Loading...
HomeMy WebLinkAboutC2014-032 - 2/25/2014 - Approved 2014-032 2/25/14 M2014-027 Garney Companies Inc. (Vol. 2) CONTRACT DOCUMENTS FOR CONSTRUCTION OF Mary Rhodes P Phase 2 Pipeline Sections A, B, C PROJECT NUMBER: E10008 FY 2013-2014 1.111111.11W 111.11111, 11111.1111W MUM maw um. Cityof Corpus c. hristi October, 2013 VOL. 2 OF 3 I 00 0100 TABLE OF CONTENTS Division/ . ' t Title � Secion ,- ,A Division 00 Procurement and Contracting Requirements 00 11 16 Invitation to Bid 00 21 13 Instructions to Bidders 00 30 00 Bid Form 00 30 01 Bid Form Exhibit A 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 03 Compliance to Texas Sales Tax Code 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement 00 6113 Performance Bond 00 61 16 Payment Bond 00 72 00 General Conditions 00 72 01 Insurance Requirements 00 72 02 Wage Rate Requirements 00 72 03 Minority/MBE/DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work E 0129 00 Application for Payment Procedures 0129 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 0131 13 Project Coordination 01 31 14 Change Management 1 0133 00 Document Management 0133 02 Shop Drawings I0133 03 Record Data 0133 04 Construction Progress Schedule Table of Contents 00 0100-1 COR10165—Mary Rhodes Pipeline Phase 2 Co E E Dlvlsion/ Section ,, .:Ire E. 0133 05 Video and Photographic Documentation 0133 06 Operation and Maintenance Data 0134 03 Buy American Provisions (TWDB) 0134 04 Buy American Certification (TWDB) 0135 00 Special Procedures 0140 00 Quality Management L 0145 16.16 Hydrostatic Testing 0157 00 Temporary Controls 01 60 00 Product Requirements L0170 00 Execution and Closeout Requirements 0174 23 Final Cleaning 0175 00 Starting and Adjusting 0178 35 Training of Operation and Maintenance Personnel Division 03 Concrete 03 1100 Concrete Forming(Section C Only) 03 2100 Reinforcing Steel (Section C Only) 03 30 53 Miscellaneous Cast-In-Place Concrete 03 40 00 Precast Concrete Division 05 Metals 05 50 00 Metal Fabrications (Section C Only) 05 53 00 Metal Gratings(Section C Only) Division 08 Openings 08 3100 Floor Access Doors (Section C Only) 1 Division 09 Finishes 09 96 00.01 High Performance Coatings 09 97 13 Pipeline Coatings and Linings Division 22 Plumbing Systems 22 14 29.16 Submersible Sump Pump(Section C Only) Table of Contents 00 0100-2 COR10165—Mary Rhodes Pipeline Phase 2 C L Utvrsron/ ,, „,,, , seoon TrtNe Division 23 Heating,Ventilating and Air Conditioning 23 05 13 Common Motor Requirements for HVAC Equipment(Section C Only) 23 05 53 Identification for HVAC Piping&Equipment (Section C Only) 23 05 93 Testing,Adjusting, and Balancing(Section C Only) L23 33 00 Ductwork Accessories(Section C Only) 23 34 23 HVAC Power Ventilators(Section C Only) LDivision 26 Electrical 26 0126 Electrical Testing(Section C Only) 26 05 00 Common Work Results for Electrical (Section C Only) 26 05 19 Low-Voltage Electrical Power Conductors &Cables (Section C Only) 26 05 26 Grounding& Bonding for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems (Section C Only) 26 05 43 Underground Ducts and Raceways for Electrical Systems(Section C Only) 26 05 53 Identification for Electrical Systems (Section C Only) 26 23 05 Diesel Engine Generator Set(Section C Only) 26 24 16 Panelboards(Section C Only) 26 36 00 Transfer Switches 26 42 00.01 Cathodic Protection 26 42 10.01 Galvanic Cathodic Protection System (Section C Only) Division 27 Communications 27 13 13 Communications Optical Fiber Backbone Cabling 27 2129.3 Fiber Optic Transceiver 27 2130 Solar Powered Unit E Division 31 Earthwork 3105 13 Soils for Earthwork(Section C Only) 3105 16 Aggregates for Earthwork(Section C Only) 31 1100.01 Clearing and Grubbing 3123 10 Structural Excavation and Backfill (Section C Only) Et 31 23 23.33 Flowable Fill 3123 33.13 Trench Safety ITable of Contents 00 0100-3 COR10165—Mary Rhodes Pipeline Phase 2 I I��rrYs�tot�,� 3„„ Title mr. 3123 33.16 Trenching and Backfill 3125 13.13 Seeding for Erosion Control 3132 19.15 Geotextile Soil Stabilization (Section C Only) 3135 23.23 Articulated Concrete Blocks 3136 00 Gabions(Section B Only) Division 32 Exterior Improvements 32 0129 Paving Repair and Resurfacing 32 31 13 Chain-Link Fences and Gates (Section C Only) C Division 33 Utilities 33 05 01.02 Ductile Iron Pipe and Fittings (Section C Only) 33 05 01.05 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.10 Polyvinyl Chloride(PVC) Pressure Pipe and Fittings (Section C Only) 33 05 23.13 Horizontal Directional Drilling(Section A&C Only) 33 05 23.33 Pipeline Crossing 33 11 13.13 Steel Pipe and Fittings 33 12 16.13 Miscellaneous Valves and Appurtenances 33 12 16.16 Air Release and Air and Vacuum Valves 33 12 16.23 Gate Valves 33 12 16.26 Butterfly Valves (Section B&C Only) 33 16 13.18 Precast Wire Wound Prestressed Concrete Tank(Section C Only) 33 36 00 Utility Septic Tanks (Section C Only) Division 40 Process Integration 40 05 53 Identification for Process Piping and Equipment 40 90 01 Instrumentation(Section C Only) APPENDIX A ENVIRONMENTAL AND CROSSING PERMITS APPENDIX B LANDOWNER PROVISIONS END OF SECTION Table of Contents 00 0100-4 COR10165—Mary Rhodes Pipeline Phase 2 [i■ C 0011 16 INVITATION TO BID ARTICLE 1—GENERAL NOTICE 1.01 The City of Corpus Christi,Texas(Owner) is requesting Bids for the construction of the following Project: Mary Rhodes Pipeline Phase 2—Pipeline Sections A, B, &C E10008 for FY-2013-2014 A. Pipeline Section A will include construction of approximately 73,000 linear feet of 54" pipeline. Also included is approximately 1,900 linear feet of horizontal directionally drilled 48" pipeline. B. Pipeline Section B will include approximately 75,000 linear feet of 54" pipeline. C. Pipeline Section C will include approximately 67,000 linear feet of 54" pipeline. Also include is approximately 1,700 linear feet of horizontal directionally drilled 48" pipeline,a 6 MG ground storage tank, and tie-in to an existing pipeline. 1.02 The Engineer's Opinion of Probable Cost for the Project is$33.5 million for Pipeline Section A, $31.3 million for Pipeline Section B and$34.7 million for Pipeline Section C. The Project is to be substantially complete and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. ARTICLE 2—EXAMINATION AND PURCHASE OF DOCUMENTS 2.01 Advertisement and bidding information for the Project can be found at the following website: www.publicpurchase.com 2.02 Contract Documents may be downloaded or viewed free of charge at this website. It is the downloader's responsibility to determine that a complete set of documents,as defined in the Agreement are received. 2.03 This website will be updated periodically with Addenda, lists of interested parties, reports,or other information relevant to submitting a Bid for the Project. ARTICLE 3—PRE-BID CONFERENCE 3.01 A pre-bid conference is not required for this Project. 3.02 A non-mandatory prebid conference for the Project will be held on Monday, November 18th at 2:00 pm at the following location: 6th Floor Conference Room,City Hall 1201 Leopard Corpus Christi,Texas 78469 C Invitation to Bid 00 11 16-1 COR10165—Mary Rhodes Pipeline Phase 2 C C ARTICLE 4—QUESTIONS REGARDING BIDDING PROCESS OR SOLICITATION DOCUMENTS 4.01 Questions are to be submitted using the Question and Answer process on the Owner's Bidding Website. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted at least 72 hours prior to the date of the bid opening. 4.02 A response to a question posted on the website that requires modification of the Contract Documents will be made by Addenda. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 5—MINORITY/MBE/DBE PARTICIPATION POLICY 5.01 Selected Contractor is required to comply with the Owner's Minority/MBE/DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY. 5.02 Minority participation for this Project has been established to be 10%of the Contract Price. 5.03 Minority Business Enterprise participation for this Project has been established to be 10%of the Y P p p Project Price. 5.04 Bidder must make a good faith effort to meet a Historically Underutilized Business(HUB) Participation goal of 11.2%of the Contract Price. ARTICLE 6—BID SECURITY 6.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 7 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent of the greatest amount bid,the greatest proposed Contract Price. 6.02 Bid Security may be in the form of a Bid Bond or a cashier's check,certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders may provide their surety's standard penal sum bid bond form. The Bid Bond must reference the Project by name as identified in Article 7. 6.03 Failure to provide the Bid Security will constitute a non-responsive Bid which will not be considered. Failure to provide required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. ARTICLE 7—DELIVERY OF BIDS 7.01 Sealed Bids must be delivered to the Owner at the address below no later than 2:00 pm on December 11th, 2013 to be accepted. The Bids will be publicly opened and read aloud at this time and place. Bids received after this time will be returned unopened. Address Bids to the Owner as follows: The City of Corpus Christi,Texas Invitation to Bid 00 11 16-2 COR10165—Mary Rhodes Pipeline Phase 2 C C City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Mary Rhodes Pipeline Phase 2—Pipeline Sections A, B,&C(Bond 2013—2014, Project No. E10008 ARTICLE 8—AWARD OF CONTRACT 8.01 It is the intent of the Owner to award this Contract to the Lowest Responsible Bidder. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices,to reject any or all Bids, and/or waive formalities. Bids may not be withdrawn within 90 days from the date on which Bids are opened. ARTICLE 9—OTHER CONTRACT REQUIREMENTS 9.01 Contractors for this Project must pay no less than the prevailing wage rates for the area established by the Owner and included in the Contract Documents. 9.02 Contractors for this Project must obtain and provide the necessary insurance, including Workers'Compensation Insurance,as required by the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS. 9.03 Performance and Payment Bonds are required. END OF SECTION C I C I C L Invitation to Bid 0011 16-3 COR10165—Mary Rhodes Pipeline Phase 2 C C L 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.37 consists of the following organizations: City of Corpus Christi,Texas Freese and Nichols, Inc. B. In all specifications, "Engineer"will be interchangeable with"Designer". ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Bay City gauge is 0.50 inch or greater. Records indicate that Matagorda County averages 48 inches of rain per year and Jackson County averages 42 inches of rain per year. 3. A total of[90] rain days have been set for this Project. An extension of time due to rain days will be considered only after[90] rain days have been exceeded in a calendar year and the PCM has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. C Supplementary Conditions 00 73 00-1 COR10165—Mary Rhodes Pipeline Phase 2 L I ARTICLE 5—AVAILABILITY OF LANDS;SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. Geotechnical Report is available for the use of the Owner and Designer in preparing the Contract Documents. This report is based on limited tests. Any boring logs or other geotechnical information shown in the Drawings or attached to the Contract Documents are not a part of the Contract Documents. All subsurface and/or soils information is furnished for information only and neither the Owner nor the Designer make any representation as to its accuracy or adequacy by making such information available. Bidders are to make such explorations, analyses and other investigations as required to inform themselves of the actual conditions to be encountered in performing the Work required by the Contract Documents. 