re gistered to do business iii the City of
Federal Way by obtaining a City of Federal Way business registration. Contractor represents that
i4bt has visited the site and isfamiliar with all of the plans and specifications in connection with the
completion of the Work.
Rev 1/20 - 3
302 Defective Work. The Contractor shall, at its sole cast and expense, coiTect all
Rk
Work which the City deems to have defects in workmanship and material discovered within one
(1) year after the City's final acceptance of the Work.
4. COMPENSATION
401 Total Compensation... In consideration of the Contractor performing the Work
5 the,
City agrees to pay the Contractor a fixed fee equal to Five Thousand Two Hundred Si
x
ty and
351100 ]Dollars ($5...,260.35). and Washington State sales tax equal to Five Hundred Thirty -One
and 351100 Dollars $531.35). for a total amount not to exceed Five Th,ousand Seven Hundred
Ninety -One and 6... /100 Dollars (S, 791 -h 65), which amount shall constitute, full and complete
payment by the City-,
4w2 Contractor Responsible for Taxes
the.payment of any taxes imposed by any lawful
payment of this Contract.
the Contractor shall be solely responsible for
jurisdiction as a result of the performance and
4b3 Nogpaent. The City shall have the right to withhold payment to the Contractor
for any of the Work not completed i0 n a satisfactory manner, in the Ciry's sale discretion, which
shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is
acceptable to the City.
4d.4 Method of Pa
ent. Payment,by the City for the Work will only be made after
the Work has been completed, a voucher or invoice is submitted in the form specified by the
City, and such invoice is approved by the appropriate City representative. Payment shall be made
within thirty (30) days of receipt of such invoice or voucher unless otherwise set forth 1"n the Bid
Form. The Contractor's acceptance of such payment for the Work shall constitute
compensation for the1111rmance of the Work. T-n.voices shall be submitted, in duplicate to:
City of Federal Way
ATTN: Accounts Payable
33325 8th Avenue South
Federal Way, WA 98003na6325
Duplicate i9 nvoices shall be furnished to:
City of Federal Way
AT I n rwen
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003-6325
full
445 RetainaI. Pursuant to Chapter 60.28 RCW, five percent (5%) of the Total
Compensation shall be retained by the City to assure payment of Contractor's state taxes as well
as payment of subcontractors,, suppliers and laborers. Upon execution of this Contract,
Contractor shall complete, execute and deliver to the City the Contractor's Retal"nage Option
Rev 1/20 - 4
attached hereto as Exhibit "C" or execute the Retai'nage Bond attached hereto as Exhibit "D." No
payments shall be made by the City from the retained percentage fund ("Fund"') nor shall the
City release any retained percentage escrow account to any person, until the City has received
from the Department of Revenue a certificate that all taxes, increases, and penalties due from the
Contractor and all taxes due and to become due with respect to the Contract
full or that they are
State's lien on the
gave been paid in
in the L)eVartment s 'o-rinion, readily le without recourse to the
retained percentage., Upon non-payment by the general contractor, any
supplier or subcontractor may file a lien agains
RCW. Subcon actors or suppliers are required
days of the completion of the Work and
t the retal'onage funds,
to give notice of any
pursuant ta Chapter 60.28
lien within forty-five (45)
in the manner Provided in RCW 39008110L�030-0 Within six ty
(60) days after completion of all Work o this Contract, th ity shall release and pay in full the
money held 1'n the Fund, unless the City becomes aware of outstanding claims made against this
Fund..
5. E
UAL OPPORTUNITY EMPLOYER
In all Contractor services,, programs or activitiesand' all Contractor hiring and
employment made possible by or resulting from this Contract,, there shall be no discrimination bv
t any
Contractor or b Contractor's employees, agents, subcontractors or representatives agai
ns
person because of sex, age (except minimum age and retirement provisions), race, color, creed,
national origin, marital status or the presence of any dsabi1ity,iincluding sensory, mental or
physical handicaps, unless based upon E bona fide occupational qualification in relationship to
hiring and employment. This requirement shall apply, but not be limited to the following:
CMPloyment, advertising, layoff or termination, rates of pay or other forms of cImpensation, and
selection for training, including apprenticeship. Contractor shall comply with and' shall not
violate any of the terms of Chapter 49,.60 RCW, Tl*tl VI of the Civil Rights Act o 1964, the
Americans With Disabilities Act, Section 504 of the Rehabilitation Act o 3, 49 CFR Part 21,
21.5 an126 , or any other applicable federal, state, or local law or regulation regarding non-
dContractor shall post a notice to Labor Unions or other employment
organizations, attached hereto as Exhibit Eas required by Section 202 of Executive Order
III
11246M Any material violation of this provisions a e grounds for termination o is Contract
by the City and, in the case of the Contractor's breach, may result in ineligibility for further City
agreements. If this project involves federal funds including USDOT funds administered by
WSDO the contractor agrees to the clauses contained inExhibit I.
6. INDEPENDENT CONTRACTOR/CONFLICT OF INTE.- REST
JI 601 Tt is the intention and understanding of the Parties that the Contractor shall be an
independent contractor and that the City shall be neither liable nor obligated to pay Contractor
sick leave, vacation pay or any other benefit of employment, nor to pay any social security or
other tax which may arise as an incident of employment. The Contractor shall pay all income and
other taxes due. industrial or any other insurance that is purchased for the benefit of the City,
regardless o ether such may provide a secondary or incidental benefit to the Contractor, shall
not be deemed to convert this Ao,,rreement to an employment contract. it is recognized that
Cal
ontractor may, or will be performing professional services during the Term for other parties;
provided, however, that such performance of other services shall not conflict with or interfere
Rey 1/20 —
5
with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts
4h
of interest in favor of the Cityll
602 If the Contractor is a sole proprietorship or if this is a contract with arl individual,
the contractor agrees to notify the City and complete any required form if the Contractor retired
under a State of Washington refiremen
sustain through the Contractor's failure
7.
withou
61
TERMINATION
qW .. =
Prior to the expirati
t cause b y the City,,
t system and agrees to indemnify any losses the City may
t
o do so.
