Loading...
HomeMy WebLinkAboutZignego CompanyC/O #1 for contract 89-07 1990 CHANGE ORDER MG. 1 TO: ZIGNEGO COMPANY, INC. DATED: June 25, 1990 W226 N2940 Duplainville Road Waukesha, WI 53186 Your present contract with the City of Oshkosh, Contract No. 89-07 9 is hereby amended and changed as follows: ( insert here work and/or materials to be added or eliminated and the unit and/or lump sum price to be added to or deducted from the contract. ) TO CORRECT QUANTITIES FROM "ESTIMATED" TO "FINAL MEASUREMENT" Section I - Concrete Paving - Total Increase to Section $7,539.00 Total Decrease to Section $6,757.88 NET INCREASE TO CONCRETE PAVING $ 718.12 Section II - STORM SEWER - Total Increase to Section --- Total Decrease to Section $1 ,272.00 NET DECREASE TO STORM SEWER ( $1 ,272.00) NET DECREASE TO CONTRACT ( $ 553.88) Fye'nded ° CIT OF CSI H v�> By: //466 L Direc o rublic . orks City Matz—ger r , , 1T'l7 �i. i UfJ71&) City C�.er Approved 7 • accepted: Contrarf I certify that provision has been made to •ay the liability that will accrue to the City of Oshkosh, Wisco sin, under the within Change Order. ' onptroller App oved as to for,: • City Attorney Ca) N - CD CO CO V 0) U1 A CO N - CO Z 5-1 • m C-1 C) 3m -1 CD 3 •-• m CD XI • z 1 -o f CO CO CO v C) 1n U1 v, A r om a cn --..-•In m CO V C) O Cu �a = CD = -0 = a = -s CD_co O• .CD x CD CD m < V• c1. V -s c c 7• 0. 7 • CU n • n C) < 2 CA CD =c< C (D CD O CD C) CD C) • O.c-1-c< In •-•< CD V) CD (D CI C7 CD 0. a -5 V) 0 -5 0 -5 0 -h C1 CD C C1 < CD E CD .Z) CD n In c+ a 7 ID 7 Cl) D cl• 7.V U V) C.N CD C Co CL (D m 7 O • 7 V1 C C n n n • to - •-• • a-f Cu •- 7 -1 c+ 7 0 a CD Dc -1 -1c-5 -+1-5 - 7.• 7. •-• -5 7r c+ m -1 O N C • c-• -5 (D CD CD O (D LA 0 V V 0 CD c-1 • = 1n c< D CD c• 0 •-• 0 cI- c+ V 1•• = a 7 = 7 (Z• '1 "U CD • Cr 0.0 CD c+ID c1.CD 0. (D C .--c+ - -A CD • 2 CD C1) (T c+ • C 5c • -1 C.7 D CD 7 0 v CD < N N •-• ) U) O VI CA (n 0 0(0 0 -ID 0 1 O - CD c• Cu O •• CO VI 7 (D ') 7 (D 0-.- < 2 • C 7 O c-•C_ C. d CD •-•• I 0) I -5 < CD G) CD CD Vl -) (D CD (D = • 7 -5 .--5 CD C. U •. f F f c< r1-(D CD C) •• n (D 7 c+ < D) 01 07 C) d CD .'• 0 .•• C 00) 7- 1 0 CD C • (0 D C 7 Cr '•C V C 0 f 7C 71- 7C -5 1 -A -5 til •- CD Vl V) 7 CL •• CT 0) • CT• 0 1 "-5 . << ad ••n n (D c+ - V V W. 0 Coo 0 c< CD V) c< -5 V 0. (D (D c) D D 0) 0 LI C1 0) ID -5 ) -5 G) C n (0 0 "1 < • 7 1 Q. 0)c -1 • -S • << (n < c+ CT< 'o 0. V) co V 0_ .. .•c+ c+ CD d f CD 12.0 0) .-••< O c-G cCD ') < 7 (D V 1 CD CO • (D 7 C1 . I .. . -5 Ca) V - CO CO CO w -• .0 C) _ _ _ CCD C7 _ C71 CO V V CO CO CO N D.2 2 f V C) - CO CO CD V A A CD 2-1 CO C71 CD CD U1 O O U1 O CD O CJ1 CD -1 A 2 C) -1 c5 m z M -c-4 CD -1 IV CD z CO CI Ca) C CO CO w w o r^ C 2 z -- U1 CD N U1 U1 CO A C CO N •N Cn V A CD V V A V CD T Z I m CO V N V A O CO A w CO 3. • . r- n -4 CT - - CD CO CO V 01 N O N A -I r O -<m z n CD -1 CD A 2 n N CI o Z7 I I I i I 1 .. I W 1 I c--.Z M I I I I I 1 CO 1 w I I I Z m CD -� 1 I I 1 1 ( - I A I I I C)- CO M V I CO U1 N m O CD -0 D- V D N'Ti < -• m m z w m C7 (.(1 01 I I I CD CO CD m CO 01 O O7 I N I I V (II -+ m Z CO ( V V -` CO I P N f.T1 I I C_)C7 M • • o CO C) )m C) A CO CO CD - w CD -1 n rn C:-. m tf+ t- .69. 4,2 fn - +s+ ts+ AA- tsi to to 4• C CS Co C) V V •-• - -c O -` O A O N 2 CD • (n U1 O CO Cn CO 01 A O O A CD N U1 -I-1 O O 01 CD OD N O O CD CO CD OD O • b+ +f+ 4 64 fH 61+ - b+ 69 ER b4 C)CD T N C m 1 1 2 CD V N CO V ON CO I N I I A CO -I.Z) Ul N A V (.Tl A I (P I I N CO N V V V CO N --• 0) CO CD CD CO D CO C71 A CO V CD O CD O CO CD -I m OD CD CD C 01 CO CO C CD N CD -U•--. 73 Z C) M 4•+ 4• 69 I 44 b4 I I 1 C)•-) I I I I CD 2 I 1 V I 1 Z C) I I 1 I 1 i -1 30 V U1 I I 1 i 1 i CO --• .Z7 co O c-l n V n D Co CO CO CO C C)CO CO C)1 CO -�m - CD N CD N O CO -0•-. 