HomeMy WebLinkAboutWRH - Gatewell Repairs Ph II - CONTRACT-PERF_BOND-PYMNT_BOND - 11.21.2022FORM OF CONTRACT
CONTRACT FOR THE CONSTRUCTION OF
FY 2023 SANITARY SEWER GATEWELL REPAIRS PHASE II
CITY OF WATERLOO, IOWA
CONTRACT NO. 1071
21 November 2022,
This contract made and entered into this day of by
and between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as City),
and WRH, INC., of Waterloo, Iowa, (hereinafter referred to as Contractor),
WITNESSETH:
PAR. 1 Contractor agrees to build and construct the FY 2023 SANITARY SEWER GATEWELL
REPAIRS PHASE II, CONTRACT NO. 1071 and furnish all necessary tools, equipment,
materials, and labor necessary to do all the work called for in the plans and specifications in
a workmanshiplike manner and for the prices set forth in Contractor's proposal, which was
accepted by the City, and which is understood and agreed to be a part of this contract.
PAR. 2 It is understood and agreed that the resolution adopted by the City Council ordering the
construction of the improvement, the Notice to Contractors as published, the Instruction to
Bidders, the Form of Proposal, the Construction and Maintenance Bonds, the Council
Proceedings relating to this matter, and the Plans and Specifications shall all be considered
as forming a part of the contract the same as though they were each set out in said contract.
PAR. 3 The Contractor agrees to furnish at its own cost and expense, all necessary materials and
labor for said work and to construct said improvements in a thorough, substantial, and
workmanlike manner, and in strict accordance with the requirements of this contract, and of
the plans and specifications made a part hereof by reference, and to the satisfaction and
approval of the City and its engineer.
PAR. 4 The Contractor agrees to perform said work and install said improvements on the terms set
out in bid or proposal to the City which has been accepted by the City and which is by
reference made a part of this contract.
PAR. 5 The Contractor agrees to commence said work within ten (10) working days after receipt of
"Notice to Proceed" and complete it on or before April 30, 2024, unless an extension of time
is granted in writing by the Council of the City.
PAR. 6 Should the Contractor fail to complete said improvements in strict accordance with the terms
and conditions of this contract, or the plans and specifications therefor promptly by the date
herein specified, the City may pay such additional sums as it may be required to pay by
reason of the failure of said contractor and deduct any and all such sums from any amount
then due the Contractor.
PAR. 7 The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa,
relating to the obstruction of streets and alleys, keeping open passage ways for water, traffic,
and protecting any excavations in any street or alley, and maintaining proper and sufficient
barricades with lights and signals during all hours of darkness, to see that the backfilling is
properly done, and agrees to keep the City whole and defend any and all suits that may be
brought against the City by reason of any injuries that may be sustained by any person or
property allegedly caused by the Contractor, or his agents, while work is done pursuant to
this agreement.
PAR. 8 The Contractor agrees that in the event a law suit is brought against the City for damages
allegedly sustained by reason of any act, omission or negligence of the Contractor or its
agents, or on account of any injuries allegedly sustained by reason of any obstruction, hole,
FORM OF CONTRACT CONTRACT NO. 1071 C-1 of 3
AECOM #60549334 FY 2023 SANITARY SEWER GATEWELL
REPAIRS PHASE II
PAR. 9
PAR. 10
PAR. 11
PAR. 12
PAR. 13
PAR. 14
PAR. 15
PAR. 16
depression or barrier placed or dug by the defendant or its agents, in the doing of the work
herein contracted for, that it will defend said suit and save the City harmless therein, and in
case judgment is rendered against the City, the Contractor agrees to pay the same
promptly. The Contractor agrees to carry public liability insurance in a solvent company in a
sufficient amount to protect the City and those who use the streets of the City.
The City shall have the right to appoint one or more construction reviewers who shall review
the progress of the work in detail; also, to make any test or any material to be used in such
work. No material shall be used in any work until the same has first been approved by the
construction reviewer. Such construction reviewer shall have full authority to pass judgment
upon all materials and upon the manner of doing the work, and their judgment on rejecting
any materials, substance, or manner of work shall be final unless it is revoked or modified by
the City Engineer.
Any material, which has been rejected by the construction reviewer, shall be at once
removed from the line of work and shall not be again taken thereon or placed with the
material proposed to be used without the written consent of the City Engineer.
The Contractor shall maintain no cause of action against the City on account of delays and
prosecution of work, but if said work is delayed by the City, the Contractor shall have such
extra time for completion of the job as was lost by reason of the delay caused by the City.
