HomeMy WebLinkAbout03-085 - CA Carey Construction - Interurban Avenue Bridge Widening / Interurban Trail BridgeCITY OF 77U K���U �
" ��"�m�um�m�`
CONTRACT CHANGE ORDER #11
Sheet 1 of 1
DATE: January 20, 2005 BUDGET NO • N/APROJECT NO,:89RVV13 /92PKO4 CONTRACT N.O.: 03-085 CV --
PROJECT NAME: Interurban Avenue Bridge \/\/i(:let•iing and Interurban Trail Bridge
TO:C.
A. Carey Construction
Attn: Tony Thompson
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is
issued.
Conditions: A. The foliowing change, and work affected thereby, are subject to all
contract stipulations and covenants;
B. The rights of the 'Owner" are not prejudiced; and
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived.
CHANGE:
ADD 13 DAYS TO CONTRACT COMPLETION DATE SUCH THAT REVISED COMPLETION DATE OVERRIDES PREVIOUSLY
CALCULATED LIQUIDATED DAMAGES. ORIGINAL REQUIRED COMPLET0N DATE WAS MAY 7, 2004, EXTENDED BY 4 DAYS
GRANTED FOR SEVERE WEATHER DAYS. ACTUAL SUBSTANTIALCOMPLETION DATE WAS MAY 24, 2004, FURTHER,
C.A. CAREY WAIVES ALL PAST AND FUTURE CLAIMS AGAINST CITY. THIS TIME EXTENSION S JUSTHED BASED ON THE
ADDITIONAL WORK PERFORMED BY C.A. CAREY AS REFERENCED IN C.A. CAREY LETTERS OF PROTEST IN ADDITION TO THE
EARLY PUBLIC BENEFIT WITH ONLY MINOR TRAFFJC DISRUPTIONS. MOREOVER, THIS MUTUALLY BENEFICIAL SETTLEMENT,
AS EVIDENCED BY THE ATTACHED 'CONTRACTOR'S ACCEPTANCE' AND CLAIM RELEASE, IS THE MUTUAL COST SAVINGS IN
CLAIMS AND LITIGATION AVOIDANCE.
We ^. e undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if
this • op a|isapproved, that wmwill provide all equipment, furnish all materials, except as may otherwise be
note. ab e, and perform all services necessary for the work above specified, and will accept as full payment
i
ACC:r ' D: Date
By
Original C ntract (without tax)
-'
*�
\U�m"
�
Previous C ange Orders
Contractor
Title
$ 1,993,618.70 APPROVED BY THE CITY OF TUKWILA
q`^950��
�
This Change Order (without tax) $ 0.00 By
REV. CONTRACT AMOUNT $ 2.085.207.83
ORIGINAL: City Clerk (1 of 2) cc: Finance Department (informational only)
Contractor (2 of 2) file: Change Order File (.455K)
Liquidated Damages/Claim Files (.700/.800)
/ -,
ENT'DOR1 ft A
FEB28 �OD�
| \��� �"v°
FF OM - ::ITY OF TUI -;6J I Ln 07 9O 190T-4 PHONE I•IO. - -125 051 9076
Jan. 21 0005 09 = 19(t 1 P2
CONTRACTOR'S ACCEPTANCE
I, the undersigned, .having been first duly sworn, depose and say; that the finAI-pr y
estimates (numbers 14 and 15), are a true and correct statement showing all the monies
due me from the City of Tukwila, Washington, under Project #89-RW13, known as
Interurban Bridge Widening and Trail Bridge, and that I have carefully examined said
final estimate and understand the same; and that I hereby release the City of Tukwila
from any all clai,iia or -whatever nature which mays-h3vo ariaan frorr_thcx_riRrfnrmafCe of
said contract; -and which -are not set forth in said estimates.
CONTRACTOR
C.A. Carey Corporation
igna ure
General Manager
(Official Title)
SUBSCRIBED AND SWORN to before me this 14th day of
January, 2005
Notary fr ublic in azd for the State of Washington,
residing at Issaquah. therein.
P. O. Box 1005, Issaquah, Washington 98027 main 425-392.8016 fax 425-392-8295 www.cacarey.com
CITY OF TUKWILA
CONTRACT CHANGE ORD
If She 170
tavrivywew..,
DATE: 12/22/04 BUDGET NO.:
PROJECT NO.:89RW13 /92PK04 CONTRACT N .: 03-085
PROJECT NAME: Interurban Avenue Bridge Widening anflntercrrbnf rail Bridge
TO: C. A. Carey Construction, Attn: Tony Thompson
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner".
Conditions: A. The following change, and work affected thereby, are subject to all
contract stipulations and covenants;
B. The rights of the "Owner" are not prejudiced; and
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived.
CHANGE: This change is to provide settlement for items remaining in dispute at the close of
the contract and items paid for w/out normal originating documentation as part of an equitable
adjustment. Total compensation will be $7,161.04 as calculated on the breakout attached to this
change order. This amount will be reimbursed using a new bid item under Schedule A — General
entitled Settlement Adjustments.
We the undersigned Contractor, have given careful consideration to the change proposed and
hereb agree, if this proposal is approved, that we will provide all equipment, furnish all materials,
excep as may otherwise be noted above, and perform all services necessary for the work above
specif d, nd will accept as full payment therefore the prices shown above and below.
ACCE 'T1. Date 1 :1_00 LI Contractor C. .Y
Title P
By
Original Co
tract (without tax) $ 1,993,618.70
el(
$ 767798709
Previous Change Orders
APPROVED BY THE CITY OF TUKWILA
Date /
This Change Order (without tax) $ 7,161.04 B
Zi /61, I01)• Mayor
REV. CONTRACT AMOUNT $ 2707-7-,-&-7-7783-
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: Change Order File ENT'D JAN 1 9 2005
December 22, 2004
The following items are included in CO #7.
