Loading...
HomeMy WebLinkAboutC2015-032 - 6/9/2015 - Approved ' Olir 2015-032 6/09/15 '., M2015-056 Clark Pipeline Services CONTRACT DOCUMENTS FOR CONSTRUCTION OF PADRE ISLAND WATER LINE { AND GAS LINE EXTENSION PROJECT NUMBER E10172 } 4 f art t111 IMIrft T1 City of � .,.'.., ,.s �.,O F TF , , Q :� I)Cor us ; � r ..-P 1, .* • Chr. 1 st �J.DOUGLAS MCMULLAN� If .o: 91068 •q.i �, 1 \ii` ENGINEERING ("QJ � 0��`� 2725 Swantner Corpus Christi,TX 78404 (361)854-3101 TBPE FIRM No.:145 TBPLS FIRM No.: 10032400 MARCH 2015 Record Drawing Number GAS - 136 UE Job No.:33760135 00 f 00 91 02 ADDENDUM NUMBER 02 Project: Padre Island Water Line and Gas Line Extension Project Number:E10172 Owner: City of Corpus Christi I OAR: teff Edmonds,P. E. ;�- � ' ` j! 9 .____ ___ - Designer: Urban Engineering—J. Douglas McMullan,P. E. Addendum No. 02 Specification Section: 00 91 02 Issue Date: 04/09/2015 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to I acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. iii Make the additions,modifications or deletions to the Contract Documents described in this 111 Addendum. I Approved by: [Designer] T—)e-'-i-L,e- PA-(:Thf\i\A— -----. L i f 0 9 i 1 C? i Name ) Vat IThis addendum modifies the Measurement and Basis for �� r 9F'T N si! Payment and the Technical Specifications and provides * ** ii.*11 1 clarifications to the bid documents. The following bid . * : a 'j I documents are affected; ,J.DOUGLAS MCMULLAN /tom• 01068 . S 1 '` t t1'F. kN p :t(7 .% 1 Article 1.) Bidding Requirements t p' !C 5`�. �r' �(�� I • 01 29 01 Measurement and Basis for Payment L� ��pHALt1 (�V \ Article 2.)Technical Specifications � `� .U� • 02614 Ductile Iron Pipe and Fittings , Article 3.) Drawings IArticle 4.)Questions and Clarifications I f _ _ .___-__ — [Urban Engineering TBPE Firm No.145j I ARTICLE 1—BIDDING REQUIREMENTS I 1.01 ACKNOWLEDGE ADDENDA — A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Addendum No.02 00 9101 - 1 Padre Island Water Line and Gas Line Extension 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 11 16 INVITATION TO BID-Article 7: w.. 1. The time for receipt of Bids is unchanged, which is Monday, April 13, 2015 at 2:00 pm. 2. The location for the receipt of Bids is unchanged. B. SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT: 1. S. Bid Item F-1, F-2 and H-1 - 18" C905 DR 18 PVC Water Transmission Main, 8-inch Weld Steel Gas Line with FBE Coating 4" schedule 80 PVC MIS conduit Installed By Conventional Trenching: DELETE:2i,Pressure testing and flushing the completed line. All valves and taps required test, and flush main. ADD: 2i. "Hydrostatic testing,sterilizing,dechlorinating and flushing of completed 18- inch line. All blow-off valves tin addition to those shown on the Bid Proposal) and taps required to test, sterilize and flush the transmission main. Contractor is responsible for the disposal of the highly chlorinated water at the conclusion of the sterilization process." ADD:2q."Pressure testing and flushing of the completed 8-inch gas line. All valves(in addition to those shown on the Bid Proposal) and taps required to test,and flush the gas main." 2. T. Bid Item F-3, F-4 and H-2— 18" C905 DR 18 FPVC Water Transmission Main, 8" Welded Steel Gas Line with FBE Coating,4"schedule 80 PFVC MIS conduit Installed by HDD. ADD: 2o. "Hydrostatic testing, sterilizing, dechlorinating and flushing of completed 18-inch line. All blow-off valves (in addition to those shown on the Bid Proposal)and taps required to test,sterilize and flush the transmission main. Contractor is responsible for the disposal of the highly chlorinated water at the conclusion of the sterilization process." ADD:2p. "Pressure testing and flushing of the completed 8-inch gas line. All valves(in addition to those shown on the Bid Proposal)and taps required to test,and flush the gas main." ADD:2q. "Bacteriological testing of the water transmission main. Restoration of property and all disturbed areas not specified elsewhere in the Contract Documents." ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 AMEND TECHNICAL SPECIFICATIONS A. SECTION 02614 Ductile Iron Pipe and Fittings, Paragraph 4.0 Joints, Item 4.1 is changed as follows: DELETE: Joints for fittings shall be mechanical joint complete with mega-lug joint restraint, Joints for pipe shall be push on joints. Addendum No.02 00 91 01-2 Padre Island Water Line and Gas Line Extension • ~~ ADD: "Joints for fittings shall be mechanical joint complete with mega-lug joint restraint. All underground fasteners shall be type 316 stainless steel. Joints for pipe shall be push on joints." B. SECTION 02614 Ductile Iron Pipe and Fittings, Paragraph 5.0 Exterior Coating is changed as follows: DELETE: Pipe and fittings shall have a bituminous coating approximately 1 mil. thick. Buried ductile iron pipe and fittings shall be wrapped in polyethylene meeting AVVVVAC1U5. The polyethylene material shall have an 8 mu , thickness and may be either clear or black. The wrapping shall be lapped in such a manner that all surfaces or pipe and fittings shall have a minimum 6"lap. ADD: "Pipe and fittings shall have a double bituminous coatingiapproximately 2 mil. thick. Buried ductile iron pipe and fittings shall be double wrapped in polyethylene meeting AWWA C105.Thepolyethylene material shall have an 8 mil.thickness and may be either clear or black, The wrapping shall be lapped in such a manner that all surfaces or pipe and fittings shall have a minimum 6" lap." ARTICLE 3—MODIFICATIONS TO THE DRAWINGS 2.01 Sheet 17 of 24 Miscellaneous Details(2) A. ADD:Fusible PVC to PVC Connection Detail 1) ARTICLE 4—QUESTIONS AND CLARIFICATIONS 3D1 CLARIFICATIONS A. Clarification: "The 4-inch PVC pipe will be de-beaded as part of the pipe fusingprocess," 8. Clarification: "The connection between fusible PVC and bell and spigot PVC pipe shall be made with a mechanical joint sleeve with Mega Lugs,as shown on the attached Figure No.1 (see Attachment 1)." END OF ADDENDUM N[\2 � ^ Addendum No.8z 009101' 3 Padre Island Water Line and Gas Line Extension -- . sl I '4111 4 PROVIDE BELL RESTRAINT FOR (3) THREE PIPE JOINTS FROM THE FUSED CONNECTION 4 p 1 18" DR 18 FUSIBLE PVC �j I ° 18" DR 18 PVC��� id I J MECHANICAL JOdNT SI.FEVE WITH MEGA LUGS11 il FUSIBLE PVC TO PVC CONNECTION DETAIL NOT TO SCALE .1 1 4 ,,, 14 i° a Addendum No. Attachment 1 t Wage 1 of 1di 1 fr 9 PADRE ISLAND WATER SUPPLY CORPUS CHRISTI, TEXAS , 1;k1, corpus City o1Ii _ URBAN CONNECTION DETAIL 3 Christi , ENGINEERING ,r,*.,,,,. SCALE: NOTED Y AMS UMW a MOM OAK 11 AWN Km..,,a,�„�.4. DATE. 04/2015 FIGURE NO. 1 "", ••• °° JOB NO. 33760.85.00 O2 IS by Urban EngormiringAMY1 li 00 91 02 ADDENDUM NUMBER 01 � _~ - Project; Padre Island Water Line and Gas tine Extension Project Number:E10172 Owner: Ci of Cor.us Christi Or 1 IOAR: Jerry Shoemaker,P. ~~�� ���' Designer: Urban Engineering—J.Douglas McMullan,P.E. Addendum No. 01 Specification Section: 00 91 02 issue Date: 04/02/2015 Acknowledge receipt of this Addendum In the Bid Form submitted for thls Project Failure to 1 I acknowledge receipt of thls addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. i i Make the additions,modifications or deletions to the Contract Documents described in this Addendum. Approved by: 'Designer) -,ie ., ilida. Ci_q_Q$241.,..(1 Name &de I This addendum replaces the Bid Form Exhibit A in its entirety. It also modifies the Measurement and Basis for ......-.04•NNNN. Payment and the Technical Specifications, addresses ' 011 questions and provides clarifications to the bid documents 7' �.�' _ Thw;uUnvv|n�hiddocummmsa,eaVec�ect ' ! (bo 0 x` • Article 1.)Bidding Requirements � ~ 003001 Bid Form Exhibit A(see Attachment 1) It Ito x /\° O12QO1Keasoementand Bas�for Payment I "� ii. / U� y�rdckvZjT�chn�a5prc5cadonu • 02449|n��|�tk�nofUdUUenbyHuhzon��E%recdon IDrilling;�� • 02640 Installation of Water Pipe Article 3.)Questions and Clarifications . I Article4.)�e�� ��dn� ��� ����ch��t� sign-in ����8 Engineering Nu�� �� ~, _ ��� -' __� i -�________ _- � _ — ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA — A Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. Addendum No.O1 009101'1 Padre Island Water Line and Gas Line Extension 1,02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 0011 16 INVITATION TO BID -Article 7: 1. The time for receipt of Bids is unchanged,which is Monday,April 13,2015 at 2:00 pm. 2. The location for the receipt of Bids is unchanged. B. SECTION 00 30 01 BID FORM EXHIBIT A: DELETE: SECTION 00 30 01 BID FORM EXHIBIT A in its entirety. ADD: SECTION 00 30 01 BID FORM EXHIBIT A in its entirety(Attachment 1). C. SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT: ADD: AA.Bid Item F-17-installation of Concrete Pipe Collars: 1. Payment by Each 2. This item shall be measured by each individual pipe collar installed to provide ballast to submerge the PVC pipe in difficult locations. This item shall Include but Is not limited to furnishing,instantly forms,concrete and stainless steel straps,any other work required to complete this item In accordance with these Contract Documents that are not measured and paid for under another bid item. ARTICLE 2-MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 AMEND TECHNICAL SPECIFICATIONS A. SECTION 02449 Installation of Utilities by HDD-Paragraph 4.0 Submittals: DELETE: 4.03 a.(v)Qualifications of welding Technician(must have experience welding all types and sizes of pipe proposed on this project). ADD: "4.03 a. (v)Qualifications of fusion and welding Technician(must have experience welding all types and sizes of pipe proposed on this project)." DELETE: 4.03 g.(xi)Cleaning of the pipe. ADD: "4.03 g.(xi)Cleaning and disinfection(as applicable)of the pipe." ADD: "4.06 Other submittals as required In Technical Specification Section 05212- Fusible PVC Pipe and 02680 Gas Piping." B. SECTION 02449 Installation of Utilities by HDD-Paragraph 9.0 Execution: DELETE: 9.01 e.(2)Test pipeline after installation. Refer to Technical Specification Section 02680 Gas Piping. ADD: "9,01 e.(2)Test pipeline after installation. Refer to Technical Specification -� Section 02677 Hydrostatic Testing of Pressure Piping and Section 02680 Gas Piping." Addendum No.01 00 91 01-2 Padre[stand Water Line and Gas Line Extension rr C. SECTION 02640 Installation of Water Pipe—Paragraph 4.09 Sterilizing Water Pipe: DELETE: The section paragraph of Subparagraph H Disposal of Super Chlorinated Water: After dechlorination, all super chlorinated water shall be flushed into the existing storm water drainage system,not the street,see also Section 01 57 00, ADD: The section paragraph of Subparagraph H Disposal of Super Chlorinated Water: "After dechlorination,all super chlorinated water shall be flushed into the existing storm water drainage system,not directly to the street,wetlands or environmentally sensitive areas,see also Section 0157 00." ARTICLE 3—QUESTIONS AND CLARIFICATIONS 3.01 QUESTIONS A. Question:"Does the contractor need to maintain the S-ft centerline to centerline separation for the HDD segments?" Answer: "The intent of the plans Is to provide the minimum distances,depths,entry/exit angles and radii for bidding the HDD segments. As Is described in the notes on the plan sheets,the contractor is responsible for the final bore profile design. if the contractor must Increase the pipe horizontal separation and depth to successfully Install the pipe then he will submit this information in his work plan and once the bores are complete he will submit the redline plan and profile information to the Engineer. The maximum distance for pipe separation should be kept to 10-ft centerline to centerline. The contractor shall be responsible for incorporating all changes into the design with no additional cost to the project. The proposed horizontal separation distances must be maintained In the conventional trenching segments" 3.02 CLARIFICATIONS A. Clarification: "We have included a bid item for installation of concrete pipe collars for use in counteracting the effects pipe buoyancy in difficult areas, until the pipe is filled with water,see Bid item F-17 in the revised Bid Form Exhibit A,(Attachment 1). Use of the concrete collars does not eliminate the requirements to Install the pipe as described by the Contract Documents." B. Clarification: "Geotechnical Engineering Study 18-inch Waterline and B-In Gas Line Extension to Aquarius Street,dated March 18,2015 replaces Geotechnical Engineering v Study B-in Gas Line Extension to Aquarius Street,dated March 5,2015. This report is included as Appendix 1 to the Contract Documents,see Attachment 2 of this addendum." C. Clarification: "The TxDOT permits and GLO License Agreement were finalized and received from the Agencies last week. They are Included as Appendices 3 and 4 to the contract documents,see Attachment 3 and 4 of this addendum. END OF ADDENDUM NO.1 Addendum No.01 00 41 01-3 Padre bland Water Line and Gas Line Extension ATTACHMENT 'I BID FORM EXHIBIT A I ADDENDUM No. 1 ATTACHMENT Noe 1 PAGE 1of4 00 30 01 BID FORM EXHIBIT A 00 30 01 BID FORM EXHIBIT A Project Name: Padre Island Water Line and Gas Line Extension Project — Number: E10172 Owner: City of Corpus Christi Bidder: OAR: Designer: Urban Engineering .411 Basis of Bid EST. Item DESCRIPTION UNIT QUANTI UNIT PRICE EXTENDED TY AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 'r$ $ A2 Pre-Construction Exploratory LS 1 $ $ - f A3 Install and Remove Silt Fence _ LF 6940 $ $ A4 Traffic Control LS 1 $ - $ A5 Stormwater Pollution Prevention Plan LS 1 5 - $ A6 Trench Safety IF 3470 $ - $ !. A7 Trench Safety EA 6 5 - $ A8 Well PointingLF 3470 '5 - $ A9 Construct Horizontal Directional Drill Pads EA 4 $ $ A10 Remove and Replace Trees EA 8 $ S SUBTOTAL PART A-GENERAL(Items Al thru A10) $ Part B•STREET IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 8" Flexible Base SY 60 $ - $ - , B2 2"HMAC SY 60 5 - $ B3 6"Concrete Pavement SF 2700 $ - $ B4 Cement Stabilized Sand CY 95 S - S I . B5 Seeding SY 7340 S - $ B6 Landscaping LS 1 $ - $ 87 Remove and Replace Wooden Bollard Fence FT 1450 5 - $ B8 Disposal of Contaminated Soil CY 50 $ $ SUBTOTAL PART B-STREET IMPROVEMENTS(Items 81 thru 88) $ Part F-WATER IMROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) I18h C3b5 DR 18 PVC Water Transmission Main by Fi Conventional Trenching LF IF 3260 $ - 5 - 4"MIS Schedule 80 PVC Conduit(incl. 2,500 lb to L000 Ib F2 LF Tape)by Conventional Trenching LF 3240 S - S 1$'�C905 DR-18 Fusible PVC Water Transmission Main F3 Installed by HDD IF 930 $ - $ - 1 Bid Form Exhibit A ADDENDUM No. 1 Page 1 of 3 Padre Island Water Line and Gas Line Extension - Project E10172 ATTACHMENT No.1 N[v 10-14 zoic PAGE 2 of 4 00 30 01 BID FORM EXHIBIT A s EST. Item DESCRIPTION UNIT QUANTI UNIT PRICE EXTENDED 1Y AMOUNT 4" MIS Schedule 80 Fusible PVC Conduit (incl. 2,500 fb to F4 5. 000 lb Mule Tape) Installed by HDD LF 930 $ F5 Tie-In to Existing 18" PVC Water Transmission Main _ EA 1 5 - $ F6 Tie-In to Existing 4" PVC MIS Conduit EA 1 S - $ - I F7 18"45 Degree Bends(M1) EA 6 5 $ F8 18" 22.5 Degree Bends(M1) EA 2 $ - $ - F9 18" 11.25 Degree Bends(M1) EA 6 5 - $ 110 4"45 Degree Bends EA 6 $ $ F11 4" 22,5 Degree Bends EA 2 $ - $ F12 4" 11.25 Degree Bends EA 6 $ $ F13 2"Air Release/Vacuum Valves and Valve Chamber EA 2 $ - S - F14 18" Gate Valves(M1)and Valve Box EA 4 $ - $ F15 Concrete Polymer Pull Boxes EA 9 $ - $ - F16 Metal Posts with Signs EA 9 $ - $ F17 Concrete Pipe Collars EA 100 $ - _ $ - SUBTOTAL PART F-WATER IMPROVEMENTS(F1 THRU F16) $ Part H-GAS IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 8" Welded Steel Gas Line with F8E Coating Installed by H1 Conventional Trenching LF 3330 $ $ 8"Welded Steel Gas line with FOE Coating H2 Installed by HDD LF 1330 $ H3 Tie-In to Existing 8" Steel Gas Line LS 2 $ - $ H4 Tie-in to Existing 6" Steel Gas Line LS 1 $ - $ H5 8"45 Degree Bends(Welded) EA 13 _ 5 $ H6 8" 22.5 Degree Bends(Welded) EA 2 5 - $ - - H7 8" 11.25 Degree Bends (Welded) EA 8 $ $ H8 8"Tee (Welded) EA 1 5 $ H9 8'Valves(Welded) _ EA 1 $ $ H10 Metal Posts with Signs EA 5 v$ - - $ - SUBTOTAL PART H-GAS IMPROVEMENTS(H1 THRU H10) $ - Part I-ALLOWANCES(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) 11 Utility Allowance LS 1 1 _ $ 20,000.00 $ 20,000.00 SUBTOTAL PART I•ALLOWANCES(I1 THRU 11) $ 20,000.00 I Bid Form Exhibit A 1 ADDENDUM No. 1 Page 2 of 3 111 Padre Island Water Line and Gas Line Extension-Project E10172LATTACHMENT No. 1 REV 10-14-2014 PAGE 3 of 4 I 003801 BID FORM EXHIBIT A EST. EXTENDED Item DESCRIPTION UNIT QUANTI um/Tp8/cc AMOUNT � ^ - ' - ' BID SUMMARY SUBTOTAL PART A GENERALU�emsA1 �hruAlO) q� ' 'SUBTOTAL ° . 5U8TOTALPAHT8 STREET IMPROVMENTS (ItemsQ1thmB8) SUBTOTAL PART F - WATER IMPROVEMENTS (Items Fl thru 117) 6 SUBTOTAL PART H GAS IMPROVEMENTS(Items Hi thru H10) SUBTOTAL PART I ALLOWANCES (Items Ii thru 20'000.00 U — ' U TOTAL PROJECT � ~ � - ~~ V Contract Times Bidder agrees to reach Substantial Completion fl 90 days Bidder agrees to reach Final Completion in 120 days Bid _ � Fonn ExhibhA ADDENDUM No. 1 Page 3 of 3 Padre Island Water Line and Gas Line Extension - Project E10172 ATTACHMENT No,1 REV 10-14-2014 ~~ | PAGE 4 of 4 ATTACHMENT 2 GEOTECHNICAL REPORT be tow Moo ADDENDUM No..1 h ATTACHMENT No,2 PAGE 1 of 35 I pp pp APPENDIX 1 Geotechnical Report I I ApDENDUM Nt�, ATTACHMENT No 2 P ,�,E1pf35 I t' . , .4 1 , ., . „ , :,;,,...,:e ,. .. - I 2$ 0 , ngmeel s In , , . _ ...... , 9 "16'. i''..,' ..,..... _ ' \ „, Th t;EOT147,CHNICAL ENGINEER1NC STI 1IN' , , 18-inch NVATEIZEINE and S-in GAS 1_INE, EX') 1,1NS1()N TO , —v . ... i AQUAR1S Srl'REE r ,-.., • m• 4. .. 1 ..' CORPUS(IIRIS'1'1, TEXAS ,----.,7–r...,,,,. / Prt,pareil tt,r C rhlin Engineering °,•,..,,, , :',,,. 0..77'; , .•,, -, ' P. O. Box 6355 . tut,* • tl i 1 2725 S$%atitner Street '10' Corpus Christi,Texas 7841)4 .100.0*n , m Prepared hj . Tolunay-iNong Engineers, Inc. .! :': igi ' :,..1• . 