Loading...
25-138.00LeoneandKeebleIncPrecinctRemodelContract This agreement is entered into this L—q- day of , 2025, between the City of Spokane Valley ("City") and Leone and Keeble, Inc. ("Contractor"), pursuant to Title 35 RCW, as adopted or amended. In consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties agree as follows: The Contractor shall do all work and furnish all tools, materials, and equipment for: Precinct Remodel Project Contract 25-138 in accordance with and as described in the Contract Documents. The "Contract Documents" are defined to include the following: this Contract; the Contract Provisions and Plans for the Precinct Remodel Project, the 2025 Standard Specifications for Road, Bridges, and Municipal Construction as prepared by the Washington State of Department of Transportation ("Standard Specifications" available online on WSDOT's website), Addenda (as defined in the Standard Specifications), the Contractor's completed and submitted Bid Proposal Documents, Special Provisions, including the City Standard Plans identified therein, Performance and Payment Bonds (attached hereto as Exhibits A and B respectively), all change orders and contract amendments signed by both Parties after the date this Contract has been fully executed, as well as all documents, exhibits, appendices, and attachments to or referenced in any of the aforementioned Contract Documents. All Contract Documents listed here are incorporated herein by reference and made a part hereof. To the extent any documents are incorporated by reference into the Standard Specifications and/or Special Provisions, they are incorporated herein by reference and made part of the Contract Documents. Contractor shall perform any changes in the work in accord with the Contract Documents. The Contractor shall provide and bear the expense of all equipment, work, and labor, of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in these Contract Documents except those items mentioned therein to be furnished by the City. II. The City hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same in accord with the project plans and specification and the terms and conditions herein contained and hereby contracts to pay for the same according to the referenced specifications and the schedule of unit or itemized prices at the time and in the manner and upon the conditions provided for in this contract. IIl. The Contractor for himself/herself, and for his/hers heirs, executors, administrators, successors, and assigns, does hereby agree to full performance of all covenants required of the Contractor in the contract. IV. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as provided herein. Page 1 of 2 V. The prevailing party in any litigation or arbitration arising out of this Agreement shall be entitled to its attorney's fees and costs of such litigation or arbitration (including expert witness fees). VI. The project was awarded for the bid amount of $511,005.00 on bid schedules A, B, and C plus applicable Washington State Sales Tax. VII. It is understood and agreed that Contractor shall be an independent contractor and not the agent or employee of City, that City is interested in only the results to be achieved, and that the right to control the particular manner, method, and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. The Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. Any inspection performed by City employees will be solely to ensure, to the City's satisfaction and for the City's benefit only, that the completed components of the work satisfy the standards and specifications identified in the Contract Documents. IN WITNESS WHEREOF, the Contractor has executed this instrument, on the date below, and the City has caused this instrument to be executed on the date stated above. Executed by Contractor August 14th 12025. Date Jeramie Keeble Printed Name Presid Title Signa re City of Spokane Valley John Hohman Printed Name CityManager Title �1 Si ature Page 2 of 2 fill ul i/ rr Spokane ,�jValley. BOND NO: EXHIBIT A CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley, Washington GM250602 The City of Spokane Valley, Washington, in Spokane County, has awarded to Leone & Keeble, Inc. (Contractor), as Principal, a contract for the construction of the project designated as Precinct Remodel Project in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a performance bond in accordance with chapter 39.08 Revised Code of Washington (RCW). The Principal, and Great Midwest Insurance Company (Surety), a corporation, organized under the laws of Texas and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Spokane Valley, as Obligee, in the sum of $556,484.45 total Contract amount (including Washington State sales tax), subject to the provisions herein. This performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; shall warranty the work as provided in the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the period identified in the Contract; and if such performance obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. P 1PAL (CON CTOR) Leone & Keeble, Inc. P ' 'pal Signature Date Printed Name Title URETY Great Mid est Insurance ompany flAIA /14/25 Surety Signatur Date Susan J. Lattarulo Printed Name Attomey-in-fact Title Name, address, and telephone