Loading...
HomeMy WebLinkAboutMarino Construction/Grand Opera House THE AMERICAN INSTITUTE OF ARCHITECTS a I AIA Document A101 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM 1977 EDITION THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION Use only with the 1976 Edition of AIA Document A201, General Conditions of the Contract for Construction. This document has been approved and endorsed by The Associated General Contractors of America. AGREEMENT made as of the SEVENTEENTH (17th) day of SEPTEMBER in the year of Nineteen Hundred and EIGHTY-TWO BETWEEN the Owner: THE CITY OF OSHKOSH 215 Church Avenue Oshkosh, Wisconsin and the Contractor: MARINO CONSTRUCTION COMPANY, INC. 3620 South Clement Avenue Milwaukee, Wisconsin 53207 The Project: PHASE I - EXTERIOR RESTORATION AND REHABILITATION The Grand Opera House Oshkosh, Wisconsin The Architect: YARBRO-KEMPINGER ARCHITECTS, INC. PFALLER HERBST ASSOCIATES, INC. 1018 West South Park Avenue Oshkosh, Wisconsin 54901 The Owner and the Contractor agree as set forth below. Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, © 1977 by the American Institute of Architects, 1735 New York Avenue, N.W., Washington, D. C. 20006. Reproduction of the material herein or substantial quotation of its provisions without permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution. AIA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA® ©1977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A101-1977 1 FILE NO. 8133/79005 ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, the Conditions of the Contract (General, Supplementary and other Conditions), the Drawings, the Specifications, all Addenda issued prior to and all Modifications issued after exe- cution of this Agreement. These form the Contract, and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. An enumeration of the Contract Documents appears in Article 7. ARTICLE 2 THE WORK The Contractor shall perform all the Work required by the Contract Documents for (Here insert the caption descriptive of the Work as used on other Contract Documents.) GENERAL CONSTRUCTION WORK Phase I - Exterior Restoration and Rehabilitation The Grand Opera House Oshkosh, Wisconsin ARTICLE 3 TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION The Work to be performed under this Contract shall be commenced on or before 27 September 1982 and, subject to authorized adjustments, Substantial Completion shall be achieved not later than 2 5 March 19 8 3 (Here insert any special provisions for liquidated damages relating to failure to complete on time.) There are no liquidated damages. AIA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA® ©1977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A101-1977 2 FILE NO. 8133/79005 ARTICLE 4 CONTRACT SUM The Owner shall pay the Contractor in current funds for the performance of the Work, subject to additions and deductions by Change Order as provided in the Contract Documents, the Contract Sum of TWO HUNDRED TWENTY FOUR THOUSAND, SEVEN HUNDRED SEVENTY SEVEN AND NO/100THS DOLLARS The Contract Sum is determined as follows: (State here the base bid or other lump sum amount,accepted alternates,and unit prices,as applicable.) Basis For Contract Sum Contractor's Proposal Dated 14 September 1982 Lump Sum Base Bid No. 1, accepted $177 ,777. 00 Alternate Bid No. 1A, accepted, add 22 , 000. 00 Alternate Bid No. 1B, accepted, add 25, 000. 00 Total Contract Amount $224 ,777. 00 ARTICLE 5 PROGRESS PAYMENTS • Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as pro- vided in the Contract Documents for the period ending the last day of the month as follows: Not later than twenty—three days following the end of the period covered by the Application for Payment ninety percent ( 90%) of the portion of the Contract Sum properly allocable to labor, materials and equipment incorporated in the Work and ninety percent ( 90 %) of the portion of the Contract Sum properly allocable to materials and equipment suitably stored at the site or at some other location agreed upon in writing,for the period covered by the Application for Payment, less the aggregate of previous payments made by the t # * t • 4k: A $ ', 1, t tt t l i � •jtt �stss =tttttttttt ::t ttr $ '- $ t ,i vt q,t t $cF $• i Kigi$ t t l 1 t tx t t t t t tk#t l t t t i'! t t ttt tttxt t t cf , ,t (If not covered elsewhere in the Contract Documents,here insert any provision for limiting or reducing the amount retained after the Work reaches a certain stage of completion.) 10% will be retained on the value of the first 50% of the work. There will be no retainage on balance to completion. Upon determination by the Architect/Engineer that satisfactory progress has been made, payments authorized at time of substantial completion shall be for total retainage in contract except that an amount equal to twice the estimated cost to complete or correct items on a tentative list of uncompleted items shall be retained until final completion. Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the rate entered below, or in the absence thereof, at the legal rate prevailing at the place of the Project. (Here insert any rate of interest agreed upon.) (Usury laws and requirements under the Federal Truth in Lending Act, similar state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision.Specific legal advice should be obtained with respect to deletion, modification, or other requirements such as written disclosures or waivers.) AIA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA® ©1977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A101-1977 3 FILE NO. 8133/79005 ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be paid by the Owner to the Contractor when the Work has been completed, the Contract fully performed, and a final Certificate for Payment has been issued by the Architect. ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Terms used in this Agreement which are defined in the Conditions of the Contract shall have the meanings designated in those Conditions. 7.2 The Contract Documents,which constitute the entire agreement between the Owner and the Contractor,are listed in Article 1 and, except for Modifications issued after execution of this Agreement, are enumerated as follows: (List below the Agreement,the Conditions of the Contract(General,Supplementary,and other Conditions), the Drawings, the Specifications,and any Addenda and accepted alternates,showing page or sheet numbers in all cases and dates where applicable.) SPECIFICATION, File 8133/79005, Dated 23 August 1982 Pages Thru TITLE PAGE 1 Page TABLE OF CONTENTS TC/ 2 CONDITIONS OF THE CONTRACT General Conditions 19 Supplementary Conditions SC/17 Federal Requirements and Regulations Non-Federal Labor Standards Provisions (See Supplementary Conditions, Article 37) U.S . Department of Labor Part 5 - Labor Standard Provisions 1-21 Payroll Instructions and Forms 7-20 U.S. Department of Housing and Urban Development Federal Labor Standards Provisions 1-13 Affirmative Action Requirements and Equal Employment Opportunity 1- 6 Executive Order 11246 Equal Employment Opportunity 1-13 Contract Compliance 1- 2 Equal Opportunity Provisions 3- 4 (continued) This • ; --ment entered into as of the day and year first written above. OWNER CONTRACTOR MA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA® @1977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A101-1977 4 FILE NO. 8133/79005 Pages Thru Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity 1- 3 Equal Opportunity Clauses 1- 3 Standard Federal Equal Employment Opportunity Construction Contract Specification 1- 5 Sample Equal Opportunity Policy Statement 1- 2 Employer Information Report EEO-1 1- 3 General Requirements GR/16 DIVISIONS 2 THRU 9 - GENERAL CONSTRUCTION WORK Section Title 02050 - Demolition 02050/ 3 02200 - Earthwork 02200/ 3 02500 - Bituminous Paving Patching 02500/ 3 03200 - Concrete Reinforcement 03200/ 3 03300 - Concrete 03300/17 04200 - Masonry 04200/10 04210 - Masonry Tuckpointing 04210/ 3 05100 - Structural Metal 05100/ 5 05300 - Metal Decking 05300/ 2 05500 - Miscellaneous Metals 05500/ 5 06100 - Carpentry 06100/ 8 07200 - Insulation 07200/ 2 07300 - Asphalt Shingles 07300/ 3 07600 - Architectural Sheet Metal 07600/ 7 07900 - Sealants 07900/ 3 08600 - Wood Windows 08600/ 3 09900 - Painting 09900/ 8 09910 - Masonry Cleaning 09910/ 3 ADDENDA TO SPECIFICATIONS No. 1, dated 7 September 1982 DRAWINGS , File 8133/79005 , dated 23 August 1982 Sheets Thru Title Sheet 1 Architectural A-18 Structural S- 2 CONTRACTOR' S PROPOSAL, dated 14 September 1982 Pages C/1 thru C/7 , attached hereto. FILE NO. 8133/79005 5 IN WITNESS WHEREOF, the City of Oshkosh, Wisconsin has caused this Contract to be sealed with it' s corporate seal and to be subscribed to by it ' s City Manager and City Clerk and countersigned by the Comptroller of said City, and the party of the second part hereunto sets it' s , his or their hand and seal the day and year first above written. In the presence of : CONTRACTOR MARINO CONSTRUCTION COMPANY, INC. 111 /,o ,& By Tit f> &2 (Seal of Contractor - if a Corporation) OWNER , CITY OF 0 ' KOSH, WISCONSIN By f'. ,6fi.e.,:_dXze_e_e_11 William D. Frueh, City Manager A . e , All BY .ele - ( Converse C. Ma , City Clerk I hereby certify that provisions have been made to pay the liability that will accrue to the City of Oshkosh under this Contract. (Seal of City) City Comptrol er Approved as to form and execution Cit Cpl �ttorney /�' %E%i° Y FILE NO. 8133/79005 6 8133/79005 (SUBMIT IN DUPLICATE) C/1 BID FORM PHASE I - EXTERIOR RESTORATION AND REHABILITATION THE GRAND OPERA HOUSE FOR THE GRAND OPERA HOUSE BOARD THE CITY OF OSHKOSH, WISCONSIN BIDS CLOSE: 2 : 00 P.M. , 14 September 1982 AT: Office of City Clerk City Hall Oshkosh, Wisconsin TO: City Manager City of Oshkosh, Wisconsin ( ) (A Corporation) WE MARINO CONSTRUCTION COMPANY, INC. ( ) of 3620 South Clement Avenue Milwaukee Street City Wisconsin 53207 (414) 744-4386 State and Zip Telephone No. hereby agree to execute proposed contract and to furnish a satisfactory Surety Bond in the amount specified and to provide all labor and materials required to complete the construction of project designated above, for prices set forth below, in strict accordance with Contract Docu- ments prepared by Yarbro-Kempinger Architects, Inc. and Pfaller Herbst Associates , Inc. , 1018 West South Park Avenue, P.O. Box 2096, Oshkosh, Wisconsin 54903 , File No. 8133/79005, and dated August 23 , 1982 . 8133/79005 C/2 GENERAL CONSTRUCTION WORK Lump Sum Base Bid No. 1. General Construction Work for the sum of over A/v vo rE4e, .S,av •VTV S'1/Z/1/ 7-1•40t/..r..0 Vo 4/167,1I A',w 7.p .0 7' -527/04/ •Irtr- Dollars ($/77777.ODD ) ALTERNATE BID NO. lA If the east and west chimneys are removed and rebuilt as per Specification Sections and as required by Drawings, Add to Base Bid No. 1 the sum of 7744e4/7,' Twv 7:1-/ays44/.40 Dollars ($22 000.cb ) ALTERNATE BID NO. 1B If the interior-exterior balcony work (south wall) and related demolition are added to the scope of the work as per Specification Sections and as required by Drawings, Add to Base Bid No. 1 the sum of / -40 A A. 421'.° Dollars ($ 2.5;000.00 (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. ) 8133/79005 C/3 UNIT PRICES (Applicable to Base Bid No. 1) 1. Removal of existing concrete walks, per square foot $ I. 00 2. Concrete walks with sand lifts, 5" thick, 6 x 6 , 10/10 mesh rein- forcing per square foot $ 3 • no 3. Brick Joint Tuckpointing, per square foot of brick surface $ s • 50 4. Stone Joint Tuckpointing, per Z ' 7 S lineal foot of joint $ 5. Brick Restoration, per square �O O O foot $ • 6 . Foundation Stone Restoration, Alt ' �0 per square foot $ SUBCONTRACTOR LISTING SUBCONTRACTOR NAME TRADE " AND ADDRESS /1447'44�y CZAVIAVA .T.4 ccovEs "VA/ 7 ■4kc oeLC/A/ ,A✓ceE/P T .S/ 7 , TAL. /Sed,2 siWer /!OTAL • (Attach a sheet if additional spaces are required) ADDENDUM RECEIPT We acknowledge receipt of the following Addendum NUMBER DATE NUMBER DATE NUMBER DATE 1 9/7/82 8133/79005 C/4 COMMENCEMENT AND COMPLETION The undersigned agrees if awarded the contract, to commence the contract work on a date to be specified in a written Notice of Contract Award, in accordance with Article 30 of Supplementary Conditions and to substantially complete the work within 'An calendar days. Accompanying this Proposal is Bid Bond certified check, bid bond, etc. in the amount of 5960F THE AMOUNT BID ($ __M___ ) as called for in the Instructions to Bidders. MARINO CONSTRUCTION COMPANY, INC. (Name of Corporation, Partnership or Person submitting Bid) Sign/ ture James R. Marino ■ Secretary/Treasurer (Seal - if Bid is by Title, if any Corporation) NOTE 1: This bid will be rejected if the Bid Form has been altered or changed in such a way that it incorporates unsolicited material, either directly or by reference, which would alter any essential provision of the contract documents or require consideration of unsolicited material in determining the award of the contract. NOTE 2 : If this bid is not accompanied by a bid guarantee, it will be considered NO BID and will not be read at the bid opening. NOTE 3 : Bidder shall complete the Equal Employment Opportunity Compliance Certificate and the Certification of Bidder Regarding Equal Employment Opportunity on pages C/5 , C/6, and C/7. 8133/79005 C/5 EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE CERTIFICATE As used in this certificate the term "subcontract" includes the term "purchase order" and all other agreements affec- tuating purchase of supplies or services. If this certi- ficate is submitted as part of a bid or proposal the term "Seller" shall be deemed to refer to the Bidder or Offeror, or Subcontractor or Supplier. This certificate shall be renewed annually. Notwithstanding the foregoing the certifications made herein shall remain applicable until completion of all nonexempt subcontracts awarded while this certificate is in effect. The undersigned Seller certifies the following to The City of Oshkosh, Wisconsin hereinafter referred to as Buyer: A. REPORTS : Within thirty (30) days after Buyer' s award to Seller of any subcontract and prior to each March 31 thereafter during the performance of work under said subcontract, the Seller shall file Standard Form 100, entitled "Equal Employment Opportunity Employer Infor- mation Report EEO-1" in accordance with instructions contained therein, unless Seller has either filed such report within 12 months preceding the date of the award or is not otherwise required by law or regulation to file such a report. B. PRIOR REPORTS: Seller, if he has participated in a previous contract or subcontract subject to the Equal Opportunity clause (41 C.F.R. Sec. 60-1. 4 (a) (1) through (7) , or the clause originally contained in section 301 of Executive Order No. 10925 , .or the clause contained in section 201 of the Executive Order No. 11114, has filed all required compliance reports. Seller shall obtain similar representations indicating submission of all required compliance reports, signed by proposed sub- contractors , prior to awarding subcontracts not exempt from the Equal Opportunity clause. C. CERTIFICATION OF NONSEGREGATED FACILITIES : Seller certifies that he does not maintain or provide for his employees any segregated facilities at any of his esta- blishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are main- tained. Seller agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this certificate. As used in this certification, the term "segregated facilities" means any waiting rooms, work 8133/79005 C/6 area, rest rooms and other storage or dressing areas , parking lots , drinking fountains, recreation or enter- tainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom or otherwise. He further agrees that (except where he has obtained identical certifications from pro- posed subcontractors for specific time periods) he will obtain' identical certifications from proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods) : NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES. A Certifi- cation of Nonsegregated Facilities, as required by Section 60-1. 8 of Title 41 of the Code of Federal Regulations, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. The certification may be submitted either for subcontract or for all subcontracts during a period (i.e. , quarterly, semiannually, or annually) . (Note: The penalty for making false statements in offers is prescribed in 18 U.S .C. 1001) . D. AFFIRMATIVE ACTION COMPLIANCE PROGRAM: Prior to 120 days after receipt of any subcontract in the amount of $50, 000 or more from Buyer, Seller, if he has 50 or .more employees and is not otherwise exempt under 41 C.F.R. Part 60-1 , shall have developed for each of his establish- ments a written affirmative action compliance program as called for in 41 C.F.R. Sec. 60-1. 40. Seller will also require his lower-tier subcontractors who have 50 or more employees and receive a subcontract of $50 ,000 or more and who are not otherwise exempt under 41 C.F.R. Part 60-1 to establish written affirmative action compliance programs in accordance with 41 C.F.R. Sec. 60-1. 40. E. Seller certifies that he is not currently in receipt of any outstanding letters of deficiency, show cause, probable cause, or other such notification of non-compli- ance with EEO regulations. Executed this 14th day of September 19 82 by: Firm Name MARINO CONSTRUCTION COMPANY. INC. 33¢20 S. Cle nt Avenu Milva�ikee, Wisconsin 53207 J1' By �\ es R. n �% /) .. Title Secretary/Treasurer Seller MARINO CONSTRUCTION COMPANY, INC. 3620 S. Cle nt Avenu Milwaukee, Wisconsin 53207 8133/79005 C/7 U.S. Department of Housing and Urban Development CERTIFICATION .OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25) . The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any pre- vious contract or subcontract subject to the equal oppor- tunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY BIDDER Bidder's Name MARINO CONSTRUCTION COMPANY, INC. • ? dress and Zip Code 3620 South Clement Avenue Milwaukee, Wisconsin 53207 1. Bidder has participated in a previous contract or subcontract sub'ect to the Equal Opportunity Clause. YesU No El (If answer is yes, identify the most recent contract.) PLYMOUTH MANOR NURSING HOME, MILWAUKEE, WISCONSIN 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes 0 No© (If answer is yes, identify the most recent contract.) 3. Bidder has filed all compliance reports due under applicable instnxctions, including SF-100. YesO No❑ None Required 0 4. If answer to item 3 is "no", please explain in detail on reverse side of this certification. Certification - The information above is true and complete to the best of my knc sledge and belief. JamoI R. Marino. Secretary/Treasurer Name and Title of Signer (Please Type) September 14, 1982 , Signattre Date — WISCONSIN CIIAPTER �� 1' Il1i AMERICAN INS 'I' 1TU ;I. L OI' ARCIII "I' I' C "I' S y '4'�r .i�7. BOND NO. 0450-58-091591—C • I\_`\ I I r WIS. A.312 .! PUBLIC IMPROVEMENT PERFORMANCE/LABOR AND MATERIAL PAYMENT BOND !III, iti,`.I> H li> I'.t I '.II> ,1A it !il ,,. i1ii,,. AIAlt '.1 1 ,, I!'\1 I'-. t'! !11,1 "0.1 r-1 II> ',I 1.1 ii -� ti l'.I <,'- 1'� '.1 \I: 11 ii I, I', ,111 .l>;I ,It1 iiii I,' II/ w,] 11,1, MEN IIY "I'EIESE PRESENT'S: th:(t , ,„ , 1%,,,,,,.,„ , ,,,,,,. .,. ,,,, MARINO CONSTRUCTION CO . , INC . , 3620 S . CLEMENT AVE . , MILWAUKEE, WI 53207 1 :,: i I .. !, II, reul.lttri ialleil 1'tit;r!i>aI in(i, lle., i, .,, ,i,. Leer.,! t,!, ,,,I eerie! e., ee EMPLOYERS INSURANCE OF WAUSAU A Mutual Company 2000 WESTWOOD DR. , WAUSAU, WISCONSIN 54401 , /r•d anti !Itcri,rll I,I d,> 1>,I,n1, ,1, nl tit; 5t.:!r of 1`I' ..in.�ilt 4111rty, hi!cinaft(r t:u!1•d Sut2tv, a ;_I finely houiil 01111, ■■ .■.i,t■-. ,,, CITY OF OSHKOSH 215 CHURCH AVE . , OSHKOSH, Wi 54901 .is ( tlo!igee, hert•inaItct 1 111rd ( vnet, for the um. And belief it iii i-1.lint:uu. 1' hrrt•in,tfter provided in the ,InItof TWO HUNDRED TWENTY—FOUR THOUSAND SEVEN HUNDRED SEVENTY—SEVEN AND 00/ 100 lloUars ($ 224, 777 . 00) insert a wm at heist equal Ott ■■■■■tr.il l )lI fit the 1p.1VIIIOnt tshisrintl PI'WHIM! :Ind Surety hind thenl,:elvls. their heir (�rcutors administrators, suc- u, ,1nd :I,signs, jointly and it v't•t.1111 I by there jitr�rstlt,, HEREAS, I'I:nrill.!I ha, by svritlrn :Irlri lui Ili (Lite(' SEPT • 17 ,1432 , , nti rt(1 into outract with Owner 1,(,1 PHASE I — EXTERIOR RESTORATION AND REHABILITATION OF THE GRAND OPERA HOUSE, OSHKOSH, WISCONSIN iu ,iz re>lilar.cr with dim iul �, itnt1 speedir;+lion, lnrl,atrti by IIr,r r„ 1i11 . ,,:I,- .,,,r! YARBRO—KEMPINGER ARCHITECTS , INC . PFALLER HERBST ASSOCIATES, INC . "^ (retract iti he rrirrrni e u1a(lr a 'sir! hill .Ind r• r, i)Itit, d I' Srl lilt 2f't1.I I \A St.itut('eee. t:'ai!; 'mg provision: ti,i v11.ill L v .,II , L,nn, f.,, I:Ihor !„ , 11111, l`, „ !;i■ It.>, leer, ri!ni!,nr. fit, fi;tnrr: al) 6 Il t.,_t!( lia', (,un:.l i , 11 ,',1 or cull.ntnril III p.n.ilti`.- li>ii;., .Iltl,li.lnii,; s,upplii 5, rl,.ctric cuergy. thee lull>lir lull,t„v, hie lit of la I the _',.I•I,111I,', lln>t,>r ui!. 1111,rir i!ilI:r n lra,rs. )turn1 r.t, 1,1(11n,: 5titl,,inl Iron! i Ill her.ut�r i>! i,n ,,,h`11= tl - ,i,nlla l;,,lti ti i n•u•.,,:,, :11u1 collt1 - •a, . ,,.e ,'. 111,I ill!111, !lu 1, Iil,!tl,ri, ■illltlltit II,.itrl,.., �._ irl;ii■ II 14>1 llip!U:I111 lit ,,■IIYIu 11.,01 1)11 • I,I �'ritti'll .12,11 cilie ; ,!I.l tt lilt.', 111 , 111t.Iti1,n, .11III .:ill, 11(l;!li ills hrtriu,,ttrr l it tti d ti hit (:nll1!a, t 1018 WEST SOUTH PARK AVE . OSHKOSH, W I 54901 rt 1st R: vittq i>1 r;1 ,N! 1 I•Ll(1(>1(•t1VV(.1.71 AHOY< \111!-.i;iAi. !S(1`. ) rk“) evis 11v !KA: wl, .1 s, !1 ,1 !.n rua: Any correspondence In relation to this bond —_ should be directed to: sv I , v , Surety Department 1 I, ;, i•n Wausau Insurance Companies 2000 Westwood Drive Wausau,Wisconsin 54401 — __._ NOW, THEREFORE, THE coNI.)ITION OF T H N OBLIGATION, as recluired by Section 289.14, Wisconsin Statutes, is such that, if the Principal shall faithfully perform the said contract and pay every person cntitl^d thereto for all the claims for lal nr perforated and materials ft. niched under the Contract, to be used or consumed in making the public iaitpro,e neat or. perfoniti• 4 the public work as provided in the Contract, then this ohfir,ation shall he null and ,'therwise it shall remain in full force and effect, subject, however, to the foilosvirtg conditions: I ) No assignment, ino,drfir ation or change of the Prim;pal 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, my extension of time for the completion of the Con- re a.,,orr of the failure of the Principal to comply with tract shall release the ,.uretier. on the bond. the Contract or with the Contract between the Prin- e:.ttal and his subcontractors. If the amount realized 21 Not later that one year after the completion of 'it this hoed is in,ufficient to satisfy all claims of v olk under the t:nntract, any party in interest may in full, it shall he dintrihutcd among the maintain .rn acte l name agaimt the •,rrtirs. to rata. 21ST SEPTEMBER 82 and sealed this d r' IN THE PRESENCE, OF: MARINO CONSTRUCTION CO ., , INC . Principal Ar • la.crrca ��!os'sa� Tide: Secretar_y/Treasurer EMPLOYERS INSURANCE OF WAUSAU A Mutual Company °$•nure of Surety 'G(.-�•t�C„��i`_-� _.�� _ ,�y_ ,��C�/ Z / '/ia"� 11.x!r t5 rtra, � J,z( es W. Cersch Attorney-In-Fact AP 'R ■VEI) BY IN I'IIE PRESE';NCE, OF /eg nor !t� W;I 1 i v" • ru .�i ts•�! wignets 114. C i4r M944)er ` 1 �:;• t;=ml .sh.tii h, l;jn�ncef ,n the case of by the t'c,veinor, of a county by its district t Ito:n, , of a rrts 1>5 its rn.r,ur, of ,a VI;�al!e 11 tts �,r- sici� r:t, rri A town f y its chairman, of a school 1,1 be ar !,.t . Iii, ',1,i,-ni and Or. .tns otter 1,>>hli;- he,,ird nr lards by the presiding officer thereof. i t tiac !VPP.OV i c tt5'tt ^FAPc RMANGE/LAR'R-!.4 ii.T ER:AL bnaD TWO PAGES