826 South Padre Island 11,rive Corpus Christi,Texas 78416 March 18, 2015 ., Ilk Project No. 14.53.1)53 I Report No. 4018 1p . i ... , •.. . ._ ... . . . Geotecinical Engineering • I Environmental Consulting 0e Construction Materials Testing . . Deer) Foundations Testino , I Tolu nay-Wong Engineers, Inc. 826 South Padre Island Drive • Corpus Christi,Texas 78418 • Phone(361)884-5050 • March 18,2015 Urban Engineering P. 0. Box 6355 2725 Swantner Street Corpus Christi,Texas 78404 Attn: Mr. J. Doug McMullan, P.E. dougm@urbaneng.com Ref: Geotechnical Engineering Study 18-in Waterline and 8-in Gas Line Extension to Aquarius Street Corpus Christi,Texas TWE Project No. 14.53.053/Report No. 40 I 8R1 Dear Mr. McMullan, Tolunay-Wong Engineers, Inc. (TWE)is pleased to submit this report of our geotechnical engineering study for the above referenced project. This report contains a detailed description of the field program and laboratory services performed for this geotechnical engineering study as well as soil boring logs to, including tabulated laboratory test results. Also included in this report are our geotechnical design and construction recommendations for an I 8-in water line, 8-in gas line, and 4-in MIS conduit extension from the termination point of the Padre Island Water Supply project to Aquarius Street in Corpus Christi,Texas. We appreciate the opportunity to work with you on this phase of the project and look forward to the opportunity of providing additional services as the project progresses. If you have any questions or comments regarding this report or if we can be of further assistance,please contact us. Sincerely, TOLUNAY-WONG ENGINEERS,INC. OP 4%06 74{ 1,0t# 4144/ * * 21111V1144,1111111 Raul A. Saavedra, E.I.T. Don R. Rokohl, P.E. Project Engineer Branch Manager 65150 - • RAS/DRR/ras TWE Protect No 14 53 053R1 ADDENDUM No. Report No.4018 ATTACHMENT No. 2. PAGE 3 of 35 i ., TABLE OF CONTENTS 1 INTRODUCTION AND PROJECT DESCRIPTION 1-1 LI Introduction 1-1 1.2 Project Description 1-1 1 2 PURPOSE AND SCOPE OF SERVICES 2-1 3 FIELD PROGRAM 3-1 3.1 Soil Borings 3-1 3.2 Drilling Methods 3-1 3.3 Soil Sampling 3-1 3.4 Boring Logs 3-1 3.5 Groundwater Measurements 3-2 4 LABORATORY SERVICES 4-1 I 4.1 Laboratory Testing Program 4-I 5 SITE CONDITIONS 5-1 5.1 General 5-1 5.2 Site Description 5-1 5.3 Subsurface Conditions 5-1 5.4 Subsurface Soil Properties 5-1 I 5.5 Groundwater Observations 5-2 5.6 Shrink /Swell Potential 5-2 I 6 GEOTECHNICAL RECOMMENDATIONS 6-1 6.1 Braced and/or Sloped Excavationss 6-1 6.2 Drilling Pad Construction 6-2 1 6.3 Horizontal Boring Influence on Adjacenet Structures 6-2 6.4 Subsurface Dewatering 6-3 6.5 Pipeline Bedding and Backfilling 6-3 1 6.6 Soil Corrosion Potential 6-4 6.7 Pavement Subgrade Reconstruction 6-6 7 CONSTRUCTION CONSIDERATIONS 7-1 1 7.1 Subgrade Preparation and Structural Select Fill 7-1 7.2 Drainage 7-1 8 LIMITATIONS AND DESIGN REVIEW 8-1 II 8.1 Limitations 8-1 8.2 Design Review 8-1 8.3 Construction Monitoring 8-1 8.4 Closing Remarks 8-1 I 3 i- - -, - TWE ADDENDUM No, 1 Proje,:t No. 14 53 053R1 1 ATTACHMENT No. 2 Report No 4018 wo. PAGE 4 of 35 ma TABLES AND APPENDICES TABLES a Table 4-1 Laboratory Testing Program 4-1 to Table 5-1 Groundwater Level Measurements 5-2 Table 5-2 General Relationship Between P1 and Shrink/Swell Potential 5-2 Table 6-1 Results of pH and electrical Resistivity Tests 6-4 Table 6-2 Corrosion Potential by Electrical Resistivity 6-5 Table 6-3 Corrosion Potential by pH and Electrical Resistivity 6-5 Table 7-1 Compaction Equipment and Maximum Lift Thickness 7-1 APPENDICES Appendix A: Soil Boring Location Plan TWE Drawing No. 14.53.053-1 Appendix B: TWE Logs of Project Borings and a Key to Terms and Symbols used on Boring Logs I 1 I r uIL ADDENUM No.1 TVVE ATTACHMENT No.2 Project No 14.53 053R1 PAGE 5 of 35 Report No 4018 I INTRODUCTION AND PROJECT DESCRIPTION 1.1 introduction This study for an 18-in water line and 8-in Gas Line Extension in Corpus Christi, Texas was authorized by Mr. J. Doug McMullan, P.E. on behalf of Urban Engineering on November 1 I, 2014. Our geotechnical engineering study was conducted in accordance with TWE Proposal No. P14-0044 dated May 21,2014. 12 Project Description Based on information provided by the City of Corpus Christi and Urban Engineering, we understand that the project involves the construction of an 8-inch gas line from the termination point of the Padre Island Water Supply project, located along the JFK Causeway, to Aquarius St., on Padre Island in Corpus Christi, Texas. The I 8-in water line, 8-inch diameter steel gas line, and 4-in MIS conduit is approximately 4,650 linear feet and is to be installed by conventional trenching and horizontal directional drilling (HDD). The ulitilies will be located in the Texas Department of Transportation (TxDOT) right of way (ROW) parallel to the existing edge of pavement, approximately 45-ft to 5541 from the edge of pavement and buried with 4-ft of cover. 1 About 1000-11 of the proposed utilities will be installed below an existing waterway using HDD. I I I I I ADDENDUM No 1 TWE 1-1 ATTACHMENT No. 2 I Project No 14 53 053R1 PAGE Report No 4018 6 of 35 I 1 2 PURPOSE AND SCOPE OF SERVICES The purposes of our geotechnical engineering study were to investigate the soil and groundwater conditions within the project site and to provide geotechnical information needed to assist the Client in the design and construction of the gas supply line installation. Our scopes of services were categorized into three major areas: field program, laboratory testing, and engineering and analysis/report preparation. Our scope of services performed for the project consisted of: 1. Drilling five (5) soil borings along the pipeline alignment to evaluate subsurface stratigraphy and groundwater conditions; 2. Performing geotechnical laboratory tests on recovered soil samples to evaluate the physical and engineering properties of the strata encountered; 3. Providing geotechnical design recommendations for conventional open trenching, HDD, and corrosion potential of soils encountered in the borings; 4. Providing geotechnical construction recommendations including site and subgrade preparation, excavation considerations, fill and backfill requirements, compaction requirements, foundation installation and overall quality control monitoring, testing and inspection guidelines. Our scope of services did not include any environmental assessments for the presence or absence of wetlands or of hazardous or toxic materials within or on the soil, air or water within this project site. Any statements in this report or on the boring logs regarding odors, colors or unusual or suspicious items or conditions are strictly for the information of the Client. A geological fault study was also beyond the scope of our services associated with this geotechnical engineering study. L L ADDENDUM No. 1 prod No. 53053R1 2-1 ATTACHMENT No.2 Report No 4018 PAGE 7 of 35 3 FIELD PROGRAM Isi 3.1 Soil Borings I TWE conducted an exploration of subsurface soil and groundwater conditions at the project site on December 8 and 9, 2014 by drilling, logging and sampling five (5) soil borings, one (1) to a I depth of 10-ft, two (2) to a depth of 40-ft, and two(2) to a depth of 65-ft below grade at the site, 'lite soil boring locations are presented on TWE Drawing No. 14.53.008-1 in Appendix A of this report. Drilling and sampling of the soil borings was performed using conventional truck- I mounted drilling equipment. Our field personnel coordinated the field activities and logged the boreholes. 111 3.2 Drilling Methods Field operations were performed in general accordance with Standard Practice for Soil Investigation and Sampling by Auger Borings I American Society for Testing and Materials (ASTM) D 14521. The soil borings were drilled using conventional truck-mounted drilling equipment with a rotary head. The boreholes were advanced using dry-auger and hollow-stem I drilling methods. The borings are dry-augered using a continuous flight auger within a hollow- stem auger to advance the boreholes. Typically, samples were obtained continuously at intervals of 2-ft from existing ground surface to a depth of 12-fl, at the 13-11 to 15-ft depth interval, and at I 5-ft intervals thereafter. 3.3 Soil Sampling I Soil samples were collected with the standard penetration test (SFr) sampler driven 18-in by blows from a 140-lb hammer falling 30-in in accordance with the Standard Test Method for 111 Standard Penetration Test (SPT) and Spilt-Barrel Sampling of Soils (ASTM D 1586). The number of blows required to advance the sampler three(3)consecutive 6-in depths are recorded for each corresponding sample on the boring logs. The N-value, in blows per foot, is obtained from SPTs by adding the last two (2) blow count numbers. The compactness of cohesionless and semi-cohesionless samples are inferred from the N-value. The samples obtained from the split- barrel sampler were visually classified, placed in moisture sealed containers and transported to our laboratory. The recovered soil sample depths with corresponding SPT blowcounts are presented on the I boring logs in Appendix B. I 3.4 Boring Logs I Our interpretanons of general subsurface soil and groundwater conditions at the soil boring locations arc included on the boring logs. Our interpretations of the soil types throughout the ' 1 1 • . M No 1I ATTACHMENT No.? !Project No 14 53T0W53RE1 3.1 PAGE 8 of 35 ! Report No 4018 INS C boring depths and the locations of strata changes were based on visual classifications during field sampling and laboratory testing in accordance with Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) (ASTM D 2487) and Standard Practice for Description and Identification of Soils (Visual-Manual Procedure) (ASTM D 2488). The boring logs include the type and interval depth for each sample along with their corresponding SPT blowcounts. The boring logs and a key to terms and symbols used on boring logs are presented in Appendix B. 3.5 Groundwater Measurements Groundwater level measurements were attempted in the open boreholes during drilling. Water level readings were attempted in the open boreholes when groundwater was first encountered and after about a fifteen (15) minute time period. The groundwater observations are summarized in Section 5.5 of this report entitled "Groundwater Observations. " I C I I I I I I I A131.)tiNUUM 110. 1 TWE 3-2 ATTACHMENT No.2 Proiect No 14 53 053R1 I Report No 4018 PAGE 9 of 35 4 LABORATORY SERVICES A laboratory testing program was conducted on selected samples to assist in classification of the soils encountered within the project borings and to evaluate the physical and engineering properties of the strata encountered within the project site. 4.1 Laboratory Testing Program Laboratory tests were performed in general accordance with ASTM International standards. The types and brief descriptions of the laboratory tests performed are presented in Table 4-1 below. Table 4.1 Laboratory Testing Program Test Description Test Method Amount of Material in Soils Finer than No. 200 Sieve ASTM D 1140 Water(Moisture)Content of Soil ASTM D 2216 Liquid I imit, Plastic I,imit and Plasticity Index of Soils ASTM D 4318 1 Electrical Resistivity of Soils ' ASTM G 57 Amount of Materials in Soils Finer than No, 200 (75-um) Sieve (ASTM D 1140) This test method determines the amount of materials in soils liner than the No. 200 (75-pm) sieve by washing. The loss in weight resulting from the wash treatment is presented as a percentage of the original sample and is reported as the percentage of silt and clay particles in the sample. Water(Moisture) Content of Soil by Mass(ASTM D 2216) This test method determines water (moisture) content by mass of soil where the reduction in mass by drying is due to loss of water. The water (moisture) content of soil, expressed as a percentage, is defined as the ratio of the mass of water to the mass of soil solids. Moisture content may provide an indication of cohesive soil shear strength and compressibility when compared to Atterberg Limits. Liquid Limit, Plastic Limit and Plasticity Index of Soils (ASTM 0 4318) This test method determines the liquid limit, plastic limit and the plasticity index of soils. These tests, also known as Atterberg limits, are used from soil classification purposes. They also provide an indication of the volume change potential of a soil when considered in conjunction with the natural moisture content. The liquid limit and plastic limit establish boundaries of consistency for plastic soils. The plasticity index is the difference between the liquid limit and plastic limit. Soil properties including moisture content, Atterberg limits, grain size distribution, pH, and penetration resistance are presented on the project boring logs in Appendix 13. I ADDENDUM No. 1I TWE Protect No. 14.53 053R1 4-1 ATTACHMENTiNo, 2 Report No 4018 Eo f 35 5 SITE CONDITIONS 5.1 General Our interpretations of soil and groundwater conditions within the project site are based on information obtained at the soil boring locations only. This information has been used as the basis for our conclusions and recommendations included in this report. Subsurface conditions could vary at areas not explored by the soil borings. Significant variations at areas not explored by the soil borings will require reassessment of our recommendations. 5.2 Ms Description II The project site is located along the JFK Causeway between Flour Bluff and Padre Island in Corpus Christi, Texas. The project site is on Texas Department of Transportation (TxDOT) right of way (ROW). The surface conditions include very sandy soils covered by native vegetation. The site is generally flat but gently slopes towards the Laguna Madre and barge canal. 5.3 Subsurface Conditions The generalized soil profile encountered in the project borings consisted of very loose to dense granular cohesionless and near cohesionless soils (SP-SM, SP-SC, SP, SC)and very soft to very stiff sandy lean clay (CL). These soils were encountered to the completion depths of the borings at depths of 10-ft, 40-ft, and 65-ft. Detailed descriptions of the soils encountered at the boring locations are presented on the boring logs in Appendix B. 5.4 Subsurface Soil Properties 111 In-situ moisture contents from tests on selected samples ranged from 11% to 59%. Results of Atterberg Limits tests on selected samples indicated liquid limits ranging from 32 to 49 with plasticity indices ranging from 18 to 30. The amount of materials finer than the No. 200 sieve on selected samples within the cohesive soil strata ranged from 3%to 85%. I I A DE ND tiM ;84o 1 TWE ATTACHMENT No.2 Project No.14 53 053R1 5- Report No.4018 PAGE 11 of 35 5.5 Groundwater Observations Groundwater level measurements were attempted in the open boreholes when groundwater was first encountered during drilling and after about a fifteen (15)minute time period. Groundwater measurements obtained from the project borings are presented in Table 5-1 below. Table 5-1 Groundwater Level Measurements BBoring Free Water Depth , Static Water Depth oring Completion encountered during = after 15 minute Identification Depth Dry-Auger Drilling waiting period 13-2 10-11 13-3 65-ft 5.9-ft 3.5-ft 13-4 65-ft 4.2-ft 4.0-ft _ 13-5 40-ft 6.1-ft 4.1-ft 40-ti 10.3-11 8.9-11 Free water was not encountered in boring 13-2. Groundwater levels could fluctuate with climatic and seasonal variations as well as tidal changes and should be verified before construction. Accurate determination of static groundwater levels is typically made with standpipe piezometers. Installation of a standpipe piezometer to evaluate long-term groundwater conditions was not included in our scope of services. 5.6 Shrink / Swell Potential The tendency for a soil to shrink and swell with change in moisture content is a function of clay content and type which are generally reflected in soil consistency as defined by Atterberg Limits. A -9s generalized relationship between shrink/swell potential and soil plasticity index (P1) is shown in Table 5-2 below. Table 5-2 General Relationship Between PI and ShrinklSwell Potential P.I. Range Shrink/Swell Potential 0- 15 Low 15 - 25 Medium 25- 35 High >35 Very High A it I TWE ATTACI-IMFNT No.2 Project No 14 53 053R1 5-2 Report No 4018 PAGE 12 of 35 I The amount of expansion that will actually occur with increase in moisture content is inversely related to the overburden pressure. Therefore, the larger the overburden pressure, the smaller the amount of expansion. Near-surface soils are thus susceptible to shrink/swell behavior because they experience low amounts of overburden. Shrink/swell behavior is normally considered to be limited to the upper 10-ft of the various soil formations in the Coastal Bend Zone of Texas. Overall, the soils in the upper 10-ft at this site possess low shrink/swell potential. C C C I C C ADOtNIDUTTITO7r- TWE ATTACHMENT No.2 Project No 14 53 053R1 5-3 Report No 4018 PAGE 13 of 35 6 GEOTECHNICAL RECOMMENDATIONS The project consists of installation of an 18-in water line, 8-inch natural gas pipeline, and a 4-in MIS conduit from the termination point of the Padre Island Water Supply project to Aquarius Street in Corpus Christi, Texas. The project will involve approximately 4,650-ft of utilities installed by conventional trenching and horizontal directional drilling (HDD). The utilities will be located in the Texas Department of Transportation (TxDOT) right of way (ROW) parallel to the existing edge of the JFK Causeway pavement, approximately 45-ft to 55-ft from the edge of pavement and buried with 4-ft of cover. About 1000-ft of the gas line will be installed below an existing waterway (barge canal) using HDD. The project site consist of very loose to dense granular cohesionless and near cohesionless soils (SP-SM, SP-S(, SP, SC) and very soft to very stiff sandy lean clay (CL) with a relatively shallow groundwater level. Recommendations for conventional open trenching, HDD, and corrosion potential of soils encountered at the site, as well as construction considerations are presented in the sections below. 6.1 Braced and/or Sloped Excavations This section provides consideration of sloped and/or braced excavation for open trenching at this site. The soils at the site are largely sandy, nearly cohesionless, saturated materials, which are subject to sloughing and caving during excavation and/or boring. Therefore,excavations in these soils must be sloped or braced for protection of personnel and equipment. Based on previous experience with similar soil and site conditions, shallow excavations less than about three (3) feet in depth may be excavated to a uniform slope of 2 to 2.5 horizontal to 1 vertical (2-2.5f1:1V) or flatter. For excavations greater than three (3) feet deep, due to weaker soils and presence of subsurface water below this depth, a slope of 3H IV or flatter will probably be required, Many locations are expected to require slopes of 3H:1V or flatter as the excavations are deepened due to significant reduction of soil strength at these locations. The contractor's competent person should inspect all excavations on a continuous basis and take appropriate safety measures including the use of trench shields and sloped excavations. Groundwater can reduce slope stability and require flatter slopes. Slopes should be continuously inspected during construction for signs of sloughing and /or movement. If these conditions develop,the slopes should be flattened immediately. We recommend that OSHA standards be observed. For excavations in the proximity of existing facilities,care must be taken to minimize damage to the facilities due to possible settlement or loss of foundation support. Surcharge loads placed near the top of slopes are not accounted for in the discussions above. If surcharge loads are located near the top of slopes,the slopes should be flattened. 