1. Geotechnical Reports include the following: a. Subsurface Investigation, Laboratory Testing Program and Foundation and Pavement Recommendations for the Proposed Mary Rhodes Pipeline Phase 2, by Rock Engineering&Testing Laboratory, Inc., on August 8th, 2013. b. Geotechnical Study—Mary Rhodes Pipeline Phase II West Delivery System Jackson and Matagorda Counties B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities) include the following: None. END OF SECTION I I I I I C Supplementary Conditions 00 73 00-2 COR10165—Mary Rhodes Pipeline Phase 2 2014-032 2/25/14 M2014-027 Garvey Companies Inc. 00 52 23 AGREEMENT This Agreement is between City of Corpus Christi,Texas(Owner)and Garney Companies,Inc_ (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Mary Rhodes Pipeline Phase 2—Pipeline Sections A, B,&C FY 2013-2014 Project No.E10008 ARTICLE 2—DESIGNER AND PROJECT CONSTRUCTION MANAGER 2.01 The Designer and Project Construction Manager for this Project is: Freese and Nichols, Inc. 800 N.Shoreline Blvd.,Suite 1600N Corpus Christi,Texas 78401 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 395 d3y.7 425 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion,and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays,expense,and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly,instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): Al. Substantial Completion: For each Pipeline Contract,Contractor shall pay Owner $2400.00$3,500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. Agreement 00 52 23-1 COR10165—City of Corpus Christi Project E10008 Mary Rhodes Pipeline Phase 2 © 2. Completion of the Remaining Work: For each Pipeline Contract,Contractor agrees to pay Owner$2,500.00$3,500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached in SECTION 00 30 01 BID FORM EXHIBIT A. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed,and were solely for the purpose of comparing offers,and final payment for all unit price items will be based on actual quantities,determined as provided in the Contract Documents. Total Amount of Award $ 84,121,405.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the PCM as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B,less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option,retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional Agreement 00 52 23-2 COR10165—City of Corpus Christi Project E10008 Mary Rhodes Pipeline Phase 2 amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option,Owner may pay Contractor 100 percent of the Work completed,less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of PCM's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may,at its sole discretion,elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by PCM in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bid Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost, progress,and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost,progress,and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site;and 5. Technical Data related to each of these reports and drawings. Agreement 00 52 23-3 COR10165—City of Corpus Christi Project E10008 Mary Rhodes Pipeline Phase 2 E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site;and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information,observations,and documents on: 1. The cost,progress,and performance of the Work; 2. The means,methods,techniques,sequences,and procedures of construction to be employed by Contractor;and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations,investigations,explorations,tests,studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates tc the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor,information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations, investigations,explorations,tests, studies,and data with the Contract Documents. J. The Contractor has given the PCM written notice of all conflicts,errors,ambiguities,or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the PCM is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 1. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financia! management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books,correspondence,instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. Agreement 00 52 23-4 COR10165—City of Corpus Christi Project E10008 Mary Rhodes Pipeline Phase 2 ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications,forms,and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended,modified,or supplemented as provided in Article 11 of the General Conditions. Agreement 00 52 23-5 COR10165—City of Corpus Christi Project E10008 Mary Rhodes Pipeline Phase 2 The Effective Date of the Contract is 7/1*&A pC, O`er'// ATTEST CI % C• 'PUS C STI ERAS G� ! `_• • a4 �� City Secretary Gustavo C onzalez, P.E. P Assistant ity Manager o Public Works&Utilities APPROVED AS LEGAL FORM: ti 10--- 0---Q--- Asst.City Attorney Daniel Biles,P.E. Executive Director of Public Works ATTEST(IF CORPORATION) GAR C01,113; INC. IA,frn".1.11k 111111 STEPHEN M. McCANDLESS \ (Seal Bel owl SECRETARY By. SCOTT A. PARRISH (Note: Attach copy of authorization to sign) Title: VICE PRESIDENT ``,`tv COLNpq/,, 1333 N.W. Vivion Road Address Qa. •••..... .•:�'i�cl.. C��•GORPO Kansas City MO 64118 S �?��:Z= City State Zip pA.�. 4L ' 816/741-4600 816/741-4488 -7):.. ;,FO vP % Phone fax ,�' p:MISSO .` 3-77AgW,Zit arfiy &� Email END OF SECTION 1(1.10.1442-AIIHUM ST COUNCIL....._ .� If SECRETARY Agreement 00 52 23-6 COR10165—City of Corpus Christi Project E10008 Mary Rhodes Pipeline Phase 2 00 30 00 BID FORM ARTICLE 1—BID RECIPIENT 1.01 Submit Bids to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid- Mary Rhodes Pipeline Phase 2—Pipeline Sections A, B, &C (E10008, FY-2013-2014) ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addend, rr No Addendum Date Signatur nowledging Receipt,,, I I 13 \air�. .4■4I. 2. w w__ I PAU 4 (p 2409/ 3 �''�./ ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. lArlrlonrii im nln c I 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general,local, and Site conditions that may affect cost, progress,and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations,and documents on: A. The cost, progress,and performance of the Work; B. The means, methods,techniques,sequences,and procedures of construction to be employed by Bidder;and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations,investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations, investigations,explorations,tests,studies,and data with the Contract Documents. IAclrlPnrll im Nn. . 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in SECTION 00 30 01 BID FORM EXHIBIT A. A. The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive Bid. The Owner is not bound to accept the lowest priced Bid if that Bid is determined by the Owner not to be in the Owner's best interest. Owner will,at its discretion,award the Contract for the Base Bid,plus any combination of Add or Deduct Alternates that provides the best value to the Owner. B. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. C. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided,measured as provided in the Contract Documents. D. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The Owner will consider experience of the Bidders and Bidders' consultants,in addition to the proposed Contract Price,when evaluating Bids to determine what Contractor is the lowest responsible bidder. The Owner reserves the right to waive irregularities in determining the Bidders' experience and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid,which in its judgment is the lowest responsible Bid, reject any and all Bids,to waive irregularities in the Bids,or to reject non-conforming,non- responsive,or condition Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner,changed the qualifications or responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted for evaluation, including information submitted per SECTION 00 4516 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement,if discovered after award of the Contract to such firm,may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements,including costs and attorney's fees for collecting such costs and damages. IArlr1Pndum Nn F I • ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 425 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated in SECTION 00 30 01 BID FORM EXHIBIT A. ARTICLE 7—ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid: A. Bid Security. B. SECTION 00 30 01 BID FORM EXHIBIT A. C. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. D. SECTION 00 30 03 COMPLIANCE TO TEXAS SALES TAX CODE. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. IAririnnrI,im Nn c, 10.03 Bidders who are individuals("natural persons" as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s)authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: GARNEY C(��'.I'ANIES, INC. Bidder: GOMPA4�' p•. or printed full legal name of Bidder ' ..••• '••. cS`'; VO By: a . 1 GO T�,'0= (in•' 'duals signature) SEAL = Name: SCOTT A. PARRISH �;:�. 4),‘" typed VICE PRESIDENT(typed or pri ted) ,�R pF rr���tt Title: (typed or printed)(t Attest: ��•-ice(, (individual's signature) STEPHEN M. M1cCANl)LESS CORPORATE SECRETARY State of Residency: 1'U1\SSOwr I Federal Tax Id. No. L-0-1- OcSISt' 1 ?I Address for giving notices: GARNEY COMPANIES, INC. 1333 NW VIVION ROAD KANSAS CITY, MO 64118 Phone: X15 00 Email: Sparnsln cyryVvv,uJ (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) lAddendum No. 5 I Gervaey, .e '41 CERTIFIED COPY OF RESOLUTION OF BOARD OF DIRECTORS OF GARNEY COMPANIES, INC. The undersigned, Stephen M. McCandless hereby certifies that he is the duly elected and qualified Secretary of the Gamey Companies, Inc. a Missouri Corp-oration (the "Company', and that as Secretary, he maintains the records and the corporate seal of the Company. The undersigned further certifies that the following is a true and correct copy of the resolutions adopted by the unanimous consent of the members of the Board of Directors of the Company on the 8th day of March, 2013 and that such resolutions are now in full force and effect: RESOLVED: That Scott A. Parrish is hereby recognized as the Vice President of the Corporation to serve until the next annual meeting of the Directors and authorized and instructed to execute and deliver on behalf of the Corporation and its name, contracts, offers and bids pertaining to contracting and construction work to be performed by the Company. IN WITNESS WHEREOF, the undersigned has hereby affixed his name as Secretary and caused the corporate seal of the Company to be affixed hereto this 11th day of December, 2013. o%`0M?ANA 9 ''• CCI AL SE Stephen M. McCandless, Corporate Secretary "."7/;:e: F O Mo Sy`��, 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder"refers to a person who is not a resident of Texas. "Resident bidder"refers to a person whose principal place of business is in this state,including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. 1if Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of !t 55aur ❑ Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states'laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: GARNEY COMPANIES, INC. Company Name: . .... / By: : VORA ignature-a ch evidence of out-•ity to sign S OTT A. PARRISH = SEAL Name: VICE PRESIDENT %tt'j;•, .•JQ • (typed or printed) S'i'9lT''•••..•••• O `OF'M,gSo` Title: Business address: CARNEY COMPANIES, INC. 1333 NW VIVION ROAD KANSAS CITY, MO 64118 Phone: ebb-141-4(00D Email: 5p0.m51n@ re1rt•t, c-c c..., END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 COR10165-Mary Rhodes Pipeline Phase 2 Gamey 333 Pl'r1'Vivian Road Kansas City.MO Phone:ity.MO 64118 Fax:816.741.4488 www.garney corn CERTIFIED COPY OF RESOLUTION OF BOARD OF DIRECTORS OF GARNEY COMPANIES, INC. The undersigned, Stephen M. McCandless hereby certifies that he is the duly elected and qualified Secretary of the Garvey Companies, Inc. a Missouri Corp-oration (the "Company', and that as Secretary, he maintains the records and the corporate seal of the Company. The undersigned further certifies that the following is a true and correct copy of the resolutions adopted by the unanimous consent of the members of the Board of Directors of the Company on the 8th day of March, 2013 and that such resolutions are now in full force and effect: RESOLVED: That Scott A. Parrish is hereby recognized as the Vice President of the Corporation to serve until the next annual meeting of the Directors and authorized and instructed to execute and deliver on behalf of the Corporation and its name, contracts, offers and bids pertaining to contracting and construction work to be performed by the Company. IN WITNESS WHEREOF, the undersigned has hereby affixed his name as Secretary and caused the corporate seal of the Company to be affixed hereto this 11th day of December, 2013. ``-k GOMP../yj�S,. y ,08.47. =c9: Stephen M. McCandless, Corporate Secretary SEAL Q 00 30 03 COMPLIANCE TO TEXAS SALES TAX CODE Comply with all requirements of the Texas Sales Tax Code. The Offeror hereby certifies that the Contract Price is divided as follows: el / I y(r, (059 oa Tax exempt products,materials and services(See Notes 1 and 2) " $ products,materials and services(See Note 3) $ ( ZOO ,000 . °O Total(Total must equal the Contract Price) $ B2( 31-i 6 r L..(-'9 Offeror: CARNEY COMPANIES, INC. Company Name: ��OMPq�����, pet or pr��ted) v��fi•••''• •;S By �.• ` = r GQjtPORq�. .? Gamey 1333 N4'd"ivion Rccad.Kansas Lily.MO 64118 Phore 816 741 46G0 Fax 816 741 4488 www gamey corr. CERTIFIED COPY OF RESOLUTION OF BOARD OF DIRECTORS OF GARNEY COMPANIES, INC. The undersigned, Stephen M. McCandless hereby certifies that he is the duly elected and qualified Secretary of the Garvey Companies, Inc. a Missouri Corp-oration (the "Company"), and that as Secretary, he maintains the records and the corporate seal of the Company. The undersigned further certifies that the following is a true and correct copy of the resolutions adopted by the unanimous consent of the members of the Board of Directors of the Company on the 8th day of March, 2013 and that such resolutions are now in full force and effect: RESOLVED: That Scott A. Parrish is hereby recognized as the Vice President of the Corporation to serve until the next annual meeting of the Directors and authorized and instructed to execute and deliver on behalf of the Corporation and its name, contracts, offers and bids pertaining to contracting and construction work to be performed by the Company. IN WITNESS WHEREOF, the undersigned has hereby affixed his name as Secretary and caused the corporate seal of the Company to be affixed hereto this 11th day of December, 2013. .`y GO MPgN;ii e • ■ ORgT SEAL Stephen M. McCandless, Corporate Secretary • JQt. ,FOFt.,.��� 00 30 04 Conflict of Interest Questionnaire CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code Date Received by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. Name of person who has a business relationship with local governmental entity. ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a),Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? nYes n No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? nYes n No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership of 10 percent or more? n Yes n No D. Describe each employment or business relations l•ipo OVt jgcal government officer named in this section. .s' cg_ G E+ J = . SEAL / •• Signa of person doing business with - govelo r r Date Adopted 06/29/2007 00 30 05 City of Corpus Christi Disclosure of Interest GkiSUPPLIER NUMBER TO BE ASSIGNED BY CITY c PURCHASING DIVISION CITY OF CORPUS CHRISTI corpus s City u DISCLOSURE OF INTEREST Chnsti City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. GARNEY COMPANIES, INC. COMPANY NAME: - P.O.BOX: STREET ADDRESS: 1333 tJ to U 10 ton t2o d CITY: Kahsus C►143,Mb ZIP: b4 N Z{ " FIRM IS: 1. Corporation [� 2. Partnership 3. Sole Owner ❑ 4. Association U 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each `official" of the City of Corpus Christi having an `ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each"board member"of the City of Corpus Christi having an`ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an `ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld tc19$wv of any information requested; and that supplemental statements will be promptly submittecit�il o us Christi Texas as changes occur. � •..• a��T A. PARISH Certifying Pest: - , , �, PR Title: Signature of eertifyiAL Nib," Date: Person: • aIP .1111113 •',cc OF tffi5 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Finn." Any entity operated for economic gain,whether professional,industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Mary Rhodes Pipeline Phase 2-Pipeline Sections A, B&C Project Number E10008 Offeror certifies that it has not been a party to any collusion among Offerors in the restraint of freedom of competition by agreement to submit a Proposal at a fixed price or to refrain from submitting a Proposal;or with any official or employee of the Owner as to quantity,quality,or price in the prospective contract,or any other terms of said prospective contract;or in any discussion between Offerors and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: CARNEY COMPANIES, INC. red orprin.ed) By: , J..°. ilighlk (signature- •ttach evidence of authority ; n) 0� ,0mpA%v�,-- Name: SCOTT A.PARRISH .:%+..** VICMD Go �,;P Title: SEAL Business address: Q‘� GARNEY COMPANIES. T. C.l:�('. %r o ,ii;JSpJ� 1333 NW VIV1ON ROAD i-„tlitto KANSAS CITY, MO 6411R Phone: $16-146-4600 Email: S peAtyt gi„Q qt n1-e.. . (07P-\ • END OF SECTION Non-Collusion Certification 00 30 06-1 COR10165-Mary Rhodes Pipeline Phase 2 1333?lX V V On Road.Kansas City.MC1641 18 Phone ty 74 64118 Ggraey Fax 816.741.4488 :rnti�garnet'com CERTIFIED COPY OF RESOLUTION OF BOARD OF DIRECTORS OF GARNEY COMPANIES, INC. The undersigned, Stephen M. McCandless hereby certifies that he is the duly elected and qualified Secretary of the Garvey Companies, Inc. a Missouri Corp-oration (the "Company, and that as Secretary, he maintains the records and the corporate seal of the Company. The undersigned further certifies that the following is a true and correct copy of the resolutions adopted by the unanimous consent of the members of the Board of Directors of the Company on the 8th day of March, 2013 and that such resolutions are now in full force and effect: RESOLVED: That Scott A. Parrish is hereby recognized as the Vice President of the Corporation to serve until the next annual meeting of the Directors and authorized and instructed to execute and deliver on behalf of the Corporation and its name, contracts, offers and bids pertaining to contracting and construction work to be performed by the Company. IN WITNESS WHEREOF, the undersigned has hereby affixed his name as Secretary and caused the corporate seal of the Company to be affixed hereto this 11th day of December, 2013. • =Q:cotes rttb "M SEAL = Stephen M. McCandless, Corporate Secretary • OF 40,0% ,F Attachment 1 Revised SECTION 00 30 01 BID FORM EXHIBIT A 00 30 01 BID FORM EXHIBIT A Ue / o'A00101011 Projh a 4.•eirri 10 Ott'ise 2 Sedtion A B1d Vita`D �'i�10[3Y _ Pro •R'lifi -1 ITEM DESCRIPTION ESTIMATED UNIT PRICE TOTAL AMOUNT NO. QUANTITY A Vi11 f �0�OI.YUt f=T AM E COATED STEEL PIPE • I 54"Class 150 Pipe LF I 72382 I So 23,270,6%3:f' — Unit Price for Item Al(Written in words): 2tt yL ,E a ;we r.JE D"t f-,f`r`'f c 2 Cathodic Protection Rectifier Stations EA 2 i ccc. i• -o c)r) Unit Price for Item A2(Written in words): ,9/,.2 E1 1-J r 7 kt JOy j ' L7L L .,2 3 Cathodic Protection Test Stations EA 67 I oa q6, 9°0 Unit Price for Item A3(Written in words): E vL t,) r>--L L,1 e.S Subtotal Item A: f 2 3, 39 3 ,.4 13 , oo ,J VY 3 BAi;WRAPPED,CCUCRETE PIPE - 1 54"Class 150 Pipe LF 72382 s` 22.,,16S,063 - Unit Price for Item B1 (Written in words):• -/, ( ,411),)IbRei) S,X A L,q S FrFT11 cEN Ti 2 Cathodic Protection Rectifier Stations EA 6 Ste oati' 300, ooc.) Unit Price for Item B2(Written in words): F!F i% /,f c .`.t��i� C�i;Li-, t s 3 Cathodic Protection Test Stations EA 67 "7-0c, t_��, g c ra Unit Price for Item B3(Written in words): S C of iV k LA r1 c Subtotal Item B: 22,53 93 �t�RTENAN6 E3(COMMON TO ITEMS A&8) 1 Trench Safety System' LF I 70254 / --- 0, Z¶J" z--/ Unit Price for Item Cl (Written in words): �', J C,A./E- 2 72"Bored or Tunneled Crossings a.LCRA Irrigation Canal/CR 407-STA 1050+60 LF I 305 I, t 0 ). Unit Price for Item C2a(Written in words): ( J( i�- °s%ri c�r�( y 1},vut�E L i+rt-S b.Gas Pipeline Corridor-STA 1107+76 LF 157 1, I ) -f 2/ 1100 Unit Price for Item C2b(Written in words): b f j( j"fit L`>S, ;v E rr-.� 2 r - c.Gas Pipeline Corridor-STA 1131+81 LF I 84 I 0 c)'z Li d 0 Unit Price for Item C2c(Written in words): C iv f -7).# k.A�� v F ft��r ��r i���L d.LCRA Irrigation Canal•STA 1196+50 LF I 320 2. -Dc 4, Unit Price for Item C2d(Written in words): %N r< i if�'�-A.. t� �� �l:^ 1�2(�i u� -R e.SH 35-STA 1228+25 LF 200 }:1 Unit Price for Item C2e(Written in words): t, j° e) -)il C,..c .f Cn_ ,) yl f.FM 1468-STA 1240+00 LF 174 ►, j 0 c I Unit Price for Item C2f(Written in words): e /ac, a,z E j,t, <.aF g.Gas Pipeline Corridor-STA 1428+99 ILF 116 ) I D% )z 7, D O Unit Price for Item C2g(Written in words): o ,r tr-S h.CR 428-STA 1532+20 ILF I 69 1/Q3 13-z 8 Q v r Unit Price for Item C2h(Written in words): r.11 j-f-p- 1, D `f. or,Ow' j ,r.N,141 C i�ti, e }ec S I.SH 35-STA 1544+96 I LF 200 I i, I Z z-0/ J u Unit Price for Item C2i(Written in words): s.ti( j f t). i,,b 0 e r/Uw to z (. Lw< <A rC S J.SH 35-STA 1651+25 ILF 200 ( 1 M.3 O Z 2. C/, Unit Price for Item C2)(Written in words): 64.< /ry -r)n i c n t N v;v1 2 F1) t n 11 Addendum No. 6 Attachment 1 00 30 01-1 4 1 ITEM ESTIMATED N0. DESCRIPTION QUANTITY UNIT PRICE TOTAL AMOUNT k.FM 459-STA 1685+36 LF 102 1/( 00 ( 2, zoo Unit Price for Item C2k(Written to words): o,, -77i 0,,s-An)C or--)( )LL Ati S I.SH 35•STA 1733+37 ILF I 278 I `( o I log Boo Unit Price for item C21(Written In words): ONE Ot3 E f N b(L( 6 a O L L,ctQ 3 Horizontal Directional Drill with 48"Class 200 AWWA C200 Pipe ILF I 2027 I I,20 u 12!4 3 2,9 C — Unit Price for Item C3(Written in words): (> Th.) 69-E 6 ` ,-S 4 County Road Crossings-Open Cut Asphalt ILF I 60 I S o ° I ; o D Unit Price for Item C4(Written in words): /: V E f-ft�N 0'2.6 D P;z c ftR.i 6 County Road Crossings-Open Cut Concrete ILF I 18 I S b o I /0, 080 Unit Price for item C5(Written in words): .p v. t ior,)bP- i s,.r'7'- ba pi a3 6 Flexbase Road Replacement ILF I 48 I Z.'S O l / oD O Unit Price for Item C6(Written in words): -j-,.ip Aj, f/) (l (F T`/ COL L Fl QS 7 Gravel Road Replacement ILF I 188 I Z,_c p I yZ, 00-0 Unit Price for Item C7(Written in words): o MAN.)i jt F 8 Articulated Concrete Block Creek Crossing ILF I 926 I Z 3 S 12/?/&/O Unit Price for item C8(Written In words): C N 41e- 7)-//(2.T/ F!■16 9 Flowable FM Encasement ILF I 449 I/4/O I GO 2,8(o° Unit Price for item C9(Written in words): ZjyJC /-h.>N42 E fa'j 2>puy1:k-ILS 10 6"Combination Air Valve Assemblies IEA I 36 125, coo I eASI o 0 Unit Price for Item C10(Written in words): T, x�-• r 1�( T}4.7hk,A N D ,bvLLA 11 12"Blowoff Valve Assemblies IEA I 18 I21, o Do 1 378 oD 0 Unit Price for Item C11(Written in words): Ti..;.e.. pN E mt9JS va v D Dot.�R-S 12 Clearing and Grubbing IAC I 170 I / �° I )z Unit Price for Item C12(Written in words): P%-6 bo L wR- 13 Barricade Signs!Traffic Handling(includes Traffic Control Plan) ILS I 1 I is 00D I IS, Doc Unit Price for Item C13(Written In words): r/61'E 14 Erosion and Sediment Control(includes SWPPP) ILS I 1 13a 00 O 13 0,o 0 0 Unit Price f o r item C14(Written in words): 7)4 1(1 1%1 1--J S i1 i D L∎,pc O-S 15 Permanent Steel Gates ILEA I 23 12/SO a I S?r S a o Unit Price for item C15(Written in words): -no O 73.1-004,9N t o c p-UN 16 Fence Replacement ILF I 8289 S. ' 13\ , 1 y S Unit Price for Item C16(Written in words): F i\/t- pp L t.eta- S vaiib 17 Utility Relocation••' lEA I 4 I $3,500 I $14,000 Unit Price for Item C17(Written in words): -/-(.112 E� 1 Sf`,, f 1,1c }1v N t; �� 5 18 Mobilization(5%) ILS I 1 I 1,000,044 I lr000,coo Unit Price for item C18(Written in words): ,ON.)f /1/4,A%LL►Ont BAR S Subtotal item C: I r 9-os/7 I 1 . Addendum No. 6 Attachment 1 00 30 01-2 Page 2 of 11 ITEM DESCRIPTION ESTIMATED UNIT PRICE TOTAL AMOUNT NO. QUANTITY SEC?�O ,TWak O1Q1. t0RETMAN `COATELS ITEEL PIPE, 9 TOTAL AMOUNT(ITEM A+ITEM C) t 3 f 01`i r y 32 X0 Add(+)or Deduct(-) TOTAL AMOUNT BID(ITEM A+ITEM C) 1'3(/ 09 y 32. . `2- SECTION A AVVWA C3OayBAR WRAPPED CONCRETE PIPE TOTAL AMOUNT(ITEM B+ITEM C) Add(+)or Deduct(-) TOTAL AMOUNT BID(ITEM B+ITEM C) 3v 3 2 `7 f 02_ . :AA 'f0ERtdATIVEA SECtfON.A PIPEUNE FIBER OPTIC 1 Fiber Optic Interduct LF 74409 13 , 5! Z 'o J c..13 t♦ S o Unit Price for Item AA1 (Written in words): //Z < r' i `( v T 2 Fiber Optic Pullboxes and Locate Posts EA 45 2, $,c o I //2,S Unit Price for Item AA2(Written in words): 3 Fiber Optic Marker Posts EA 49 f 5 c) 3S Unit Price for Item AA3(Written in words): 0.-u !-} r 1 C F\ i-4/ _ (2--S 4 Fiber Optic Communction System LS 1 65 2, °° 65,S o0 Unit Price for Item AA4(Written in words):iii X /44,,r4.24_p I .j - a n�S�ry(y (-la( r�,. b(2( ,S- Subtotal Alternative Item AA: 1 r 032-, -4 I S a Addendum No. 6 Attachment 1 00 30 01-3 Page 3 of 11 ITEM DESCRIPTION ESTIMATED UNIT PRICE TOTAL AMOUNT NO. QUANTITY air t'Uii 1 Stt _ Pro e'� . o 4'P( ftfi3 Phasit 2 Seatidn B, ei mot? E 0616-t uw&A COATED$TEELPIPE '- - 1 54"Class 150 Pipe JLF 75112 133(c ,S'o 25 ,215, 186 — Unit Price for Item D1(Written in words): •- .}flit -- ,2 ,„,,o `7`{ 5-i, J Lt t2 2 Cathodic Protection Rectifier Stations (EA 2 3 :;c) , e Unit Price for Item D2(Written in words): 77 -ç E /6",t i u r1 Nb Y;=,. 3 Cathodic Protection Test Stations (EA 55 7 C Unit Price for Item D3(Written in words): SC ( AI '.•. C Subtotal Item D: $ 25, 3891 ,6,86 E AA V NA C303ii*WRA PEd 6OINCRETE PIPE, " 1 54"Class 150 Pipe ILF 75112 1321 s` 2'4 , rS & - Unit Price for Item El(Written in words): 17( fr F j{ z J i-``-)( S F -`t C G f 2 Cathodic Protection Rectifier Stations lEA 6 Unit Price for Item E2(Written in words): 3 Cathodic Protection Test Stations EA 55 Unit Price for Item E3(Written in words): . "ij T) Subtotal Item E: J r 2H ,1 t B'� oc.,(3• - F� P -,. (EAPPURTENA ICES(COMMON TO ITEMS D&E), 1 Trench Safety System` LF { 74440 J Unit Price for Item Fl(Written in words): (,,, t L t,1{� 2 72"Bored or Tunneled Crossings a.UPRR Railroad Track/FM616-STA 2140+29 LF 236 J -lit OC Unit Price for Item F2a(Written in words): �, r1i��,, \I-al', Syr , ); E ���Fik ii S b.FM1862-STA2199+42 ILF 137 )1 \ 'Lc )So, a ' Unit Price for Item F2b(Written in words): c%,„,, ;=i L,, Cu c.Gas Pipeline Corridor-STA 2272+71 JLF 174 1, t 1{i Unit Price for Item F2c(Written in words): C�-.3- r c� .. _t '- t I c r_,i=t d.CR 449-STA 2479+30 ILF 125 I 1 t A o I , <_ u Unit Price for Item F2d(Written in words): 0 t r-x(t_ S 3 County Road Crossings-Open Cut Asphalt LF 51 `-i> , c-- Zs, s c Unit Price for Item F3(Written in words): ► ' c t' ll 0;2 c A F1 S 4 County Road Crossings-Open Cut Concrete ILF 18 I j c /0/C Unit Price for Item F4(Written in words): r'w 'i }t_ C t) S1 y-j c./ 5 Asphalt Road Replacement LF 8 J` c L j Cc Unit Price for Item F5(Written in words): ) /j( f-/U-t �j .1v ti- 6 Gravel Road Replacement ILF 167 I Z c v '// �^J Unit Price for Item F6(Written in words): ?(,v: ; �. - t l � 7 Articulated Concrete Block Creek Crossing ILF 526 2.3 S 123, it-i p Unit Price for Item F7(Written in words): 7' b 4-j .,�.15 u ---t(i F'_-T Addendum No. 6 Attachment 1 00 30 01-4 Page 4 of 11 ITEM DESCRIPTION ESTIMATED UNIT PRICE TOTAL AMOUNT NO. QUANTITY 8 Gabion Creek Crossing LF 127 2, 2 O 0 ,l.{ov Unit Price for Item F8(Written in words): -Tu jJ 9 Flowable Fill Encasement ILF I 1308 I /y0 I /53, / Unit Price for Item F9(Written in words): p„1(.; /-1- .' Apt-IS 1 8{Lr4 10 6"Combination Air Valve Assemblies IEA I 32 12.S i v o I BOO/00 c7 Unit Price for Item F10(Written in words): -7-1_)f nr(p-( f/4/6- 7 - c4 D 11 12"Blowoff Valve Assemblies IEA I 17 I Zy,00o I L/081 00 Unit Price for Item F11(Written in words): -Ti„/E,v' 1 1 e 0I nt J Dc� FFP 12 54"Butterfly Valve IEA I 1 I/oi,COO I / 00,00 0 Unit Price for Item F12(Written in words): C/A. /211),0 AEj, 77-f�0404N J So�`Ftt}-S 13 Clearing and Grubbing IAC I 180 I 1 IMO Unit Price for Item F13(Written in words): OAF 14 Barricade Signs/Traffic Handling(includes Traffic Control Plan) ILS I 1 I J.5 oO O I O v'J Unit Price for Item F14(Written in words): T'F re-E/V 7,11XLIANIS S 15 Erosion and Sediment Control(includes SWPPP) ILS I 1 1317,b D 150/ov Unit Price for Item F15(Written in words): 771/2T-f DOL.-Ft-0-1 16 Permanent Steel Gates IEA I 46 I Z/SiD I //S/D0 0 Unit Price for Item F16(Written in words): '71.41D D F/V 17 Fence Replacement ILF I 14472 I 5.0= I q-Z,3(o Unit Price for Item F17(Written in words): F7 S 18 Utility Relocation"' IEA I 16 I 53,500 I $56,000 Unit Price for Item F18(Written in words): 71-1/L E 7-}frooS An,p f (.1( 141)N DR 66 TADS-4 4--5 19 Mobilization(5%) ILS I 1 11, oov,00D I ), 000, o'0 Unit Price for Item F19(Written In words): dN{ p.,i k_t_1 of- Do■_t.As-S Subtotal Item F: 14,01-7, (2L l2, OO I root- Mr 1.1 r o J st gEnfr‘i sE d T)+-o.Sw.'+� S/K ,qv,.)Dile O r---0714 D911f1/t Addendum No. 6 Attachment 1 00 30 o,-s Page 5 of 11 ITEM DESCRIPTION ESTIMATED UNIT PRICE TOTAL AMOUNT N0. QUANTITY 8 ,_,.® ..... .., A t22 1� 11RE'1FFIAN GO�1'1'I:b STEEL PIPE TOTAL AMOUNT(ITEM D+ITEM F) 29 'c,- 32.E or • Add(+)or Deduct(-) TOTAL AMOUNT BID(ITEM D+ITEM F) 2 ''= 9, ��� 3 . SET IV B.;I ,i G3t1S BAE 1N4PPED CONCRETEFjIPE TOTAL AMOUNT(ITEM E+ITEM F) 2'6 ,5(0'-k ( -8 • Add(+)or Deduct(-) TOTAL AMOUNT BID(ITEM E+ITEM F) $ t6 S G� i 2 � &c d AB / EI; qT\7E B�ECT1 N B PIPELINE FI$ER OPTIC ; 1 Fiber Optic Interduct ILF I 75112 3 spa ZX,2,eq 2 Unit Price for Item AB1(Written in words): -7-7/,--Lc- C c ., EIS f ,(-7`( C vT S 2 Fiber Optic Puliboxes and Locate Posts EA 44 Z,S o //yr 0 Unit Price for Item AB2(Written in words): -5_0,, 7}t 3 Fiber Optic Marker Posts EA _ 47 LC 0 —9 °S Unit Price for Item AB3(Written in words): v; E ) r,), p ii E D f -t•-/ 5 y 'L` r'i C4 Subtotal Alternative Item AB: J 't 3-9. j 9'L l 2 - Addendum No. 6 Attachment 1 00 30 o1-s Page 6 of 11 ITEM DESCRIPTION ESTIMATED UNIT PRICE TOTAL AMOUNT NO. QUANTITY r , fo g fiorrP ' al ;Sctton Bid Da`ie bemsa't 'i3 r ;; C3. 1I $b } SNi C23J1TEn STEEL 1�IPE 1 54"Class 150 Pipe ILF I 67258 I ? ,5 2- 122,024y,q9S Unit Price for Item G1(Written in words): 7-9tr<2�f ¢;rJ:�+uRCJ 7- SF_vE•� -�t;•.cc_,ah-S 'rF7%CEsv7`S 2 Cathodic Protection Rectifier Stations lEA 2 3j )0;, f `1b1 t);3 Unit Price for Item G2(Written in words): ± .(i( tf r 7/f r9 9-,S 3 Cathodic Protection Test Stations EA 56 --/c 34\,Z_ Unit Price for Item G3(Written in words): Subtotal Item G: I 2-2-, 1412, j Cf S • `�" H` A k003 8: 1N0.A t.0:4 CONCRETE PIPE 1 54"Class 150 Pipe ILF I 67258 3 i 2. 21 01, L\2 S Unit Price for Item H1 (Written in words): '7H...2{ �✓ l�taC.6 ��t a r�s2,f ( AFT`1 C t r->7 S 2 Cathodic Protection Rectifier Stations EA I 6 1 e.u c , oa Unit Price for Item H2(Written in words): F ,V 711 3 Cathodic Protection Test Stations lEA 58 - =y /--f o, c c; Unit Price for Item H3(Written in words): �;�,,, t• ;,>/2..€13 tz- Subtotal Item H: 14 2_I , 3`J s �... PIP,EC:INk1lieURtENA1 CES(COMMON TO,ITEMS O&H) - a.. 1 Trench Safety System* ILF 1 66074 1, °-" Unit Price for Item 11(Written in words): 2 72"Bored or Tunneled Crossings a.Gas Pipeline Corridor-STA 3031+85 LF I 100 / Z 0-0 Unit Price for Item 12a(Written in words): Lyvt _7.}, i1 1> G L�rte 1 b.CR 453-STA 3057+77 LF 60 ' 3ti. l} poc_, Unit Price for Item 12b(Written in words): r ys }t1 ; 1 N ;14-(LE-t ,rt.r_,1 --.6 c.FM 616/UPRR-STA 3111+40 LF I 220 1 i o-c) 2(-12- Unit Price for Item 12c(Written in words): Off,/t - .L,``Sri,.w or-a( (v r_»i1-t 5 ' 6. 4=t iz S d.Gas Pipeline Corridor-STA 3210+66 LF I 201 \, 1 a Z21,\c,u Unit Price for Item 12d(Written in words): 0,1 e.FM 172-STA 3294+57 LF 213 I \,is 23L-1 3oe Unit Price for Item 12e(Written in words): -;-+, 0,4 k rt-`,,; 4 E x\;c j f.Gas Pipeline Corridor-STA 3430+68 LF 109 1 2.: O I , Unit Price for Item 12f(Written in words): Gam-$ it ; -� r :v g.FM 3131-STA 3487+49 LF 100 1-2_ vO I ZtQ,f,.,` Q Unit Price for Item 12g(Written in words):: , , _ c.. K- a EL. t i Lei+S, h.FM 1593-STA 3526+77 LF 131 I 1 2 Off.. Unit Price for Item l2h(Written in words): t N �� r 1��— �• •� 7:+,,ta:4„, 7L- 01.1, c tai i.CR 429-STA 3580+87 LF 50 ( 5, 00c, Unit Price for Item 12i(Written in words): C;:J v'}1 V S r} iitt f E {- T`0\t. }(2. Addendum No. 6 Attachment 1 00 30 01.7 Paae 7 of 11 ITEM DESCRIPTION ESTIMATED UNIT PRICE TOTAL AMOUNT NO. QUANTITY 3 Horizontal Directional Drill with 48"Class 200 AWWA C200 Pipe LF 1934 I t Zoe 2 3Zo eo0 — � 1 Unit Price for Item 13(Written in words): p T �SA� D -iw 4 County Road Crossings-Open Cut Asphalt ILF I 54 I Soo I Unit Price for Item 14(Written in words): - f LL bjL`,p , 5 County Road Crossings-Open Cut Flexbase ILF I is I rj b0 I � c71 o8 o Unit Price for Item 15(Written in words): FIDE. HUnN(LFb S).)1 T`-1 to L.F.-(L S 6 Asphalt Road Replacement ILF 1 10 I Z s o 12 SoO Unit Price for item 16(Written in words): 7 )0 1-1-19A16{2.. f( baLLAP 7 Gravel Road Replacement ILF 13 I ZS o 131-2, 0 Unit Price for Item 17(Written in words): 7-wA v,„j E. t'ep y•f Dis LLfj{LS 8 Articulated Concrete Block Creek Crossing ILF I 938 123 5 122,,c--/3 iV Unit Price for Item 18(Written in words): 7z4.),..,k2� (z_ FIVE- L L,A I� S 9 Flowable Fill Encasement ILF I 1129 I y 0 I /Sg 0 fa c' Unit Price for Item 19(Written in words): DBE, ,J.0 DI E p c_0(,...7,/ AIRS 10 6"Combination Air Valve Assemblies lEA I 26 12 S,OD 16S O, o o o Unit Price for Item 110(Written in words): TwE TL[ F/1/(Tl fuxs,A^i -��� -• 11 12"Blowoff Valve Assemblies lEA 1 14 12 1,000 I 2914 Oc o Unit Price for Item 111(Written in words): -*L.0 E,,v 7)4 o.{ 71-e-our o 12 54"Butterfly Valve IEA I 1 I/DID/D D o I /00,O n a Unit Price f o r Item 112(Written in words): oi,,c.)C 'N A/ 774-0,vyk f' O 13 Clearing and Grubbing IAC I 160 I I .oo \ O - Unit Price f o r Item 113(Written in words): c E �Ltr`t2 14 Barricade Signs/Traffic Handling(Includes Traffic Control Plan) ILS I 1 Ifs/00 o I LS) 0 8 Unit Price for Item 114(Written in words): r/Fr( 17-0- Spil,n7 C 1:>aLLl4g- 15 Erosion and Sediment Control(Includes SWPPP) ILS I 1 130,00o I 30, oa Unit Price for Item 115(Written in words): -T}1/2 T'1 v1 A ND bi,LLAfi S 16 Permanent Steel Gates lEA I 27 I Z,S o I C°7/ Soo Unit Price for Item 116(Written in words): -rW o Ti'+vJ1 ,.,p c/vc A •%.L RR S 17 Fence Replacement ILF I 8626 I S• �' I y3� /3 O Unit Price for Item 117(Written in words): F/V E brLL,q(z- 18 Utility Relocation"' lEA 1 3 I $3,500 I $10,500 Unit Price for item 118(Written in words): THE E �j�l,�fl' I rki Hurj baLL�}�S 19 Mobilization(5%) ILS 1 1,04.,..„. I 1/ °> Unit Price for Item 119(Written in words): o,..,.t Mi L.\ i a., Subtotal item I: I $ (d t / `Bt-1 . __ Addendum No. 6 Attachment 1 Page 8 of 11 00 30 01-8 ITEM DESCRIPTION ESTIMATED UNIT PRICE TOTAL AMOUNT NO. QUANTITY A * .O1ii I1 itEMS _ 1 6 Million Gallon Prestressed Ground Storage Tank LS 1 15,-2/2,D' 5,2=12, occ Unit Price for Item J1 (Written in words); ( 2 54"Class 150 AWWA C200 Pipeline from Tank to West Delivery Tie-In LS 1 ),314;,‘D.--,,.. If 3\0, Unit Price for Item J2(Written in words): . L7 , c y,�, 5rL{ ' ° � -T`t'-'� �`%-£-,t� t " 3 Tie-In Vault LS 1 i t t(5 vim;, ) Its pv Unit Price for Item J3(Written in words): (%N h��L{ ( , \) =a ����1✓k ,S 4 Meter Vault LS 1 J`'/27 o '/Z 7,o Unit Price for Item J4(Written in words): TL. . r -_ U-mot. .-� S! `T,Lrc � ,1 S 5 Electrical Work LS 1 ZZ mac, Z 2. Unit Price for Item J5(Written in words): _,rte, , � 6 Tank Trench Safety LF 1000 /- -9 l D ,� u Unit Price for Item J6(Written in words): Subtotal Item J: >f, tiOg0mENTA t, Bib,:TEM r 1 Additional Tank Subgrade Excavation and Material"" CY l 1948 l ZS, I G46 '-o a r Unit Price for Item 11(Written in words): -7—N�r&i.-i /I vE J'uL�A Subtotal Item K: -44/[3i `/o , ,t , , Sit` WA 1"C26Q OL,i 4RMA!IE,COAtED STEEL PIPE_ TOTAL AMOUNT(ITEM G+ITEM I+ITEM J+ITEM K) C0 i i 2:4- Add(+)or Deduct(-) �j TOTAL AMOUNT BID(ITEM G+ITEM I+ITEM J+ITEM K) c -1 , � I c , 5E4�17w•, @ y k40i..,BAFt URAPPEb CONCRETE PIPE d h TOTAL AMOUNT(ITEM H+ITEM I+ITEM J+ITEM K) 3% ‘y k-.{ ,a(:)9 �° Add(+)or Deduct(-) TOTAL AMOUNT BID(ITEM H+ITEM 1+ITEM J+ITEM K) r�..\ �Z coo A '/111 0I(C4 6Ti6 l C PIPELINE FIBER;OPTIC :rt u` T 1 Fiber Optic Interduct LF 69192 CC) l'-k 2, ) 7 2 Unit Price for Item AC1 (Written in words): --T-.-ica(6 J _LLF� S , { Cdr .S 2 Fiber Optic Pullboxes and Locate Posts EA 45 ,Soo ((Z, S a o Unit Price for Item AC2(Written in words): •��� �., ; v 1 J E -mil >>CCU 3 Fiber Optic Marker Posts lEA 49 15 o 7 _ Unit Price for Item AC3(Written in words): c ){ ,:pi2{ty (- Subtotal Alternative Item AC: I Ao 022 )--= Addendum No. 6 Attachment 1 00 30 0,-9 Page 9 of 11 ITEM DESCRIPTION ESTIMATED UNIT PRICE TOTAL AMOUNT N0. QUANTITY E;BIDDER`MAY;OFFER A DEDUCT IF A WARDED„SEGT!ONA&`B}, Sle l ;b3R PO.UP ANA COATED STEEL PIPE SE,CTI „1F.� A- 0 tOIRETHANE COATED STEEL PIPE TOTAL AMOUNT(ITEM A+ITEM C)+(ITEM D+ITEM F) 'Cpo Std(c r �� Add(+)or Deduct(-) TOTAL AMOUNT BID(ITEM A+ITEM C)+(ITEM D+ITEM F) (c�O S�c' ' ✓� SECTIO �i1f1AfA C30 BAR WRAPPEt'CONCRETE PIPE SE�TtoNB, iWWAC 03pACt_WRAPPEDCONCRETE:PIPE TOTAL AMOUNT(ITEM B+ITEM C)+(ITEM E+ITEM F) Go'2_' 3 o •• Add(+)or Deduct(-) --- TOTAL AMOUNT BID(ITEM B+ITEM C)+(ITEM E+ITEM F) 195 SECTON A&C O RLY(THE BIDDER,MAY OFFER A DEDUCT IF AWARDED SECTION A &G) , SECTION ! IWA 0200 POL'.,..F. HAKE COATED STEEL PIPE stti-rIoNc'A' WA t200`PDLYC)RETHANE COATED STEEL PIPE v o0 TOTAL AMOUNT(ITEM A+ITEM C)+(ITEM G+ITEM I+ITEM J+ITEM K) PC,E3 02 -}1 "2_1 •• Add(+)or Deduct(-) TOTAL AMOUNT BID(ITEM A+ITEM C)+(ITEM G+ITEM I+ITEM J+ITEM K) a`L� ( . SECTION A«`lI A 0303 BAkWR t)PED CONCRETE PIPE SECTIC � IWA C363 EAR:YVRAPPED CONCRETE PIPE TOTAL AMOUNT(ITEM B+ITEM C)+(ITEM H+ITEM I+ITEM J+ITEM K) (C)G x�Z- Ok LT- Add(+)or Deduct(-) _ LO TOTAL AMOUNT BID(ITEM B+ITEM C)+(ITEM H+ITEM I+ITEM J+ITEM K) C�(v i 32 0\k SEG�Ot1 B&C Q L Y HE BIDDER;MAY OFFER A DEDUCT.IF,AWARDED SECTION SECTCC f �VIIV A C2O03?.0 URETHANE COATED STEEL,PIPE SEbTION CigA\ AC200 POL?URETHANE COATED STEEL PIPE TOTAL AMOUNT(ITEM D+ITEM F)+(ITEM G+ITEM I+ITEM J+ITEM K) '((p 3�j S t c57 - �® •• Add(+)or Deduct(-) / � U� TOTAL AMOUNT BID(ITEM D+ITEM F)+(ITEM G+ITEM I+ITEM J+ITEM K) 3 ci S O-7. , SECTjO I B l.tAtAW ,C303 SAk 111tfiAPPED CONCRETE PIPE 5EC'C 1 C A Ca03 Al WRAPIiED CONCRETE PIPE TOTAL AMOUNT(ITEM E+ITEM F)+(ITEM H+ITEM I+ITEM J+ITEM K) t471 -C "• Add(+)or Deduct(-) TOTAL AMOUNT BID(ITEM E+ITEM F)+(ITEM H+ITEM I+ITEM J+ITEM K) �cay -7-06 957 . `- Addendum No. 6 Attachment 1 ao so o,-,o Page 10 of 11 ITEM DESCRIPTION ESTIMATED UNIT PRICE TOTAL AMOUNT NO. QUANTITY SLGts t]� � � IDDERMAY,bF'FERAeDED�1"G,1`IFAWA DL�,'D`. ECTION�A,B 8�C) SEGO C�0✓ PrQ &ETFtANE COATED STEEL PIPE EEC' O E,IIA 0300 OL(t1RETR,ANE CQATED STEEL PIPE SEOTibN,C.:AVVW i�1 GgO0,; ? LY, RETHANE COATED STEEL PIPE TOTAL AMOUNT(ITEM A+ITEM C)+(ITEM D+ITEM F)+(ITEM G+ITEM I+ITEM J+ITEM K) $Q Lj 9 Li 5& 9,. Add(+)or Deduct(-) r2. , c- ZD O� D U J _ Ju TOTAL AMOUNT BID(ITEM A+ITEM C)+(ITEM D+ITEM F)+(ITEM G+ITEM I+ITEM J+ITEM K) 8Ef 69`--t t 539 SEC3� , N14� U3 EARPRAPED CONCRETE PIPE SE� ; A C'03 AR YVI2APPED CONCREf E PIPE' ' .. �►NNI�Ii,C�303.8,1�1R'W,,_,PPEI)CON4RETE PIPE -::.. . �� TOTAL AMOUNT(ITEM 8+ITEM C)+(ITEM E+ITEM F)+(ITEM H+ITEM 1+ITEM J+ITEM K) +91-1(0 (:75°1(:75°1 Add(+)or Deduct(-) —' ,, 1 1 r(O D y U O c) TOTAL AMOUNT BID(ITEM B+ITEM C)+(ITEM E+ITEM F)+(ITEM H+ITEM I+ITEM J+ITEM K) '$ S2, 3L-1 h &CI. Trench safety quantity shown is minimum for pipeline sections. Contractor to establish their own trench safety plan including appopriate length. •• Provision is made for Bidder to include an addition or deduction in his bid.if he wishes,to reflect any last minute adjustments in price. The addition or deduction.if made,will be applied proportionatley to the bid applicable bid item(Al,B1,D1,El,G1,H1). "` The estimated price per power pole relocation is shown in the bid tab. If this price increases or decreases,the contract will be changed accordingly. "" This item shall be considered a supplementary item and shall not be used without the authorization of the Owner.Any unauthorized portion of this bid item shall be removed from the Contract. Addendum No. 6 Attachment 1 oo so 01-11 Paae 11 of 11 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Garvey Companies, Inc. '1333 NW Vivion Road Kansas City, MO 64118 as Principal, hereinafter called the Principal, and National Fire Insurance Company of Hartford/Liberty Mutual Fire Insurance Company a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 78401 as Obligee,hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars( 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Mary Rhodes Pipeline Phase 2- Pipeline Section A(Bond 2013-2014, Project No. E10008) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 11th day of December , 2. 0.1 3 : GOMPqN%0• . '? (� Gane Companie , Inc. `et (. ) � \1g•casr OR4 (Witness) t SEAL et,CO • RRISH %;9p ^J rite) ICE PRESIDENT "?• '" `'•' • National Fire Insurance Company of Haritiorti"'` ,x�r�tC//�►� c'c, Cf (Surety) A (seat) (Witness) ( VI`z vrc/ ktter sy: �// Address: CNA Plaza Attorney-in-Fact Linda L. Nutt (Title)Chicago,IL 60685 Limit of Liability: 11,183,000 State of Incorporation: IL AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 Surety Phone No. 312/775-7276 v • . c�: :�� 0 J iG= JA3? �y '� ; y E4rc Std`i .!‘.'['!'()) ivija 1,‘ . 'r ATTACHMENT TO BOND NO. Bid Bond/Bid Bond SURETIES Surety B Liberty Mutual Fire Insurance Company 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 State of Incorporation: WI Limit of Liability: $ 86,266,000 (, Witness: <__�n6, ow By: dnitelgi --�� Linda L. Nutt ,Attorney-In-Fact Surety Phone No. 610/832-8240 Surety C State of Incorporation: Limit of Liability: $ Witness: By: , Attorney-In-Fact Surety Phone No. Surety D State of Incorporation: Limit of Liability: $ Witness: By: , Attorney-In-Fact Surety Phone No. 1 _ 1 1 1 •., -.∎, ``;,,;);v"`• POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Linda L. Nutt ,Individually of Kansas City,MO their true and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- Surety Bond Number. Bid Bond Principal: Garrey Companies,Inc. Obligee: City of Corpus Christi and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 16th day of May,2012. Continental Casualty Company �' �Wt �` _ � National Fire Insurance Company of Hartford ors '; r f 1 tat a American Cas lty Company of Reading,Pennsylvania • tVe; PAY un. a. Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 16th day of May,2012,before me personally came Paul T.Bruflat tome known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR 0 8 0"WAYDAKRU(6) (:)--7Y24.-1//1_, My Commission Expires June 23,2015 J.Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 11th day of December , 2013 ere Continental Casualty Company £ k ie ass*, d '"r National Fire Insurance Company of Hartford orrr r,1 '1 � � µ American Casualty Company of Reading,Pennsylvania i • (D HEAL vi fr M��. a. leas .411. im-RocOP i Z.A-k...Q.. . D.Bult Assistant Secretary Form F6853-4/2012 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 256 day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers',to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 256 day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 256 day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,maybe provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed,write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance,P.O. Box 149091,Austin,TX 78714-9091, FAX #(512)475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(0 of the Texas Government Code and Section 53.202(6)of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: (312)755-7276 National Fire Insurance Company of Hartford,CNA Plaza Chicago,IL 60685 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS SENATE BILL 255 • In the event National Fire Insurance Company of Hartford is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. • This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except In the manner and to the extent herein stated. Not valid for mortgage,note.loan,letter of credit,bank deposit,currency rate,interest rate or residual value guarantees.To confirm the validity of this Power of Attorney call 61041324240 between 9:00 am and 4:30 pm EST on any business day. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU,WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company,through its Assistant Secretary,pursuant to and by authority of the Board of Directors hereinafter set forth,does hereby name,constitute and appoint, Linda L.Nutt of the city of Kansas City ,state of MO its true and lawful attorney-in-fact,with full power and authority hereby conferred to sign,execute and acknowledge the following surely bond: Principal Name:Gamey Companies,Inc. Obliges Name: City of Corpus Christi Surety Bond Number:Bid Bond Bond Amount:See Sorts Form That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vole of the Board of Directors dated May 21.2013 wherein,among other things,it was: VOTED that,pursuant to Article VI,Section 1 of the By-Laws,the Chairman,the President and the Secretary,either jointly or severally,are authorized to delegate authority to any officer(s)of the Company to appoint such attorneys-In-fact as may be necessary or desirable to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds.recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the President and attested by the Secretary. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto In Plymouth Meeting,Pennsylvania this at day of March,2013. rr LIBERTY MUTUAL FIRE INSURANCE COMPANY 1vmm E ,u. 5 By �N�' David M.Carey,Ass slant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 28th day of March,2013 before me,a Notary Public,personally came David M.Carey,to me known,and acknowledged that he Is an Assistant Secretary of Liberty Mutual Fire Insurance Company;that he knows the seal of said corporation;and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHERE:S I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. yp PAST t, F• COMMONWEALTH.OF PENNSYLVANIA-, Lzto iv o` a -• :-- : Notarial Scat• -•- -- r, c, s`y :-,.Teresa eastepa;f otary Putic••,.. . •- By OF �' -` - Plyioduth ltvp,ptontgomery County - ^TerChistellotary Public —.� •Fly Commission Expires l4arch 28;.2817. CERTIFICATE ---.lea41115t,t Nnmynr:nnssoanrnorrtmrou sm..- I,the undersigned,an Assistant Secretary of Liberty Mutual Fire Insurance Company,do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy,is in full force and effect on the date of this certificate;and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire insurance Company dated May 21,2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28,2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings,bonds.recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and:Offered the corporate seal of the said company,this 11th day of December 2013 ( Ipr i Gregory W.Davenport,Assistant Secretary 7 • ,,;,11111111UI1J//,/ t I i /y�lll11111111111fi�� _ _ ••• . ... • • .... _ is State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed,write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091,Austin,TX 787I4-9091, FAX#(512)475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f)of the Texas Government Code and Section 53.202(6)of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: (610)832-8240 Liberty Mutual Fire Insurance Company 450 Plymouth Rd,#400 Plymouth Meeting,PA 19462 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS SENATE BILL 255 In the event Liberty Mutual Fire Insurance Company is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. 00 6113 PERFORMANCE BOND Contractor as Principal Surety Name: Garnev Companies, Inc. Name: PLEASE SEE ATTACHMENT TO PERFORMANCE BOND Mailing address(principal place of business): Mailing address(principal place of business): 1333 NW Vivian Road PLEASE SEE ATTACHMENT TO PERFORMANCE BOND Kansas City,MO 64118 Physical address(principal place of business): Owner PLEASE SEE ATTACHMENT TO PERFORMANCE BOND Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs(Engineering) Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 PLEASE SE ATTACHMENT TO PERFORMANCE BOND By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Mary Rhodes Pipeline Phase 2-Pipeline Sections PLEASE SEE ATTACHMENT TO PERFORMANCE BLIND A,B&C(FY 2013-2014) Telephone (for notice of claim): Project No. E10008 PLEASE SEE ATTACHMENT TO PERFORMANCE BOND / Local Agent for Surety William Newby Name: c/o Mullis Newby Hurst, LP Award Date of the Contract: February 25,2014 Address: 5057 Keller Springs Rd., Ste. 400 Addison, TX 75001 Contract Price: 584,121,405.00 Bond ,�' Telephone: 972-201-0100 Date of Bon Vaalitute2.41. 028 e1Q/ Y (Date of Bond cannot be earl r than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept.of Insurance by calling the this instrument in 4 copies,each one of which shall following toll free number:1-800 252-3439 be deemed an original. *National Fire Insurance Company of Hartford and Continental Casualty Company Bond No: 58711440 Liberty Mutual Fire Insurance Ccmpany Bond No: 674022074 Performance Bond 00 6113-1 Corpus Christi Standards-Regular Projects 09-25-2013 Attachment to Performance Bond SURETY National Fire Insurance Company of Hartford 333 South Wabash Avenue Chicago, IL 60604 An Illinois Corporation Phone: 312-822-5000 and Continental Casualty Company 333 South Wabash Avenue Chicago, IL 60604 An Illinois Corporation Phone: 312-822-5000 and Liberty Mutual Fire Insurance Company 2000 Westwood Drive Wausau,WI 54401 A Wisconsin Corporation Phone: 617-357-8500 All Sureties in care of: Thomas McGee, L.C. PO Box 419013 Kansas City, MO 64141-6013 920 Main Street, Suite 1700 Kansas City, MO 64105 Phone: 816/842-4800 800/423-9044 Fax: 816/842-5516 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,Jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as 'incipa , Surety 5': - - • �f�rrn. ' Signature: bl 14441 ,, k tf Name: COT`. PARRISH Name: T Linda L. Nutt VICE PRESIDENT Title: Title: Attorney-in-Fact Email Address: c7w; Agyapv teen Email Address: inutt@thasacgee.can ` GO ���,''' (Attach Power of Attorney and place surety seal below) `` `c7c GO�O��F n SEAL M FOF 1SS�� END OF SECTION Performance Bond 00 6113-2 Corpus Christi Standards-Regular Projects 09-25-2013 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Linda L. Nutt ,Individually of Kansas City,MO their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- Surety Bond Number: 58711440 Principal: Gamey Companies,Inc. Obligee: City of Corpus Christi and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 16th day of May,2012. cASt l�t?r qC Continental Casualty Company . `' National Fire Insurance Company of Hartford 1p 4Ie 3 a American Cm alty Company of Reading,Pennsylvania i'-' . lit ( Itove, 1 t ' ,J SEAL. `C 7 ma 4 `r • Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 16th day of May,2012,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR aNOraarauauc� `%��;� sotrrrlilAiPu a My Commission Expires June 23,2015 J.Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 28th; ` ;tray of February 2014 . cAtrq , Continental Casualty Company �� �' Q4*` tome% National Fire Insurance Company of Hartford c O�Te E ; American Casualty Company of Reading,Pennsylvania `ky MY °u SEAL Isot .s ¶C) 1847 �'. • ff.)..)`•kiLIIL-- D.Bult Assistant Secretary Form F6853-4/2012 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin, TX 78714-9091, FAX#(512) 475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: (312)755-7276 National Fire Insurance Company of Hartford, CNA Plaza Chicago, IL 60685 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS SENATE BILL 255 In the event National Fire Insurance Company of Hartford is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Linda L.Nutt ,Individually of Kansas City,MO their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- Surety Bond Number: 58711440 Principal: Gamey Companies,Inc. Obligee: City of Corpus Christi and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 16th day of May,2012. cAst T Continental Casualty Company c* ` '�F ,� National Fire Insurance Company of Hartford 1O•A E�+;k 440"104 i American Cas alty Company of Reading,Pennsylvania map. c±) ��ks 04-0r • Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 16th day of May,2012,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR �rtoraavaue�ac `j/7Y�I� ---�•sotmltvutorn / My Commission Expires June 23,2015 J.Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 28th day of February 2014 Continental Casualty Company Ntstut, National Fire Insurance Company of Hartford El-7n �MCaetr�a American Casualty Company of Reading,Pennsylvania JULY n. kik. ier •4 D.Bult Assistant Secretary Form F683-4/2012 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin, TX 78714-9091, FAX#(512) 475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: Phone: 312/755-7276 Continental Casualty Company CNA Plaza Chicago,IL 60685 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS SENATE BILL 255 CONTINENTAL CASUALTY COMPANY In the event is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for mortgage,note,loan,letter of credit,bank deposit,currency rate,interest rate or residual value guarantees. To confirm The validity of this Power of Attorney call 610-832.8240 between 9:00 am and 4:30 pm EST on any business day. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU,WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company,through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth,does hereby name,constitute and appoint, Linda L. Nutt of the city of Kansas City ,state of MO its true and lawful attorney-in-fact,with full power and authority hereby conferred to sign,execute and acknowledge the following surety bond: Principal Name:Garney Companies, Inc. Obligee Name: City of Corpus Christi Surety Bond Number:674022074 Bond Amount:See Bond Form That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated May 21,2013 wherein,among other things,it was: VOTED that,pursuant to Article VI,Section 1 of the By-Laws,the Chairman,the President and the Secretary,either jointly or severally,are authorized to delegate authority to any officer(s)of the Company to appoint such attorneys-in-fact as may be necessary or desirable to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the President and attested by the Secretary. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 28th day of March,2013. siws I LIBERTY MUTUAL FIRE INSURANCE COMPANY By David M.Carey,Assistant Secretary W1itontl COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 28th day of March,2013 before me,a Notary Public,personally came David M.Carey,to me known,and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company;that he knows the seal of said corporation;and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREO I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. p PASr4 COMMONWEALTH-OF PENNSYLVANIA ., d-s\ � �® yoNw y _l NNotarlalSeal`-�. OF .Ter P.aste9a,rotary Pu)rlic ti By •"'~ Plymouth T%vp. Plontgomery County.. - .--Ter sa Pastella,Notary Public `Nti5Y1vP`r�G fty-C o mm[sslon Explres Marcti'28,2017 ,r CERTIFICATE �r pvtov ,,TmriR,Fzt9sY4vraitA A-. p[rnTrot+_0F r,-orn tIES,-- I,the undersigned,an Assistant Secretary of Liberty Mutual Fire Insurance Company,do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy,is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21,2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28,2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings,bonds,recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF,I have hereunto subscribed my.name and affixed the corporate seal of the said company,this 28th day of February • AeoROPTE0 tg y Gregory W.Davenport,Assistant Secretary 3 tiii C • State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that • you have filed,write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin,TX 78714-9091, FAX#(512)475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6)of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: Liberty Mutual Fire Insurance Company 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 Ph: 610/832-8240 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS. SENATE BILL 255 In the event - Liberty Mutual Fire_Insurance Company is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. • 00 6116 PAYMENT BOND Contractor as Principal Surety Name: Garney Companies, Inc. Name: PLEASE SEE ATTACHMENT 10 PAYMENT BOND Mailing address(principal place of business): Mailing address(principal place of business): 1333 NW Vivion Road Kansas City,MO 64118 PLEASE SEE ATTAG-1MENT 10 PAYMENT BOND Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas PLEASE SEE ATTACT�T TO PAYMENT BOND Mailing address(principal place of business): Capital Programs(Engineering) f. Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 PLEASE SEE ATTACHMENT 10 PAYMENT BOND By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Mary Rhodes Pipeline Phase 2-Pipeline Sections A, B,&C(FY 2013-20141 PLEASE SEE ATTACHMENT TO PAYMENT POND Project No. E10008 Telephone(for notice of claim): PLEASE SEE ATTACHMENT 10 PAYMENT BOND Local Agent for Surety John William Newby Name: c/o Mullis Newby Hurst, LP Award Date of the Contract: February 25,2014 Address:5057 Keller Springs Rd., Ste. 400 Contract Price: $84,121,405.00 Addition, IX 75001 Bond r°` Telephone: 972-201-0100 PLEASE BELL W Date of Bond: a?d', 2D/5t (Date of Bond cannot be ear ter than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept.of Insurance by calling the this instrument in 4 copies,each one of which shall following toll free number:1-800-252-3439 be deemed an original. *National Fire Insurance Company of Hartfoprd and Continental. Casualty Company Bond No: 58711440 Liberty Mutual Fire Insurance Canpany Bond No: 674022074 Payment Bond Form 00 6116-1 Corpus Christi Standards-Regular Projects 09-25-2013 Attachment to Payment Bond SURETY National Fire Insurance Company of Hartford 333 South Wabash Avenue Chicago, IL 60604 An Illinois Corporation Phone: 312-822-5000 and Continental Casualty Company 333 South Wabash Avenue Chicago, IL 60604 An Illinois Corporation Phone: 312-822-5000 and Liberty Mutual Fire Insurance Company 2000 Westwood Drive Wausau,WI 54401 A Wisconsin Corporation Phone: 617-357-8500 All Sureties in care of: Thomas McGee, L.C. PO Box 419013 Kansas City, MO 64141-6013 920 Main Street,Suite 1700 Kansas City, MO 64105 Phone: 816/842-4800 800/423-9044 Fax: 816/842-5516 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue sh.' usively in Nueces County, Texas for any legal action. Contractor as Pri ipal Surety Signature: -"414.\ ' A Signature: 4414) UMfil 'kssf, 71"' IS Name: VICE PRESIDENT Name: Linda L. Nutt Title: Title: Attorney-in-Fact Email Address: _v ,,e'`5A IC, , . i, Email Address: lnutt@thanagncgee.can (Attach Power of Attorney and place surety sea!below) `0%% 0OMP'gHj',. Z 010"41. 0: G F :n_ SEAL M's5.` END OF SECTION Payment Bond Form 00 6116-2 Corpus Christi Standards-Regular Projects 09-25-2013 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casually Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Linda L.Nutt ,Individually of Kansas City,MO their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- Surety Bond Number.58711440 Principal: Gamey Companies,Inc. Obligee: City of Corpus Christi and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 16th day of May,2012. ag cy •A #` yrwR, a Continental Casualty Company 4 National Fire Insurance Company of Hartford ( 4 ) ot0°01 Ito'a American Cas alty Company of Reading,Pennsylvania O .� MY 11, , V �c �; 1302 al 1 M .� • Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 16th day of May,2012,before me personally came Paul T.Bruflat tome known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR psanwpunue 12:7277341i1A My Commission Expires June 23,2015 J.Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 28th , day of February 2014 . 1 �o dMa. Continental Casualty Company ,. ` National Fire Insurance Company of Hartford ` '~' a Ito a American Casualty Company of Reading,Pennsylvania u f M 1.�lir `Yy \ • �'" Z%)•.k.S1.±- tpT • D.Bult Assistant Secretary Form F6853-4/2012 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25"'day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251h day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin, TX 78714-9091, FAX #(512) 475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: (312)755-7276 National Fire Insurance Company of Hartford, CNA Plaza Chicago, IL 60685 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS SENATE BILL 255 In the event National Fire Insurance Company of Hartford is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Linda L.Nutt ,Individually of Kansas City,MO their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- Surety Bond Number:58711440 Principal: Gamey Companies,Inc. Obligee: City of Corpus Christi and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 16th day of May,2012. Iyc�Cr 4# wstB, i1„a Continental Casualty Company National Fire Insurance Company of Hartford Z ., ` fy �'1'�0°0"�to American Cas alty Company of Reading,Pennsylvania .0. .--osio• of .__ __J ),4.1 -- Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 16th day of May,2012,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR 110111MY PUBLIC ",-,./01411N•L e ):729•411/1 SOUTH DAIC011%Vint) My Commission Expires June 23,2015 J.Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force.,In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance gwnpanies this 28th day of February , 2014 . ,Mr,y Continental Casualty Company 4 ` National Fire Insurance Company of Hartford 1 4 f .%. .M ara x American Casualty Company of Reading,Pennsylvania 1 i. . . �L;_ MY 71. wwir ' • 44It ea)■•‘..Q.,14"-- D.Bult Assistant Secretary Form F68S3 /20 o Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251 day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251 day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Brufiat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251 day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,maybe provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond orpolicy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin, TX 78714-9091, FAX#(512) 475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond orpolicy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: Phone: 312/755-7276 Continental Casualty Company CNA Plaza Chicago,IL 60685 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS SENATE BILL 255 CONTINENTAL CASUALTY COMPANY In the event is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for mortgage,note,loan,letter of credit,bank deposit,currency rate,interest rate or residual value guarantees.To confirm the validity of this Power of Attorney call 610-8324240 between 9:00 am and 4:30 pm EST on any business day. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU,WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company,through its Assistant Secretary,pursuant to and by authority of the Board of Directors hereinafter set forth,does hereby name,constitute and appoint, Linda L. Nutt of the city of Kansas City ,state of MO its true and lawful attorney-in-fact,with full power and authority hereby conferred to sign,execute and acknowledge the following surety bond: Principal Name:Garney Companies, Inc. Obligee Name: City of Corpus Christi Surety Bond Number:674022074 Bond Amount:See Bond Form That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated May 21,2013 wherein,among other things,it was: VOTED that,pursuant to Article VI,Section 1 of the By-Laws,the Chairman,the President and the Secretary,either jointly or severally,are authorized to delegate authority to any officer(s)of the Company to appoint such attorneys-in-fact as may be necessary or desirable to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,bonds, recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the President and attested by the Secretary. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 28th day of March,2013. LIBERTY MUTUAL FIRE INSURANCE COMPANY ,SFtl1E�MS/6_ 4/1/:.:4*. I11C00A16Aie0 1101 By David M.Carey,Assistant Secretary hscoso COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 28x" day of March,2013 before me,a Notary Public,personally came David M.Carey,to me known,and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company;that he knows the seal of said corporation;and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREO I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. p PAsi, oNw F( —COMMONWEALTH-OF-PENNSYLVANIA .- a 1 ���t/�pspf� ivQoak day y _ , OF - i'eresa Pasteh 1' ta►yP.titlic • By Plymouth Twp;,Montgomery County .,Ter sa Pastella,Notary Public �Q :f4y-Commisslon spires Mardi'28;2027 CERTIFICATE r 4.,coVO# tizeals1,,> msytirA t{n nsspaATiof:AF r.•ornitms. I,the undersigned,an Assistant Secretary of Liberty Mutual Fire Insurance Company,do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy,is in full force and effect on the date of this certificate;and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21,2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28,2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings,bonds,recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF,I have hereunto subscribed my-name and affixed the corporate seal of the said company,this 28th day of February euxw 'n By .---� i e ueoAAAAAMP Gregory W.Davenport,Assistant Secretary is um. \'uo."/ State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed,write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin,TX 78714-9091, FAX#(512)475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f)of the Texas Government Code and Section 53.202(6)of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: Liberty Mutual Fire Insurance Company 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 Ph: 610/832-8240 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS.SENATE BILL 255 In the event - - - Liberty Martini Fire Insurance nsurance y is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. • Certificate of Insurance II ii CI:RlliiL.\II IS1SS.kII AS A \t.\hilt O1 INiIll<.1iIK IN(Ibl) AND ("UNII.RS 5') 1<10111S i"It)N Yul- lift CI Rl11lG\IL 001_1)11< rl C'tl III't'A11 IS 501 AN INSIAI\NI'1, '0 1.1 1"1 ,N ND Dt)i C ND AMUND,1 VII.ND_(I I I AI IF 1 1 1 1-t oA F12;A. I :VIA(11.