The Contractor agrees to pay punctually all just claims of labor, material, men, or
subcontractors who shall perform labor or furnish materials entering into this improvement.
It is agreed that the City need not pay the Contractor until all such claims are paid by the
Contractor. It is agreed that the City shall not be liable for said labor, material, or men under
this contract.
The Contractor agrees to furnish the City, simultaneously with this contract, a bond on a
form to be provided by the City in the amount provided by law as stated in the Notice to
Bidders, which shall be for the benefit of the City, and any and all persons injured by the
breach of any of the terms of this contract. Said bond shall be filed with the City Clerk and
shall be subject to the approval of the City Council, and is by reference made a part of this
contract.
The Contractor agrees that should it abandon work under this contract or cease the
prosecution thereof for a period of thirty (30) consecutive days without reasonable cause,
and should it fail to proceed with said work within ten (10) days after a notice to continue or
carry it on has been mailed to it at the address given herein by the City, or after such notice
has been served on it, then the City may proceed to complete said work, using any material,
tools, or machinery found along said line of work, doing the work either by contract or as it
may elect, and the Contractor and the sureties on its bond shall be liable to the City for the
costs and expenses so paid out. Said costs shall be retained by the City from any
compensation due, or to become due the Contractor, and may be recovered by the City in
an action upon Contractor's bond.
In consideration of the full compliance on the part of the Contractor with all the provisions,
stipulations, and conditions hereof, or contained in the various instruments made a part of
this contract by reference, and upon completion and acceptance of said work, the City
agrees to pay to the Contractor, in the manner set out in the Notice to Contractors, the
amount of money due the Contractor for work performed and accepted, at the unit prices set
out in the Contractor's proposal, which has been accepted by the City.
The total amount of the contract, based on the Engineer's estimates of quantities and the
Contractor's unit bid prices (Base Bid + Bid Alternate 1 + Bid Alternate 2), and for which
100% surety bond is required is $3,637,320.00.
FORM OF CONTRACT CONTRACT NO. 1071
AECOM #60549334
C-2 of 3
FY 2023 SANITARY SEWER GATEWELL
REPAIRS PHASE II
PAR. 17
PAR. 18
PAR. 19
PAR. 20
PAR. 21
After the completion of said work, the Contractor agrees to remove all debris and clean up
said streets, and to save the City harmless from any damage allegedly resulting from a
failure to clean up and remove the debris or put the street back in a proper condition for
travel.
This contract is not divisible, but in the event of a conflict between this contract and the
various instruments incorporated by reference, this contract shall govern.
Before the Contractor shall be entitled to receive final payment for work done under this
contract, it shall execute and file a bond in the penal sum of not less than 100% of the total
amount of the contract, same to be known as "Maintenance Bond," and which bond must be
approved by the City Council, and which bond is in addition to the bond given by the
Contractor to guarantee the completion of the work.
The Contractor shall maintain all work done hereunder in good order for the period of two (2)
years from and after the date it is accepted by the Council of the City of Waterloo, Iowa.
Said maintenance shall be made without expense to the City or the abutting property. In the
event of the failure or default of the Contractor to remedy any or all defects appearing in said
work within a period of two (2) years from the date of its acceptance by said Council, and
after having been given ten (10) days notice so to do by registered letter deposited in the
United States Post Office in said town, addressed to said contractor at the address herein
given, then the City may proceed to remedy such defects. The costs and expenses thereof
to be recovered from the Contractor and the sureties on its maintenance bond by an action
brought in any court of competent jurisdiction.
The Contractor shall give notice to said City by registered letter directed to the Mayor or City
Clerk/Auditor thereof not more than four (4) and not less than three (3) months prior to the
expiration of the term during which the Contractor is required to maintain said improvements,
in good repair by the terms of its Contract. The liability of the Contractor and of the sureties
on its bond for maintenance of the said improvements shall continue until three (3) months
after such notice has been given to the City, and, in any event, until two (2) years after the
acceptance of the work.
CITY OF WATERLOO, IOWA
Querriirz J ari
Mayor
?ecfey Fecch(e 'ado
City Clerk
WRH, INC.
Contractor
BY:
///
8Rve4 1144L1
Title: 4&iL ett$3.s5-f
Approved by the City Council of the City of Waterloo, Iowa, this 21
ATTEST: Kelley EeCChCe , City Clerk
Waterloo, Iowa
FORM OF CONTRACT CONTRACT NO. 1071
AECOM #60549334
day of November 2022.