of local office/agent of Surety Company is: Lockton Companies, LLC 600 University Street, Suite 1900, Seattle, WA 98101 - 206-219-3500 Spokane A Valle ,;oO BOND NO: GM250602 EXHIBIT B CONTRACTOR'S PAYMENT BOND (NON -FEDERALLY FUNDED PROJECT) to City of Spokane Valley, Washington The City of Spokane Valley, Washington, in Spokane County, has awarded to Leone & Keeble, Inc. (Contractor), as Principal, a contract for the construction of the project designated as Precinct Remodel Project in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a payment bond in accordance with chapter 39.08 Revised Code of Washington (RCW). The Principal, and Great Midwest Insurance Company (Surety), a corporation organized under the laws Texas and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Spokane Valley, as Obligee, in the sum of $556,484.45 total Contract amount (including Washington State sales tax), subject to the provisions herein. This payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with chapters 39.08 and 39.12 RCW, including all workers, laborers, mechanics, subcontractors, and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work; and shall indemnify and hold harmless the Obligee from all loss, cost or damage which Obligee may suffer by reason of the failure of Principal to make such required payments; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, except as provided herein, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRIN A1P L (CO RAC�TOR) Leone & Keebllee,/Inc. Pnnci I ignature Date Serax e. Keeble Printed Name e,c1t Title SURETY Great Midwest In ranee Company 8-14-25 Surety Signature—) Date Susan J. Lattarulo Printed Name Attorney -in -Fact Title Name, address, and telephone of local office/agent of Surety Company is: Lockton Companies, LLC 600 University Street, Suite 1900, Seattle, WA 98101 - 206-219-3500 R,,�,i-�d i,1.4,!3 Spokane jValley, BOND NO: GM250602 CONTRACTOR'S RETAINAGE BOND to City of Spokane Valley, Washington The City of Spokane Valley, Washington, in Spokane County, has awarded to Leone & Keeble, Inc. ("Contractor"), as Principal, a contract for the construction of the project designated as Precinct Remodel Project (the "Contract") in Spokane Valley, Washington. The Principal, existing under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington, and Great Midwest Insurance Company organized and existing under the laws of the State of Texas and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto the City of Spokane Valley, hereinafter called Obligee, and are similarly held and bound unto the beneficiaries of the trust fund created by chapter 60.28 RCW, in the penal sum of 5% of the Contract, which is twenty seven thousand eight hundred twenty eight and 22/100 dollars ($27,828.22), plus 5% of any increases in the Contract amount that have occurred or may occur, due to change orders, increases in the quantities, or the addition of any new item of work. WHEREAS, on the 1 15r " day of AoeAj sT , 2025, the said Principal and Obligee herein executed and entered into the Contract. WHEREAS, said Contract and chapter 60.28 RCW require the Obligee to withhold from the Principal the sum of 5% from monies earned by the Principal on estimates during the progress of the construction, hereinafter referred to as earned retained funds. WHEREAS, the Principal has requested that the Obligee accept a bond in lieu of earned retained funds as allowed under chapter 60.28 RCW. NOW THEREFORE, the condition of the obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by chapter 60.28 RCW in the aforesaid sum. This bond, including any proceeds therefrom, is subject to all claims and liens and in the same manner and priority as set forth for retained percentages in chapter 60.28 RCW The condition of this obligation is also such that if the Principal shall satisfy all payment obligations to persons who may lawfully claim under the trust fund purposes of chapter 60.28 RCW to the Obligee, and indemnify and hold the Obligee harmless from any and all loss, costs, and damages that the Obligee may sustain by release of the earned retained funds to the Principal, then upon notification of such satisfaction and release of the Surety by the Obligee, this obligation shall be null and void. PROVIDED HOWEVER, that: l . The Surety shall be liable under this obligation as Principal. The Surety will not be discharged or released from liability for any act, omission or defenses of any kind or nature that would not also discharge Principal. 2. This obligation shall be binding upon and inure to the benefit of the Principal, the Surety, the Obligee, the beneficiaries of the trust fund created by chapter 60.28 RCW and their respective heirs, executors, administrators, successors and assigns. 3. Any suit under this bond must be instituted within the time provided by applicable law. Page 1 of 2 This bond may be executed in two original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. 