on of the Team, this Contract may be terminated immediately, with or
INDEMNIFICATION
8-al
the City, it
all claims
S elected officials, officers. employees,azents. and volunteers hm-,&mless from any and
osses, acfi
Contractor Indemnification. The Contractor agrees to indemnify, defend and hold
ons
titesncludng
and liabilities (including costs and ang
demands
any and all personas or ent
,without limitation,
representatives, arising from, resulting from, or connected with this Contract to the extent causeai,i
their respec
I
attorney fees) to or by
tive agents, licensees, or
t
di 16
V the neglgent acts, errors or emissions of the Contractor, its partners, shareholders, agentsnts
employees, or by the Contractor's breach of this Contract. Contractor waives any immunity tha
may be granted to it under the Washington State Industrial Instuance Act, Title 51 RCW-m
Contractor's indemnification shall not be limited in any way by any limitation on the amount of
to or by any third party under workers'
Compensation acts, disability benefit acts or any other benefits acts or programs.
damages, compensation or benefits payable
8o2 CIndemnification. The City agrees to i
ity ndemnify, defend and hold the
Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from
any and all claims, demands,, losses, actions an4l liabilities (including costs and attorney fees) to
or by any and a ll persons or entities,, including without limitation, their respective agents,
licensees, or representatives, arising from, resulting from or connected with this Contract to the
extent solely caused by the negligent acts!, errors, or omissions of the City, its employees or
agents.
8.3 Survival. The .provisions of this Section shall survive the expiration or termination
of this Contract with respect to any event occurring prior to such expiration or termination.
9,0 INSURANCE
991 Minimum Limits. The Contractor agrees to carry as a minimum, the following
insurance, in such forms and with such carriers who have a rating,, which is satisfactory to the
City:
(1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
Rev 1/20
(2) Commercial general liability insurance with combined single limits of liability not
less than $2,000,000 for bodilYJY9inurincludinpersonal injury or death, products
liability and property damage.
(3) Automobile liability insurance with combined single limits of liability not less
than $1,
damage.
000 000 for bodily do
injury, including personal injury or death and property
(4) If any structures are involved in the Contract, the Contractor shall maintain an All
Risk Builder's Risk 2 form at all times in an amount iio less than the replacement value
of the structure until final acceptance of the project by the City.
902 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the
following provisions:
(1) The City, its officers, officials, employees, volunteers and agents shall each be
named as additional insured.
(2) Coverage may not be terminated or reduced in limits except after thirty (30) days
prior written notice by certified Mai l, return receipt requested, to the City.
(3) Coverage shatl'be primary and- non-contributory insurance as respects the City, its
officials, employees and volunteers. Any insurance or self-insurance maintained by the
City, its officials-, employees or volunteers shall be in excess of Contractor's insurance.
(4) Coverage shall apply to each insured separately against wham claim is made or
suit is brought.
(5) Coverage shall be written on an `occurrence" form as opposed to a "claims made"
or " claims paid"' form.
9w3 Verification. Contractor shall furnish the City with certificates of insurance
evidencing the coverage required by this Section, in compliance with the Certificate(s) of
Insurance Form attached hereto as Exhibit "F," which certificate must be executed by a person
authorized by the insurer to bind coverage on its behalf. The City reserves the nght to require
complete certified copies of all required insurance policies, at any time.
994 Subcontractors. Contractors shall include all subcontractors as additional insured
under its policies or shall furnish separate certificates for each subcontractor.. All coverage for
subcontractors shall be subject to all of the requirements stated herein.
9s,5 Deductibles and... Self -Insured Retentions. Any deductibles or self -insured
retentions must be disclosed by Contractor andappraved in writing by the City. At the option of
the City, Cont��actor shall either reduce or el-i'minate such deductibles or self -insured retentions or
Rev 1120 — 7 —
procure a band guaranteeing payment for any amounts not covered by the insurance by reason of
such deductibles or self -insured retentions.
9v6 Asbestos Abatement or- Hazardous Materials. If asbestos abatement or hazardous
materials work is performed, Contractor shall review coverage with the Citv's Risk Manager anii
provide scope and limits of coverage that
satisfactory to the City. Contractor shall not
approved by the Risk Manager.
0
are aPPProriate for the scope of Work and are
commence any Work until its coverage has been
9,67 Termination. The Contra,iL��tor's failure 6C) provide the insurance coverage required
NEENEEFEWby this Section shall be deemed to constitute non -acceptance of this Contract by the Contractor
and the City may then award this Contract to the next lower bidder.
The provisions of this Section shall survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination.
1010 PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, Contractor shall post a PerfoiTnance/Payrnent Bond i"n favor
of the City, in the form attached tn this Contract as Exhibit "G" and incorporated by this
reterence, in a coiiar amount satisfactory to the City; to guarantee Contractor's performance of
46
the Work to the C14'ty's satisfaction; to insure Contractor's performance of all of the provisions olt'119b
this Contract; and to guarantee Contractor's payment of all laborers, mechanics. subcontractors
and material persons. Contractor's
dollar amount of the'bond,,
obligations under this Contract sha
11 not be limited to the
Alternat-a
ively, pursuant to RCW 39.08,.010, at the option of Contractor, if'the value of this
Contract is less than One Hundred Fifty Thousand Dollars ($150,000..00), the City may, i n lieu
ot a bond, retain ten percent (10%) of the Contract amount for a period of thirty (30) days after
the date of final acceptance, or until receipt of all necessary releases frI11111111)m the Department of
Revenue and the Department of Labor and Industries and settlement of any liens filed under
Chapter 60.28 RCW, whichever i's later.,
lie SAFETY
■
Contractor shall take all necessary precautions for the safety of employees on the work
site and shall comply with all applicable provisions of federal, state and municipal safety and
health laws and codes', including without limitation, all OSHA/WiSHA requirements, Safety and
Health Standards for Construction Work (Chapter 296AM155 WAC) General Safety and Healthth
Standards (Chapter 296m24 WAC), and General Occupational Health Standards (C.] apter 296m62
WAC Contractor shall erect and properly matmaintain,at all times, all necessary guards,
barricades, signals and other safeguards at all unsafe places at o-r near the Work for the protection
o f its employees and the public, safe passageways at all road crossings, crosswalks, street
intersections, post danger signs warning against known or unusual hazards and do all other
things necessary to prevent accident or loss of any in Contractor s a protect from damage all
water,, sewer, as, steam or other pipes or conduits, and all hydrants and all other property that is
Rev
likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its
own expense, secure and maintain a safe storage place for its materials and equipment and is
solely responsible for the same.