(01-1)RY 1 1 i l POI I(-IrS 1 Nun BI,L(\V policy Hsu A10:NO 1 1<S-s,;Ati iliOlr- 115110.AL I i i t d i l l POI,l(l 1,S MA 'lNi.'I.t I)k Ai)D1111)NAI 'Si RI I N I I I 11\111,1N,1: I I5I1-D 11.1 MA. This is to Certify that —1 Carney Holding Company/Carney Companies Inc./ , Grimm Construction Co Inc./Weaver Construction NAME ANI) Management Inc./Encore Construction Group, Inc. ■DURF:55 1333 NW Vivion Road or INSURED ' Kansas City MO 64118-4554 r, ., _ c.,. ,.:,.. , .,1 4z( ..,r,:;.1:r.k.t iL-r.',..l r.t.d . I,,,.,r,..,,.r..d I ,e;1 r .yei i u t . ,,m , I.> .)_, I , ;,..n( ..,"c'i. , ,' IR.., .:L..l: m o,,.i i,I c ;.:n,::,1 i..t tr,.,r. ■, .,v... .t-,,S,,c', .I t. ...: t„ ..asp...,.,- _ ,Ued_ EXPBATF ❑(`('NI INl Ill > 'TYPE OF POt.IC1 POLI('1" N('\IBF:R LIMIT OF LIABILITY 0l't)11( VIIhv1 VORF ERS V 10/1/2014 WA2-64D-426942-733 „\i '.(I rnl:.n O I Nut.-;\\c F:)n'I o1 F RS i.inBn.11\ I .11 III- i lI ,t;1.LnH!NG Sr?TPS. COMPENSATION Al AR AZ,CO.FL,GA, IA KS, f1, .. t......t",," \ i:1cr Includes Coverage 3C.Other KY 1G MS.NC,NE, NM.OK St,ite insiirance All Stales V SC 'f N. iX V.A.tit)': 1,000 000 except those listed and tic 11,5',I 'L,-.It; r ., states Ci ND,nkl WA.and S1,0 00,000 , . B(:.(:. I, uny R, ) S1,000.000 , COMMERCIAL. V (i.r,_,:,1!,<_'�.;.,;_ Gh:AERat.L,IABIL.fL.I: 10/1/2014 i-B2-641-426E42-723 $2,000,000 rt'(i feltl NC I. ,,1 P1,nlu I. (-vanplcted Oix;csuon.Agurck',tc $2,000,000 ❑I I A.\,t'\i:li)I Each U.,uncr.ce $1,000,000 12f-IRO DA IT 1'erc0n:,l N Ad,c75cmg Iuiury Si,000,000 l',11',;,,,, u;.,,.nu:.,l,,,; Olh.; Other $300.000 Fire Legal 510,000 Medical 1t 'T'OMOBILE 10/1/2014 AS2-641-426942-713 r - Ac.tt,t-s,,,,lnnl LIABILITY Ni y 52,000,000 II I.And P.D (' num-d El ItONL'J El NtIS,I,Cd NH) 1.(,(:h Acc(acot a.r(.k.:r:cca: 1111011 .(:H.0;udcr,t,,r 1.<cccr., orHL".1( ADM 1 105.51.(:'0\t'11 5I S R r;Rhodes" Pip-Ir L PI7 2 Pipeline Section A,0&C TY 2013-14.Project ject No 010008.The City of Corpus Christi,Freese&Nichols,inc Guth Engineering Corp and V&A Consulting Engineers.Inc.are additional insureds under the Gen.Liability and Auto.Liability policy if required by a gutter:contract with the-Named Insured,but only for the coverage and limits provided by the policy and the additional insured endorsement,Waiver of Subrogation l plies to Workers Compensation,Gen,Liability and Alto Liability as required by mitten contract where permissible by law General Da r policy includes contractual liability and explosion,collapse and underground coverage. Insurance is primary. '. 05,'..,., , .a-.a.v,,. ...,.ndea ten. „. ,iii`.,,,,L led rl,.. ..._s.d. ..,i..,J'._ 1.1,,...rti:,:.4,ni:Iat,.r,.,... NOTI(r OP( 1N(-H.I.\ICON , l.:1 51(11 1-N11 .'11'Si if( ■ . i , f ) il'i N.'-, , BEf., (:0 if i) ! ,- i)ViI')N 11M1 1111( c'(V; : 1AIII Nn I -I, ht I D (A., I'-ti, Liberty Mutual 'Ns 'd;.'. '„ ;,)i ■ ‘4D1 I! :(:1-x110(51 i 'I i' Il N;11 ':i 11.:\:-i 60 51'.I, 1 Insurance Croup .; i ,. I,i.l.'.'.t\`I FIJI i " C 1 1 " �'Cty of Corpus Christi Engineering Services Stacy Spteker - - P.O Box 9277 Overland Park,'0�=48 Al:r1Aix21Z1 )REPR1 51 N!A 1Ire Corpus Christi TX 78469-9277 6800 College Blvd,Suite 700 Overland Park KS 66211-1123 913.681-1700 212812014 '(111(1' L'itlISt i):ATF i5>UFt) L_ ��J This certificate is executed li I.ITIER't V MUTUAL IN5URAN(.'P CPPUUP as respects such insurance as is afforded by those Companies NM 772 117-10 LOt CO'268896 02 11 AcORLD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDOJYYYY) 03/03/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-816-421-7788 CONTACT NAME Aubrey Meyer Arthur J. Gallagher Risk Management Services, Inc. PHONE FAX )A/C,No,EMI: (816) 395-8593 (A,C,No). (816) 467-5593 2345 Grand Blvd., Suite 400 E•MAIL aubre me er6a com ADDRESS: Y_ Y 3g• Kansas City, MO 64168 INSURER(S)AFFORDING COVERAGE NAIC- Tanner Burns INSURERA. St Paul Fire and Marine Insurance Co 24767 INSURED INSURER B Garney Holding Company / Garney Companies, Inc. / Garney Construction Company, Inc. / Grimm Construction Company, ? C. Inc. / Weaver Construction Management, Inc. / Encore INSURER0 Construction Group, Inc. - 1333 NW Vivion Road INSURERS: Kansas City, MO 64118 I INSURER F COVERAGES CERTIFICATE NUMBER: 38674028 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRALT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERT'FICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AL). THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LT TYPE OF INSURANCE LIMITS LTR lNSR WVQ POLICY NUMBER (MM;ODI1'YVY} IM IY MlDDYYY} GENERAL LIABILITY EACH OCCURRENCE _..__. .._ . ..___._..._.. __._. __....___.. DAMAGE TO RENTED er. ..,,.SRC!A.3ENERA1.LI.,aIUTY PREMISES;El OCC.R 'TED EX1r -- -=u.-+ PERSONAL::AC,INJURY GENERA',.AGGREGATE S GEN.AGOREGATE 10(17 A=•LIES PER _._.... PRODUCTS-COMP•OP AGG S JECT AUTOMOBILE LIABILITY CO'd6;t+c0 SING:.=.L.I MIT c, 1 ,.,1-, S AuTCS A X UMBRELLALIAB X CC q X X ZUP-1457 8452-13-NF 10/01/13 10/01/14 E,ACH C1GCCRRENCE S15,000,000 EXCESS LIAR C.AP.IS'.1ADE AGGREGATE v 15,000,000 __ X RETENTIONSNONE WORKERSCOMPENSATION 0STATE C?r+.. AND EMPLOYERS'LIABILITY T,i N TORY L1'.11T5 :cR (Mandatory in NH) 81. DISEASE EAEMPLOYDES I' ^rrob DESCAPTiON r` 'ERA a -N3 se'cv. EL DISEASE-POLICY-1%11T - DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101.Additional Rerarks Schedule.U more space IS required) Following Form Primary/Underlying Policies with Liberty Mutual Fire Insurance Company: General Liability including Completed Operations Policy #TB2-641-426942-723 Eft. 10-1-2013/10-1-2014 Auto Liability Policy #AS2-641-426942-713 Eff. 10-1-2013/10-1-2014 Employers Liability/Workers' Compensation Policy #WA2-64D-426942-733 Eff. 10-1-2013/10-1-2014 Following Form Including Blanket Additional Insured, Primary and Non-Contributory and Blanket Waiver of Subrogation as required by written contract. Includes All Work and Operations Performed by insured covered by Primary/Underlying policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Corpus Christi THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Engineering Services ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi, TX 78469-9277 '!,'-- �•'� USA 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD aumeyer 38674828 Policy Number TB2-541-426942-723 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEtvtENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SECTION Ii-WHO IS AN INSURED is amended to include as an insured any person or organization for whom you have agreed in writing to provide liability insurance. But: The insurance provided by this amendment: 1. Applies only to"bodily injury"or"property damage"arising out of(a) your work"or(b) premises or other property owned by or rented to you; 2. Applies only to coverage and minimum limits of insurance required by the written agreement.but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy;and 3. Does not apply to any person or organization for whom you have procured separate liability insurance while such insurance is in effect, regardless of whether the scope of coverage or limits of insurance of this policy exceed those of such other insurance or whether such other insurance is valid and collectible. The following provisions also apply: 1. Where the applicable written agreement requires the insured to provide liability insurance on a primary,excess, contingent,or any other basis,this policy will apply solely on the basis required by such written agreement and Item 4.Other Insurance of SECTION IV of this policy will not apply. 2. Where the applicable written agreement does not specify on what basis the liability insurance will apply,the provisions of Item 4. Other Insurance of SECTION IV of this policy will govern. 3 This endorsement shall not apply to any person or organization for any "bodily injury"or"property damage"if any other additional insured endorsement on this policy applies to that person or organization with h regard to the "bodily injury' or "property damage'. 4. If any other additional insured endorsement applies to any person or organization and you are obligated under a written agreement to provide liability insurance on a primary,excess,contingent,or any other basis for that additional insured,this policy will apply solely on the basis required by such written agreement and Item 4. Other Insurance of SECTION N of this policy will not apply. regardless of whether the person or organization has available other valid and collectible insurance. If the applicable written agreement does not specify on what basis the liability insurance will apply,the provisions of Item 4. Other Insurance of SECTION IV of this policy will govern. • LN20010605 POLICY NUMBER:AS2-641-426942-713 COMMERCIAL AUTO • CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement identifies person(s)or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organizationis): IAny person or organization whom you have agreed in writing to add as an additional insured,but only to coverage and minimum limits of insurance required by the written agreement, and in no event to exceed either the scope of coverage or the limits of insurance provided in this policy. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an"insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an"insured"under the Who Is An Insured provision contained in Paragraph A.1.of Section It - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph 112.of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Co Insurance Services Office, Inc., 2.011 Page 1 of 1 POLICY NUMBER: AS2-641-426942-713 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE f Names)Of Person(s)Or Organization(s): Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us,but only if the contract is executed prior tothe injury or damage occurring. • Premium: $ INCL 'Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER:TB2-641-426942-723 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILUYCOVERAGE PART The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of your ongoing operations or "your work"done under a contract with that person or organization and included in the "products- completed operations hazard`.This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name Of Person Or Organization: As required by written contract or agreement entered into prior to loss Information required to complete this Schedule, if not shown above, will be shown in the Declarations. • CG 24 04 05 09 ©Insurance Services Office, Inc.,2008 Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Not applicable in KY. Schedule Where required by contract or written agreement prior to loss and allowed by law. In the states of Alabama,Arizona,Arkansas,Colorado,Georgia,Indiana, Kansas, Mississippi, Missouri, New Mexico, Oklahoma,South Carolina,West Virginia the premium charge is 0.00%of the total manual premium, subject to a minimum premium of$0 per policy. In the states of Florida, Iowa, Nebraska the premium charge is 1%of the total manual premium subject to a minimum premium of$250 per policy. In the state of NorthCarolina the premium charge is 2%of the total manual premium subject to a minimum premium of$100 per policy. In the state of Tennessee No Premium Charge In the state of Virginia the premium charge is 5.00%of the total manual premium, subject to a minimum premium of$250 per policy. Issued by Liberty Mutual Fire Insurance Corn pany16586 For attachment to Policy No.WA2-640-426942-733 Effective Date Premium$ Issued to Gamey Companies,inc. WC 00 0313 0 1983 National Council on Compensation Insurance. Page 1 of 1 Ed,04/01/1984