7!flc� CTOR) Leone & Keeble, Inc. Wl5(a5 Pnn pal Signature Date 3¢2 1q�0e e Printed Name We!! lax Title SURETY Great Midwest Insurance Company 1114121 Surety Signature IjDate Susan J. Lattarulo Printed Name Attorney -in -Fact Title Name, address, and telephone of local office/agent of Surety Company is: Lockton Companies. LL 600 University Street, Suite 1900, Seattle, WA 98101 - 206-219-3500 Page 2 of 2 POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS, that GREAT MIDWEST INSURANCE COMPANY, a Texas Corporation, with its principal office in Houston, TX, does hereby constitute and appoint: Thomas F. McCoy Jr., Kelli E Housworth, Susan J. Lattarulo, Travis J. Robles, Andrea T. Windish true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or tings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST URANCE COMPANY, on the 1 st day of October, 2018 as follows: Resolved, that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company or Cher person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds, undertakings, policies, contracts of indemnity or other ,ritings obligatory in nature of a bond not to exceed Twenty -Five Million dollars ($25,000,000.00), which the Company might execute through its my elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney -In -Fact shall be as binding pon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney -In -Fact, so ppointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of Attorney. Resolved, that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, the signature of the Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such Br or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached, continue to be valid and binding on the ipany. IN WITNESS THEREOF, GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and its Seal to be affixed this 11th day of February, 2021. GREAT MIDWEST INSURANCE COMPANY Mark W. Haushill President ACKNOWLEDGEMENT On this 11th day of February, 2021, before me, personally came Mark W. Haushill to me known, who being duly sworn, did depose and iy that he is the President of GREAT MIDWEST INSURANCE COMPANY, the corporation described in and which executed the above instrument; at he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. ONI,CHRISTINA pp %Notary Public, State of Texas BY ;! Comm. Expires 04.14-2025 Christina Bishop �e r Notary 1D 131090488 Notary Public CERTIFICATE I, the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY, A Texas Insurance Company, DO HEREBY CERTIFY the original Power of Attorney of which the foregoing is a true and correct copy, is in full force and effect and has not been revoked and the resolul as set forth are now in force. Signed and Sealed at Houston, TX this 14th Day of August 20 25 BY /%, Leslie K. Shaunty Secretary "WARNING: Any person who knowingly and with intent to defraud any insurance company or other person, files and application for insurance of clai containing any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits fraudulent insurance act, which is a crime and subjects such person to criminal and civil penalties. ACOR 7 0 �� CERTIFICATE OF LIABILITY INSURANCE 9/30/2025 DATE (MM/DD/YYYY) 8/13/2025 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 Lockton Companies, LLC DBA Lockton Insurance Brokers, LLC in CA CA license #01`15767 8110 E Union Ave., Ste. 100 CONTACT NAME: PHONE FAX Ex AIC No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # Denver CO 80237 INSURER A: American Guarantee and Llab. Ins. Co. 26247 denver-certs@lockton.com INSURED Leone & Keeble, Inc. 1544568 108 W Boone Ave INSURER B : Zurich American Insurance Company 16535 INSURER C : Idaho State Insurance Fund 36129 Spokane, WA 99201 INSURER D : INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 22290867 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INTR RINSD TYPE OF INSURANCE ADDLi WV POLICY NUMBER MM/DDY /YYYY MM DD/YYYY LIMITS B X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR $5,000 PD DEDUCTIBLE Y N GLA063126504 9/30/2024 9/30/2025 EACH OCCURRENCE $ 1,000,000 DAMAGE TO TED PREMISES (Ea occurrence) $ 300,000 X MED EXP (Any one person) $ 10,000 GEN'L PERSONAL & ADV INJURY $ 1,000,000 AGGREGATE LIMIT APPLIES PER: POLICYI X I JECT LOC OTHER: GENERAL AGGREGATE $ 21000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY AUTODULED HIRED NON -OWNED AUTOS ONLY AUTOS ONLY E Y lit GLA063126504 I 9/30/2024 9/30/2025 I COMBINED SINGLE LIMIT Ea accident $ 1 000 OOO X BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) PROPERTY DAMAGE Per accident $ XXXXXXX $XXXXXXX $ XXXXXXX A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y N AUC040640604 9/30/2024 9/30/2025 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DED I X I RETENTION $ $0 $ XXXXXXX C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N I (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A N 535487 10/l/2024 10/1/202$ X STATUTE EORH E.L. EACH ACCIDENT $ 1 000 OOO E.L. DISEASE - EA EMPLOYEE $ 1.000.000 E.L. DISEASE - POLICY LIMIT I $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Precinct Remodel Project City of Spokane Valley and its officers, elected officials, employees, agents, and volunteers and Spokane Valley Police Department c/o Spokane County Sheriff and its officers, elected officials, employees, agents, and volunteers are included as Additional Insured on a primary and non-contributory basis. trCR 1 Ir'It A 1 C nULUCrc UANULLLA I IUN gee Httacnments 22290867 City of Spokane Valley 10210 E Sprague Avenue Spokane, WA 99206 USA 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 TION. All rights reserved ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD