Loading...
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