C-3 of 3
FY 2023 SANITARY SEWER GATEWELL
REPAIRS PHASE II
PERFORMANCE BOND IAC593376
KNOW ALL MEN BY THESE PRESENTS:
That we, WRH, Inc. of Amana, IA
(the "Principal"), and Merchants Bonding Company (Mutual) of Des Moines, IA
(the "Surety"), are held and firmly bound unto the City of Waterloo, Iowa
(the "Obligee"), in the penal sum of Three Million Six Hundred Thirty Seven Thousand Three Hundred Twenty Dollars and 00/100
Dollars ($ 3,637,320.00 ), lawful money of the United q4M§,btr2ttle2ppyment of said sum in
connection with a contract (the "Contract") dated on or about for the
purpose of FY 2023 Sanitary Sewer Gatewell Repairs Phase II in the City of Waterloo, Iowa; Contract No. 1071
. The Contract is incorporated herein by reference as though fully set forth herein.
Whenever the Principal shall be and is declared by the Obligee to be in default under the Contract, with the
Obligee having performed its obligations in the Contract, then the Surety, acknowledging that time is of the
essence, may promptly remedy the default, or shall promptly undertake to:
1. Complete the Contract in accordance with its terms and conditions; or
2. Obtain one or more bids for completing the Contract in accordance with its terms and
conditions, and upon determination by the Surety of the lowest responsible bidder, or
negotiated proposal, or, if the Obligee elects, upon determination by the Obligee and the
Surety jointly of the lowest responsible bidder, or negotiated proposal, arrange for a contract
between such party and the Obligee. The Surety will make available as work progresses
sufficient funds to pay the cost of completion less the balance of the Contract price. The
cost of completion includes responsibilities of the Principal for correction of defective work
and completion of the Contract, the Obligee's legal and design professional costs resulting
directly from the Principal's default, and liquidated damages or actual damages if no
liquidated damages are specified in the Contract. The term "balance of the Contract price"
means the total amount payable by the Obligee to the Principal under the Contract and any
amendments thereto, less the amount properly paid by the Obligee to the Principal; or
3. Determine the amount for which it is liable to the Obligee and pay the Obligee that amount
as soon as practicable.
In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and hold Obligee
harmless from and against any and all costs of enforcement, including but not limited to reasonable attorneys'
fees and expenses.
Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent
to each and all of the following matters, without notice:
1. To any extension of time to the Contract in which to perform the Contract.
2. To any change in the plans, specifications, or Contract when such change does not involve
an increase of more than twenty percent (20%) of the total Contract price, and shall then be
released only as to such excess increase.
3. That no provision of this bond or of any other contract shall be valid which limits to less than
one (1) year from the time of the acceptance of the work the right to sue on this bond for
defect in workmanship or material not discovered or known to the Obligee at the time such
work was accepted.
PERFORMANCE BOND CONTRACT NO. 1071
AECOM #60549334
PFB-1 of 2
FY 2023 SANITARY SEWER GATEWELL
REPAIRS PHASE II
If the Principal performs the Contract, then this bond shall be null and void; otherwise it shall remain in full
force and effect. In no event shall the Surety's total obligation exceed the penal amount of this bond.
Terms used herein shall include, as appropriate, the singular or plural number, or the masculine, feminine or
neuter gender.
IN y,VatJgS,S2HEREOF, the undersigned Principal and Surety have executed this Performance Bond as of _
PRINCIPAL
WRH, Inc.
Name
By:
Title: Vick P 6 t S- i
SURETY
onding Company (Mutual)
o�q\NG CpMA
........ ,•
-o- v3;
By: — - i�� , o • 1933 14'
Title: Dione R. Young, Attorney -in -Fact
[attach Power of Attorney]
NOTE: Date of BOND must not be prior to date of Contract.
If CONTRACTOR is Partnership, all partners should execute BOND.
If this project includes Federal Funds, the following applies to the payment bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most
current list (Circular 570 as amended) and be authorized to transact business in the State where the
project is located.
PERFORMANCE BOND CONTRACT NO. 1071
AECOM #60549334
PFB-2 of 2
FY 2023 SANITARY SEWER GATEWELL
REPAIRS PHASE II
PAYMENT BOND IAC593376
KNOW ALL MEN BY THESE PRESENTS: that
WRH, Inc.