Item #1 - A -14/A-23 & FA 207, 210 - Bridge Curb Alignment Issues -
Extra work to remove existing curb and gutter incorrectly aligned at the south bridge approach. This
work was performed as part of a disputed change. No final determination was made on the fault for
the misalignment of the curb and gutter. Total sawcutting was 40' @ $2/ft. Total replacement curb
was 40' @ $12/ft. FA's 207 and 210 were also involved in this additional work. Agreed to pay 1/2 of
estimated total reconstruction cost to settle this issue.
Total compensation from Curb Alignment Issues = 40'x $2/ft + 40'x $12/ft + $71.16 + $448.05 =
$1079.21/2 = $539.60 E- Settlement
Item #2 - Gravel Backfill for Wall Adjustment —
Extra gravel backfill was used in lieu of Gravel Borrow behind abutments for the roadway bridge. The
Gravel Backfill for Walls quantity was adjusted to compensate adequately for using this extra material
instead of the Gravel Borrow called for. This adjustment compensates for the equivalent tonnage of
Gravel Borrow displaced at these locations.
Total equivalent Gravel Backfill for Wall adjustment = 4.8 cy x $36/cy = $172.80 (-- Settlement
Item #3 - Disputed Unsuitable Foundation Ex -
Several different instances of additional excavation were experienced throughout the project. All but
45 cy were paid for under other items. This final 45 cy has been a matter of dispute for some time.
Agreed to pay 1/2 of disputed 45 cy to settle this issue.
Total compensation for Unsuitable Foundation Ex. = 45 cy x $50/cy x 1/2 = $1125.00 E Settlement
Item #4 - Relocate Luminaire Fuses —
No dispute on payment. City asked for the modification to avoid an electrical code violation pointed
out by DOT electrical inspector. Pay as part of this CO to avoid separate processing for Minor Change
item. Tracked as FA 217, pay on PE #15.
Total compensation to Relocate Luminaire Fuses = $162.61 E- See FA #217
Item #5 - 12" Water Valve Installation Extra Effort -
Problems w/12" water valve cut -in at Ft Dent and IU Ave caused dispute over payment. City agreed to
share extra cost due to challenging site conditions and leaky valve in our system. Settlement is for cost
above bid amount including potholing effort to discover challenging conditions and "extra effort" as
calculated by CA Carey. Pay as part of CO #7 to avoid processing Minor Change Item.
Total compensation for 12" Valve Extra Effort = $1990.03 E- See FA VCI #1 and VCI #2
Item #6 - Stormdrain Manhole Modifications —
Utility conflict in vicinity of 48" stormdrain detention chambers discovered during Entranco's
construction management required redesign in the way the detention chambers were laid out. The final
configuration required additional manhole fittings and change in pipe type from standard PW pipe to
SDR 35 and Ductile Iron to protect shallow pipe installation. Tracked as FA #201 and CP #10, pay as
part of CO #7 to avoid processing a separate Minor Change Item.
Total compensation for Manhole & Pipe Modifications= $342.39 + $2, 828.61 = $3,171.00 E
See FA#210 and CP #10 --/
Total Compensation for CO #7 = $539.60 + $172.80 + $1125.00 + $162.61 + $1990.03 +
$3,171.00 = $7,161.04
Calculations by:
Michael E. Ronda, P.E.
Project Construction Engineer
File: CO #07
CITY OF TUKWILA
CONTRACT CHANGE ORD
DATE: 12/14/04 BUDGET NO.:
PROJECT NO.:89RVV13 /92PK04 CONTRACTNO.: 03-085
PROJECT NAME: Interurban Avenue Bridge Widening and Interurban Trail Bridge
TO: C. A. Carey Construction, Attn: Tony Thompson
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is
issued.
Conditions: A. The following change, and work affected thereby, are subject to all
contract stipulations and covenants;
B. The rights of the "Owner" are not prejudiced; and
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived.
CHANGE: Adjust wage rates to reflect correct minimums in effect at the time of the bid. Total
compensation based on difference in rates stated in bid documents and actual minimums multiplied
by hours stated in G&G's affidavit of wages paid. Total compensation of $3,813.98 will be
reimbursed using a new bid item under Schedule A — Traffic Control Devices.
We the undersigned Contractor, have given careful consideration to the change proposed and
hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials,
exce as may otherwise be noted above, and perform all services necessary for the work above
spec d, -nd will accept as fu I payment therefore the prices shown above and below.
ACCE T Date r4):2_, -10 LA
By
Original Con act (without tax)
Contractor C C_AVZ/
Previous Change Orders
Title
$ 1,993,618.70 APPROVED BY THE CITY OF TUKWILA
Eviut-5 `-1(
$ 8--745
This Change Order (without tax) $ 3,813.98
09,09(0,
REV. CONTRACT AMOUNT $ 27.0861247 -76e -
Date
/ g/d
Byt."-11 IV\84
U Mayor
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: Change Order File
ENT'D JAN 1 9 2005
tIt
JR1GNAL
CITY OF TUKWILA
CONTRACT CHANGE ORDER #9
DATE: 12/14/04 BUDGET NO
PROJECT NO.:89RW13 /92PK04 CONTRACT NO.: 03-085 h
PROJECT NAME: Interurban Avenue Bridge Widening and Interurban T rail Bridge
TO: C. A. Carey Construction, Attn: Tony Thompson
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is
issued.
Conditions: A. The following change, and work affected thereby, are subject to all
contract stipulations and covenants;
B. The rights of the "Owner" are not prejudiced; and
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived.
CHANGE: Reconfigure MSE Walls C, D, and E per Field Directive #3. This Change Order
will compensate for all costs not previously paid by adjustment of existing unit price items. This
includes but is not limited to all redesign costs associated with the changes, additional field effort for
multiple excavation activities above and beyond normal measures paid as part of excavation and
backfill quantities, and all extra effort to make modifications to the survey layout. Compensation of
$3,815.82 will be made using a new bid item under Schedule B - Structure.
We the undersigned Contractor, have given careful consideration to the change proposed and
hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials,
except as may otherwise be noted above, and perform all services necessary for the work above
specifid, and will accept as f II payment therefore the prices shown above and below.
AC Em TED: Date 1'2423- 7-00 L\ Contractor C ,O\
By Title
Original
ontract (without tax) $
Previous Change Orders
This Change Order (without tax) $
REV. CONTRACT AMOUNT $
1,993,618.70 APPROVED BY THE CITY OF TUKWILA
oe
8-345943. Date
3,815.82 By
o 14,
27984739365
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: Change Order File
CITY OF TUKWILA
CONTRACT CHANGE ORDER #8
Sheet 1 of 1
DATE: 12/14/04 BUDGET NO.:
PROJECT NO.:89RW13 /92PK04 CONTRACT NO.: 03-085 (,
PROJECT NAME: Interurban Avenue Bridge Widening and Interurban Trail Bridge
TO: C. A. Carey Construction, Attn: Tony Thompson
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is
issued.
Conditions: A. The following change, and work affected thereby, are subject to all
contract stipulations and covenants;
B. The rights of the "Owner" are not prejudiced; and
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived.
CHANGE: Perform electrical modifications as discussed in DOT review comments. This
change order is a no cost change order resulting in credits for RGS conduit not used and minor
extras/changes in wiring notes. No payment item will be created for this change.
We the undersigned Contractor, have given careful consideration to the change proposed and
hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials,
except as may otherwise be noted above, and perform all services necessary for the work above
spe Te , and will accept as full payment therefore the prices shown above and below.
AC PED: Date )(1)(1:41.001-1 Contractor C.-A_C-i(/
By
Original C ntract (without tax) $
Previous Change Orders
This Change Order (without tax) $
REV. CONTRACT AMOUNT $
Title \)
1,993,618/0 APPROVED BY THE CITY OF TUKVVILA
79
(“I
-85";€J5945- Date
0.00 B
6 L116,
2707-,577-43
Mayor
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: Change Order File
ist
CITY OF TUKWILA
CONTRACT CHANGE ORDER ���
����u� . u�v���v mr"�
Sheet 1 of 1
DATE: 03/05/04BUDGET NO.:
PROJECT N[] :O9/92PK04 CONTRACT NO : 03-085 /
�
PROJECT NAME: Interurban��������0�
���D����Oi�[�a-7rail Bridge
TO: C./\ Carey Construction, Attn: Steve Murdoch
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner".
Conditions: A. The following change, and work affected thereby, are subject to alt
contract stipulations and covenants;
B. The rights Ofthe "OVvDer'are not prejudiced; @nd
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived.
CHANGE:
Provide additional bridge deck rebar not called out on the plans. The oriinal plan
quantity incorrectly totaled the deck rebar for the superstructure. This equitable adjustment will
provide payment for roughly 2934 lbs of additional rebar required. Compensation above the base
bid price will be made to account for rush shipping and a higher epoxy/blackbar percentage vs. bid.
With contractors markup the total adjustment for this work will be $2.208.34. This amount will be
reimbursed using a new bid item under Schedule A - Structure.
We the undersigned Contractor, have given careful consideration to the change proposed and
hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials
except as may otherwise be noted above, and perform all services necessary for the work above
specified, and will accept as full payment therefore the prices shown above and below.
ACCEPTED:
� ~~.' / ~
By �\N—��
Contractor :1.1 .
Title y p,
Original Contract (without tax) $ 1,993,618.70 APPROVED BY THE CITY OF TUKWILA
Previous Change Orders $ 74,589.75
This Change Order (without tax) $ 2.208.54
REV. CONTRACT AMOUNT $ 2.070.41679
Date
J/2,31c4
Ail
ORIGINAL:
City Clerk (1 of 2)
Contractor (2 of 2)
3/23
CC�
Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
0e: Chanqe Order Fite
RIGINAL
����NY�[� ��� ��M�
x�n;y|nr\/� «'c��VW��
CITY OF TUKWILA
CONTRACT CHANGE ORDER #5
Sheet 1 of 1
DATE: 03/05/04 BUDGET NO.: �
PROJECT C[]
PROJECT �n��rUF�@ONAME:/\VeO [�8D~��"A'
ge
TO: C. A. Carey Construction, Attn: Steve Murdoch
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner".
Conditions: A. The following change, and work affected thereby, are subject to alt
contract stipulations and covenants;
B. The rights Ofthe ''(]vvn8r"are not prejudiced; 8Dd
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived,
CHANGE:
Install guardrail transition Type 1 and guardrail flared terminal section south of the
IU Ave bridge as shown in response to RFI #70. This work has been determined not to be covered
under the existing pay items and will be paid as a Iump sum amount for the entire configuration
included in the RFI response. With contractors mark up the total amount for this work will be
$3.052.00. This amount will be reimbursed with a new pay item under Schedule A -Roadway.
We the undersigned Contractor, have given careful consideration to the change proposed and
hereby agree, if this proposal is 8pprOvSd, that we will provide all equiprneDt, furnish all materials,
except as may otherwise be noted above, and perform all services necessary for the work above
specified, and will accept as full payment therefore the prices shown above and below.
ACCEPTED: Date 32_ /0 ,
J� �^I
t -----
Contractor
��^
�� A �� /,
Contnsc�r ^— �� ������� �01�
s
Title u/ /''APPROVED BY THE CITY OF TUKWILA
Original Contract (without tax) $ 1.995.61870
Previous Change Orders
This Change Order (without tax)
REV. CONTRACT AMOUNT
$ 71,537.75
�
3,052.00 By
$ 2.008.208.45
Date
J/a3leyi
Mayor
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
��
� ~
~ . ^ --423
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: Change Change[)rderFi|C
ENTD MAR 2 3 206R 6 NAL
,ACi'»�p�
, Project No. 9�P0A
Interurban D�^0^�'�K��� ��7`'�����^���� Project No. 8v R`~|]
Bridge �����^�^^�"� -
�� �� Job No 1182
����������|�
i
CAREY'
'
RFI No. 70
Request information '
forDate. 3
-=°
-Dec -03
Attention
Date Sent
Date received
Date Due
Date Returned
Reviewed By
Contractor topN
Carl Hedberg
12m303
12/0}/0}
12/1003
GMH/MER
PM tn&/S
A/E to PM
PM to Coritractor
Contractor to Sub
Subject: Guardrail at the bridge
Rep
y Req'dby:
Dwg No. C-4 C-6 Detail/Section: see below
Spec Section:
Description of problem and recomrnended solution:
C-4 has notes for guard rail remove and replace.
C-6 covers the stationing at the north and south ofthe bridge but there are no notes for guardrail.
YY-|0indicates that there iouguardrail attachment.
W- 16 PLAN TRAFFIC BARRIER calls out for two sections.
Please provide more information.
Northbound and Southbound?
The plans call out for a specific bolt pattern and standard plan Design F on C7a calls out a specific bolt pattern but the patterns do not match.
standard plan C-5 has a connection F is that the one that you would like to sce with the design F on C7a bolt pattern
W-16 calls out two sections. Per what design? How many feet? Two options are. C-4ciounon flared. C -4b is tlared and can be
straight or arched.
Please advise.
Response: The guardril configurations were referenced by notes to standard DOT details. From C-4 Note 4 calls out DOT -C -2d and
DOT -C6. For the terminal type called from DOT -C -2d use something similar to the SRT option from DOT -C -4b. Make the flare match the plans.
From WI the note calls for a Thrie Beam Terminal Design F from C -7a. Confirm with your Thrie beam supplier the hole pattern forthe Type F.
Only 5 bolts are required at this connection. Modify the dimensions on W 16 to match your Thrie beam type F connection. From the thrie beam
connection shown on the plans extend the guardrail to the south as shown on the attached sketch from Entranco. Again use the SRT flare as noted.
I see no need to add another guardrail section on the northwest edge of the bridge. You may deletcd this requirernent and update the note on W 1.
Note You may need to adjust the two Jersey Barrier sections on the north west abutment as shown on C I 1 (shaded).
The call out on vV10 /o,5-3/8" inserts should be changed to inserts for 7/&''dio high strength bolts (5 /ypJ/o match the call out 5nmC-7u, Note 1.
Placement for the guardrail and geometry of connection should be go ‘ erned by the plans and general layout on Standard DOT Plans |^|E |/03E
Aeain. disregard the nscrt dmcnsions shown on ).0\Eand confirm dimcnsions from your specific Thncbeam supplier.
'Anuchcd Response fr vhn/ n� h 03
.on�rucbnnNuna�c�'/ ' 't^ �r iii 'c |2'|oZoU3 Remarks:
1r�
Ne: C|xh6cuionsmuyn,mu!ombcch » ° � .��`u|'c^pc This /s/our o"n�oomnthat uo!changes om|hoginadditional m^x^,omc
m
based
J|hc,ocked.and hJ|ujxcc`,mxv,kxohuosand p,^cm�r.h"�original contractdocuments
U\^^mut*]D°cxmm/c
0- -
00
4- {-
0
✓ 3
L 0 . •
4- L.
4,.
0 C 0
4- 4- -
C 3
C . '0
0
0- 0.1 44
44- 0 0 0 0
O. C c
>-. 0 D .., .0.
V 00
X+
In 0
O. l..
-
00 C 1 0
CL ' 0 IO ILI V
.0 III CV
4,0 4- 44 00
4, *44
440 44 4, 4-41
4- 4- U 0 01
tr, X 4- r
4-. V
0. C
4- - 44 0 E
D 4400
•0
C u - 44 - 47-
41, .0 0
0- 440. r •
c0 44,0
,a a E
O 0 - •
_ 2 0 L. - Ns
O L. C C 4- 0 .....
c0 - 4_
0 C 44 17 C
44.- 0 0 L --
L u a 0 0 r
440 in
0- L. 41 04 -
0. 4- 41 V
- c VI 0 41 41
•/1 CC 0 0 .. CCI,
44- 4-40 O. ,-
,-..
0 • .
2 (V MI V
GUARDRAIL PLACEMENT
STANDARD PLAN
CASE 10A
One Way Tr of f
41
0 O
E b 4-
0[
r L 0 O O c
O N fa J
ID • u
n o8 2 0 n
�c a m x` c
, CN b :a 2
'- F n y &
.0 0 0 0
uv
o
VI
N
0
O+ Y7 O Y N•ODP.-Cf N:
V1 O O
U YOLaY
O . c, N W
L L. N• OU L 0- O
fa. 444-
N
4.E QQ
T N D Y N N ) - V- n
E a 0O O \ m LuOi OO C 3 c6C
U v .- C 4- - ,_00gg''
Ywm L C
- O N - O V w Y 70w fC O pt
.g'0 0
0 1-
$0`an N o0
.CC 0
C>
U- L. 6 L NN t C 44 O
,n a i �...0 v.0.. wi 0e -'o.
w
0 •
2 N YI ® Sl1 4O r..
0
v
U
C�
O
8'7
0
O
C �.
N VJ
0
Y
9 E
- CY
h•-
no
0,
C C
2
J
a
tsee Note 7)
PLAN C-6
J
ANCHOR RAIL WASHER
BEARING PLATE
c0
L)
STANDARD PLAN
ANCHOR CABLE
ir
EXPIRES MAY 3. 2002
a
-d
gQ
Qz zz
CC g
��o
I'°5
o
gz
mr
J
b
* e•'
_
E 0 C L
g a 0 1
a ID . C
O a, D
F.. - .t•i L
0
o C 0 0
> O. 0
•
0
.•.ti ..- f u
O 0 a 4
. a, >,
C V,
. _
CT V- x-
C C000
0, UCL' t.L
.....
tn 00
C
C 0, 0$ •
CT
• 0 . L
O V. - 0 0
DL 4I) 4- L. 0
O L0 Z... L
- L 0 L
- 0 L 6, -.0 0 -
O C AD -•G -
Z 0 •- .0 0
v.,
O 0) +- 0
•
, V 0• 000
- c U 0
O 0 0)
V, 00 cc : L 0.