12. PREVAILING WAGES
1201
of Chapter 39
Wa.ges of Emplo ees. This Contract is subject to the minimum wage requC?
irements
.12 of the-'-- ....... Revised Code of Washington, as now existing or hereafter amended or
supplemented. In the payment of hourly wages and fii'nge benefits to be paid to any of
Contractor's laborers, wOrk persons and/or mechanics,, Contractor shall not pay less than the
"16
prevailing rate of wage"' for an hour's work in the same t-rade or occupation in the locality
within the Mate nf Waqhinutnn where c»ch lahnr is nPrfnrmerl
as determined by the Industrial
Statistician of the Department of Labor and dustiies of the State of Washington, which
"prevailing rates of wage" are attached hereto as Exhibit H 1513 and incorporated herein by this
reference. Prevalling wages.paid pursuant to this Agreement shad be the prevai'ling wage rates,
which are in effect on the date when the bids!, proposals, or quotes were required to be submitted
to the City.
Exem
r
X T IF
e. The ,prevailing wage requirements of Chapter
39.12 RCW, and as required 1*n this Contract do not apply to:
(1) Sole owners and their spouses;
(2) Any partner who owns at least 30% of a partnership; and
(3) The President, Vice President and Treasurer of a corporation if each one
-0
owns at least 30% of the corporation'.
1203 Reporting Requirements. Contractor shall comply with all reporting requirements
hNOW
of the Department of Labor and Industries of the State of Washington. Upon the execution of this
%& Contract,, Contractor shall comp .. lete and file a Statement of Intent to Pay Prevailing Wages with
the Department o I Labor and Inditsiries. I Tpon completion of the Work, Contractor shall
complete and file an Affidavit o ' Wages Paid with the Department of Labor and Industries..
Contractor shall deliver copies of both the Statement of Intent to Pay Prevailing Wages and the
Affidavit of Wages Paid, certified b the Department of Labor and Industries, to the City.
12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of
wages for work of a similar nature and such dispute cannot be resolved by the City and the
Contractor, the matter shall be referred for arbitration to the Director of the De -6 .0 .9partment of Labor
and industries of the State of Washington and the decision therein shall beinal and conclusive
and binding on all parties involved in the dispute.
13. FAILURE TO PAY SUBCONTRACTORS
In the event the Cont-ractor shall fail to pay any subcontractors or laborers, or fail to pay
0 .0 .9
for any matenals or any insurance premiums, the City may terminate this COntract and/or the
Rev 1/20 - 9
-
City may withhold from the money which may be due the Contractor an amount necessary for
the payment of such subcontractors, laborers, materials or insurance premiums.
14.0 OWNERSHIP OF DOCUMENTS
All originals and copies of work product,, including plans, sketches, layouts, designs,
design specifiications, records, files computer disks, magnetic media, all finished or unfinished
documents or material which may be produced or modified bY Contractor while performing the
Work shall become the property of the City and shall be delivered to the City at its request..
1S. CONFIDENTIALITY
Any records, reports, infoimation, data or other documents or materials given to or
prepared or assembled by the Contractor under this Contract will bc kept as confidential and
shall not'be made available to any individual or organization by the Contractor without.pnor
0 .0
written approval of the City.
16-a BOOKS AND RECORDS
ASAI
The Contractor agrees to maintain books, records, and documents which sufficiently and
,properly reflect a ll direct and indirect costs related to the performance of this Cc ntract and such
accounting procedures and prac
tires as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant t(o) this
reasonable times to inspection, review or audl*
Contract. These records shall be subject itlt all
t by the City, its authorized representative, the
State Auditor, or other governmental officials authorized by law t
o monitor this Contract.
170 CLEAN UP
At any time ordered by the City and imrnediately after completion of the Work, the
Contractor, shall, at its own expense, clean up and remove all refuse and unused materials of any
kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up,
the City may, but in no event is it obligated to, perform the necessary clean up and the costs
thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its
costs from any remaining payments due to the Contractor.
1 S. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY:
1891 Contractor Venfication. The Contractor verifies that it has a certificate of
gistration with the State of Washington; has a current state unified business identifier number -
re
is not disqualified from bidding on any Public works contract under RCW 39.06.010 or
39.12.065 (3); has industrial insurance as required by Title 51 RCW, if a*cableppl; has an
ernployment security department number as required in Title 50 RCW, if applicable; has a state
excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid
electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an
IP
elevator contractor license as required by chapter 70-.87 RCW,i applicable.
Rev 1/20 - 10
-
18.2 Subcontractor Contracts. The Contractor shall include the language of this sec
in each of its first -tier subcontracts, and shall require each of its subcontractors to include
tion
the
same'
language of this section in each of their subcontracts, adjusting only as necessary the terms
used for the contracting parties. Upon request of the Owner., the Contractor sha
provide documentation to the Owner
demonstrating
fir
subcontractor responsibilitycnterta below
subcontractors regardless of tier.
1803
10 1lhe
that the subcontractor
requirements of this
11 promptly
meets the
section apply to all
Subcontractor Verification. At the time of subcontract execution, the Contractor
shall verify that each of its first tier subcontractors meets the following bidder responsibility
criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which.
must have been in effect at the time of subcontract bid submittal; Have a current Washington
Unified Business Identifier (UBI) number ; Not be disqualified from bidding on any public works
contract under
RCW 39,,06-.010 or 39.12.065 (3)-65 Have
Industrial
compensation) coverage for the subcontractor's employees working in Washington, as required
in Title 51 RCW, if applicable; A Washington Employment Security Det)�Iif�lftment number, as
required in Title 50 RCW, I*f applicable; A Washington Department of Revenue state excise tax
registration number,, as required in Title 82 RCW, if applicable; An electrical contractor license
-7
An elevator contractor
Insurance
{workers'
if required by Chapter
Chapter 70.87 RCW.
19028 RCW, if applicable
19,6 GENERAL PROVISIONS
license
if required by
19. 1 Entire Contract. The Contract Documents contain all of the agreements of the
Parties with respect to any matter covered or mentioned in this Contract and no prier agreements
.9 or understandings pertaining to any such matters shall be effective for any purpose.
19.2 Modification. No provisions of this Contract, including this provision, may be
amended or added to except'by agreement in writing signed by the Parties ot their respective
-1 successors in interest.
19.3 Full Force,,_and Effect. Any provision of this Contract, which i's declared invalid,
d,
void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and' such
other provisions shall remain in full force and effect.
19.4 Assignment. The Contractor shall not transfer or assign, in whole or 1"n part, any or
III 46
all of its0-bligati11 ons andng.. hts hereunder without the prior written consent of the City. In the
event the City consents to any such assignment or transfer, such consent shall in no way release
the Contractor from any of its obligations or liabilities under this Contract.,
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties' successors i-n interest, heirs and assigns.
19.6 Attorney Fees. Tn the event the City or the Contractor de faults on the performance of
any terms in this Contract, and the Contractor or City places tile enforcement of the Contract or
any part thereof, or the collection of any monies due, or to became due hereunder, or recovery of
Rev 1/20 — I I —
possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party
shall pay all its own attorneys' fees, cysts and expenses. The venue for any dign4h
ute related to this
Contract shall be King County, Washington.
19.7 No Wal*ver. Failure of the City to declare any breach or default immediately upon
occurrence thereof, or delay in taking any action H'*"11L connection with, shall not waive such breach
or default. Failure of the City to declare one breach or does not act as a waiver of the
ci.0
ty's right to declare another breach or default.
19.8 Goveming Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington
19.9 Autholl* .Each individual
Contractor represents and warrants that
f
executing this Contract on behalf of the Cl*tY and
such individuals are duly authorized to execute and
deliver this Contract on behalf of the Contractor or City.
19. 10 Notices. Any notices required to be given by the City to Contractor or by the
Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any
notices may be delivered personally to the addressee of the notice or may be deposited in the
'6
United States mail,r Ostaize prepaid, to the address set forth herein. Any notice so posted in the
United States mail shall be deemed received three (3) days after the date of mailing.
19.11 Captions. The respective captions of the Sections of this Contract are inserted for
convenience of reference only and shall not be deemed to modify or otherwise affect i*n any
respect any o the provisions of this Contract,.
19-12 Performance. Time is of the essence of this Contract and each and all of its
provisions in which performance is a factor. Adherence to completion dates is essential to the
Contractor's performance of this Contract.
19.13 Compliance with Ethics, Code. If a violation of the City"s Ethics Resolution No.
91,ww54, as amended, occurs as a result of the formation and/or performance of this Contract, this
Contract maybe rendered null and void, at the CAY4,S option.
19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions
of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation
of the controlling document, which interpretation shall'be final and binding.
Rev 1/20 - 12
DATED the day and year set forth above.
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
Rev 1/20
CITY OF FEDERAL WAY:
6
J
IF9everrell, Mayor
325 8th Avenue South
Federal Way, WA 98003MM6325
ATTEST:
-r
Swhini'e Courtney, CMC, qtkiClerkerk
13
CONTRACTOR NAME:
By:
Kat
Ham
Its: Flags A' Flvine LLC
3635 S LAWRENCE ST STE J
TACOMA, WA 98409
(Address)
253-471 m7880
(Phone)
STATE OF WASHINGTON)
SS.
COUNTY OF Pi er-cc
)
On this day personally appeared before me �4CA4 1�r �s v, 1.-�ly � � ; , to meknown to be the
(YC t�,-, i9P, r' MtArPIIIIIkrAt� P Volr of r�w- ��, 5 � ' that executed the
N a 60IM-4-
foregoing instrumentIF Pr
, and acknowledged the said instrudlent to be the free and voluntary act and
deed of said limited liability company, for the uses and purposes therein mentioned, and on oath
stated that he/she was authorized to execute said instrument.
Rev 1/20
GIVEN my hand and official seal this 1day of' Ayr- 20d024*d d
md
r
k.
(typed/printed naf -----------
me of notary)
Notary Public i*n and for the State. of Washington.
M
y commission expires � A � � � 2w.-
14
EXHIBIT "A"
SCOPE OF WORK
MODIFIED DELIVERY AND COMPLETE INSTALLATION —
1. Standard ground set installation where the foundation top is left �3" below finish grade
(so that the City of Federal Way can replace the asphalt removed from the top of the
foundation installation), and where the ground sleeve is installed with an approximate 1 "
exposure above the finish grade of the surrounding asphalt
entering into it). This includes making two trips to the job s
soils from the foundation hole'by a City of Federal Way's vactor service contractor,
(to prevent surface water from
ite, supervising the removal of
-4
provi&ng and in0 stalling 2500 psi concrete around the properly aligned ground sleeve
using our portable electric mixer and a rented gas generator, leaving to all
t
i
ow the concrete
o properly cure out, then returning with the flagpole to complete the setup and
nstallation with the aid of a boom truck.
2. Contractor required to engineer the footing in accordance with the 2018 International
Building Code, seismic zone D and wind speed of I OOmph and the soil i's of 2000
bearing. It will also require a Washington State PE stamp. This item was not included in
the onginal solicitation or bid, so City agrees to submit a change order to reflect need for
a PE stamp and' additional cost associated with that item.
Rev 1/20 — is —
PROJECT NUMBER
PROJECT TITLE
EXHIBIT "B"
CONTRACT CHANGE ORDER AGREEMENT
CHANGE ORDER NUMBER
SUMMARY OF PROPOSED CHANGES:
EFFECTIVE DATE
CONTRACTOR
The time provided for completion in the Contract is Unchanged Increased Decreased by
Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract
not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
PRICE CHANGE
LUMP SUM:
UNIT PRICE
INCREASE $
❑ Yes ❑ No
I ]Yes[] N'o
DECREASE $
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT:
INCREASE $
DECREASE $
STATEMENT,
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction.
DEPARTMENT RECAP TO DATE.
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
*ADJUSTMENTS
NEW CONTRACT AMOUNT
CONTRACTOR.e
'S SIGNATURE
DIRECTOR'S SIGNATURE
Rev 1/20
DATE
DATE
LC:
t
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $
❑ DECREASED $
PAY THIS ADJUSTED AMOUNT: $
DIRECTOR'S SIGNATURE DATE
Rev 1/20 — 17
EXHIBIT 64C"
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: V � i �E2�r/ 5 TG./�CsPCI..zo Ar ro I
P,FB No:
Contractor: ,,A fit:, _ F"-iv G.,L LC
GENERAL REQUIREMENTS
1., In accordance with applicable State Statutes,, a contract retainage not to exceed five percent of
the moneys earned bV the contractor will be reserved bv the CitV
2. All investments selected are subject to City approval.
3. The Tina disposition of the contract retainage will be made in accordance with applicable State
Statutes
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60,28.011 I hereby no
withheld under the terms of this contract
Option 1:
contractor.
a
tify the City of Federal Way of my instructions for the retainage
Retained in a fund by the City of Federal Way. No interest will be paid to the
� Option Z: Deposited in an interest-bearing account in a bank, mutual savings bank, or savings
and loan association. Interest paid to the contractor. Contractor shall have the bank (or other)
execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract
award, The City will provide the agreement to the Contractor if this option is selected.
O Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have
escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow
Agreement"' upon contract award. The City will provide the agreement to the Contractor if this
option is selected. All investments are subject to City approval. The cost of the investment
program, and risk thereof., is to be borne entirely by the contractor.
0 Option 4-:: Cont ctor shall submit a "Retainage Band" on City -provided form (Exhibit D of this
Agreement).
Contractor Si
Rev 1/20
atu re
uate
— 18 —
EXHIBIT 66D"
RETAINAGE BOND TO CITY OF FEDERAL WAY
Veteran's Flagpole at Staircase
KNOW ALL PERSONS BY THESE
as
PRESENTS that
principal
we, the undersigned
("Principal' , ant
I
a Corporation organized and existing under the laws of the State of
. as a surety Corporation, and qualified under the laws of the State of Washington to become
surety upon bonds of Contr
firmly bonded to
actors with Municipal Corporations, as surety 1"qHrohi"),
the City of Federal Way ("CitV11 in
($
ourselves and our successors, heirs, administrators or persona
r
are jointly and severally held and
the penal sum of:
1) for the payment of which sum we bind
epresentatives, as the case may be.
A. 'his obligation is entered into in pursuant ti�,:,:) the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the
Principal, providing for the Project., which contract is incorporated herein by this
reference ("Contract', and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the
Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City as a
trust fund for the protection and payment of any person or persons,, mechanic, subcontractor or material men who
shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person
or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the
respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing
labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so
reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time
provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided
thereto; and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or
any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned
upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and
priority as set forth retained percentages pursuant to Chapter 60.28 RCW-1 and
E. The Principal has accepted, or is about to accept, the Contract., and undertake to perform the work
therein provided for in the manner and within the time set forth, for the amount of $ ;
and
F,, The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by
these presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within
the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and
shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the
Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay
to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this
contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and
effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications
accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any
change, extension of time, alterations or additions to the terms of the Contract or to the Work,
Rev 1/20 — 19 —
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the
Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the
shall automatically increase the obi igation of the Surety on this Retainage Bond in a like amount, such
Principal
increase,
however, not to exceed twenty-five percent (250/o) of the original amount of this bond without consent of
the Surety.
Within forty-five (45) days of receiving notice that
the Contract,, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within
a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default,lt,
including legal fees incurred by the City, or (c) in the event that Surety's evaluation ot the dispute is not complete or
in t
if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has
elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond sha
2 0 MMO
the Principal has defaulted on all or part of the terms of
he event the Surety disputes the City's claim af default , the Surety shall notify the Ci
of its finding and its intent,
II be reduced in an amount
equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon
completion of the necessary work, the City shall notify the Surety oT its actual costs. The City shall return, without
interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the
City estimate, limited to the bond amount. Should the Surety elect option Cc), the Parties shall first complete
pa rticipation in mediation, described in the below paragraph, prior to any interplead action.
ti
ty
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute.
The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial
Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle , Washington 98101, The Surety shall not interplead
prior to comple
on of the mediation.
The parties have executed this instrument under their separate seals this day of
20_, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its
undersigned representatives pursuant to authori
of its governing body.
CORPORATE SEAL:By
PRINCIPAL
Title:
Address:
CORPORATE SEAL:
SURETY
By:
Attorney -in -Fact
(Attach Power of Attorney)
Title;
Address:
ty
Rev 1/20
CERTIFICATES A
PORAT
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principa
within bond,, that ,who signed the said bond on behalf ot the Fri
in the
ncipal, was
i
of said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority ofi
its governng body.
Secretary or Assistant Secretary
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the
-1
within bond; that. ,who signed the said band on behalf of the Surety
of the said Corporation; that I know his or her signature thereto is genuine,,
and that said bond was duly signed, sealed,, and attested for and in behalf of said Corporation by
authority of its governing body.
APPROVED AS TO FORM9
J. Ryan Call, City Attorney
Rev 1/20
- 21
-
Secretary or Assistant Secretary
EXHIBIT "E"
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
TO:
(Name of Union or Organization)
The undersigned Curren
funds or credit of the City of Federa
contractor holding such contract(s).
tly holds contracts) with involving
Way, Washington, or (a) subcontract(s) with a prime
You are advised that, under the provisions of the above contract(s) or subcontract(s) and in
accordance with Section 202 of Executive Order 11246 dateentember 24_ 1965 the
undersigned
iok
s obliged not
to discriminate agains
nec se oir race, color, creed or
employment includes, but is not limit
t any employee or app11P
icant
national ongin. This obligation not to
ed to:, the following:
0
i
EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
SELECTION FOR
TERMINATION
TRAINING
INCLUDING
This notice is furnished to you pursuant
subcontractor(s) and Executive Order 11246 if
APPRENTICESHIP,
of employment
di16
scriminate in
LAYOFF OR
to the provisions of the above contract(s) or
Copies of this Notice will bc posted by the undersigned in conspicuous places available to
employees or applicants for employment.
wr
Complaints maybe submitted to:.
City of Federal Way
33325 8"' Avenue South
Federal Way, WA 98003
(Contractor or subcontractor)
Date
Rev 1/20 - 22 -
Rev 1/20
EXHIBIT "F"
CERTIFICATE OF INSURANCE
23
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
3/08/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND., EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, -
the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Insurance Services of Washington Inc
8195 166th Ave N E #201
P O Box 62
Redmond
INSURED
COVERAGES
Flags A Flying LLC
3635 S Lawrence St Ste J
Tacoma
WA 98073-0062
CONTA
NA0 ME: CT insurance Services of Washington
PHONE (425) 868-112
(A/C,--No,Ext):
E-MAIL
ADDRESS:
INSURERS) AFFORDING COVERAGE
INSURER A, Shia Security insurance company
INSURER B : The Shia Casualty Insurance Company
INSURER D
INSURER E E
INSURER F
FAX (425)868-2411
IA/C. No):
REVISIC N NUMBER:
THIS IS TO CERTIFY THAN SHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR ETHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED DR MAY CERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN I5 SUBJECT TO ALL SHE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR POLICY EFF POLICY EXP
LTR TYPE �F INSURANCE INSD. WVO POLICY NUMBER MMlD(MMIDD LIMITS
COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 170001000
CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occuRence $ 110001000
ME ESP (Any one person) $ 155000
A BKS58605474 03123/2021 03/23/2022 1PERSONAL 8�ADV INJURY $ 110007000
GEN`LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 21000)000
X POLICY PRE- PR�DUGTS - C�MPJ�P AGG $ 270001000
JECT ���
ETHER: $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
(Ea accident $ 17000)000
ANY AUTO BODILY INJURY Per person) $
A DWNEb SCHEDULED BAS58605474 03/23/2021 03123/2022 BODILY INJURY (Per accident) $
AUTOS ONLY X
AUTOS
X
HIRED �/ NON -AWNED PROPERTY DAMAGE $
AUTOS ONLY �` AUTOS ONLY Per accident
Underinsured motorist $ 1000O)OOD
UMBRELLA LIAR OCCUR 17000,000
EACH OCCURRENCE $
B EXCESS LIAB CLAMS -MADE US058605474 03/23/2021 03/23/2022 AGGREGATE $ 170007000
❑ED X1 RETENTION $ 10,000
$
WORKERS COMPENSATION PER OTH-
ANQ EMPLOYERS' LIABILITY Y ! N STATUTE ER
ANY PROPRiETQRIPARTNERIEXECUTIVE ❑
OFFIGERIMEMBER EXCLUDED? � �A E.L. EACH ACCIDENT $
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $
WA State Stop Gap
A BKS58605474 03/23/2021 03/23/2022 $1;000,000
DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Purpose & Time Frame: For the purpose of providing and installing (1) 35'exposed height flagpole at the PAEC Veterans Memorial area during the second
quarter 2021
Certificate holderis an addi#oinal insured per the attached additional Commercial General Liability extension CG 88 10 04 13, which gives automatic status
when required by contract, as well as primary/non-contributory status and waiver of subrogation.
NAIC #
24082
24074
CERTIFICATE HOLDER
City of Federal Way
33325 8th Ave South
Federal Way
CERTIFICATE NUMBER: 2021
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
WA 98003 I �)
ACORD 25 (2016103)
C 1988-h-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
EXHIBIT "G"
CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
We, the undersigned , ("Principal") and
the undersigned corporation organized and existing under the
laws of the State of and legally doing business in the State of Washington as a surety
("Surety"'), are held and firmly bonded unto the City of Federal Way, a Washington municipal corporation ("City")
in the -penal sum of Dollars
payment of which we firmly bind ourselves and our legal representati
severally.
and no/ 100 ($ ) for the
ves, heirs, successors and assigns, jointly and
This obligation is entered into pursuant to the statutes of the State of Washington and, the ordinances, regulations,
standards and policies of the City, as now existing or hereafter amended or adopted.
The Principal has entered into an Agreement with the City dated 20MMMMMP� for
NOW, THEREFORE,, if the Principal shall perform all the provisions of the Agreement in the manner and within
the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement,
and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply
the Principal or subcontractorswith provisions and supplies for tlhe cwTyq'ng on of said work, and shall hold the City,
their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or
property by reason of any carelessness or negligence on the part of the Principal, oir any subcontractor in the
performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of
failure of performance as specified in the Agreement within a period of one (1) year after its final acceptance thereof
by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and
effect.
10
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications
accompanying the same shalt in any way affect its obligation on this band, and it does hereby waive notice of any
on of t►me, alterations or additions to the terms of the Agreement or- to the Work.,change, extensi
The Surety hereby agrees that modifications and changes may, be made in terms and provisions of the Agreement
without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal
shall automatically increase the obligation of the Surety on this Performance -Bond in a like amount, such increase,
however, not to exceed twenty-five percent (25%) of the original amount of this bond without the consent of the
Surety,.
R&
Within forty-five (45) days of receiving notice that the Pr"ncipal has defaulted on all or part of the terms of the
Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself
within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default,
including legal tees incurred by the City, ot- (c) in the event that Surety's evaluation of the dispute is not complete ot
in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its
intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has
elected. Should Surety elect option (a) to cure the default, the penal sum of the Band s'hatlbe reduced in an amount
equal to the rusts actually incurred by the Surety in curing the default. Tf the Surety elects option (b), then upon
completion of [he necessary work, the City shall notify the Surety of its actual costs. The City shall return, without
interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the
City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete
participation in mediation, described in the below paragraph, prior to any interplead action.
Rev 1/20 — 24
—
In the event a dispute should arise between the Parties to this Bond with respect to the City7s declaration of default
by the Principal, the Parties agree to participate i"n at least four hours of mediation to resolve said dispute. The
Parties shall -proportionately share in the cost of the mediation. The mediation shall be administered by judicial
Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not
interplead prior to completion of the mediation.
DATED this _ day of 20
CORPORATE SEAL OF PRINCIPAL:
PRINCIPAL
By:
Its:
(Address)
(Phone)
CERTIFICATE AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within
band; that ,who signed the said bond on behalf of the Principal, was
of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed,
sealed, and attested for and in behalf of said Corporation by authority of its governing body.
''M
Secretary of Assistant Secretary
STATE OF WASHINGTON
j SS-M
COUNTY OF )
On this day personally appeared before me to me known to be the
of that executed the foregoing
instc-ument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability
company, for the uses and purposes the -rein mentioned, and on oath stated that he/she was authorized to execute said
instrument.
GIVEN my hand and official seal this day of , 20_.
Notary's signature
Notary's printed name
Notary Public in and foi- the State of Washington.
MY commission expire 0 .. . 'IM.&M-M.6"
Rev 1/20 — 25
CORPORATE SEAL OF SURETY:
APPROVED AS TO FARM:
J. Ryan Call, City Attorney
Rev 1/20 — 26 —
SURETY
By
Attorney -in -Fact
(Attach Power of Attorney)
(Name of Person Executing Bond)
(Address)
(Phone)
EXHIBIT "H"
PREVAILING RATE OF WAGE (SEE ATTACHED).
SEE DEPAR-----lT---------.--MNT CONTRACT BO(}� FC1R HARD _+CdPY OF ,THIS E�I�iIB�T'
PKVAI"'l'dG'U�AGE RAT�� USE LATE5�' I'UBLISHEp FIGTI:l�ES:
Rev 1/20 — 2 %
4/7/2021
Public Works Intents and Affidavits
washmgtnn State Depaccment 0:of
Labor E� In-dustries01
Prevailing Wage Section - Telephone 360-902-5335
PO box 44540, Olympia, WA 98504-4540
h•r+Wti%RIL1llrR91'Jry�.d�o-•�aa•.nau aorynl:.nw.�a��ILa]N�NC4'a9mlMr4Jl rwclur.�c+A.v_vraw»�voayxrtir.rlmv_�nlr�ruarw rsL+uin Ly lr�lw:.y.•h l•y t, t,:tLr.�r• v<h.•�.., ..L.���u...�..-..:�a'ti:�.•,rv.+,ry�H�nYWIrL,.t cam wwav�lxul�swns�c.•.+oc+�r.r.a:,�:..,n.a.�.y.�.l•r.xra.•x•n;,.�t.-_,�....—.•...'m•+_++���+•t+�u+st�•+www•vyr.�wo-�Ix �.�l..,�.r..,�.���..�a..���„•µ-.•..�.�a..Y.,�.�aa,._f�.�..��..��J.-•r+l•+�++^we.¢+r�r�wirNx�.eti,h�.�r��.�,�+.� • nr.ax•r���-•�a,r�.lJyti unar•v..•1�•�•�1+1Y-��.�ary TFT �'}17VL01WI0hYlr.-JL11G �JfL A��y+�i.+��hti r+��.1•.. ... �•aa����4F ���V�1 '+�}RX�MIY•17J1-0S rFra,a'n-_�.�n .Y •J L.1�• M'e•M'JII/J��jl�aliWlLg1�Y•Y9�•aJh�-0'Y.�t]r.�Wl4Mn•n'ir'� .. .�•n.Y �•rh ln;r y1..a 41�rn
State ent of intent to Pay Prevailing Wage
Document Received Date: 3/21/2021
f
L
3
4
Company Details
FIAGS A FLYING LLC
363.5 S LSVJRE'VCE STJ
TACOMAINA, 98409
OMWBE CerfificatiIons as cif �/� � f �€�21
No active certifications exist for this business.
Workers' Compensation Account ID
Prime Contractor
Company Name
Contractor Registration No.,
VIA UPI Na.
Phone Number
Project Information
Awarding Agency
i Awarding Agency Contact Name
1 Awarding Agency Contact Phone Number
Contract Number
:A
ti
Project Name
:r
Contract Type
Sid Due Date
Contract Award Date
Intent Id: 11302 S4
UBI: 6017481,92.
Affidavits:
Rego: FI.AGSFI.031RP
Email: ke1"'th@.flapsaflyin.g.com
Filed ]BY: Keith 111,iliq'S
4971120-01
FLAGS A FLYING LLC
FLAGSFLO31 RP
601 gas 192
253-471-7880
FEDERAL WAY, CITY OF
Autumn Gresset
253-263-S778
Veterans Memorial Flagpole
Limited Public Works (Less than $SO,000)
2/2i2021
3/5/2021
Status,- Approved
f
Apprentice utilization is required
I Mf
https://secure.1ni.wa,gov/pwia/Forms.aspx xisting-inte nt/view-intent?intenild=1130254
4/7/2021
Public Works Intents and Affidavits
OMWBE utilization is required
Federally --Funded Project
Proi ect Site Address or Directions
Project Description
Intent Details
Does your company intend to hire ANY subcontractors?
Will your fv�n�any hate emp��yees perform v�flrk vn this project?
Do you intend to use and apprentices? (Apprentices are considered
employees.)
How many owner/operators performing work on the project own 30%
or more of the company?
Whatis the estimated contract amount? OR is this a time and
materials estimate?
Your expected projectstart date: (MM-DD-YYYY)
In what county far counties) will the work be performed?
In what City (or nearest pity) will the work be performed.?