(Name of Contractor)
PO Box 256 Amana, IA 52203
(Address of Contractor)
a Corporation
(Corporation, Partnership or Individual)
and, Merchants Bonding Company (Mutual)
(Name of Surety)
PO Box 14498 Des Moines, IA 50306-3498
hereinafter called Principal,
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto
City of Waterloo, Iowa
(Name of Owner)
715 Mulberry Street Waterloo, Iowa 50703
(Address of Owner)
hereinafter called OWNER, in the penal sum of Three Million Six Hundred Thirty Seven Thousand Three Hundred Twenty
3,637,320.00 Dollars and 00/100
Dollars ($ ) in lawful money of the United States, for the payment of which sum well
and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGAzTION is such that dperrqg, the Principal entered into a certain
contract with the OWNER, dated the day of , 202 2, a copy of which
is hereto attached and made a part hereof for the construction of:
FY 2023 SANITARY SEWER GATEWELL REPAIRS PHASE II
CITY CONTRACT NO. 1071
WATERLOO, IOWA
NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms,
SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of
the WORK provided for in such contract, and any authorized extension or modification thereof, including
all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment
and tools, consumed or used in connection with the construction of such WORK, and all insurance
premiums on said WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or
otherwise, then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety for value received hereby 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 wise affect its
PAYMENT BOND CONTRACT NO. 1071 PB-1 of 2
AECOM #60549334 FY 2023 SANITARY SEWER GATEWELL
REPARIS PHASE II
obligation on this BOND, and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS HEREOF, this instrument is executed in
of which shall be deemed an original, this the 21
ATTEST:
(SEAL)
(Principal) Secretary
s to Principal
96 ISO s6 4N4m4- 4 i 4- s22,4
(Address)
ATTEST:
2727 Grand Prairie Parkway Waukee, IA 50263
(Address)
one (1) counterparts, each one
da of (number).— 2022
Y —
WRH, Inc.
Principal
By l/J.✓ f/ '`� (s)
fjt4/44514 ALL 912454o,,-01"
PO Box 256 Amana, Iowa 52203
(Address)
PO Box 14498 Des Moines, Iowa 50306.3498
(Address)
NOTE: Date of BOND must not be prior to date of Contract.
If CONTRACTOR is Partnership, all partners should execute BOND.
If this project includes Federal Funds, the following applies to the payment bond:
IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most
current list (Circular 570 as amended) and be authorized to transact business in the State where the
project is located.
PAYMENT BOND CONTRACT NO. 1071 PB-2 of 2
AECOM #60549334 FY 2023 SANITARY SEWER GATEWELL
REPARIS PHASE II
MERCHAN1-7S
BONDING CO.MPANYT,.,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Anne Crowner; Ashlea McCaughey; Ben Williams; Brian M Deimerly Cameron M Burt; Cindy Bennett; Craig E Hansen; D Gregory Stitts; Dione R
Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Rasmussen; Greg Krier; Jay D Freiermuth; Jennifer Marino; Jessica Jean Rini;
Jessie Allen; Joe Tiernan; John Cord; Kate L Fineran; Mark R DeWitt; Mark Sweigart; Michelle R Gruis; Sara Huston; Sarah C Brown; Seth D
Rooker; Stacy Venn; Tim McCulloh; Todd Bengford
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of
Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 18th day of
•,�1/Il/III••• • • r - w • •
••P��ONq� •O\NG CO ••
♦♦ ••. .•• ♦♦ •• • ••• /�/ ••
141)/c)N••• RP oR•
•••� : ••o.. ‘figk P 0 •..6
r
4 . •
.a. Z-- ;:,
z. : Z •
Pi.:T•. 2003 .0: :" :• 1933 .•c: By
• •. 000000 ••:.0...‘lts, a ' . .%4‘• .
•• siii, A v\ •
0.,,,v•
STATE OF IOWA •••••• ' ,..•• •• • «
COUNTY OF DALLAS ss. /iuhIf
• • • • • • •
August , 2022 •
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
President
On this 18th day of August 2022 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
/ovVP
POLLY MASON
Commission Number 750576
r My Commission Expires
January 07, 2023
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of
.••P� 10 NA •••%
.••oR' �Rq ••. o
•
' v
r z • r
.Q• 2003
rrr
s.
r �
i •. .°
#••:Tio. ••••••• •
•' 0u co `••
.46
V • h
• s • 1933 c'
• ti
• Jij ' 'K1
•
• • •
• • ••
• • • • •
•
Secretary
, 2022
POA 0018 (1/20)