•-•• .1- CV 0 VI
Is)
I.-•
0 •
Z NI
STANDARD PLAN
DESIGN G (THRIE BEAN)
0
0
• • -
C :
0 • 4'-‘
U
4) 0
— -
o
• 0 0)
0) 2
O 4,
• gr.
P 0
• C X
c0 0
0
• 0 C
0
O 0
C 0
•
• 0) • 0
N
0
9) 0
▪ 0) L. 0
co 0
0 •
•
Z
14,00 timber posts with 8x8
Transition pay limit
4
0
0
• 47)
00
0
40
See Not. 2
a.
o
_
g
0
0
0
c
4
spaces
WKS MAY 3,2006
000
°
See Note 3
STANDARD PLAN C-3
0
0
0
.e -z
12/00/03 14:57 FAX
Z002 005
.
ilk i -
.,i;.,.,. a /4P
' ...
ICAREY
Interurban Bridge Widenincr
Request for Informalio
_
Project No. 92-PKO4
Project No. 89-RWI3
_
AUenticm
Date Sent
Dat, received '
Date
e Returned-
Contractorto PM
Carl Hedberg
12/03/03
PM to A/E
A/E to PM
PM to Contractor
Contractor to Sub
Subject: Gu drail at the bridge
Rep
y Reo'dby:
Dwg No. C-4 C-6 Detail/Section: sce beiow
Spec Section:
Description of problem and recommended solution:
C-4 has notes for guard rail remove and replace.
C-6 covers the stationing at the north and south of the bridge but there are no notes for guardrail.
W-16 indicates that there is a guardrail attachrnent.
W -I6 PLAN TRAFFIC BARRIER calls out for two sections.
Please provide mom information.
Northbound and Southbound ?
The plans call out for a specific bolt pattern and standard plan Design F on C7a calls out a specific bolt pattern but the pattems do not match.
standard plan C-5 has a connection F is that the one that you would Like to see with the design F on C7a bolt pattern
W-16 calls out two sections. Per what design? How many feet? Two options are. C -4e is a non flared. C -4b is flared and can be
straight or arched.
P ease advise.
'-e: C.A.' 011-4.0," iipi;ritiiii, itGeneral Cr.jpteiteio ri " "' "" " "'"'" """' •" : " --- — —1
_.........
Response:
Alpfrapiet Oterge/Allat 047.41,13 •
le,04047 /11/1/5
'on traction Manager: Date: Remark :
Note: Clarifications may or may not be changes to the original scope. This is your notification that any changes resulting :n additional costs or time
will be tracked, and billed as extra work with rates and percentages based on the on iral contract documents.
Associated Documents:
12,06/03 15:00 FAX
0, 70'
N .4
a
4.
f
4_
V 4.
00
00
z
0
4 -
CC
.41
2 CC 0El I -
z
VOF02
CC
STANDARD PL AN C-
2004 005
iz
0
a
12/06/03 15:31 FAX
Z 005 005
CITY OF �FUU�����UU ��
n��x���ou�x-u
CONTRACT CHANGE ORDER ��
����x� xo�x�x~�n v�~�
Sheet 1 of 1
DATE: 03/05/04 BUDGET
NO.:
PROJECT__—�' 89.CONTRACT',- ..~..03-085 (0t-
PROJECTTrail
O�� ���O� Widening @D�'���0[��� T[ il B' ge
TO: C. A. Carey Construction, Attn: Steve Murdoch �
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner".
Conditions: A. The following change, and work affected thereby, are subject to aPI
contract stipulations and covenants;
B. The rights Ofthe "OVVOer'are not prejudiced; 8Od
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived.
o������n��^
�*m "��"���^�. Remove and dispose of buried tires found in the excavation near the pedestrian
trail at approximately TSta. 47+75. Backfill and compact Gravel Borrow and native to establish a
firm base. Remove soft spots in trail at same general vicinity and replace with Gravel Borrow. Tire
removal and disposal paid as total of FA's 141, 151, 153, 154, 158, 182, and 184. Unsuitable
Foundation Excavation and Gravel Borrow paid with adjustment of existing unit price quantities.
Total adjustment due to FA's this Change Order = $1.470.44. This amount will be reimbursed
under B2 Minor Change.
We the undersigned Contractor, have given careful consideration to the change proposed and
hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials,
except as may otherwise be noted above, and perform all services necessary for the work above
specified, and will accept as full payment therefore the prices shown above and below.
'�
ACCEPTED: Date ~~� ���/�1
601 Contractor <1.7\-- Cex��
By
Title
�.
$ 1,993,618.70 APPROVED BY THE CITY OF TUKWILA
Previous Change Orders $ 70.058.51 Date
1`479.44 By )\(�,�~\
Mayor
This Change Order (without tax) $
REV. CONTRACT AMOUNT $ 2,065,156.45
ORIGINAL: City Clerk (1 of 2)
��
`�/�
�~^
Contractor (2 of 2)
1/4. -J -in. 3/2-3
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: Change Order
pkiAL��
�y��w-v
1908
CITY OF TUKWUA
CONTRACT CHANGE ORDER #3
Sheet 1 of 1
DATE: 01/15/04 BUDGET NO.:
PROJECT &j(}. R\8/13/92PK04 CONTRACT NO.: 05- C
PROJECT nue Bridge Wideniand Interurban Trail Bridge_
TO: C. A. Carey Construction, Attn: Steve Murdoch
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is
issued.
Conditions: A. The foliowing change, and work affected thereby, are subject to alt
contract stipulations and covenants;
B. The rights of the "Owner" are not pjuUioed; and
C. A||d@iDlS@g8iOStthe''C)vvDB/'vvhiChoneinCident8|tUO[8s3COnSeqU8DC8OfthiS
change are waived.
�����������.
��nn��n���u~. Provide bridge deck repairs as requested in the scope of work included with City of
Tukwila Request For Proposal letter dated 12/18/03. attached. This scope was further modified by
the quotation dated 12/18/03 by Concrete Barrier Inc to a grinding width of 40" +/- and a depth of
3/4"The material specified was also modified to Polyester Concrete. Fayment will be made at a
lump sum amount of $40,000 to include all costs associated with the work listed in attached
documents including contractors Overhead and Profit and normal markup. Incidental items shall
expressly include working around the existing bridge drains, which are within this 4O" grinding limit.
We the undersigned Contractor, have given careful consideration to the change proposed and
hereby ogne8, if this proposal is apprVwed, that we will provide all eqUipnnont, furnish all nnateria|s,
except as may otherwise be noted above, and perform all services necessary for the work above
specified, and will accept asfull payrn*nttherefore the prices shovvnabove and be|ovv.
�� �
ACCEPTED: Date /�^���—����
By
Contractor
Title
Original Contract (without tax) $ 1,993,618.70 APPROVED BY THE CITY OF TUKVVILA
Frevious Change Orders
$ 30.050.31 Date
This Change Order (without tax) $ 40,000.00
REV. CONTRACT AMOUNT $ 2.053.077.01
Mayor
ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance)
Contractor (2 of 2)
Construction Inspector
Construction Engineer
file: Ch8nge[)rde
/�i�/
/ r�l�
o!7 2/
r'NALS
n���� ��n�
�v�v �+ « �uu�+
CITY OF TUKWILA
CONTRACT CHANGE ORDER ��
����"� ou�x~^.�u v���
Sheet 1 of 1
DATE: 01/09/04 BUDGET NO.:
pROjECT�CONTRACT T NO.: . 07)
PROJECT /\
�E: Interurba
Avenue Bridge Widening and Interurban Trail Bridge
TO: C./\.Carey Construction, Attn: Steve Murdoch
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is
issued.
Conditions: A. The following change, and work affected thereby, are subject to all
contract stipulations and covenants;
B. The rights Ofthe "[)vvDer'are not prejudiced; @nd
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived.
�����������.
��nn��n���u~. Provide a VMS sign for a period of three days as a specialized Type B trafflc
control device. Payment will be made at a weekly rate of $1050 plus $275 for
mobilization/demobilization. Contractors markup of 2196 will be applied to the above payment.
We the undersigned Contractor, have given careful consideration to the change proposed and
hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials,
except as may otherwise be noted above, and perform all services necessary for the work above
Speoified, and will accept as full payment therefore the prices shown above and below.
ACCEPTED: Date :)
Contractor
Title k73 i'V")
Original Contract (without tax) $ 1,993,618.70 APPROVED BY THE CITY OF TUKWILA
Previous Change Order
$ 28,455.06 Date
This Change Order (without tax) $ 1,603.25 By
REV. CONTRACT AMOUNT $ 2,023,677.01
.��
Mayor
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
cc: Finance Department (w/encumbrance)
Construction Inspector
Construction Engineer
file: Change Order File
NALS
AN 13 2
entranco
Sheet 1 of 3
Date: 8/29/2003
10900 NE ath Street
Suite 300
Bellevue, WA 98004 (208) 454-5800
CHANGE ORDER
Change Order
Number
1
[x] Ordered by Engineer under terms of Section 1-04.4 of the
Standard Specifications
[ 1 Change proposed by Contractor
Entranco Project No.: 1-10-01066-21
Agency Contract No.: 89-RW13 & 92 -PK 04
To: Steve Murdoch (C.A. Carey Corporation)
537 NW Locust St.
Issaquah, WA 98027
Sign Route: Interurban Avenue
Federal Aid No: STPUL-1027 (004), STPE-1320 (001)
Project Title: Interurban Avenue Bridge Widening &
Interurban Pedestrian Bridge
Endorsed By: 11.- C A -0-32-4t. Co "-P
Contractor Firm Name
7.- /7453
Signature Date
Title:
$ 1,993,618.70
Consent Given by Surety: (When Required)
By:
Attomey-In-Fact Date
CONTRACT DURATION
Original Contract Duration
365 Wkg. Days
Current Contract Duration
365 Wkg. Days
Change This Order
0 Wkg. Days
New Contract Duration
365 Wkg. Days
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of the change order:
Water Main Addition
Description: The contract plans indicate that the City's waterline extends to the south side of the bridge and was "constructed by others."
Upon further investigation, it was determined that the waterline only extended as far north as Fun Center Way. The City desires to install
the additional water main as a part of this contract, and thereby complete the missing link of the water supply loop.
Requirements: The contractor shall install additional 12 -inch diameter, Class 52 ductile iron water pipe in conformance with the
Standard Specifications, Special Provisions, and other Contract documents. The water line shall be installed from the existing tee at Fun
Center Way to the south side of the Interurban Avenue bridge (as identified on Plan Sheet C6). Work shall include all trench excavation,
pavement removal, bedding, laying and jointing pipe and frttings, backfilling, compacting, concrete thrust blocking, tie rods, testing,
flushing, disinfecting, etc, as indicated in the Contract.
All work, materials, and measurement to be in accordance with the provisions of the Standard Specffications
and Special Provisions for the type of construction involved.
ORIGINAL CONTRACT
CURRENT CONTRACT
ESTIMATED NET
ESTIMATED CONTRACT
AMOUNT
AMOUNT
CHANGE THIS ORDER
To ' , . .1. GE
$ 1,993,618.70
$ 1,993,618.70
$ 28,455.06
$ 2,022,073.76
Recommended For Approval By:
Date
(Engineer)
Approval By: I\' IV" Date:
(Approving Authority)
Approval By: Date: , 19
(Date)
(Approving Authority)
(Authorized Official)
(Authorized Official)
efrb
SEP 12 2003
RIGINALS
Sheet 2 of 3
Date: 8/29/2003
Tr
10900 NE 8th Street
Suite 300
Bedews, WA 93004 (206)454-5800
—eltranco.
CHANGE ORDER
Contract No. 89 -RW 13 &
92 -PK 04
Change Order No. 1
Water Main Addition (continued)
Measurement and Payment: Measurement and payment will be made under the new per linear foot bid item A200 — "Additional Cl. 52
Duct. Iron Pipe for Water Main 12 -Inch Diam." and shall be full pay to perform the work as specified.