70 C7 m W W N N CM Z•-+ N CO V rn C-i • C) 3 m --I CO 3 o rn CD D C CO (/1 p CV Q (D (D O = -1 m 0 a -s -) = CD ti Do C7 O_ < • (n r+ 3 7D O (D -h (+ 0 - 7 -S c+ 0 'S CA v C+• -5 A IA • A f rF -A cn (n m o o �Cc (D • • f CD CD -5 (n -s 2 t+ n 0 1 O (D O (D -S -s y (D • • (D c+ • -w • • c+ 1 C F v 3 C+ N .O C) A CO CCD N W 0i O D Z 73 D -4 Cl -< Z N A --• rn A A C Z -• N W O D(n - p O Co V -I D r c) -<r -<m rn p N m -I • • I I •-.z o I I I I zm I I C-5-I A -i DI C1 o )".� A CMm m-n m m CD rn E A rn Z m — — - CD C)C) A Z rn o A • • m N D m N C) m --I C Z tR ) ER N {R {R C C7 • I.JD CD CD N H O O O CD V Cr) O CD O O �-E O O O O +R +R b9 -ER +R +q C)CD C m Z C) N N • A OD -I v V V 01 CD N O A m N N CD O) Ol Cr, 0 0 C7(n CD O CD CD CD CD -I(II CD CD CD CD CD CD v.• 7 c) m I I i I C) I CD I I z C) --I 70 70 m 00 �P1 X z c) m CONSTRUCTION CONTRACT THIS AGREEMENT, made on the 5th day of May, 1989 , by and between the CITY OF OSHKOSH, party of the first part , hereinafter referred to as the CITY , and ZIGNEGO COMPANY , INC. of W226 N2914O Duplainville Rd . , Waukesha , WI 53186 , party of the second part, hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor , for the consideration hereinafter named , agree as follows: ARTICLE I . SCQPE OF WQRK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary , and to perform all of the work shown on the plans and described in the specifications for the project entitled or described as follows: Public Works Contract No. 89-07 for concrete paving and underground work for Public Works Department , pursuant to Resolution #64 adopted by the Common Council of the City of Oshkosh on 14th day of May , 1989 , all in accordance and in strict compliance with the Contractor's proposal and the other contract documents referred to in ARTICLE V of this contract. ARTICLE II . TIME OF CQMPLETIQN The work to be performed under this contract shall be commenced and the work completed within the time limits specified in the General Conditions and/or Contractor's proposal . ARTICLE III . PAYMENT (a) The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of t�4Z1.s.12_9.3O , adjusted by any changes as provided in the General Conditions , or any changes hereafter mutually agreed upon in writing by the parties hereto , provided , however, in the event the proposal and contract documents are on a "Unit Price" basis , the above mentioned figure is an estimated figure , and the City shall , in such cases , pay to the Contractor for the perfor- mance of the contract the amounts determined for the total number of 1 each of the units of work as set forth in the Contractor's proposal; the number of units therein contained is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the con- tract . (b) Progress Payments. In the event the time necessary to complete this Contract is such that progress payments are required , they shall be made according to the provisions set forth in the General Conditions. ARTICLE IV . CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by the negligent digging up of streets, alleys or public grounds or which may result from the faulty , carelessness or neglect of said Contractor, his agents , employees or workmen in the performance of said work or caused by the violation of any City ordinance , and shall refund to the City all sums which it may be obliged or adjudged to pay on any such claims or demands within a reasonable time after demand thereof. ARTICLE V. COMPONENT PARTS OF THE CONTRACT This contract consists of the following component parts , all of which are as fully a part of this contract as if herein set out verbatim, or if not attached , as if hereto attached: 1 . General Conditions 2 . Advertisement for Bids 3 . Instructions to Bidders 4 . Specifications , including any addenda 5 . Plans 6 . Contractor 's Proposal 7 . This Instrument In the event that any provision in any of the above component parts of this contract conflicts with any provision in any other of the component parts , the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated . IT IS HEREBY DECLARED , UNDERSTOOD AND AGREED that the word "Contractor" wherever used in this contract means the party of the second part and its/his/their legal representatives, successors and assigns . IN WITNESS WHEREOF , the City of Oshkosh, Wisconsin, has caused this contract to be sealed with its corporate seal and to be sub - 2 scribed to by its City Manager and City Clerk and countersigned by the Comptroller of said City , and the party of the second part hereunto set its , his or their hand and seal the day and year first above written. In th Presence of: I?!I lik,t14.k■v -- <-7 L.- I CONTRACTOR ZIGNEGO COMPANY, INC. By V,/ , ( Seal of Contractor (Specif y Title) if a Corporation . ) Sec- Specify Title) CITY OF OS OSH __C.20±44_e_Ot By ( ess) William D . Frueh , City Manager And (Witness) ', Donna C . Serwas ,City Clerk i* C14*, te*N VO'... .0 : 5, i r lirt.4 0 me r rt Lo If Cm CITY ATTORNEY OSHKOSH,WISCONSIN , 3 Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND,EXTEND,OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. rr This is to Certify that LIBERTY \' MUTUAL " •` Zignego Company, Inc. & Zignego Ready Mix Inc. Name and W226 N2940 Duplainville Rd. <--x« address of Waukesha, WI 53186 Insured. is,t the issue date of this certificate,insured by the Company under the policy(ies�ted below.The insurance afforded by the listed policy(ies)is subject to all their terms,exclusions and conditions and is not altered by any requirement,term or condition of any contract or other document with respect to which this certificate may be issued. TYPE CERT.EXP.DATE* LIMIT OF CONTINUOUS POLICY OF NUMBER LIABILITY POLICY ❑EXTENDED POLICY TERM COVERAGE AFFORDED UNDER W.C. EMPLOYER'S LIABILITY LAW OF THE FOLLOWING STATES: Bodily Injury By Accident $100,000 Ea.Acc. WORKERS' 1/1/90 WC1-141-094733-019 WI Bodily Injury ByDisease WC1-141-094733-079 COMPENSATION $100,000 Ea.Person Bodily Injury By Disease $500,000 Pol.Limit General Aggregate-Other than Products/Completed Operations $2,000,000 Per Job Site Products/Completed Operations Aggregate J $1,000,000 Q m Bodily Injury and Property Damage Liability w W $1,000,000 per occurrence C7� ❑CLAIMS MADE 1/1/90 TB 1-141-094733-029 Personal and Advertising Injury JJ CO $1,000,000 per person/ (0 RETRO DATE organization w Other g Fire Legal Liability - $50,000 o OCCURRENCE Medical Payments - $5,000 0 SPECIAL/EXCL. ENDORSEMENTS �rr $1,000,000 EACH ACCIDENT-SINGLE LIMIT-B.I.AND P.D.COMBINED >" f�OWNED ~ 1/1/90 AS1-141-094733-039 EACH PERSON O Q NON-OWNED EACH ACCIDENT EACH ACCIDENT J UHIRED OR OCCURRENCE $ OR OCCURRENCE Umbrella w Excess 1/1/90 TB1-141-094733-049 $5,000,000 Liabiltiy 0 LOCATION(S)OF OPERATIONS&JOB#(If Applicable) DESCRIPTION OF OPERATIONS: *If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. However, you will not be notified annually of the continuation of coverage. Liberty Mutual NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE Insurance Grout THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS XX DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN MAILED TO: City of Oshkosh , City Clerks Office CERTIFICATE P.O. Box 1 130 wl HOLDER--■ Oshkosh, WI 54902 AUTHORIZED REPRES:4 ATIVE 10/3/89 Mil kee Attn: Donna J DATE ISSUED OFFICE -.---_34§ is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by Those Companies BS772 R olibi WISC ONSIN SOCIETY OF ARCHITECTS ��� r 1�.