1 When confined right-of-way or site conditions will not allow sloped excavations,trench shields may be required for trench safety. Trench shields (i.e., mobile trench boxes) should be used in any TWE ADDENDUM No. 1 Project No 14 53053R1 6-1 ATTACHMENT No.2 Report No 4018 PAGE 14o1 35 its excavation deeper than about 3 feet and not properly sloped. An apparent earth pressure diagram for the sands encountered in the borings is presented on Appendix C. The apparent earth pressures are based on the lateral earth pressure theory presented by Peck. The apparent earth pressures assume that the trench will be dewatered, if necessary, and they do not account for surcharge loads from equipment or structures adjacent to the trench. Surcharge loads should be taken into account, if present. TWE should be contacted for further recommendations if trench dewatering is not used. Positive drainage away from excavations should be established to avoid surface water from ponding within the excavations., Excavations should be dewatered to a depth of several feet below the anticipated bottom otherwise the excavations may be unstable due to the highly permeable nature of the sandy soils and the relative shallow subsurface water level. Specific subsurface dewatering information is provided below. 6.2 Drilling Pad Construction The allowable bearing capacity for the surface of the drilling pads is 1,500 psf. This is for foundations with widths equal to or more than 1.5 feet and less than 10 feet and lengths equal to or less than 25 feet. The allowable bearing capacity contains a factor of safety of 3.0. Based on the parameters above, foundations settlement should be less than one inch, assuming that the foundations will be present less than about 3 months. Allowable side slopes of three horizontal to one vertical (3H:IV) should be suitable for construction of the drilling pads. The plan dimensions of the drilling pads should be at least 5 feet larger than the largest foundation. This will result in foundations at least 5 feet from the top of slopes. These parameters are based on the drilling pads being constructed in a controlled manner. The fill should be placed and compacted as indicated in Section 4.3 of the report. 6.3 Horizontal Boring Influence On Adjacent Structures it is our understanding that the horizontal directional drilling (HOD) method is planned to be used for line installation below the existing water way. The influence of HDD on existing infrastructure (bridges) will depend upon the proximity of the boring to the structures. We understand that typically the HDD process uses drilling fluid (mud) to control and prevent sloughing and caving during drilling and drilling fluid will be use in this application. If drilling fluid with the consistency and weight to control and prevent caving is used during drilling, then the influence of horizontal borings on adjacent structures should not be significant. However,if an open boring is left without drilling fluid for even a short period, the boring would be expected to have some caving and begin collapsing, possibly resulting in severe adverse effects on existing structure. In this situation, a minimum separation distance of 20 feet should be used between existing structures and the HDD borings. C TWE ADDENDUM No 1 i Project No 14 53 053R1 6-2 ATTACHMEN1 No. 2 Report No.4018 PA. 1. 15 of 35 6.4 Subsurface Dewatering Subsurface water was encountered in 4 of 5 borings during our field activities. Subsurface water was encountered at depths of about 4 feet during drilling and after a waiting period of about 10 minutes. Significant subsurface water is anticipated during excavation, particularly below a depth of about 4 feet. Uplift of sands in the bottom of excavations is very likely to occur resulting in development of a "blowout" condition in the excavation bottom. Based on the gradation of the shallow sands and our experience with previous projects in similar soil and subsurface water conditions, well points or deep pumping wells may be required to maintain dry, stable excavations. The well point system or deep pumping wells should be designed to lower and maintain the water level to below the bottom of the excavations during construction. If well points or deep pumping wells are used, the effects of the lowered, water level on surrounding structures must be taken into account during design and construction. An alternate to dewatering with well points or deep pumping wells is the use of water-tight sheet pilling driven below the water bearing strata into an underlying less permeable clay stratum. However, due to the inconsistent depth and thickness of the impermeable clay layers, the use of sheet piling for this purpose may not be feasible. A dewatering contractor should evaluate the feasibility of dewatering for this project. 6.5 Pipeline Bedding and Backfilling The natural gas line should be placed on a stable and firm bedding material to provide uniform support and limit settlement. A minimum thickness of bedding material of 8-in to 12-in below the pipe and 8-in to 12-in on the sides of the pipes should be used. The bedding material should consist of a clean gravel meeting gradation for ASTM 0 448-03 No. 68 with a percent of material finer than the No. 200 sieve of less than 5 percent and a Unified Soil Classification System (USCS) designation of GW or GP. The material should not contain more thanl 50 ppm soluble chlorides. In lieu of clean gravel, the bedding material may consist of sand with a percent of material finer than the No. 200 sieve of less than 8 percent and a Unified Soil Classification System (USCS) designation of SW, or SP or SW-SM, or SP-SM, or SW-SC, or SP-SC. The material should not contain more than 150 ppm soluble chlorides. On-site sands may also be used as bedding material provided they meet the requirements given above. The bedding material should be placed with maximum 8-inch thick loose lifts and compacted to a minimum density of 95 percent of the maximum density determined by ASTM D 698. As an alternate to clean gravel or sand, flowable backfill material or lean grout mixtures can be used below and surrounding the pipeline. 'the flowable backfill or grout should be extended at least a foot above the top of the water level. I TWE ADDENDUM No. 1 Project No. 14 53 053R1 6-3 ATTACHMENT No. 2 Report No 4018 PAGE 1.6 of 35 E ESubsequent backfill above properly compacted bedding material can consist of on-site excavated sands provided the backfill material does not contain any rocks larger than 2 inches and any E other deleterious or objectionable matter. The backfill should be place with maximum 8-inch thick loose lifts; moisture conditioned to ±3 percent of optimum moisture, and compacted to a minimum density of 90 percent of the maximum density determined by ASTM D 698. 6.6 Soil Corrosion Potential I The corrosion potential for buried metal (steel,cast iron, ductile iron, etc.) in direct contact with the soils and/or subsurface water at the site has been evaluated for this study. The pH and electrical resistivity were determined using samples of soils obtained from the site.The results of r these tests are presented in Table 6.1 Table 6.1 Results of pH and Electrical Resistivity Tests Boring No. Depth p'1 Electrical Resistivity (ohms-cm) B-3 4.0' -6.0' 7.71 --- - B-3 6.0' - 8.0' --- 95 13-4 8.0' — 10.0' 7.99 --- 13-4 10.0' — 12.0' --- 30 — B-5 10.0' - 12.0' 8.70 --- B-5 13.0' — 15.0' --- 240 B-6 2.0' —4.0' — . B-6 0.0 •- 2.0' --- 17,000 1 TWE 6-4 ADDENDUM N0 1 Projed No. 14 53 053R1 ATTACHMENT No. 2 PAGE 17 of 35 ... _ ..... eport No.4018 I Typical published tables for soil box resistivities with correlation to corrosion potential to metal objects are provided in Table 6.2. Table 6.2-Corrosion Potential by Electrical Resistivity (`alegoi) �c,il i3t�1 !.c-tsU -ii4' U'ot'ti'o>tentiali 0 Ohms/cm Metallic Objects 1 <500 Very High ' u , 2 500-750 High 3 750-1000 Moderate 4 1000-1250 Low to Moderate ._.5 1250-1750 Low t� >1750 Very Low The corrositivity potential of the soil matrix is dependent on the soil p11 as well as the resistivity. Table 6.3 represents a numerical chart for determining the total probability for corrosive attack of soils on buried metallic objects. Table 6.3—Corrosion Potential by pH and Electrical Resistivity Soil Box Resistivity (ohm-cm) Acidity pH >3000 1500-300 900-1500 e 900 >6.8 4 4 4 3 33 3 2 2 2. 2 1 1 1 1 1 6.0-6.8 3 3 3 3 3 3 3 3 2 2 2 2 1 1 1 1 5.0-6.0 2 2 2 2 2 2 - 2 2 2 . 2 2 2 2.. 2 2 2 <5.0 1 1 1 1 1 1 1 1 2 2 2 2 1 1 1 1 1- Highly Corrosive 2-Moderately Corrosive 3- Slightly Corrosive 4-Non Corrosive The test results indicate that the soils at the site can be characterized as highly corrosive to any I buried metals in direct contact with the on-site soils and/or subsurface water. Further, since seawater and/or brackish water is in the ground at the site,buried metals(steel,cast iron,ductile I ADH NUUN1 No.1 _., Project No.14 53E 6-5 ATTACHMENT No.2 Report No.4018 PAGE iB of 35 I C iron, etc.) in direct contact with the on-site soils or subsurface water should be protected from corrosion. 111 6.7 Pavement Subgrade Reconstruction We understand that the pipeline will be installed across several business driveway using the cut and cover method. This will require reconstruction of pavement subgrades. We are providing recommendations for subgrade reconstruction as requested. Compaction of the backlitl materials in the driveways is critical to help reduce backfill settlement. Backfill materials should be compacted to at least 95 percent of the maximum density determined by ASTM D 698 within the range of±3% of the optimum moisture content. The backfill material should be placed in maximum 8-inch loose lifts. We understand that City of Corpus Christi specifications for pavement subgrade reconstruction above buried lines require installation of 36 inches of cement stabilized sand below the reconstructed pavement section. The cement stabilizes sand should be placed above compacted and tested backlitl materials in 8-inch lifts, loose measure, and compacted to at least 95 percent of the maximum density determined by ASTM D 698 within the range of 0 to±3 percent of the optimum moisture content. Construction of the pavement section can then be completed in accordance with City's specifications. I I I I C I TVVE ADDENDUM No 1 Project No 14 53053R1 66 ATTACHMENT No. 2 PAGE 19 of 35 Report No 4018 7 CONSTRUCTION CONSIDERATIONS 7.1 Subgrade Preparation and Structural Select Fill Proper site drainage should be maintained during construction so that ponding of surface runoff does not occur and cause construction delays and/or inhibit site access. Due to the nature of the subgrade, the shallow soils can become wet and pump. If this condition occurs,the soils should be excavated, aerated to dry, and replaced with adequate compaction. Consideration can be given to removal and replacement of the wet material with structural fill material. The maximum loose thickness for each lift will depend on the type of compaction equipment used. Recommended fill layers are summarized in Table 7-1 below. Compaction Equipment and Maximum Lift Thickness Compaction Equipment Maximum Lift Thickness Mechanical Hand Tamper 4.0-in Pneumatic Tired Roller 6.0-in Tamping Foot Roller 8.0-in Shecpsfoot Roller 8.0-in Non-expansive, select fill for this project should consist of a clean low-plasticity sandy clay (CL)or clayey sand(SC)material with a liquid limit of less than 40 and a plasticity index between 7 and 18. The select fill should be placed in thin lifts,not exceeding 8-in loose measure,moisture conditioned to between -2% and 4-3% of optimum moisture content,and compacted to a minimum 95% of the 111 maximum dry density as determined by ASTM D 698(Standard Proctor). Prior to any filling operations, samples of the proposed borrow materials should be obtained for soil classification and laboratory moisture-density testing. The tests will provide a basis for evaluation of fill compaction by in-place density testing. A qualified soil technician should perform sufficient in-place density tests during the filling operations to verify that proper levels of compaction are being attained. 7.2 Drainage Positive drainage away from excavations should be established to avoid surface water from ponding within excavations and around the work area. The soils supporting the pipeline should be protected against disturbance from construction activities and moisture changes. ADDENDUM No. 1 TWE Project No 14.53,053R1 7-1 ATTACHMENT No.2 Report No.4018 PAGE 20 of 35 I 1 8 LIMITATIONS AND DESIGN REVIEW 8.1 Limitations This report has been prepared for the exclusive use of Urban Engineering and their project team for specific application to the design and construction of the proposed pipeline in Corpus Christi, Texas. Our report has been prepared in accordance with the generally accepted geotechnical engineering practice common to the local area. No other warranty,express or implied, is made. C. The analyses and recommendations contained in this report are based on the data obtained from the referenced subsurface explorations within the project site. The soil borings indicate subsurface conditions only at the specific locations, times and depths penetrated. The soil borings do not necessarily reflect strata variations that could exist at other locations within the project site. The validity of our recommendations is based in part on assumptions about the stratigraphy made by the Geotechnical Engineer. Such assumptions can be confirmed only h. during construction of the new foundation system and pavement. Our recommendations presented in this report must be reevaluated if subsurface conditions during the construction phase are different from those described in this report. If any changes in the nature, design or location of the project are planned, the conclusions and recommendations contained in this report should not be considered valid unless the changes are reviewed and the conclusions modified or verified in writing by TWE. TWE is not responsible for any claims, damages or liability associated with interpretation or reuse of the subsurface data or engineering analyses without the expressed written authorization of TWE. 8.2 Design Review Review of the design and construction drawings as well as the specifications should be performed by TWE before release. The review is aimed at determining if the geotechnical design and construction recommendations contained in this report have been properly interpreted. Design review is not within the authorized scope of work for this study. 8.3 Construction Monitoring Construction surveillance is recommended and has been assumed in preparing our recommendations. These field services are required to check for changes in conditions that may result in modifications to our recommendations. The quality of the construction practices will affect foundation performance and should be monitored. TWE would be pleased to provide construction monitoring, testing and inspection services for the project. 8.4 Closing Remarks We appreciate the opportunity to be of service during this phase of the project and we look forward to continuing our services during the construction phase and on future projects. I TWE ADDENDUM No, 1 tojed No 14 53 053R1 8-1 Al IACHMENT No, 2 Report No 4016 PAGE 21 of 35 la fa Oil IIli Nil MA NM 4 APPENDIX A ,.., SOIL BORING LOCATION PLAN j TWE DRAWING NO. 14.53.053-1 3 31 3 3 3 ll I 1 , L a TWE ADDENDUM No1 Project No. 14.53.053R1 ATTACHMENT Nc2 Report No.4018 PAGE 22 of 35 I 9 {11 d*; +}�tfJktO 7 _ F '.}r#. \.iF.' OS+ t. f!,Syv k k I t j I tl1, I q� � q tri tsa2 k kxiS�li1 • • \,,0 44" .',. i ato, t,,... ,,,z.,1 / 1 Et k ' 9'1' olir ,. • t. a p ° '# Ei ' • .,40,i, 40,1-...t. ••••.. . � '1k a .maxs. +@ 4` a � �. �: ,.: I I APPENDIX B TWE LOGS OF PROJECT BORINGS AND A KEY TO TERMS AND SYMBOLS USED ON BORING LOGS L L L r L ____Auctoimmot. TWE ArrAcH m ENT No. 2 Project No.14.53.053R1 PAGE 24 of 35 Report No,4018 PROJECT 8 in Gas Line Extension to AquLOG OF BORING B-2 arius St. CLIENT: Urban Engineering Corpus Christi, Texas Corpus Christi,Texas I _ COORDINATES: N 27°37'58.48 H H W 97° 14' 11.56" c' z 0 --- .....f,; 0 z _ i I-- w „ L.-!-- P °- SURFACE ELEVATION -- z — H e 0 L- >- z c. > I.o. g 0 a O' H Z u-, d al iii . 0, z ___ > (J) w _ w 2 I ° s Lu m 1 H -/ 2 DRILLING METHOD a o_ 0. >• > iii 2 rn Dry Augered 0' to 10' til 7 t". H LU i-'13 fp^i:"--. ,:'* 2 C4 L lj t, H K Ce (-5 LO H U.)F._ — 4 — ca < Ce .... CA u. D Z > cc Y CC ,.,---0 F,z Z D d 0 Z UJ a• ,,,'• UJ Z 41) (J)(1.1 t 1 i Li Q Q le sae ...• w p < 0 r•-• ,)- o )- , -J Wash Bored -- to - EL r. 0 to ,,, 0 cn .-:1 w I tn ii-, r:- ti)W 0 - _______ I _______ 0 '1 tri.,7 MATERIAL DESCRIPTION N wk. Very loose tan POORLY GRADED SAND with SILT X (f/i.;,''' (SP-SM) RIM' , _ 1/6" 1/6' 1/6' . u. I , ilin X((iA -becomes loose at 2' 3/6" 26 tylM -with shell fragments from 2'to 10' 3/6" , 9 r t}ixt, 2/6" 1 1.1.1. 3 I ' ""N7' -becomes gray at 4' 5 M 5/6" 4/6 X - 6/6" _14,1 / -becomes silty at 6' 2/6" 26 18 fuer: 2/6" OP 4/6" agi 3/6' iti.9c 3/6" ,A,xil 5/6" rtivy 10 tlis/tA -, — ___, Bottom( 10' a. I , - 15 I I 20 , -25 I I - 30 I . - 35 — . '"' COMPLETION DEPTH. 10 ft NOTES: Free water was not encountered durilLcirre9e,:drilling.The open borehole was DATE BORING STARTED 12/08/14 backfilled with soil cuttings DATE BORING COMPLETED 12/08/14 ADDENDUM No. 1 1 LOGGER Z. Ferris ATTACHMENT No. 2 1 PROJECT NO 14.53 053 . Page 1 of 1 I PAGE 25 of 35 i Tolunay-VVong Engineers, Inc. _I__ , 1 LOG OF BORING B-3 PROJECT: 8 in Gas Line Extension to Aquarius St CLIENT: Urban Engineering Corpus Christi, Texas Corpus Christi,Texas _ 3COORDINATES: N 27*37 53 24" c- zi•-• ii ....--. Al 97° 14'01 20" ttiF. 0 z li w us — SURFACE ELEVATION: -- wui ViA lilt" _— U,R tit 14 0 = uj co 1- ‹ L oF P6 Err q; l- ..% 2w 'c'' DRILLING METHOD: tu> z 0 W - -- 0 —6 E z ° u-co — fr IA Dry Augered: 0rx w,.,,-1 5 t z D 40 2, mai w 6a) co wa > LU M U) ' to 6' W 0 < Wash Bored: 6to 65 ' ' GO U >" •-•1 MATERIAL DESCRIPTION u. 0 \ P.Thfrdiurn dense tan and gray POORLY GRADED 216` - -- ' eq44.-, rtee,11 SAND with SILT(SP-SM) )_K'' 7/6 - IIK(0),:ii -becomes gray at 2' ytiwith trace sheil fragments from 2'to 10' 6/6" 416"' 5/6 ti4 becomes loose at 4' 5 XII X — al'i 2/6W 24 3/6" 4/6" 8 7 71 JAW - , WV711 • 4/6"Xi3/6"k2/6 X -becOmes very loose at 8' VT 146:8" thr3,1*1 10 ) firciL Very loose gray CLAYEY SAND(SC) 1/8" 20 32 21 41' 1/6" 1/6' rim .T.44,.. 444.4 ?:412 ?T? .x, 15 4:tf.2 1/6' p2,;44 ,e44 pte,e or zez:e - I VA' Very loose gray POORLY GRADED SAND with C(SP-SC) LAY 118** 26 12 20 - 0 e / -becomes medium dense at 23.5 6/6' 25 ye, -with trace shell fragments from 23 I ,5'to 25* 1016" --- # 1016' 1 4 /7: I Nv:, 416' 26 ' 7 111 30 rell,/ 0 ... 