No
No
315 0 Pete von Reichbauer Way S Federal Way WA 98003
Provide and install (1) 3S' flagpole on the south side of parcel
857500002D, Federal Way WA - top of grand staircase
Yes
Yts
No :
}
0
$61900000
5/21/2021
King
Federal Way
Journey Level Wage
Cou my Trail a Occupation Prevailing
Wage
King Laborers General Laborer$52-39 $510.39 .
ti
.ti
.r
•'r }
•L
iD
}
�4
-J''.._ N�+lJ+R•:•��p.r�-•.+�ti+.,,Tf�.r-....?,Y.fv.+���.r....},............���R+ti+r+���L'L+ww:ytr.....!�w�tiay.-.r�.,v.�nr...•.+a.-,.-ri��.,....r.'F'"^.,'?7'n!;►t'M''1r9!,�1"F+r*++,i!.•,v��,rf.�x..,.,-.,.,r.,T i..:.�.�w•;..�.�a-•n �".' �s.}y,�.!'� rip"{^�vwr'�r++�'�,.r��,.�,.+..,-.r�
• .'[�'. r'+P' stir+•+"cc••+}r'�'�+n'y�;�w�+F„�i,.,..lnip*imr=•yysv+wmLm2rar.tpVyfw.a+..aw.ir a—W-77 7 arrw.�,w��'�,r�� nit fix, +�iti!,r i �.vr�r.r+.„r. •. "'+r'+3�?I"I^?�J`�+.T.�,.,!!1�'R�"�'�Y���
https:/lsecure.lni.wa.goulpwia]Firms.aspx#existing-intentiview-intenf?intentld-1130254 2/2
EXHIBIT "I"
TITLE VI ASSURANCES
During the performance of this contract, the contractor/consultant, for itself, its assignees and
successors in interest (hereinafter referred to as the "contractor's agrees as follows:
1. Compliance with Regulations
The contractor shall comply with the Regulations relative to non-discrimination in
1*
federally assisted programs of United States Department of Transportation (USDOT), Title 49,
Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter
referred to as the Regulations),, which are herein incorporated by reference and made a part of
this contract.
Z. Non-discrimination
The contractor, with regard to the work performed by it during the contract, shall not
discriminate on the grounds of race, color, sex, or national origin in the selection and retention
of sub -contractors, including procurement of materials and leases of equipment. The contractor
shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5
of the Regulations, including employment practices when the contract covers a program set
forth in Appendix B of the Regulations.
3. Solicitations for Sub -contracts, Including Procurement of Materials and
Equipment
In all solicitations either by competitive bidding or negotiations made by the contractor
for work to be performed under a subillacontract, including procurement of materials or leases of
equipment, each potential sub -contractor or supplier shall be notified by the contractor of the
contractor's obligations under this contract and the Regulations relative to non-discrimination on
the grounds of race, color, sex, or national origin.
4. Information and Reports
The contractor shall provide all information and reports required by the Regulations or
directives issued pursuant thereto, and shall permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the contracting agency or the
appropriate federal agency to be pertinent to ascertain compliance with such Regulations,
orders and instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information, the contractor shall so
certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to
obtain the information.
5. Sanctions for Non-compliance
In the event of the contractor's non-compliance with the non-discrimination provisions of
qP
this contract, the contracting agency shall impose such contract sanctions as it or the USDOT
may determine to be appropriate, including, but not limited to: Withholding of payments to the
Rev 1/20 - 2 S -
contractor under the contract until the contractor complies, and/or; CancellatCancellation,terminatilon, or
suspension of the contract, in whole orin part
6. Incorporation of Provisions
The contractor sha
II include the provisions of paragraphs (1) through (5) in every sub-
contract, including procurement of materials and
Regulations, or directives issued pursuant thereto
leases of equipment, unless exempt by the
. The contractor shall take such action with
respect to any sub -contractor or procurement as the contracting agency or USDOT may direct
as a means oT enforcing such provisions including sanctions for non-compliance. Provided,
however, thatIn the event a contractor becomes involved in c r is threatened with litigation
with a submcontractor or supplier as a result of such direction, the contractori
may requestWSDOT enter into such litigation to protect the interests of the state and, n addition, the
contractor may request the USDOT enter into such litigation to protect the interests of the
United States.,
Rev 1/20 — 29 —
STATE OF WASHINGTON
BUSINESS LICENSING SERVICE
Thank you for filing online
Our processing time generally takes up to 10 business days. Some endor'11113ements may
approval. You will receive your business license with approved endorsements
will be mailed to you when additional endorsements are approved.
Confirmation Number: 0-019-479-295
Payment Method:
ACH Debit/E-Check
Business Entity Information
Entity Type: limit
Name of Entity:
Account ID,0
Firm Name.,
ed Liability Company
FLAGS A' FLYING, L.L.C.
601748192-001-0001
FLAGS A'FLYING
in the ma
take more time for Stat or city
il. An updated business license
Filing Date and Time: 04/D6/2021 10:12:10 ANI
Endorsement(s) Applied For Begin End Count
Federal Way General Business
Non -Resident
Fee Type
BLS Processing Fee
04/06/2021
Begin
04/06/2021
04/30/2022
End
1
Count
1
Grand Total:
Fee
Gnglm1
$81 q00
t L
�USINESS INFORMATION
usiness Name:
LAGS A'FLYING, L.L.C.
BI Number:
)1748192
usiness Type:
'A LIMITED LIABILITY COMPANY
usiness Status:
CTIVE
•i1 ncipal Office Street Address-.
i35 S LAWRENCE ST STE J, TACOMA, WA, 98409-5704, UNITED STATES
�incipal Office Mailing Address:
05 S LAWRENCE ST STE J., TACOMA, WA, 98409-5704, UNITED STATES
�piration Date:
)/31/2021
irisdiction:
NITED STATES:, WASHINGTON
>rmation/ Registration Date:
)/30/1996
�riod of Duration:
ERPIETUAL
active Date,,
ature of Business:
THER MANUFACTURING, OTHER SERVICES, RETAIL, TEXTILES., CLOTHING & FOOTWEAR
:EGISTERED AGENT INFORMATION
� gistered Agent Name:
LAGS A' FLYING LLC
reet Address:
i35 S LAWRENCE ST STE J, TACOMA, WA, 98409-5704, UNITED STATES
: ailing Address:
65 S LAWRENCE ST STE J., TACOMA, WA, 98409-5704, UNITED STATES
GOVERNORS
'itle
GOVERNOR
GOVERNOR
Governors Type
INDIVIDUAL
INDIVIDUAL
Entity Name
First Name
KOURTNEY
KATH.RYN
Last Name
BAILEY
HARRIS
4