�t'`�c THE AMERICAN INSTITUTE OF ARCHITECTS ��-��� ���A� • ■ 011 k WIS. AIA DOCUMENT �— w JULY 1980 ED. WIS. A312 o, 7 PUBLIC IMPROVEMENT n PERFORMANCE/LABOR AND MATERIAL PAYMENT BOND THIS BOND IS TO BE USED ON PUBLIC IMPROVEMENT CONTRACTS PURSUANT A TO SECTION 779.14 WISCONSIN STATUTES. r KNOW ALL MEN BY THESE PRESENTS: that (Here insert name and address or legal title of the Contractor, referred to in Sec.779.14 Wisconsin Statutes as the prime contractor) ZIGNEGO COMPANY, INC., W226 N2940 Duplainville Road, Waukesha, Wisconsin 53186 as Principal, hereinafter called Principal, and, (Here insert the legal title and address of Surety) FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, 200 S. Wacker Drive, Chicago, IL 60606 duly authorized and licensed to do business in the State of Wisconsin, as Surety, hereinafter called Surety, are held and firmly bound unto (Name and address or legal title of Owner) CITY OF OSHKOSH, City Hall, P. 0. Box 1130, Oshkosh, Wisconsin 54902 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinafter provided in the amount of Four Hundred Seventy One Thousand One Hundred Twenty Nine and thirty/100 Dollars ($ 4719129.3? (Here insert a sum at least equal to the contract price) for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, suc- cessors and assigns, jointly and severally, firmly by these presents. WHEREAS, ZIGNEGO COMPANY, INC. Principal has by written agreement dated May 5th 19 89 , entered into a contract with Owner for Concrete Paving and Underground Work - Public Works Contract No. 89-07 in accordance with drawings and specifications prepared by (Here insert full name, title and address) which contract is by reference made a part hereof and is required by Section 779.14, Wisconsin Statutes; in The said written agreement, drawings, specifications and amendments are hereinafter referred to as the Contract. PUBLIC IMPROVEMENT PERFORMANCE/LABOR-MATERIAL BOND TWO PAGES to WIS. AIA DOC. WIS. A312JULY. 1980ED. PAGE 1 Copr. 1969 Wisconsin Society of Architects/AIA 615 E.Washington Ave. Madison,Wis. 53703 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION, as required by Section 779.14, Wisconsin Statutes, is such that, if the Principal shall faithfully perform the said contract and pay every person entitled thereto for all the claims for labor performed and materials furnished under the Contract, to be used or consumed in making the public improvement or performing the public work as provided in the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1) No assignment, modification or change of the Principal and the Surety upon this bond for the Contract, or change in the work covered thereby, or recovery of any damages he may have sustained by any extension of time for the completion of the Con- reason of the failure of the Principal to comply with tract shall release the sureties on the bond. the Contract or with the Contract between the Prin- cipal and his subcontractors. If the amount realized 2) Not later than one year after the completion of on this bond is insufficient to satisfy all claims of work under the Contract, any party in interest may the parties in full, it shall be distributed among the maintain an action in his own name against the parties pro rata. Signed and sealed this 12th day of May , 19 89 IN THE PRESENCE OF: 1 ZIGNEGO COMPANY, INC. Principal VJ By: a (seal) itsor Title: C,r4, — FIREM , 'S INSURANCE COMPANY OF NEWARK, NEW JERSEY Name of Surety OU '"✓ � By' (" ( I /�� (Seal) Witness 'rte: Attorney William F. Norton APPROVED BY* IN THE PRESENCE OF: C/rY f� 031/KOvff Own "1 ) li (is"/L61✓ By: :�/,G (Seal) Witneu e/TY aL )k Title: a fry/ /►ult)46 i.g.' *This bond shall be approved in the case of the state by the state official authorized to enter into such con- tract, of a county by its district attorney, of a city by its mayor, of a village by its president, of a town by its chairman, of a school district by the director or president and of any other public board or body by the presiding officer thereof. PUBLIC IMPROVEMENT PERFORMANCE/LABOR-MATERIAL BOND TWO PAGES WIS.AIA DOC.WIS.A312 JULY 1980ED. PAGE 2 Firemen's Insurance Company of Newark, New Jersey 80 Maiden Lane, New York, New York 10038 GENERAL POWER OF ATTORNEY Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW JERSEY has made, constituted and appointed, and by these presents does make. constitute and appoint Charles F. Norton or Lillian I. Norton or William F. Norton all of Butler, Wisconsin. EACH its true and lawful attorney.for it and in its name,place,and stead to execute on behalf of the said Company,as surety,bonds,undertakings and contracts of suretyship to be given to All Obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Three Million ($3, 000, 000) Dollars This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK.NEW JERSEY at a meeting duly called and held on the 20th day of February, 1975: RESOLVED that the Chairman of the Board.the Vice Chairman of the Board.the President.an Executive Vice President or a Senor Vice President or a Vice President of the C:•r'oa-iv be and that each or any of!hem hereby!s.authorized to execute Powers of Attorney nual.fyng the attorney named in the g'ven Power of Attorney to execute in behalf of i REMEN.S'NSUPANCE COMPANY OF NEWARK.NEW JERSEY bonds undertakings and all contracts of suretyship.ano that an Assistant Vice President a Secretary or an ass s'ant Secretary be and that each or any of them hereby is authorized to attest the execution of any such Power of Attorney.ano to attach!hereto the seal of the Company FURTHER RESOLVED.that the signatures of Such officers and the seal of the Company may be affixed to any such Power of Attorney or to any ce'Uf+care relating thereto by Lacs moe and any such Power of Attorney or certificate bearing such facsimile signatures 3r tacsim'e seal shall be valid and bine'ng upon the Company when so affixed and in the future w!h respect to any bond.undertaking or contract of suretyship to which it is attached In Witness Whereof,the FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW JERSEY has caused its official seal to be hereunto affixed and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 3rd day of March. 1982 FIREMEN S iNSURANCE COMPANY OF NEWARK, NEW JERSEY Attest By 1 ::77. / T H Stephens.Assistant Vice President *' M L Ford Vice President STATE OF NEW YORK ss.. COUNTY OF NEW YORK On this 3rd day of March.1982,before me personally came M.L.Ford,to me known,who being by me duly sworn,did depose and say ;hat he resides in Summit, in the County of Union, State of New Jersey. at 768 Springfield Avenue: that he is a Vice-President of the FIREMEN S INSURANCE COMPANY OF NEWARK,NEW JERSEY.the corporation described in and which executed the above instrument; that he knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal:that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. z.: .r,.�.. : ` r (Y1 �l %„4.i. s••, w ;• Susan M.McCarthy A Notary Public of New Jersey CERTIFICATE My Commission Expires Feb.17.1987 I. the undersigned. an Assistant Secretary of the FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW JERSEY. a New Jersey corporation.DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked:and furthermore that the Resolution of the Board of Directors. set forth in the said Power`o'f Attorney. is now in force. Signed and sealed at the City of New York. Dated the I al(i) $day of �c Y .19 21 BOND 431514 James M Keane Assistant Secretary PnntSOIA U S A