11 -becomes loose and brown at 33 5' if 2/6" . I_ ill: —* — — _ _ , COMPLETION DEPTH: 65 ft NOTES- Free water was encountered at a depth of 5.9-ft during dry-auger drilling and rose all DATE BORING STARTED: 12/08/14 to a RICOMPLETED depth of 3,5-ft after fifteen(15)minute&The open borehole was backfilled DATE COMPLETED depth with soil cuttings _.... _,..._ ..„.. LOGGER: Z. Ferris ADDENDUM No. 1 PROJECT NO: 14.53.053 Page 1 of 2 ATTACHMENT No.2 Tolunay-Wong Engineers, Inc i 'MGT`25 of.15 i . . . „ . I LOG OF BORING B-3 I- pRoJEct 8 in Gas Line Extension to Aquarius St, CLIENT: Urban Engineering Corpus Christi,Texas Corpus Christi,Texas I . - COORDINATES: N 27°37'53.24" l — E La W 97' 14'01,20" -".c: (Iti- Pi ',4' P.P ii 0 1—• a W III C• 5" SURFACE ELEVATION: -- @ w, fIZ 9 rA S I ei i ,„ 0 1:: 1-. Z 2 DRILLING METHOD. < et 1 ). > id a (a Dry Augered: 0' to s' L* 0 s w 0 I= a. ff.... 15 j a< cc.0 ir n ZU4 t „to 2 tti a.„,Z uj ZCOUip RO (LC° 10 D a JZ I Zit' ie 0°) (Oa Ct 1-11 fr.) g Wash Bored: 6. to 65' ti.I-- )-- t4 o >- 73 11- 0 w R a I 35 MAT.E7AL DESCRIPTION ti. CLAYEY SAND(SC) Ile-,:1,:,. ..„4...-,.., •-•,..0,/ -S- e.r...A i,,, -becomes dense at 38.5' 8/6" 25 46 iX, , „ -with trace shell fragments from 38.5*to 40* \e•so 19/6" I - 4e Soft brown and gray LEAN CLAY with SAND(CL) 6/6 40 " I 45 Ai iv- 4' d .*.... Or- -becomes gray at 48 5' 216* , 2/6* 2/6" I-. .00# . ..t.. ' ...f -becomes stiff at 53 5 3/6" 24 85 f, 5/6" —55 ' irf•#‘ 7/6" ,< tel • . / Dense gray POORLY GRADED SAND With CLAY 4/6" A -- (SP-SC),with trace calcareous nodules lb .2u:4 6/6' 7 I Bottom @ 65' 1416" I I — 70 COMPLETION DEPTH: 65 ft NOTES' Free water was encountered at a depth of 59-ft during dry-auger drilling and rose DATE BORING STARTED: 12/08/14 to a depth of 35-ft after fifteen 15)-minutes:-The open borehole was backfilled DATE BORING COMPLETED, 12/05/14 with soil cuttings ADDENDUM No.I. LLOGGER: Z. Ferns PROJECT NO. 14,53 053 ATTACHMENT No.2 i Page 2 of 2 Tolunay-Wong Engineers Inc. I PAGE 27 of 35 t itio' LOG OF BORING B-4 .... PROJECT. 8 in Gas Line Extension to Aquarius St. CLIENT: Urban Engineering Corpus Christi,Texas Corpus Christi, Texas ,. -- COORDINATES' N 27'37'49 — .30" ,a- -; --- NO W 97' 13°52.04" 0 z z — L-Lt•-• R °- SURFACE ELEVATION: -- ui w f-< O i ui et) 1.- eZ 5 i_Z V "J::::-• — ye —ce (1.3 I— I— Cr ../ I—a DRILLING METHOD. iu > z Cr r.r)J-LI Iz. c3. 0- ri)ill -4 a et 0 co I' z ce C --1 —1— z — 5 a. 2 111 0-Z Ui Z (1.3 (7) LL >• 1.11 2 to Dry Angered. 0' to 4' LI 0 I'ca 8 z J a 5z i L'Ll cc ow 0— ia ai LO 0 < 0/- ° >,- 11 0 F-5 D C.) ckt1 <t 1) -I V) Wash Bored. 4' to 55' 0..— ci u). 0 x u co .4 0 a- 0 a MATERIAL DESCRIPTION tL ty) tl. Very loose gray POORLY GRADED SAND(SP) 14Ii'i: 2/6" XI:,.4'j,°;} 1/6" il .tlfit:. -becomes medium dense at 2' 5/6" 22 5/6" •• 5/6" ..1',.•Iii:,,,,,,,-- 316" ......,. 7/6" 5 , .ii:':ei 6/6" oil Very loose gray CLAYEY SAND(SC) 1/6" 35 36 18 44 216' eere "re.e -with trace shell fragment from 8'to 10' 116" pH= ow re ';'., 1/6' 79C 1/6' 'serer eeei '—10i'',.::::lf, _ 47114 1/6" 1/(66: ... - ASVEZ:0 x.r.Jr1 ...r3t:tv , tIt;r24, ;',49rX,0 4rAtx.,) 1/6" 23 43 NO 1/6" ,.r...tyJ * '-15 •I-2& 1/6 wr▪r...14 MS 4r4r414 -becomes medium dense at 18.5' 6/6" ... 10/6" -with trace shell fragments from 18.5'to 40' 10/6' - 20 I 555▪ ' e ere, \ 4/8" 21 fler' 1216- 13/6' I 25 'erre 'tee .1e f I 3r-x-r.1 i47;fit 7/6" rititii 616" nIt'rx - i 30 7/6" :777'A 3t3t,X.4+ la ▪'e, z44, -becomes dense at 33 5' 916" 24 23 ill ',...x..:.?.., 1516" 17/6" -'-35 COMPLETION DEPTH 65 ft NOTES Free water was encountered at a depth of 4.2-ft during dry-auger drilling and rose mos DATE BORING STARTED: 12/08/14 to a depth of 4 0-ft after fifteen(t5)-minutes-Theopen borehole was backfilled DATE BORING COMPLETED: 12/08/14 with soil cuttings ADDENDUM No. 1 I LOGGER: Z Ferris I PROJECT NO' 14 53.053 ATTACHMENT No.2 1 Page 1 of 2 moi Tolunay-Wong Engineers, Inc --- NMI LOG OF BORING B-4 ,-. PROJECT: 8 in Gas tine Extension to Aquarius St, CLIENT: Urban Engineering Corpus Christi,Texas Corpus Christi,Texas ,,,,.... COORDINATES: N 27'37'4910" g z 1- i- - us. W 97' 13'5204" ....„e:, oz i $. RI/ tLi i" ' SURFACE ELEVATION: - z e, i:D w ii (.1 /•-• ?- — 3 .?..' - _3 0 0 .0 i-c z it. f.. 0 ii e 44 vi c4. w 2 r""$ 73 4 cs) z - Viite14- I iti-I 1:41 cil DRILLING METHOD' < LL ,>- _ Dry Augered Oto 8 ''' . 4' Wash Bored: 4' to xkoe elop_tp i eg no Q1_z so 6 8 u u,,...,,. 65* ui 0.) 80_ MATERIAL DESCRIPTION IPTION r35 CLAYEY SAND(SC) 1 -becomes brown at 43 5° 12/6' ' '‘,,-, 40 - --..., 15/6" 19/6" rerr err) 4;4 111 f.re 4 4, Firm brown and gray SANDY LEAN CLAY(CL) 2/6" 25 43 24 55 -with trace calcareous nodules 3/6" 45 / 4/6" Tv; -becomes very stiff and gray at 48 5" 9/6" 10/6" 0, 04,efl, Medium dense grey CLAYEY SAND(SC) 41 5/6" 25 5/6" - --. ' — A- ' 56 -71 ..,- Air.g *53: RWM0 ,,,?•4" 60 waii.t,.;iq, 41.! . 1, 4 rl -el e 19 21 .Y.r? E A 1 b, ex, -65 • ., 1 - . ---- - „ Bottom©65' ,.. E 70 COMPLETION DEPTH: 65 ft NOTES: Free water was encountered at a depth of 4 2-ft during dry-auger drilling and rose DATE BORING STARTED: 12108/14 to a depth of 4,0-ft after Mean 46)ininutes The-open borehole was backfilled DATE BORING COMPLETED: 12/08114Ferris with soil cuttings. ADDENDUM No.1 LiLOGGER. 1, PROJECT NO.: 14,53.053 ATTACHMENT No.2 Page 2 of 2 Totunay-Wong Engineers, Inc, i PAGE 29 of 35 ----- r lb. _ _ LOG OF BORING B-5 il PROJECT: 8 in Gas Line Extension to Aquarius St CLIENT- Urban Engineering Corpus Christi, Texas Corpus Christi,Texas COORDINATES: N 27' 37'45.21" c... - 11 W 97° 13'40 06" 4 c'• •.z — w w c. — ci „.., SURFACE ELEVATION: DRILUNG METHOD. yj z— 5 ., > La 2 0 Dry Augered Co' to 4Y00 ,a) Ci.8 n a Dz 0 al,T, 2Itel cc or, ,,,-„sza W 0 < _i th Wash Bored — to -- w MATERIAL DESCRIPTION q-- cr) L. I . • 1 ....._ Fp:f.i Very dense brown and gray POORLY GRADED SAND ;la with SILT(SP-SM),with trace shell fragments flIA l'hi:',: -becomes gray at 2' 19/6:: 20 X i.f , 32/6 f,:tt:74 9 I riEik"..w v tArgr=-1oecomes medium dense at 4' 4/6" 5 1.144 96 31 ttp,...Z.._ tr)v 6/6' Mil 86" %Tv"? XU . -becomes loose at 8' 1/6" 27 12 CCM. 1/6.4 (MY 1:07,9 1/6" moo tngl , 10fP4'x t -becomes medium dense at 10' issitivi lif171.11 7/6" pH-, 8 7( WI !IPA. NA , artiq X fox..? 2/6 mg ktIt... fi zei, 15 IIIP.%) ..T17/5 stir.: ihViti T171 M4 III ... ... Loose gray CLAYEY SAND(SC) ......... 59 36 16 45 4,1:5;3 Il ..ce_y...e. . lir i=kit' I Medium dense gray POORLY GRADED SAND with 3/6" eils.l. A ii,-.yN SILT(SP-SM),with trace shell fragments from 23.5'to 25 ti 25 25' 8/8" x.4 Wag 10 I 4411 11* tip X mt.: 3/6" 21 11 . iiiW 10/6" tp,K-9 30 VW 12/6" tfliri: ti'tillfin NT17/:, psaye tAikrA . ripx, • - t.g;11, -becomes dense at 33 5' 1116" tqll. X 17/6" 1416" -_ .. COMPLETION DEPTH: 40 ft NOTES: Free water was encountered at a depth of 6.1-ft during dry-auger drilling and rose DATE BORING STARTED. 12/09/14 to a depth of 4 1-ft after fifteen(15)minutes.The open borehole was backfilled DATE BORING COMPLETED: 12/09/14 with soil cuttings. LOGGER-, Z. Ferris ADDENDUM No.. 1 PROJECT NO 14.53.053 Page 1 of 2 ATTACHMENT No.2 Tolunay-Wong Engineers., Inc vAi.lf 30Tif.35 .. .. __...... .., r LOG OF BORING B-5 In PROJECT: 8 in Gas Line Extension to Aquarius St. CLIENT: Urban Engineering Corpus Christi, Texas Corpus Christi, Texas COORDINATES N 27*37'45 21 i - ' c- z 1.- Irg W 97' 13'40.06' 4 c' oz t- e E p tk) 4. o, SURFACE ELEVATION. -- 1 1.1.) 14..i - - - Z - I-.., w z,f; 2 t.: _ z ... > 4 ,?. 0 a 8 V..c ,LU 14 w -a tz:.1,t ..1 - ... ,._ 0 —.. ...- --- [1.1f-..1 - P I- -I 2 DRILLING METHOD: Lu > 0 0 ii•I tz a. 0,..''s rn iu z a cc 0 tr) ir. D Z a a. 0. >- X CC 6—a --,1— z - '5 -..,3 -2 LU C 1. Z I 1) Z C. IMO li L(Sj ,( Cf) Dry Augered 0' to 40' 8p a. i...c° 6 D a f-:?_ Z coM Ztati CC OLT chr4 /a ...) v) Wash Bored: _ to a, ci 0 ti L- -I 8)-- 3 or, < b a Li., - _R., „ 0- ' MATERIAL DESCRIPTION U. -------o---t—• . . , , - 1' Medium dense gray POORLY GRADED SAND with 1 1.(aro SILT(SP-SW Ma': 1 44tFi? ,11,47,1 /10.1 00..6 -becomes loose at 38.5 1/6" 29 10 a 2/6" , , - -40 '"Y- _ 116 ' _ . Bottom @ 40' - -45 50 55 i - 1 - 60 65 . , ' 70 COMPLETION DEPTH 40 ft NOTES: Free water was encountered at a depth of 6.1-ft during dry-auger drilling and rose DATE BORING STARTED 12109/14 to a depth of 4 1-ft after fifteen ti15J-minoteS7The OW-borehole was backfilled DATE BORING COMPLETED 12/09/14 with soil cuttings 1 ADDENDUM No, 1 1 LOGGER: Z Ferris PROJECT NO.: 14.53 053 ATTACHMENT No.2 Page 2 of 2 - Tolunay-Wong Engineers, Inc. ' PAGE 31 of 3S .., - LOG OF BORING B-6 - ...., PROJECT: 8 in Gas Line Extension to Aquarius St. CLIENT, Urban Engineering Corpus Chnsh,Texas Corpus Christi,Texas COORDINATES, N 27 37'42.52' =-, z 1,„„ I-- — 'e I in.c• 0 z E - - - SURFACEELEVATION: 97:13'35'97'' 0 i w En L 0 at 96 2 Ee .i i---- i- -1 2 DRILLING METHOD: > •,.0 in w L'.. eL „., en ....-< M... tt) is,D Z tx ?: ILI 2 441 Dry Augered: 0' to 10' o 0 a,el) 0 z D 0 ....1 Z 03 I 2 W 04 0 fif3) ti)Eij i fl 5' a Zfj Wash Bored10' to 40' 0 0, MATERIAL DESCRIPTION II .---- 0 fil-' Loose tan POORLY GRADED SAND(SP),with shell 3(6" ,•i•,• ragmen s 3/6" :::ln 3/6" pH= X :41. ‘ . 3/6" 85C all - .....w.: 616" Irt:t 1,:rit ...:,:: 1/6" 11 3/6" 3/6" iiii; lam X.4.:::t. -becomes medium dense and gray at 6' iitiiii 7.:F' 3/6" 5/6" 616" * f-1117. -becomes loose at 8' 216" ... .%Tiff\T- VT 10 x 424.1z, 316" 26 3 3/6" 3/6" rolii ..-4...,,.. ill3i1 - .. ,/, Very soft gray SANDY LEAN CLAY(CL) 1/6" 26 49 30 57 15 4 vs- I g , I;‘ Medium dense gray CLAYEY SAND(SC) 4167. , ..._ 716.* Atiiii -with trace shell fragments from 18 5'to 20' 20 WIFS: 90* i.11,70 14-1,1-1 I -becomes very loose at 23.5' VW' 28 35 20 32 gli:e 116" lir - 25 ail?* ...... , -becomes loose at 28.5' 1/6" -with trace shell fragments from 28 5'to 30' 2/8' 716 30 C.i2if.t. I owl .-- - mvi Mt!, te,fc Medium dense POORLY GRADED SAND with SILT 6/6" 24 l—i — (SP-SM) 7/6' ..._ I it6" -35 • COMPLETION DEPTH, 40 ft NOTES Free water was encountered at a depth of 10 3-ft during dry-auger&Ong and rose DATE BORING STARTED: , 12/09/14 to a depth of 8 9-ft after fifteen(15)minutes The open borehole was backfilled DATE BORING COMPLETED12/09/14 with soil cuttings LOGGER: Z.Ferris PROJECT NO.' 14.53.053 ADDENDUM NO, 1. Page 1 of 2 Tolunay-Wong Engineers, Inc. ATTACHMENT No.2 1._, PAGE 32 of 35 _ - LOG OF BORING B-6 PROJECT: 8 in Gas Line Extension to Aquarius St. CLIENT: Urban Engineering Corpus Christi, Texas Corpus Christi,Texas 11R 1 . COORDINATES, N 27°37 42 sr W 97'13'35 87" 0 i LI-- R CL SURFACE ELEVATION: -- z L,!-_. d I-0 U.1 E '-• u i zR <IC 4 (7 — 7.i. '''' — 04 ^ 0 DRILLING METHOD: 1 > W 2 (n Dry Augered: 0' to 10' 00 a. cia Oz D 0 5z i al '62 0(r) (4 11.1 . a CC LL1 (4 cn Wash Bored: 10. to 40' ..., 0 0 >• - a C.: ._. D (..)c, a 1- a. p 1_, u j ce ...1 0 0 ..,...i CL 0 ; •r: MATERIAL DESCRIPTION 1 ;,..1\i, Medium dense POORLY GRADED SAND with SILT Li.. . . (SP-SM) I '1 t c'11Ar" -becomes dense at 38,51416- I.M 17/6- I I40 / 'la. Bottom ©40' , _, los" , ... _ I I -45 - , 1 , - 1 50 55 -60 I I -65 ',-- I I _......._._ ' 70 - _...,- COMPLETION DEPTH 40-ft -- --- NOTES Free water was encountered at a depth of 10 3-ft during dry-auger drilling and rose DATE BORING STARTED. 12/09/14 to a depth of 8.9-ft after fifteen051rninules The_open borehole was backfilled DATE BORING COMPLETED 12/09/14 with soil cuttings LOGGER. 1 Ferris ADDENDUM No. 1 PROJECT NO, 14 53 053 ATTACHMENT No. 2 1 Page 2 of 2 Tolunay-Wong Engineers, Inc. , itkef 15 uf yi, ,„_,... I SYMBOLS AND TERMS USED ON BORING LOGS Most Common Unified Soil Sampler Symbols Meaning I Classifications System Symbols [1] Pavement core ‘ v Fill 101liii Silt w/Sand(ML) --so••, s... v., I Thin-svelted tube sample I 1111 Pavement = Well Graded Sand(SW) M Standard Penetration Test(SKr) r 021 Lean Clay(CL) ` ": Well Graded Sand w/Gravel(SW-GM) Auger sample I J FA Sampling attempt with no recovery 01IM 1.ean Clay vs,/Sand(CIA : -.:: Poorly Graded Sand(SP) a- •. 04 TxDOT Cone Penetrometer Test I yi Sandy Lean Clay(CL) D. . •• Poorly Graded Sand w/Silt(SP-SM) Fleld Test Data An .. .• 2.50 Pocket penetrometer reading in tons per square foot 11 Fat Clay(CH) It(ML) 11111 Si g/6" Blow count per 6-in.interval of the Standard VIA Fat Clay w/Sand(CH) ill Elastic Silt(MB) Penetration Test .?...— Observed free water during drilling 0 Sandy Fat Clay(CH) [Ji Elastic Silt w'Sand(MH-SP) -1Ir--- Observed static water level Laboratory Test Data 7 Silty Clay(CL) ' ' 4 Silty Gravel(GM) 4' il ,4- I Oil. l. t We(`)/0) Moisture content in percent I • 4 'APi Sandy Silty Clay(CL-ML) "t/ ; Clayey Gravel(GC) Dens.(pet) Dry unit weight in pounds per cubic foot 19.1 A.d'• Qu(tsf) Unconfined compressive strength in tons per square foot II Silty Clayey Sand(SC-SM) • I• Well Graded Gravel((1W) **•. UU(tat) Compressive strength under confining pressure in Clayey Sand(SC) w"--;'"Well Graded Gravel w Sand(SP-GM) tons per square foot 7 , 7/ '• Str.(%) Strain at failure in percent '- Sandy Silt(ML) leril, Poorly Graded Gravel(Gin LL Liquid Limit in percent '— Pt Plasticity Index I n Silty Sand(SM) --a..--.w- Peat #200(%) Percent passing the No.200 mesh sieve I ....W ( ) Confining pressure in pounds per square inch * Slickensided failure * Did not fail(J 15%strain I RELATIVE DENSITY OF CONSISTENCY OF COHESIVE SOILS I COHESIONLESS&SEMI-COHESIONLESS SOILS The following descriptive terms for consistency apply to cohesive The following descriptive terms for relative density apply to soils such as clays,sandy clays,and silty clays. cohesionless soils such as gravels,silty sands,and sands as well as semi-cohesive and serni-cohesionless soils such as sandy silts,and clayey sands. Typical Typical Pocket Compressive SPT"N 60" Typical penetrometer(tsf) Wendt(bib Consistency Vain,Range** Relative N40 Density Value Range* pp<0.50 qu<0.25 Very soft c 2 I 0.50<pp<0.75 0.25 s qu<-050 Soft 3-4 Very Loose 0-4 0.75 s pp<1.50 0,50 C qu< 1.00 Firm 5-8 Loose 5-10 1.50 c pp<3.00 1.00 c qu<2.00 Stiff 9-I 5 Medium Dense 11-30 I 3.00 s pp<4.50 2.00 s qu<4,00 Very Stiff 16-30 Dense 31-50 pp 4.50 qu 4.00 Hard 31 Very Dense Over 50 •No is the number of blows from a 140-lb weight having a free ••An"Na"value of 31 or greater corresponds to a hard consistency. fall of 30-in,required to penetrate the final I2-in.of an 18-in. The correlation of consistency with a typical SPT"N,,,"value range sample interval,corrected for field procedure to an average energy is approximate. ratio of 60%(Terzaghi,Peck.and Mean. 1096). _., _ -- 1 ADDENDUM No. 1 ATTACHMENT No.2 I Tolunay-Wong 1)1) Engineers, Inc. REVISION'DATE 2-1347 __„ - 6 E0sYsTEM ' PA8t-34 ut 35 I I I I 1 I 1 I I 1 I I I r I I I ADDENDUM No L7PAGE Na.2 AAT"`tGE 35 of 35 ATTACHMENT 4 GLO LICENSE AGREEMENT 1 ADDENDUM No. 1 ATTACHMENT No.4 PAGE 1 of 10 I I I 1 1 ,1 I APPENDIX 4 1 License Agreement for Leased Tracts I I ADDENDUMNo. 1 Al IACHME:NT No,4 PAGE 2 of 10 The State of Texas 1P0 T4 Austin,Texas SPECIAL DOCUMENT No.SD20150010 RIGHT OF ENTRY AND LICENSE AGREEMENT STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES This Special Document (the "Agreement"), is granted by virtue of the authority granted in Chapter 51, TEX.NAT.RES.CODE,31 TEX. ADMIN.CODE§ 13,et seq.,and all other applicable statutes and rules, as the same may be amended from time to time, and is subject to all applicable regulations promulgated from time to time. ARTICLE I. PARTIES 1.01 In consideration of the mutual covenants and agreements set forth herein, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the STATE OF TEXAS,acting by and through George P.Bush,Commissioner of the Texas General Land Office,on behalf of the Permanent School Fund of the State of Texas (the "State"), hereby grants to the City of Corpus Christi,Texas, whose address is 1201 Leopard St., Corpus Christi, Texas, 78401 ("User"),the right to use the surface estate of certain Permanent School Fund land (the "Premises") for the purposes identified in Article IV below. ARTICLE II.PREMISES 2.01 The Premises consist of portions of State Tracts 51 & 61 in Nueces County, Texas, being more particularly described and depicted as Work Areas 1,2,3 &4 in Exhibits"A"&"B"attached hereto and incorporated herein for any and all purposes. 2.02. USER HAS INSPECTED THE PHYSICAL AND TOPOGRAPHIC CONDITION OF THE PREMISES AND ACCEPTS SAME "AS IS" IN ITS EXISTING PHYSICAL AND TOPOGRAPHIC CONDITION. USER IS NOT RELYING ON ANY REPRESENTATION OR WARRANTY OF THF STATE REGARDING ANY ASPECT OF THE PREMISES, BUT IS RELYING ON USER'S OWN INSPECTION OF THE PREMISES. THE STATE DISCLAIMS ANY AND ALL WARRANTIES OF HABITABILITY, MERCHANTABILITY, SUITABILITY, FITNESS FOR ANY PURPOSE, AND ANY OTHER EXPRESS OR IMPLIED WARRANTY urn NOT EXPRESSLY SET FORTH IN THIS AGREEMENT. USER IS HEREBY PUT ON S020150010 i ADDENDUM No. 1 ATTACHMENT No,4 PAGE 3 of 10 I NOTICE THAT ANY PRIOR GRANT AND/OR ENCUMBRANCE MAY BE OF RECORD AND USER IS ADVISED TO EXAMINE IN THE ARCHIVES AND RECORDS DIVISION OF THE GENERAL LAND OFFICE, 1700 NORTH CONGRESS AVENUE,AUSTIN,TEXAS,78701 AND ALL OTHER LAND TITLE RECORDS IN WHICH THE PREMISES ARE LOCATED. THE PROVISIONS OF THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. ARTICLE III. TERM 3.01 The term of this Agreement is for the period beginning on June 1, 2015 ("Effective Date") and ending on December 31, 2015. The State reserves the right to review,amend,cancel or otherwise modify this Agreement at any time during its term upon thirty (30) days written notice to User. The State reserves the right to extend this agreement in thirty(30) day increments, not to exceed ninety(90) days total,upon written notice. ARTICLE IV. USE OF THE PREMISES 4.01 The Premises may be used solely for staging construction equipment and pipeline installation, and for no other purpose. The Premises are to remain in their current topographical and hydrologic condition. User is specifically prohibited from modifying the Premises in any manner not authorized herein,and from using,or allowing the use by others of the Premises for any other purpose. User will not erect any temporary or permanent structures on the Premises without the advance written consent of the State. At the termination of this Agreement, the User will return the Premises to their previous topographical and hydrologic condition. 4.02 Before placing any construction materials or equipment on the Premises, User shall conduct a photographic survey of the Premises to identify, document and record its physical condition prior to User's use of the Premises under this Agreement. Upon request, User shall deliver to State, at no expense to State,color copies of any and all photographs taken of the Premises by or for User. 4.03 The State reserves the right to enter upon the Premises at any time with or without prior notice to User for any purpose, including the inspection of the condition thereof,or to show prospective lessees or purchasers. 