Fire Hydrant
Description: The Plans identified relocating the existing fire hydrant at Fort Dent Way. However, there was no payment method
identified in the Contract, and the City desires to have this work done.
Requirements: The Contractor shall relocate the existing fire hydrant as indicated in the Plans, or as directed by the Engineer. Work
shall be consistent with the Contract requirements and City standards.
Measurement and Payment: Payment will be made on a force account basis under the existing bid item A2 — Minor Change.
Silt Curtain
Description: The Hydraulic Project Approval requires installation of BMPs during in -water work. The use of a silt curtain is considered a
BMP, and will be utilized during installation of riprap and habitat enhancement.
Requirements: The Contractor shall furnish and install a silt curtain as directed by the Engineer during riprap and habitat enhancement
installations, and shall dispose of the silt curtain upon completion of these in -water installations. Relocation of the silt curtain shall be as
directed by the Engineer.
Measurement and Payment: Measurement will be made on a per each basis, and shall include fumishing, installing, and disposing of
100 -foot sections of silt curtain. Payment will be made on a per each basis for 100 -foot sections of silt fence under the new bid items
A201 and B201 — Silt Curtain in the amount of $3,500.00. Relocation of silt fence sections shall be made under existing bid items A2 &
B2 — Minor Change.
Carpenter Wage Rate
Description: The prevailing wage rate for the carpenter craft increased prior to bid opening and, per the Local Agency Guidelines, an
addendum was to be issued to bidders notifying them of the increase. No addendum was issued, and therefore the Contractor will be
compensated for the increase in the prevailing wage for carpenters.
Requirements: The Contractor shall provide necessary documentation for all carpenter hours worked on the project.
Measurement and Payment: Measurement will be made on an hourly basis for each carpenter -hour worked. Payment will be made on
an hourly basis under the new bid items A202, 203, 204 & B202, 203, 204 — Carpenter Wage Increase (Standard/Overtime/Double
Time), and shall be full compensation for all cost impacts related to the increase in the prevailing wage rate.
Sheet 3 of 3
Date: 8/29/2003
Tr
10900 NE 8111 Sheet
Suite 300
Belvue, WA 98004 (208) 454-5800
entranco.
CHANGE ORDER
Contract No. 89 -RW 13 &
92 -PK 04
Change Order No. 1
Item
No.
Description
Unit Price
Unit
Measure
Estimated
Quantity
Change
Estimated
Amount
Change
A200
Additional CL 52 Duct. Iron Pipe for Water
Main 12 -Inch Diam.
$ 70.28
LF
230.0
$ 16,164.40
A2
Minor Change (Fire Hydrant)
$ 1.00
FA
5,000.0
$ 5,000.00
A201
Silt Curtain
$ 3,500.00
EA
0.5
$ 1,750.00
A2
Minor Change (Silt Boom Relocation)
$ 1.00
FA
1,000.0
$ 1,000.00
A202
Carpenter Wage Increase (Standard)
$ 1.24
HR
1,200.0
$ 1,488.00
A203
Carpenter Wage Increase (Overtime)
$ 1.78
HR
50.0
$ 89.00
A204
Carpenter Wage Increase (Double Time)
2.33
HR
1.0
$ 2.33
B201
Silt Curtain
$ 3,500.00
EA
0.5
$ 1,750.00
B2
Minor Change (Silt Boom Relocation)
1.00
FA
500.0
$ 500.00
B202
Carpenter Wage Increase (Standard)
$ 1.24
HR
500.0
620.00
B203
Carpenter Wage Increase (Overtime)
$ 1.78
HR
50.0
$ 89.00
B204
Carpenter Wage Increase (Double Time)
$ 2.33
HR
1.0
$ 2.33
Total Amount This Change Order:
$ 28,455.06
C-1
AGREEMENT FORM
CONTRACT NO.63 `(1 _5
THIS AGREEMENT is made and entered into on this .27 day of April , 2003 , by and
between the City of Tukwila, Washington ("Owner") and C.A. Carey Corporation
("Contractor"). Now, therefore the parties agree as follows:
1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and
equipment for the project entitled Interurban Avenue Bridge Widening and Interurban Trail Bridge,
Project No. 89-RW13 (Widening) and Project No. 92-PK04 (Trail Bridge), including all changes to
the Work and force account work, in accordance with the Contract Documents, as described in
Section 1-04.2 of the Supplemental General Requirements.
2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force
account as specified in the Proposal according to the Contract Documents as to time, manner, and
condition of payment. The payments to Contractor include the costs for all labor, tools, materials
and equipment for the Work.
3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed to
Contractor. The Work under this Agreement shall be completed within the time specified in the
Proposal. If the Physical Work under this Agreement is not completed within the time specified,
Contractor shall pay liquidated damages and all engineering inspection and supervision costs to
Owner as specified in the Proposal.
4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the
prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert
witness fees.
5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this
Agreement, except as expressly provided in this Agreement.
6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties,
each of which shall for all purposes be deemed an original.
CITY OF TUKWILA, WASHINGTON
(Owner)
Attest:
This -'t day of
By:
Contractor
Title: ngiStiotA),re
Attest:
, 20 This \`11-=-‘ day of , 20
City Clerk
/ ea CO O,ei6i&/ -L
w: projects/96007/specs/bidinfo (12/24/02) Imp
Interurban Ave. Bridge Widening
and Interurban Trail Bridge
City of Tukwila
February 2003
Agreement Form C-2'
roves as to Fo
City Attorney
Address for giving notices:
6 Sao 1 0,4 cel
eat-) Vfi 9 kat'
Contractor's License No.
Address for giving notices:
\oa\p
w: projects/96007/specs/bidinto (12/24/02) Imp
•
Interurban Ave. Bridge Widening
and Interurban Trail Bridge
City of Tukwila
February 2003
1
C-3
PERFORMANCE BOND
Bond to City of Tukwila, Washington
Bond No. 40090947
We, C.A. Carey Corporation and United States Fidelity and Guaranty Company,
(Principal) (Surety)
a Maryland corporation, and as a surety corporation authorized to become a surety upon
Bonds of Contractors with municipal corporations in Washington State, are jointly and severally
bound to the City of Tukwila, Washington ("Owner"), in the penal sum of
Dollars
($ 1,993,616.70 ), the payment of which sum, on demand, we bind ourselves and our
successors, heirs, administrators, executors, or personal representatives, as the case may be.