4.04 User may not maintain or allow nuisances or public hazards on the Premises,and shall be under a duty to abate or remove any activity or property constituting or contributing to a hazard or nuisance. 4.05 User shall, at User's sole cost and expense, inspect the Premises and perform general maintenance and repair duties on the Premises to ensure that the Premises are maintained in a reasonably safe and orderly condition. User shall be responsible for the collection and disposal of all trash associated with its operations at the Premises (whether or not such trash is generated by User or its customers and invitees). In addition, User shall promptly inform the State of any additional maintenance or repair needs with respect to the Premises that come to the attention of User. If mutually agreed to by the State and User, and only upon the State's prior express written approval, User shall perform additional maintenance or such repairs according to an agreed amount and repayment plan. 4.06 User shall not allow the presence on or within the Premises of any Hazardous Substance in any manner that violates any federal, state or local laws or regulations. "Hazardous Substances" shall mean any substance or material defined or designated as a hazardous waste, toxic substance or other pollutant or contaminant, by any law or regulation. User shall not allow any Hazardous Substances to migrate off the Premises or the release of any Hazardous Substances into adjacent surface waters, soils,underground SD20150010 ADDENDUM No.1 2 ATTACHMENT No.4 PAGE 4 of 10 waters or air in violation of any federal, state or local laws or regulations. If User violates any law or regulation concerning the presence or use of Hazardous Substances at or affecting the Premises or the handling or storing of Hazardous Substances at or affecting the Premises, User shall promptly take whatever action is necessary to determine the type or extent of the release, to mitigate and to correct the violation. If User does not act in a prudent and prompt manner idler reasonable notice by the State to User specifying what actions the State requires to be performed, the State may, but is not obligated to, come onto the Premises,act in place of User and take any such action as the State has specified in such notice and that User has not taken to ensure compliance with such law or regulation or to mitigate any violation thereof. If the State reasonably believes that User is in violation of any law or regulation, or that User's actions or inactions present a threat of violation of any federal,state or local law or regulation or a threat of damage to the Premises, the State may, enter the Premises and take such corrective or mitigating action as the State has specified as necessary and that User has not taken. All direct costs and actual expenses incurred by the State in connection with any such actions shall become immediately due and payable by User upon presentation of an invoice therefor. ARTICLE V.CONSIDERATION 5.01 In consideration of the mutual covenants and conditions set forth herein and the public benefits to be derived therefrom, State and User acknowledge that no rental fees shall be assessed for the described use of the Premises while User is not in default of the terms agreed upon herein. ARTICLE VI. ASSIGNMENTS 6.01 User may not assign or sublease any of the rights granted by this Agreement. ARTICLE VII. PRO LECTION OF NATURAL and HISTORICAL RESOURCES 7.01 User shall comply with all applicable rules and regulations of the General Land Office and other governmental agencies responsible for the protection and preservation of public lands and waters, including those relating to pollution. In the event of pollution or an incident that may result in pollution ti- of the Premises or adjacent property which is the result of User's (or User's employees, contractors, invitees and agents) acts or omissions, User shall immediately notify the State, use all means reasonably available to recapture any pollutants which have escaped or may escape, and mitigate for any and all natural resources damages caused thereby, 7.02 USER IS EXPRESSLY PLACED ON NOTICE OF THE NATIONAL HISTORICAL PRESERVATION ACT OF 1966, (P11-89-66,80 STATUTE 915; §470) AND THE ANTIQUITIES CODE OF TEXAS, CHAPTER 191, TEX. NAT. RES. CODE ANN. (VERNON 2000 SUPP.). IN THE EVENT THAT ANY SITE,OBJECT,LOCATION,ARTIFACT OR OTHER FEATURE OF ARCHEOLOGICAL, SCIENTIFIC, EDUCATIONAL, CULTURAL OR HISTORIC INTEREST IS ENCOUNTERED DURING ANY ACTIVITY ON THE PREMISES, USER WILL IMMEDIATELY CEASE SUCH ACTIVITIES AND WILL IMMEDIATELY NOTIFY STATE AND THE TEXAS HISTORICAL COMMISSION,P.O.BOX 12276,AUSTIN,TEXAS 78711,SO THAT ADEQUATE MEASURES MAY BE UNDERTAKEN TO PROTECT OR RECOVER SUCH DISCOVERIES OR FINDINGS,AS APPROPRIATE. AuutNuUM No. 1 SD2OI500f0 ATTACHMENT No.4 3 PAGE 5 of 10 111 ARTICLE VIII. LIABILITY AND INDEMNITY 8.01 USER SHALL BE FULLY AND SOLELY LIABLE AND RESPONSIBLE FOR ANY LOSS, BODILY INJURY, DEATH OR PROPERTY DAMAGE, OF ANY NATURE, ARISING OUT OF, OR RESULTING FROM, ITS OWN ACTS OR OMISSIONS OR THE ACTS OR OMISSIONS OF ANY PERSON OR PERSONS USING THE PREMISES OR RELATED TO USER'S EXERCISE OF THE RIGHTS GRANTED HEREIN. TO THE EXTENT ALLOWED BY LAW, USER AGREES TO AND SHALL INDEMNIFY AND HOLD THE STATE, THE STATE'S OFFICERS, AGENTS, AND EMPLOYEES, HARMLESS FROM AND AGAINST CLAIMS, SUIT, COSTS, LIABILITY OR DAMAGES OF ANY KIND, INCLUDING STRICT LIABILITY CLAIMS, WITHOUT LIMIT AND WITHOUT REGARD TO CAUSE OF THE DAMAGES OR THE NEGLIGENCE OF ANY PARTY,EXCEPT FOR THE CONSEQUENCES OF THE SOLE NEGLIGENT ACTS OR WILLFUL MISCONDUCT OF THE STATE, THE STATE'S OFFICERS, AGENTS, EMPLOYEES, OR INVITEES, ARISING DIRECTLY OR INDIRECTLY FROM USER'S USE OF THE PREMISES (OR ANY ADJACENT OR CONTIGUOUS PSF LAND) OR FROM ANY BREACH BY USER OF THE TERMS CONTAINED HEREIN. THE PROVISIONS OF THIS SECTION SHALL SURVIVE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. ARTICLE IX. REPAIRS,REMOVAL AND TAXES 9.01 Upon termination of this Agreement, User shall repair any damages to the Premises arising out of its use and return the Premises in the same physical condition as existed before this Agreement, as documented by the photographic survey of the Premises conducted by User under Section 4.02 above. User shall remove any temporary or permanent structures installed or constructed by User and shall also remove User's personal property from the Premises not later than the date of tennination. THE TERMS OF THIS SECTION SHALL SURVIVE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEM ENT. .� 9.02 USER AGREES TO AND SHALL PROTECT AND HOLD THE STATE HARMLESS FROM LIABILITY FOR ANY AND ALL TAXES, CHARGES, AND ASSESSMENTS, ASSESSED AS A RESULT OF THE USER'S USE OF THE PREMISES, TOGETHER WITH ANY PENALTIES AND INTEREST THEREON, AND FROM ANY SALE OR OTHER PROCEEDING TO ENFORCE PAYMENT THEREOF. ARTICLE X.INSURANCE 3 10.01 User shall obtain and maintain at all times during this Agreement commercial general liability insurance coverage in a minimum amount of One Million and No/l00 Dollars ($1,000,000,00), which policy shall insure against bodily injury, death and property damage and shall include: (i) coverage for 3 the Premises and operations, and (ii) contractual liability coverage insuring the obligations of User hereunder, including, without limitation, the indemnity obligations of User. The liability insurance policy shall name State as an additional insured, shall be non-cancelable on less than thirty (30) days prior written notice to State and shall include a waiver of subrogation endorsement in a form acceptable to State. User shall furnish State with a certificate of insurance evidencing the foregoing coverage prior to entry onto the Premises,which shall be attached to this Agreement as Exhibit B. J ARTICLE XI, NOTICE 11.01. Any notice which may or shall be given under the terms of this Agreement shall be in writing and I shall be either delivered by hand or sent by United States Registered or Certified Mail, adequate posta e 51)20150010 4 ADDENDUMNo.l ATTACHMENT No.4 PAGE bof10 �.� him prepaid, if for the State to the General Land Office, Attn: Deputy Commissioner, Professional Services, 1700 North Congress Avenue, Austin,Texas 78701-1495, if for the City of Corpus Christi,Texas, Attn: rim Sonny Garza, 1201 Leopard St.,Corpus Christi,TX 78401-2120. Either party's address may be changed from time to time by such party by giving notice as provided above, except that the Premises may not be used by User as the sole notice address. No change of address of either party shall be binding on the other party until notice of such change of address is given as herein provided. ARTICLE XII. MISCELLANEOUS PROVISIONS 12.01 No provision of this Agreement shall be construed in such a way as to constitute the State and User joint venturers or co-partners or to make User the agent of the State or make the State liable for the debts of User, 12.02 In the event any provision of this Agreement is more restrictive than any administrative rule promulgated by the General Land Office and/or the School Land Board,this Agreement shall control. ARTICLE XIII. ENTIRE AGREEMENT 13.01. This Agreement, including any exhibits to the same,constitutes the entire agreement between the State and User and no prior or contemporaneous written or oral promises or representations shall be binding. The submission of this Agreement for examination by User or the State and/or execution thereof by User or the State does not constitute a reservation of or option for the Premises and this Agreement shall become effective only upon execution of all parties hereto and delivery of a fully executed counterpart thereof by the State to User. 13.02 This Agreement shall not be amended, changed or extended except by written instrument signed by both parties thereto. [Signature Page follows.] SD20150010 ADDENDUM No, 1 5 Al IACHMENT No,4 PAGE 7 of 10 Imp _ „ IN TESTIMONY WHEREOF witness our hand and Seal of Office. r THE STATE OF TEXAS USER: City of Corpus Christi By: 13y: GEORGE P.BUSH (Signature) Commissioner,Texas General Land Office (Printed Name and Title) IP Date: Date: �I APPROVED: Contents:: Dui, Legal: Director: Executive: ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OF: § This instrument was acknowledged before me on the day of ,by _.... ,an authorized signator, for and on behalf of the City of Corpus Christi,Texas. Notary Public, State of Texas My commission expires: ADOtt,I t#M Nu.` SD20150010 ATTACHMENT No,4 6 PAGE 8of10 I 17 § ! � I° yd ct 4 • N MVf N OVY s--.. ____,___:1111: .-— In i 114 xl • o .N � �° ,...pry �.«._.. 1a is �..,.y/' F _, s r rpt r _�� . ... add' T �..�� i3al _ e gt PRQP. 4'SCN84 i ,' t?« 2 ry th ` a .. 4- FRCaF. �` 1N£€Z}EC3 5T£EL d EStWE i � _ +r'^ j ets 41 a — -_ � `" - ri�J.%'t '✓ Fid !8 CFLS j}XFfi fly L.,,. r c r:Co'aT'r"S +Y.ETE7P 7RANSiIiSSICPht ttafN It �� 6+""STA r �� r -'a.� 11 r_. 1:" 51 n'17RX AREA Z 1_ _._ ,.. 11�'t •_ nom--• dt� L > � e.1a x r` app, ,,. { .. `a L,..-tti q� �Ke, : i mitojilL4 4t, GULF INTERCOASTAL EAST 511 -„,,,,SQ$u0 SLA_ u°� ' e �.i % o 4 vl r PROP. 4 SCN8O \ $ + v. +- FPVC btl CONDUIT \ } A (SOUTH PADRE ISLAND �.. I A } ,� 2 z 2 r --� ase i z o - / . [ ,-�:is "`..+”"f ... a5 j it r *�\ •{' a [`; � ..7 W C! ..r ........ ,� �_�.,...., _ s FRS III 5 4 d 7 FP', �, p � WAIT A is C, flIN SL.T. +.WORK AAS% "^..- R. c. CWWx'tp!a nca:a war rv�.$W)rmt A*:tea ..r �.._ .....�._._ ' --, "'` l i t �'�.., t� ry a aoAc.aC+s__ t�stanrc x a wart ... p0)1.111,1100 TC TA am xr mzcc .arua rc \ ,� c »�,. ;/ fir` It .... �....�a �. WOW zalz !k as+a errc rq PROP. 8" WEWED STEL CASUN£ l �t SCN9� r�*v VS s+c 1*� e 24 C4° rr jriAlt[4L,,/ mow. ,-------'---7.,.., J _ lal ffVMK A7 HANNESIDE WORK AR-•• 2:SUL�0+3Q arTauxr rc rf t i'sr Rf!s(+.n PC Ain So'NfAalo ....,..uvw�lY w.w�... s vv+:.4re••«w.w.....pfd IM-vu., `mom _. I 1 1 I I / I 1 1 1 NE'S 011111 'SIR IIIIIII 1 ar Jo at 3mid 1 IL 17;0,NONiNvvrikiaHND3vciiiovv ,-,-----..--_------- 4 ,......,#.., ,1.4.,r,..„.„7- 4 g ,-......1....-_-..--------- ' ' ' — -........,,...,_,..................1.5 r.... .„, , ,,,,,,,,4,5,.7....„...,,,,r, __________,, ___ •-- , „in, - _ , __-,,,,---,- ., C .- 444,-,, .,,,, ',..... -, '•.—., .,,,,,,,* .,°^ZragOk.,'..-,' 5,,,,,',4,1U., • f, "I',,,,gir‘-,,,...'" "- Itg 1 •. - ---- ' ''''''' 4:"'":7';`'-'17-7W'41°'"' A"Ira*r ' Otire:",,,,,,,,,„,''' v. ......1:,.• - x i ...., •V`iate vt, - ,,,,,Z • ,.,',''t -,,., V . .L$ . 4...,..„..,,pdt,...is t• "'--- \\.• -M- i 1;1R/ P...,w,4s"c$0emilt.,8u0,7 \ „____ __, 4....„, .-, ,,,----------- * '' \-1.=.1• PROP. 18C905 DRIB PVC .o. - , ....,. 4 '1; : , - WORK AREA( a"*.....--........., 466,, / , Di . , , ,. ......,. WA TER(..t.N.TRANS,.. IIISSION mAIK Z T ill , .... . .----,,... „. ._ . . ,,,,,,,,....,,, ___ , \,.... ,...e, '.-.. - -----, 0, -t"---- -, .0ASLIKE e ..- ,, , . -, - , ,i0 ., PRop. 5' WELDED SILL.. 4 - . s 4. " ' ' ',P.,.1 - - _ • _ ,. ., ' ''''A,-• ,.i WO-RK-AREA STA 29+00 a. >4 '' --- ,F,OFF9,1 itl,0,01..FrOFO 0. OF '0,4,4 4,4F,OF rt!.7411,44',00. i U Wi9 10;1:90 ...444 cAANNEL, EAST .!!„?.,r..„... ,,,,,,,,,...,,,,,.. ,, U 0 _ _ ,...„., WORK AREA --+\ • f41t) PROP. 4" SCH80 ' VC .,41xwma'*:4."c...-44"wt4":4411"v'TV4:341tutGM1414kw.z*c14°''4216514cm''''.-43--%.4.....1":".'t41411:s..u2(2414'4,1:4.'' P 4$ CQNDifir_ 1- PROP. 88 WELDED STEEL Gas::N" r„...1 WIT: e-----77, • 7- „..,. %-- cNi riD ......m / , t “ ''.' , ''' .\ '' ' 1' I , ......, , ,, ..„,.,,,, ..„ 3. _ i.. ._.,o.4,,,,,,,_,71, °.„,,,,t,t. , • , --" pit. ._.. , .\__ 1,4 „... , _... RAND DEroRATryt 2 1 OP. 18'4' C9O5 DRIB PVC --; .4E.; .... 1TR TRAIsiSsil'BBION MA-IN : ,„ 4. 4:4 g 1 ? ' WORK AREA(4)---*:"::..-,,4 ,, i.: - 1 i: .., * ,, '.'". ' -...."- \'''i'ki‘.........__, .........1 4„,..., RELIA9771RICITANIDCONESCSA7119E 1 . - - - --..-0ww..,.... - 2r ..x 't , 1 sotzr15 d- 24 40`" , '' ..., PlitfTECT EXISTImB RI N...„4 ..,...,, ,,,,,,,„., ii7GAmoxav:s...411:3t„ , , ,, ' ''' .;.4 0 ' A 0 . , , , , ..."'''' •., $......* ,. 4 4 i WEST sict - WORK AREA 17;‘Ctti .-4'SS tO WOO TA +gQAQrvi ic5) AC)zillsRIUS EAST SIDE - WORK AREA STA 46+0 .. -or, 4.,...P.ortv a*.to"**."toot CITY OF CORPUS CHRISTI - CAPITAL PROGRAMS - SIGN-IN SHET ,...:: -�..: Padre Island Water Line and Gas Line Extension Location: Capital Programs-City Hall 3rd Floor (E10172) Date/Time: 3/31./2015 NAME COMPANY -.., : PHON .... E ,E-MAUL T; e'nrf C fot a }z z 5 '�,f °c�'� 7Ckkas.f" 3--,45..7A, ("viz Do so 1. '-c :s. '' / Wei A k:1 S % O"i c-5 S 361- a)S )1ii lyi.0., t e,..)&,1. --,5,Sfcc;,,i IA,,t :i. C. iI„'f` di ,g Cf`- ltir":t 1d 133I y"otte'''trG'cX'4.r, c.-, [4/46.1614144 'too u 5 r t raw . en "/>;j g idw � k1 t t yt ,t rn t 14> D`i" DUA/thi randy 0 :t14.9ttnSte .cowl. .,,,$) . i awek, 4"(11,4ftw r-- IA- ' '''f";****;‘;‘,...., 1 11 --Sli 5-tl W341 )kt4P-P4k4d.te,kis 1.11,..i al '("(), 00( :ge 7 --7 (k.- a fi 10 filli4deP- ticit''''re i rz,Wei& de { k,t r✓t aA, GA iile4r t , 66 VICS LI -' !0 4 , r € be') a7 1 ^ .. ADDENL DIM No.1 L _HMENT No,51 Page 1 of 1 PAE1of1 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 11 16 Invitation to Bid (Rev 01/23/2015) 00 21 13 Instructions to Bidders (Rev 01/23/2015) 00 30 00 Bid Form (Rev 01/23/2015) 00 30 01 Bid Form Exhibit A(Rev 10/14/2014) 00 30 02 Compliance to State Law on Nonresident Bidders 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(Rev 10/14/2014) 00 61 13 Performance Bond (Rev 7/3/2014) 00 61 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions 00 72 01 Insurance Requirements(Rev 7/3/2014) 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 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures 01 29 01 Measurement and Basis for Payment 01 3100 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings Table of Contents 00 01 00- 1 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV01-23-2015 3 Division/ Title Section 3 0133 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 3 0135 00 Special Procedures 0140 00 Quality Management III 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 3 0170 00 Execution and Closeout Requirements Part S Standard Specifications 3 025404 Asphalts, Oils and Emulsions al Part T Technical Specifications Technical Special Provisions41 01200 Existing Obstructions 01570 Construction Requirements within TXDOT Right-of-way 2 02203 Utility Easement Clearing and Restoration 02204 Ditch Cleaning and Shoulder Restoration 02225 Structural Excavation and Backfill 41 02226 Pipe Trench Excavation and Backfill 02449 Utility Line Horizontal Directional Drilling3 02512 Fusible Polyvinyl Chloride Pipe 02520 Repairing Pavements, Curb and Gutter, Driveways and Sidewalk mil 02522 Flexible Base—Limestone (Type A,Grade 1) 02541 Prime Coat(S-30) (Asphaltic Material Only) 02542 Hot Mix Asphaltic Concrete Pavement(Class A) (S-34) 02608 Fiberglass Manholes 02614 Ductile Iron Pipe and Fittings1 02617 Polyvinyl Chloride Pipe and Fittings(C900 and C905) 02620 Storm Water Pollution Prevention 3 fili 02640 Installation of Water Pipe 02677 Hydrostatic Testing of Pipelines 1 02680 Gas Piping ,iiii 3 Table of Contents 00 0100-2 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 01-23-2015 3 Division/ Title Section 02802 Seeding (S-14) 02804 Sodding 03100 Concrete Formwork 03200 Reinforcing Steel 03300 Normal Weight Aggregate Concrete 03400 Concrete Structures DMS-7200 Timber Posts and Blocks for Metal Beam Guard Fence 09910 Painting 15060 Miscellaneous Piping 15104 Gate Values 15108 Air Release Values 16000 Polymer concrete Pull Boxes Appendix Title 1 Geotechnical Report 2 USACE Permit 3 TxDOT Permit 4 License Agreement for Leased Tracts END OF SECTION Table of Contents 00 01 00-3 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 01-23-2015 00 11 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: Padre Island Water Line and Gas Line Extension Project No. E10172 A. This project consists of excavation installation and backfilling of approximately 3,260 feet of 18" diameter PVC water transmission main,3,330 feet of 8" diameter steel gas pipe and 3,240 feet of 4" diameter PVC MIS conduit by conventional trenching, 1,330 feet of 8" diameter steel gas pipe and 930 feet of 18" FPVC water transmission main and 4" FPVC MIS conduit by horizontal directional drilling (HDD),valves and miscellaneous items of work required to complete the project in accordance with plans, specifications and contract documents. 1.02 The Engineer's Opinion of Probable Construction Cost for the Project is$2,183,242. The Project is to be substantially complete and ready for operation within 90 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: http:/www.cctexas.com/business/supplierportal 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. 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 non-mandatory pre-bid conference for the Project will be held on Tuesday, March 31, 2015 at 2:00 pm, at the following location: Corpus Christi City Hall, 3`d Floor,Capital Programs Conference Room 1205 Leopard Street Corpus Christi,Texas 78401 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 Invitation to Bid 00 11 16- 1 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV01-23-2015 benefit of all Bidders. Responses will be posted for questions submitted by noon seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 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 goal for this Project has been established to be 45%of the Contract Price. 5.03 Minority Business Enterprise participation goal for this Project has been established to be 15% 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 10 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. 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. 6.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 7. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 6.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 6.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. Invitation to Bid 00 11 16-2 "NC" Padre Island Water Line and Gas Line Extension—Project No. E10172 REV01-23-2015 1 ARTICLE 7—DELIVERY OF BIDS 7.01 Sealed Bids (hard copy) must be submitted to the City Secretary's Office (City Hall Building, 111 Floor, 1201 Leopard Street, Corpus Christi, Texas 78401) no later than Monday,April 13, 2015 at 2:00 pm,to be accepted. The Bids will be publicly opened and read aloud at this time at the City Council Chambers or Staff Room, 15t floor of the City Hall Building. Bids received after this time will not be accepted. Address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Padre Island Water Line and Gas Line Extension - Project No. E10172 7.02 Bids will be publicly opened and read aloud at Monday,April 13, 2015 at 2:00 pm, at the following location: City Hall Building- City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 8—AWARD OF CONTRACT 8.01 It is the intent of the Owner to award this Contract to the lowest responsible Bidder who submits a responsive Bid. 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 Invitation to Bid 00 11 16-3 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 01-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including Li. Commercial Form 2. Premises-Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage ito8. Independent Contractors 9. Personal&Advertising Injury Business Automobile Liability-Owned, Non-Owned, Rented and Leased $1,000,000 Combined Single Limit Workers'Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Y„ Contractor's Pollution Liability/ $2,000,000 Per Claim Environmental Impairment Coverage _ Not limited to sudden and accidental ❑ Required X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Builder's Risk(All Perils including Collapse) Equal to Contract Price IIVO ❑ Required X- Not Required Installation Floater Equal to Contract Price ❑ Required X Not Required Owner's Protective Liability Equal to Contracto- r's liability insurance ❑ Required X- Not Required 1r. 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements 00 72 01-1 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 07-03-2014 3 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out(redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. 3 E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. 3 G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance 3 shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. j K. Provide for an endorsement that the"other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers'compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: r 1. Claims under workers' compensation, disability benefits,and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements3 approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 3 Insurance Requirements 00 72 01-2 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV07-03-2014 3 r. 2. Claims for damages because of bodily injury, occupational sickness or disease,or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). r. B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage `` which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996(or later) kw' ISO commercial general liability form (occurrence form)and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. r a. Eliminate the exclusion with respect to property under the care,custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or"All Peril" policy providing coverage for all materials, supplies, machinery,fixtures, and equipment which will be incorporated into the am Work. 1) Provide coverage under the Contractor's Installation Floater that includes: Mir a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and Insurance Requirements 00 72 01-3 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV07-03-2014 aii h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried r under this coverage and assume responsibility for claims on materials, supplies, machinery,fixture, and equipment which will be incorporated into the Work while in transit or in storage. aI 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 1 7. Endorsement CG 2032, "Additional Insured- Engineers,Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability,and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. 3 Insurance Requirements 00 72 01-4 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 07-03-2014 1 be H. Purchase and maintain applicable professional liability insurance,or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish it professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of our liability provided in this Section or required by Laws or Regulations,whichever is greater. ,,,s 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. bier 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents,whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE Ir. A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions,as named insureds. ram 2. Be written on a builder's risk"all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings,falsework, and materials and equipment in transit,and insures against at least the following perils or causes of loss: fire; lightning;windstorm; riot;civil commotion;terrorism;vehicle impact; aircraft; smoke;theft;vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current;earthquake;volcanic activity, and other earth movement;flood; collapse; explosion;debris removal; demolition occasioned by enforcement of Laws and Regulations;water damage (other than that i"' Insurance Requirements 00 72 01-5 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 07-03-2014 rtr > j caused by flood);and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and + artificially generated electric current; earthquake;volcanic activity, and other earth movement; or flood,are not commercially available under builder's risk, by endorsement or otherwise,this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 3 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the 3 builder's risk or property insurance policies provided under this Section. F. Contractor,Subcontractors, or employees of the Contractor ora Subcontractor owning property items, such as tools, construction equipment,or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional 3 Insurance Requirements 00 72 01-6 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 07-03-2014 3 rn it insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Ise property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. 1�. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees,Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees,agents, consultants, and subcontractors of each and any of them,for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the +r• interest of the Contractor,Subcontractors,or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In it any event,Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or `, additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE 1111 A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; r. 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. Yw B. Provide a list of"Additional Insureds"for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage,or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code§1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. r" Insurance Requirements 00 72 01-7 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 07-03-2014 r~ 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi—Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3—TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81,TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the Project. Insurance Requirements 00 72 01-8 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 07-03-2014 Yr I♦ 2. Duration of the Project-includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project("Subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the Contractor has int undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors,subcontractors, leasing i,,, companies, motor carriers, owner-operators,employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include,without limitation, providing, hauling, or delivering equipment or materials,or providing labor,transportation, or other service related to a project. "Services" does not include activities unrelated to the Project,such as food/beverage ► vendors,office supply deliveries, and delivery of portable toilets. �• B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the Contractor it providing services on the Project,for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. W D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide L„ to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the Contractor knew or should have known,of any change r. that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text,form and manner 1° prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. "on Insurance Requirements 00 72 01-9 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 07-03-2014 r. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01-10 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 07-03-2014 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.41 consists of the following organizations: City of Corpus Christi, Texas Urban Engineering B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Newly Installed 4" MIS conduit and appurtenances b. Newly Installed 8"gas line and appurtenances c. Newly Installed 18" waterline and appurtenances 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 Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 Supplementary Conditions 00 73 00-1 Padre Island Water Line and Gas Line Extension—Project No. E10172 11-25-2013 a a February 3 August 4 March 2 September 7 3 April 3 October 4 May 4 November 3 3 June 4 December 3 3. A total of 11 rain days have been set for this Project. An extension of time due to rain 3 days will be considered only after 11 rain days have been exceeded in a calendar year and the OAR 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 3 by the Owner or Contractor in delay claims. ARTICLE 5—AVAILABILITY OF LANDS;SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.01 AVAILABILITY OF LANDS C. Permits The City of Corpus Christi has acquired a U.S.Army Corps of Engineers (USACE) Nationwide Permit-12, and a TxDOT permit for the work at the project site, copies of the permits, can be found in Appendix 2 and Appendix 3 of the Contract Documents, respectively. Key requirements noted in the USACE and TxDOT Permit,are included in the plans and , Technical Specifications. It is the Contractor's responsibility to review the entire USACE permit and TxDOT permit. D. License Agreement for Leased Tracts The City of Corpus Christi has elected to install the new water line,gas line and MIS conduit inside the TXDOT ROW, as shown in the drawings.As such a separate utility easement is not being sought.There are several tracts within the TxDOT ROW on the south side of the 3 JFK Causeway that are leased from the GLO and from TxDOT.These are the tracts where the majority of HDD activity will be taking place, see work areas 1-4.The City has obtained a License Agreement to perform the required work on each of the leased tracts.A Copy of the License Agreement can be found in Appendix 4 of the contract documents.As part of the License Agreement, specific requirements and notifications have been negotiated with the lessee (or State) as applicable.These requirements include, but are not limited to, notification of the lessee (or State) 24 hours in advance of construction activity, construction activity limited to the work area defined on Sheet 14 and Sheet 15, relocate existing fences and maintain and restore to original location, restore existing driveways, double ditch top soil, limit removal of trees, do not leave gates open, clear work area of all brush and debris, dispose of all garbage, and maintain construction fencing. No Additional payments(other than the applicable pavement restoration as listed in the proposal)will be made to the contractor to complete the work on these sites. I 3 Supplementary Conditions 00 73 00-2 Padre Island Water Line and Gas Line Extension—Project No. E10172 11-25-2013 SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Geotechnical Study by TWE, March 2015 (see Appendix 1). SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. Delete Paragraph 5.06 entirely and insert the following: "5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions 00 73 00-3 Padre Island Water Line and Gas Line Extension—Project No. E10172 11-25-2013 00 52 23 AGREEMENT This Agreement,for the Project awarded on June 9,2015 ,is between the City of Corpus Christi(Owner)and Clark Pipeline Services (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: Padre Island Water Line and Gas Line Extension Project No.E10172 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Drive Corpus Christi,TX 78404 2.02 The Owner's Authorized Representative for this Project is: City of Corpus Christi—Capital Programs(Engineering} Phil Boehk, P.E.—Acting Construction Engineer 4917 Holly Rd.,Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 90 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 120 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 Agreement 00 52 23-1 Padre Island Water Line and Gas Line Extension—Project No.E10172 REV 10-14-2014 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): 1. Substantial Completion: Contractor shall pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$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. B. Owner is not required to only assess liquidated damages,and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. 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 Bids,and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 2,381,598.50 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 OAR 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. Agreement 00 52 23-2 Padre Island Water Line and Gas Line Extension—Project No.E10172 REV 10-14-2014 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 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 OAR'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 OAR 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 Bidding 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; Agreement 00 52 23-3 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 10-14-2014 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. 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 to 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 OAR 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 OAR 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. L. 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 Agreement 00 52 23-4 Padre Island Water Line and Gas Line Extension—Project No.E10172 REV 10-14-2014 financial 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. 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. Exhibits to this Agreement: a. Contractor's Bid Form Exhibit A. 5. 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. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Contracts will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Contract must be signed by a person authorized to bind the firm or company.If Contractor is a Corporation contracts must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF CAPITAL PROGRAMS; D. CITY SECRETARY for the City. Agreement 00 52 23-5 Padre Island Water Line and Gas Line Extension—Project No.E10172 REV 10-14-2014 ATTEST 11 CI .FCo " 'HRISTI F-22- *ft- QA--C‘ ., , ? City Secretary J.N. Edmonds, P.E. Director of Capital Programs APPROVED AS TO LEGAL FORM c�Q 2 .� I�—°`�AUTFIUKI4G sst. City Attorney !T COUNCIL C 1 r,, SECRETARY 4 ATTEST(IF CORPORATION) CONTRACTOR Clark Pipeline Services (Seal Below) /! By: �` Note: Attach copy of authorization to sign ifkJ- Person / Person signing for Contractor is not President, Title: I rc-S`.�[ - Vice President, Chief Executive Officer, or Chief Financial Officer P.O. Box 1214 Address Corpus Christi,TX 78401 City State Zip 361/816-6007 Phone cclark@clarkpipeline.com EMail END OF SECTION Agreement 00 52 23-6 Padre Island Water Line and Gas Line Extension—Project No. E10172 REV 10-14-2014 00 30 00 BID FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings,Specifications,and Contract Documents,this Bid Proposal submitted on:Monday,April 13,2015 at 2:00 pm. 1.02 Submit hard copy Bids,Bid Security,and all attachments to the Bid(See Section 7.01 below) to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid- Padre Island Water Line and Gas Line Extension—Project No.E10172 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: Addendum No. Addendum Date Signature Acknowledging Receipt Jj 4 t/ic O�a 2. 4 14.1is �- 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. 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. Bid Form 00 30 00-1 Padre Island Water Line and Gas Line Extension—Project No.E10172 REV 01-23-2015 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. 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. Bid Form 00 30 00-2 Padre Island Water line and Gas Line Extension—Project No.E10172 REV 01-23-2015 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. Owner will,at its discretion,award the Contract to the lowest responsible Bidder for the Base Bid,plus any combination of Add or Deduct Alternates. 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 the greatest amount bid,the Bidder's responsibility,and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders'responsibility,and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder,and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid,reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming,non-responsive,or conditional 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 responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility,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 Bidder,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. Bid Form 00 30 00-3 Padre Island Water line and Gas Line Extension—Project No.E10172 REV o1-23.2o1S ARTICLE 6—TIME OF COMPLETION 6.01 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 All submittals must be in hard copy for this Project. In compliance with the Bid Requirements in SECTION 00 11 16 INVITATION TO BID,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 01 BID FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM EXHIBIT A. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 3004 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. 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. Bid Form 00 3000-4 Padre Island Water Line and Gas Line Extension—Project No.E10172 REV 01-23-2015 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: Bidder: C. Ll-C_ �no Qla�, ?.pti (typed or pr . ull ler- no • adder) • By: i M (ind/vi.ua s sign• ure ig Name: OLj..._ l . ( sped or printed) Title: 'Reel;c (typed or printed) Attest: (' dividuol's signature) State of Residency: i cxAr Federal Tax Id.No. 9.:1— 341 t Zo S Address for giving notices: 'j. . ' rrgaI Phone: SG(- Fre 6--4001 Email: Cc6+.e c�wL?'�(u 1:..�•«..r. (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.) END OF SECTION Bid Form 00 30 00-5 Padre Island Water Line and Gas Line Extension—Project No.E10172 REV 01-23-2015 00 30 01 BID FORM EXHIBIT A 00 30 01 BID FORM EXHIBIT A Project Name: Padre Island Water Line and Gas Line Extension Project Number: [10172 Owner: City of Corpus Christi Bidder: OC 5�1u���s L._1 C CU, -t.pct OAR: Designer: Urban Engineering Basis of Bid EST. EXTENDED Item DESCRIPTION UNIT QUANTI UNIT PRICE AMOUNT Base Bid Part A-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 $ it; 51C3i $ (63 s84. - A2 Pre-Construction Exploratory LS 1 $ 3,21pbt- $ 321 C.. • A3 Install and Remove Silt Fence LF 6940 $ 3.g4 $ :?.1,Ib `t.''� A4 Traffic Control LS 1 $ t4:l o l6_;:— `— A5 Stormwater Pollution Prevention Plan LS 1 $ S4 C.`� $ A6 Trench Safety LF 3470 $ . - $ A7 Trench Safety EA 6 $ t 2$0• '� $ `I 14 fig, A8 Well Pointing LF 3470 $ $ I ' 312,yg.°= A9 Construct Horizontal Directional Drill Pads EA 4 '� $ �/�f1ZsS. $ i-1�7 I t c2. A10 Remove and Replace Trees EA 8 $ ( iia.?= $ �IciLa SUBTOTAL PART A-GENERAL(Items Al thru A10) $ Part B•STREET IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 8" Flexible Base 5Y 60 $ :2cl.4=1- $ )i'jbb-'' B2 2" HMAC SY 60 $ )U. ; $ 011.. B3 6" Concrete Pavement SF 2700 $ t3.`` - $ 2b �q,`3- 1 B4 Cement Stabilized Sand CY 95 $ 140. 1'2 $ B5 Seeding SY 7340 $ ).- $ 13, oc2-Y� B6 Landscaping LS 1 $ �"I 123,`'= $ S'j.2C.°= B7 Remove and Replace Wooden Bollard Fence FT 1450 $ -3 $ 5-5-11,s-s) `= B8 Disposal of Contaminated Soil CY 50 $ c-i , � $ 21 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B8) $ Part F-WATER IMROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 18" C905 DR 18 PVC Water Transmission Main by El Conventional Trenching LF 3260 $ sti $ �It,ISI S. 4'1'- 4" L4" MIS Schedule 80 PVC Conduit(incl. 2,500 lb to 5,000 lb F2 Mule Tape) by Conventional Trenching LF 3240 $ $ �� Cf 17 ;,_ 18" C905 DR 18 Fusible PVC Water Transmission Main F3 Installed by HDD LF 930 $ q(0 _ $ .� � bat:. .—t Bid Form Exhibit A Page 1 of 3 Padre Island Water Line and Gas Line Extension -Project E10172 REV 10-14-2014 00 30 01 BID FORM EXHIBIT A EST. EXTENDED Item DESCRIPTION UNIT QUANTI UNIT PRICE AMOUNT TY 4" MIS Schedule 80 Fusible PVC Conduit (incl. 2,500 lb to F4 LF 930 S T I_ 5,000 lb Mule Tape) Installed by HDD $ 13). . $ j 2.31 2n 2- F5 Tie-In to Existing 18" PVC Water Transmission Main EA 1 $ -11-3CQ.'3=. $ 11?b0, F6 Tie-In to Existing 4" PVC MIS Conduit EA 1 $ 6,1 2.• (p`?2. F7 18"45 Degree Bends (Mi) EA 6 $ \,L Lc. '- $ c 751. F8 18" 22.5 Degree Bends (M1) EA 2 $ t S-04. $ 31°°E. °— F9 18" 11.25 Degree Bends (M1) EA 6 $ 11k.71.4. - $ /01e3'1. 1. F10 4"45 Degree Bends EA 6 $ I.2 '."- $ -71c$. `',"-- F11 '=F11 4" 22.5 Degree Bends EA 2 $ 147. Z'- $ Vqy- `61 F12 4" 11.25 Degree Bends EA 6 $ (S-3 ac $ q.21 ,;c F13 2" Air Release/Vacuum Valves and Valve Chamber EA 2 $ ^-11193. k $ 1 Lori,2-F14 18" Gate Valves (M1) and Valve Box EA 4 $ jt}1 035. 4-= $ W41153, F15 Concrete Polymer Pull Boxes EA 9 $ l 4 kt.6'- $ 1113.7i. a� F16 Metal Posts with Signs EA 9 $ + F17 Concrete Pipe Collars EA 100 $ 633 °i'- $ G313t,a-°' SUBTOTAL PART F-WATER IMPROVEMENTS(Fl THRU F16) $ C(zili r}y- 2-- Part -Part H-GAS IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 8" Welded Steel Gas Line with FBE Coating Installed by 3 H1 Conventional Trenching LF 3330 $ HU — $ 4461/LS 8" Welded Steel Gas Line with FBE Coating LF 1330 S� ,-1z,H2 Installed by HDD $ 1 i I • $ 22Y1 ? I H3 Tie-In to Existing 8" Steel Gas Line LS 2 $ s")c'l•-r2, 'II $ \';%944. gL H4 Tie-in to Existing 6" Steel Gas Line LS 1 $ c 9-C1 r . $ c yy2.�5-- H5 8" 45 Degree Bends (Welded) EA 13 $ 320.` $ 4.11t,o.='1- H6 8" 22.5 Degree Bends(Welded) EA 2 $ II 03.1.. $ Sr':�1,-‘4Y.-- H7 'H7 8" 11.25 Degree Bends (Welded) EA 8 $ -5P-1:7'" $ 11-,)12-.‘'-:- H8 8"Tee(Welded) EA 1 $ 15-2 $ ;S-2.`- H9 8" Valves(Welded) EA 1 $ 141215'. $ 4,215-". ''-" H10 Metal Posts with Signs EA 5 $ S(,•3.z=- $ '2 dlt,.``- SUBTOTAL PART H-GAS IMPROVEMENTS(H1 THRU H10) $ -7 2.$!5IIo6.1--- Part `-Part I-ALLOWANCES(per SECTION 012310 ALTERNATES AND ALLOWANCES) I1 Utility Allowance LS 1 $ 20,000.00 $ 20,000.00 SUBTOTAL PART I-ALLOWANCES(11 THRU 11) $ 20,000.00 Bid Form Exhibit A Page 2 of 3 Padre Island Water Line and Gas Line Extension -Project E10172 REV 10-14-2014 00 30 01 BID FORM EXHIBIT A EST. EXTENDED Item DESCRIPTION UNIT QUANTI UNIT PRICE AMOUNT TY BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A10) $ C1,‘1732.. s;,. - SUBTOTAL PART B-STREET IMPROVEMENTS (Items B1 thru B8) $ 1 \I i 934. 1' - SUBTOTAL PART F-WATER IMPROVEMENTS (Items Fl thru F17) $ qq 11 'I4 II."°- - SUBTOTAL PART H -GAS IMPROVEMENTS (Items H1 thru H10) $ '1 2�'I �(,.i4 - SUBTOTAL PART I -ALLOWANCES(Items 11 thru 11) $ 20,000.00 TOTAL PROJECT BASE BID (PARTS A THRU I) $ 0,t4-U i C S'2• 41- - Contract Times Bidder agrees to reach Substantial Completion in 90 days Bidder agrees to reach Final Completion in 120 days Bid Form Exhibit A Page 3 of 3 Padre Island Water Line and Gas Line Extension- Project E10172 REV 10-14-2014 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. 0 Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of L1 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: Company Name: Ct� =n1vcsi1 LI( CAS,(.. 7�i�` / (ty dor printed) By: (signot (��1 loch evi ence I�out or y o sign) Name: CJ.1 L (typed or printed) Title: ?r-c:,L4 Business address: 1.0. % /2.14 -'x rrvol Phone: 1191-PG -6b07 Email: CCLIc,e C.�e:.lc. :ik .�.w END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 Padre Island Water Line and Gas Line Extension—Project No.E10172 11-25-2013 • 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. J Name of person who has a business relationship with local governmental entity. LL ❑ 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. IloaE 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? Yes 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? n Yes ( N 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? nYes No D. Describe each employment or business relationship with the local government officer named in this section. N/4 I I it- Signature of person doing business with the governmental entity Date Adopted 06/29/2007 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI co�G DISCLOSURE OF INTEREST 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. COMPANY NAME: cw. '�n�cr�ltY) I-l[ AoaCel, iat P.O.BOX: 1214 STREET ADDRESS: CITY: �atg) ct: }� ZIP:'Wry,' t FIRM IS: 1. Corporation ❑ 2. Partnership Er 3. Sole Owner 0 4. Association 5. Other u 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`arm." Name Job Title and City Department(if known) A) A 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 N/A 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 N/A 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`arm." Name Consultant 1 � 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 disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: e,;,,4L C- Q,Lt. Title: ��)L,,,'. (ZYac or Prim) Signature of Certifying Date: Person: y /3 /J` 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. "Firm." 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: Padre Island Water Line and Gas Line Extension Project No.E10172 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;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 Bidders 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: CPC. lc,e4 LIG bd 001 Serw;u1 ped. print By: (signa ure—attach evidence of authority to sign) Name: l/k;Li, L l C . Cf alL (type or printed) Title: -- r(.4; Business address: -Pjpp.0. lax /2/1i r)vr 1.�..�.c l 'r 'WY0 l Phone: `SLI -Gpn7 Email: Cc e CUL Jou.. .�, END OF SECTION Non-Collusion Certification 00 30 06-1 Padre Island Water Line and Gas Line Extension—Project No.E10172 11-25-2013 Sure BID BOND KNOW ALL MEN BY THESE PRESENTS,that we Clark Pipeline Services, LLC. as principal, hereinafter called the"Principal,"and SURETEC INSURANCE COMPANY,9737 Great Hills Trail, Suite 320,Austin,Tx 78759, as surety,hereinafter called the"Surety,"are held and firmly bound unto City of Corpus Christi as obligee, hereinafter called the Obligee, in the sum of Five Percent(5%)of the Amount Bid by Principal 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 Padre Island Water Line and Gas Line Extension, Project No. E10172. NOW,THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid,enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, 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. PROVIDED,HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED,sealed and dated this 13th day of April, 2015. Clark Pipeline Services, LLC. (Principal) BY: •..- -' TITLE: nr►; , SureTec nsurance/ tCom• - y BY: ` lam" Dennis M Descant, Jr.,Attorney-in-Fact Clark Bid Rev 1.1.06 i POA s: 4221073 � I I ' SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas,does by these presents make,constitute and appoint Deborah Bishop,Jeffrey L.Brady,Dennis M.Descant,Jr.,Cheryl A.Sanders its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars(35,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12131/2015 ..___•_ and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and scaled and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20°i of April. 1999.) In Witness Whereof SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 21st day of March,A.D.2013. SURANtrF SURETEC INSURANCE COMPANY •÷....'...,...,,,,..,�O fp`4.� % By: i- u, � il John ox Jr. resident State of Texas ss: 9\, AIy , County of Harris �'•1•----''� / On this 21st day of March,A.D.2013 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston,Texas, that be is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company,that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. JACQUELYN Pubic A00 1 J��\ Notary Pubic /��/ \) �, State of Texas / I - "'. a+ycorrrr+-Sap-stn it Jacq elyn Maldonado,Notary Public My commission expires May 18,2017 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in Ml force and effect Given under my hand and the seal of said Company at Houston, Texas this 13th day of April 2015 _,A.D. .Bre t Beaty,Assistant ecretary Any Instrument issued in excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST. I SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin,Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage, rights or complaints at 1-800-252-3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#:512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for,and the surety shall not be liable for, losses caused by acts of terrorism, riot,civil insurrection,or acts of war. Exclusion of Liability for Mold,Mycotoxins,Fungi&Environmental Hazards The Bond to which this Rider is attached does not provide coverage for,and the surety thereon shall not be liable for,molds,living or dead fungi, bacteria, allergens,histamines, spores, hyphae,or mycotoxins, or their related products or parts,nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination,or cleanup, nor the remediation thereof,nor the consequences to persons, property,or the performance of the bonded obligations,of the occurrence,existence, or appearance thereof. Rev 1.1.06 00 61 13 PERFORMANCE BOND BOND NO. 44 0003 6 Contractor as Principal Surety Name: Clark Pipeline Services Name: SureTec Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): P.O. Box 1214 9737 Great Hills Trail, Suite 320 Corpus Christi,TX 78401 Austin, TX 78759 Physical address(principal place of business): Owner Same Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78401 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): #E10172 Padre Island Water Line and Gas Line 8 6 6-7 3 2-0 0 9 9 Extension Telephone (for notice of claim): Same Local Agent for Surety Name: Kerry Woods/ Keetch & Assoc. Award Date of the Contract: June 9,2015 Address: 1718 Santa Fe Street Contract Price: $2.381.598.50 Corpus Christi, TX 78404 Telephone: 3 61-883-3 803 Bond Email Address: kwoods@keetchins.corn Date of Bond: June 15, 2015 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) following toll-free number:1-800-252-3439 006113-1 Performance Bond 7-8-2014 #E10172 Padre Island Water Line and Gas Line Extension 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 Nuec County, Texas for any legal action. Contractor as Principal Surety Sure ,ec Insu / c- r •- - Clark Pipel ' - - e ► e /Or 11110" Signature: Signature: -� = Name: � Name: Dennis M. Descant, Jr. Title: Title: Attorney in Fact Email Address: cc� 1 n , i,r,�,n.�,,�- Ecom ddress:dennis .descantc�bch-insurance. (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13-2 7-8-2014 #E10172 Padre Island Water Line and Gas Line Extension 00 61 16 PAYMENT BOND BOND NO. 4400036 Contractor as Principal Surety Name: Clark Pipeline Services Name: SureTec Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): P.O. Box1214 9737 Great Hills Trail, Suite 320 Corpus Christi,TX 78401 Austin, TX 78759 Physical address(principal place of business): Same Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Streetunder the laws of the state of: Texas Corpus Christi,Texas 78401 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): #E10172 Padre Island Water Line and Gas Line 8 6 6-732-0 0 9 9 Extension Telephone(for notice of claim): Same Local Agent for Surety Name:Kerry Woods/Keetch & Assoc. Award Date of the Contract: June 9.2015 Address: 1718 Santa Fe Street Contract Price: $2.381.598.50 Corpus Christi, TX 78404 Telephone:361-883-3803 Bond Email Address:kwoods@keetchins .com Date of Bond: June 15, 2015 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll-free number:1-800-252-3439 Payment Bond Form 00 6116-1 #E10172 Padre Island Water Line and Gas Line Extension 7-8-2014 i . 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 sh be determined in accordance with the provisions of said Chapter to the same extent as if it wer- copied at length herein. Venue shall lie exclusively in Nueces County, Texa or any legal actio Contractor as Principal SuretySur c nsu„ - -•••- . Clark Pipeline v e �� a / Signature: Signature: Name: s � C. CLL Name: Dennis M. Descant, Jr. Title: Attorney in Fact Email Address: Cc\ Cr_L,,-t,PJ,,,t- M Emacomdress:dennis .des cant@bch-insurance. (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 7-8-2014 #E10172 Padre Island Water Line and Gas Line Extension f POA#: 4221073 SureTec Insurance Company LIMI'IED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston,Harris County, Texas, does by these presents make,constitute and appoint Deborah Bishop,Jeffrey L.Brady, Dennis M.Descant,Jr.,Cheryl A.Sanders its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until _ 12/31/2015 _ _ and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20"'of April, 1999.) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 21st day of March,A.D.2013. SURETEC INSURANCE COMPANY *,--‘).•14A—±l'et 0/ iAl)0 By: w , John ox Jr resident fir co Z State of Texas ss: ;� 4 r` .c , - County of Harris • -•a * On this 21st day of March,A.D.2013 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which'eXecuted the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. • JACQUELYN MALDONADO �` Notary Pubic%` Stale of TexasMyGomm5{itri2017 lin elyn Maldonado,Notary Public My commission expires May 18,2017 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 15th day of June 2015 ,A.D. 2 ,Assecretary Any Instrument Issued In excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252- 3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#: 512-475-1771 Web:http:%/www.tdi.state.tx.us Email:ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills,contamination, or cleanup, nor the remediation thereof, nor the consequences to persons,property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. 1 Texas Rider 010106 DATE ACRD® CERTIFICATE OF LIABILITY INSURANCE 26J20N��nYYn 6/26/2015 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 POUCIES 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 CONTACT Nicole Ybanez Swantner&Gordon Insurance Agency PHONE FN).361-561-2194 FAXINC.Ne):361-844-0101 A Higginbotham Company E-MAIL PO Box 870 ADDRESS:nybanez@higginbotham.net Corpus Christi TX 78403 INSURER(S)AFFORDING COVERAGE NAIC X INSURER A:Ohio Security 24082 INSURED CPCINT INSURER B:Ohio Casualty Insurance Company 24074 CPC Interests, LLC dba Clark Pipeline Services INSURER C:Texas Mutual Insurance Company 22945 PO Box 1214 Corpus Christi TX 78401 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:846921984 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP L7R INSD WVD POLICY NUMBER (MWDD/YYYY) IMMIDD/YYYYI OMITS A X COMMERCIAL GENERAL LIABIUTY BLS56512183 2/1/2015 2/1/2016 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES Es occurrence) $1,000,000 MED EXP(My one person) $15,000 PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG _$2,000,000 OTHER: Contractors Poll $$i 00,000 A AUTOMOBILE UJABIUTY BAS56512183 2/1/2015 2/1/2016 COMBINED SINGLE LIMIT $ (Ea acadent) 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ AUTOSaIED SCHEAUTODULED BODILY INJURY(Per accident) $ XTWNED PROPERTY $X HIRED AUTOS AUOSSc B X UMBRELLA UAB X OCCUR US056512183 2/1/2015 2/1/2016 EACH OCCURRENCE $5,000,000 EXCESS UAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$$10,000 $ C WORKERS COMPENSATION TSF0001282215 2/1/2015 2/1/2016 X STATUTE OTH- ER AND EMPLOYERS'LIABIUTY Y/N ANY PROPRIETOR/PARTNER/EXECUfIVEY N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If es,desaibe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) General Liability,Automobile,and Umbrella Liability[Follows Form Underlying]policies include blanket automatic additional insured endorsements tat provide additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi-Capital Programs ACCORDANCE WITH THE POLICY PROVISIONS. Sylvia Arriaga-Construction Contracts Mgr Box 9277 AUTHORIZED RE" PRESENTATIVE Corpus Christi TX 78469-9277 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CPCINT ...