This Performance Bond is provided to secure the performance of Principal in connection with a
contract dated April , 20 03, between Principal and Owner for a project entitled
Interurban Avenue Bridge Widening and Interurban Trail Bridge, Contract No.
("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as
specified in the Proposal submitted by Principal.
11 1 .- . .. -. ► .
1. - 1.. ...
. .. -.
a --. 1 11
NOW, THEREFORE, this Performance Bond shall be satisfied and released only upon the
condition that Principal:
• Faithfully performs all provisions of the Contract and changes authorized by Owner in the
manner and within the time specified as may be extended under the Contract;
• Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men,
and all other persons or agents who supply labor, equipment, or materials to the Project;
• Indemnifies and holds Owner, its officers, and agents harmless from and against all
claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment,
and materials by satisfying all claims and demands incurred under the Contract, and
reimbursing and paying Owner all expenses that Owner may incur in making good any default
by Principal; and
• Indemnifies and holds Owner harmless from all claims, liabilities, causes of action,
damages and costs, including property damages and personal injuries, resulting from any
defect appearing or developing in the material provided or workmanship performed under the
Contract.
PROVIDED, however, that after the Final Acceptance of this Contract and the expiration of the lien
period, and if there are no liens pending, then the penal sum of this Performance Bond shall be
reduced to the sum of One Hundred Ninty Nine Thousand Three Hundred Sixty Two 00/00
Dollars ($ 199,362.00 ) (10% of Total Bid Price), to insure against all defects appearing
or developing in the material provided or workmanship performed under this Contract within one
year after Final Acceptance.
The liability of Surety shall be limited to the penal sum of this Performance Bond.
No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect Surety's obligation on the Performance
Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the
terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract
time is extended by more than twenty percent (20%).
w: projects/96007/specs/bidinto (12/24/02) Imp
Interurban Ave. Bridge Widening
and Interurban Trail Bridge
City of Tukwila
February 2003
Performance Bond C-4
If any modification or change increases the total amount to be paid under the Contract, Surety's
obligation under this Performance Bond shall automatically increase in a like amount. Any such
increase shall not exceed twenty-five percent (25%) of the original amount of the Performance
Bond without the prior written consent of Surety.
This Performance Bond shall be governed and construed by the laws of the State of Washington,
and venue shall be in King County, Washington.
IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical
counterparts this \cbN.> day of April , 20 03
C.A. Oar
orporation
Principal
ignature of Authorized Official
Title
Nanje and address of local office of
agent and/or Surety Company:
United Statec Fidelity and (.iiaranty Ccnpany
Surety
a levaz At.,L
ignature of Authorized Official
John Q.. tasZcson
John C. Beeson Attorney in Fact
(Attach Power of Attorney)
Beeson Company
P.O. Box 84187
SPatt1P, WA 98124
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
w. projects/96007/specslbidinto (12/24/02) Imp
Interurban Ave. Bridge Widening
and Interurban Trail Bridge
City of Tukwila
February 2003
StRiuI Surety
Waul Fire and Marine Insurance Company United StaWdelity and Guaranty Company
St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company
St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company St. Paul Medical Liability Insurance Company
Bond No. N/A
RIDER CONTAINING
DISCLOSURE NOTICE OF TERRORISM COVERAGE
This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the
"Act"). No action is required on your part. This Disclosure Notice is incorporated in
and a part of the attached bond, and is effective the date of the bond.
You should know that, effective November 26, 2002, any losses covered by the
attached bond that are caused by certified acts of terrorism would be partially.
reimbursed by the United States under a formula established by the Act. Under this
formula, the United States reimburses 90% of covered terrorism losses exceeding
the statutorily established deductible paid by the insurance company providing the
coverage.
Under the Act, there is a cap on our liability to pay for covered terrorism losses if the
aggregate amount of insured losses under the Act exceeds $100,000,000,000 during
the applicable period for all insureds and all insurers combined. In that case, we will
not be liable for the payment of any amount which exceeds that aggregate amount of
$100,000,000,000.
The portion of your premium that is attributable to coverage for acts of terrorism is
$0.00.
IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO
CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY.
TheS I buI
POWER OF ATTORNEY
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
20421
United States Fidelity and Guaranty Company.
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Power of Attorney No. Certificate No. 16124
6124 9 4
KNOW ALL MEN BY THESE PRESENTS: That. Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,
Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'), and that the Companies do hereby make,
constitute and appoint
John C. Beeson, Charles F. Bugge and Cathryn N. Dail
Of the City of Seattle , State , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, 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.,perinitted in any actions or proceedings allowed by law.
16`h December 2002
IN WITNESS WHEREOF, the Companies have caused this instrument;to be signed and sealed this'll day of
Washington
Seaboard Surety Company
St. Paul Fire and Marine Insurance -Company
St. Paul Guardian Insurance Com pari 4
St. Paul Mercury Insurance Company'
,Uitited States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
State of Maryland
City of Baltimore
PETER W CARMAN, Vice President
e.
THOMAS E. HUIBREGTSE, Assistant Secretary
On this 16th day of December 2002 before me, the undersigned officer, personally appeared Peter W. Carman and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such; being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 1st day of July, 2006.
86203 Rev. 7-2002 Printed in U.S.A.
REBECCA EASLEY-ONOKALA, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, 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 in full force
and effect and has not been revoked.
IN TESTIMONY WHEREOF, I hereunto set my hand this
day of Apri 1
,2003
E.�
Thomas E. Huibregtse, Assistant Secretary
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 and ask for the. Power ofAttoriney clerk. Please refer to the Power ofAttorney number, the
above-named individuals and the details of the bond to which the power is attached.
J