--"""NLOC#: A`CPRADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Swantner&Gordon Insurance Agency CPC Interests, LLC dba Clark Pipeline Services POLICY NUMBER PO Box 1214 Corpus Christi TX 78401 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE General Liability,Automobile,Workers Compensation&Umbrella Liability[Follows Form Underlying]policies include blanket automatic waiver of subroation endorsements that provide this feature only when there is a written contract between the insured and certificate holder that requires it. General Liability&Automobile policies include Primary Coverage to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. General Liability,Automobile,and Workers Compensation policies include an endorsement providing that 30 days'notice of cancellation will be furnished to te certificate holder except 10 days notice of nonpayment of premium. RE:#E10172 Padre Island Water Line&Gas Line Extension ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD (ikj 6k6. 110,11 .-5 COMMERCIAL GENERAL LIABILITY y� CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY -ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS -COVERAGES A AND B 3 V.—ADDITIONAL INSUREDS -BY CONTRACT, AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY- ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS -EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED -INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED -FELLOW EMPLOYEE EXTENSION -MANAGEMENT EMPLOYEES 6 NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE,CLAIM OR SUIT 7 a LIBERALIZATION CLAUSE 7 a BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I -Coverage A - Bodily Injury And Property Damage Liability, exclusion g.Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other F valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2.Exclusions of Section I -Coverage A-Bodily Injury And Property Damage Liability, ' E Subparagraph (2) of exclusion g.Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY •ELEVATORS 1. Under Paragraph 2. Exclusions of Section I •Coverage A-Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV • Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) s If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part 1. Under Paragraph 2. Exclusions of Section I-Coverage A-Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs (1), (3) and (4)of this exclusion do not apply to"property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exdusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. ® 2013 Liberty Mutual Insurance CC 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 8 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III -Limits Of Insurance. 2. Paragraph 6. under Section III -Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) -Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I -Coverage C •Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS -COVERAGES A AND B 1. Under Supplementary Payments -Coverages A and B,Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section II •Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 8 • b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: g Q (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV -Commercial General Liability Condi- tions. ® 2013 Liberty Mutual Insurance CO 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I•Coverage A•Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or"property damage" occurs. c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury" or"property damage" occurring after. (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III •Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS •EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" M This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2.Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: 0 a. Give written notice of an "occurrence" or an offense that may result in a daim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III • Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED -INCIDENTAL MEDICAL ERRORS 1 MALPRACTICE WHO IS AN INSURED -FELLOW EMPLOYEE EXTENSION -MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II-Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee" while in the course of his or her employ- s ment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or "volunteer worker" as a consequence of Paragraph (1)(a)above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1)(a)or(b)above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d))does not apply. Paragraphs (a) and (b) above do not apply to"bodily injury" or"personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and 2013 Liberty Mutual Insurance CG 88 10 0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 6 of 8 advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3.of Section II-Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV -Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE,CLAIM OR SUIT Under Section IV -Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II -Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V-Definitions, Definition 3.is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sick- ness or disease. ® 2013 Liberty Mutual Insurance CO 88 10 0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury iQ. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV - Commercial General Liability Conditions, the following is added to Condition 8. Trans- fer Of Rights Of Recovery Against Others To Us: $ We waive any right of recovery we may have against a person or organization 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" SIMMS provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and t 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. S s 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 8 of 8 COMMERCIAL GENERAL LIABILITY CG 86 11 04 13 jJS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. U ! ADDITIONAL INSURED -AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - CONTRACTORS - COMPLETED OPERATIONS MI MI ▪ This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART - A. Paragraph 2. under Section II -Who Is An Insured is amended to include as an insured any person or mmis organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for "bodily injury" or"property damage": 1. Caused by "your work" performed for that additional insured that is the subject of the written § amain contract or written agreement: and 2. Included in the "products-completed operations hazard'. However: a) The insurance afforded to such additional insured only applies to the extent permitted by law; and b) If coverage provided to the additional insured is required by a contract or agreement, the n insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured The insurance provided by this endorsement applies only if the whiten contract or written agreement is signed prior to the "bodily injury' or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit under Section IV-Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I-Coverage A-Bodily Injury And Property Damage Liability: This insurance does not apply to: 1. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. 2. "Bodily injury' or "property damage" ansing out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and b. Supervisory, inspection, arch tectural or engineering activities. m 2013 Liberty Mutual Insurance CG 86 11 04 13 Indudes copyrighted material of Insurance Services Mice.Inc,with its permission. Page 1 of 2 C. With respect to the insurance afforded to these additional insureds. the following is added to Section II- Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by contract or agreement; or 2. Available under the applicable Limits of insurance shown in the Declaration. whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Dedaratio ns. D. With respect to the insurance afforded by this endorsement, Section IV -Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2.Duties In The Event Of Occurrence, Offense, Claims Or Sult: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or 'suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured. 2. Paragraph 4.of Section IV-Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insur- ance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. ® 2013 Liberty Mutual Insurance CG 86 11 04 13 Includes copyrighted material of Insurance Services Office.Inc,with its permission. Page 2 of 2 �y ( 1 s 'COMMERCIAL GENERAL LIABILITY � � /j ��J CG 89 70 04 13 toO THI ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CANCELLATION PROVISIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Any term or provision of the Cancellation Conditions of the policy or any endorsement amending or replac- MEE ing such Conditions is amended by the following: NIMENNIE m- you have agreed in a written contract or written agreement to provide a person or organization notice of cancellation we agree to the following: Provide 30 days prior written cancellation notice to such person or organization for reasons other than nonpayment of premium, but only if we are provided with a schedule of persons or organizations with whom you have agreed to provide notification more than 30 days before the cancellation is to take 3 effect. simm For purposes of this endorsement, knowledge of the agent as to the persons or organizations requesting notice of cancellation is insufficient to invoke our duty to provide notice of cancellation unless the identity of the persons or organizations is provided directly to us in accordance with the terms of this endorsement. Failure to provide notice to a person or organization in accordance with the terms of this endorsement shall not extend the effective date of the cancellation or otherwise affect cancellation of the policy as to any insured. 2013 Liberty Mutual Insurance CG 89 70 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 1 rA)A/ Ii)065(°‘.1117/ COMMERCIAL AUTO (� CA 88 10 01 10 V THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: 'BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. COVERAGE INDEX B • UBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 21 EMPLOYEES AS INSUREDS (including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 22 EXTRA EXPENSE-BROADENED COVERAGE 10 GLASS REPAIR-WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN /LEASE GAP 14 PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 / UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 �/ WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19 SECTION II-LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED $ SECTION II - LIABILITY COVERAGE, paragraph A.1. -WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an insured under any other automobile policy; or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1) If there is similar insurance or a self-insured retention plan available to that organization; ©2010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 1 of 7 (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II - LIABILITY COVERAGE, paragraph A.1. -WHO IS AN INSURED is amended to include the following as an insured: f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorse- ment is excess over any other insurance available to any "employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties re- lated to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II - LIABILITY COVERAGE, paragraph A.1. -WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION II - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, para- graphs (2)and (4) are replaced by the following: (2) Up to S3,000 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earn- ings up to S500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to s the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION II - LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. SECTION III -PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III - PHYSICAL DAMAGE COVERAGE,is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to"autos": a. You hire, rent or borrow; or 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 2 of 7 b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for "loss" in any one "accident" or"loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. mem B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that tt� coverage. $ C. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. D. Subject to a maximum of $750 per "accident", we will also cover the actual loss of use of the --� hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: 7-7 (1) Any "auto" that is hired, rented or borrowed with a driver; or (2) Any "auto" that is hired, rented or borrowed from your "employee". For the purposes of this provision, SECTION V-DEFINITIONS is amended by adding the following: "Total loss" means a"loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION III - PHYSICAL DAMAGE COVERAGE,paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is dis- abled: a. For private passenger type vehicles, we will pay up to S50 per disablement. b. For "light trucks", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW)of 10,000 pounds or less. c. For"medium trucks" ,we will pay up to S150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 -20,000 pounds. However, the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III -PHYSICAL DAMAGE COVERAGE,is amend- ed to provide a limit of$50 per day and a maximum limit of$1,500 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with Its Permission. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION III-PHYSICAL DAMAGE COVERAGE,A.COVERAGE,is amended by adding the following: a. We will pay up to S75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". d. This coverage does not apply unless you have a business necessity that other "autos" avail- able for your use and operation cannot fill. e. If loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4.Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11. 10. EXTRA EXPENSE-BROADENED COVERAGE Under SECTION III -PHYSICAL DAMAGE COVERAGE,A.COVERAGE,we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 11. PERSONAL EFFECTS COVERAGE A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V-DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects" does not include tools, equipment, jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III -PHYSICAL DAMAGE COVERAGE,B. EXCLUSIONS is amended by adding the follow- ing: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other cov- erage or warranty. 13. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE,B. EXCLUSIONS, exception paragraph a. to exclu- sions 4.c. and 4.d. is deleted and replaced with the following: ®2010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 4 of 7 Exclusion 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are provided for the covered "auto"; or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a$100 deductible. 14. LOAN/LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by adding the following: S The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the"loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss", b. Financial penalties imposed under a lease due to high mileage, excessive use or ab- - normal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, e. Final payment due under a"Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", i. Any amount representing taxes, j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered "auto" that incurred the loss. C. SECTION V-DEFINTIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A"balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. ©2010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc..with its Permission. Page 5 of 7 15. GLASS REPAIR-WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a. In the charge of an"insured"; b. Legally parked; and c. Unoccupied. The"loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. SECTION IV -BUSINESS AUTO CONDITIONS is amended as follows: 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a. In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (1) How, when and where the "accident" or "loss" took place; (2) The"insureds" name and address; and (3) The names and addresses of any injured persons and witnesses. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident" or "loss", our rights are waived also. ®2010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 6 of 7 20. HIRED AUTO COVERAGE TERRITORY SECTION IV- BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For"autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a"suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with - a driver. Q SECTION V-DEFINITIONS is amended as follows: = e 21. BODILY INJURY REDEFINED Under SECTION V-DEFINTIONS, definition C. is replaced by the following: a : "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. e 1--1 COMMMON POLICY CONDITIONS it 22. EXTENDED CANCELLATION CONDITION s' - COMMON POLICY CONDITIONS, paragraph A. - CANCELLATION condition applies except as foi- 1 1 t lows: = If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancella- tion. 1 2 a 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with Its Permission. Page 7 of 7 s ( _(q�� COMMERCIAL AUTO CA88620113 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. o AIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Tis endorsement modifies insurance provided under the following: looms BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM 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. WNW asamoms SCHEDULE 161001206.6 Name(s) of Person(s) or Organization(s): BLANKET AS REQUIRED BY WRITTEN CONTRACT (If no name appears above, the information required to complete this endorsement will be shown in the F, Declarations as applicable to this endorsement). 0 2013 Liberty Mutual Insurance CA 88 62 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 1 bo' " �"'�� COMMERCIAL AUTO CA 88 )0 *f),\ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. V AMENDMENT OF CANCELLATION PROVISIONS Any term or provision of the Cancellation Conditions of the policy or any endorsement amending or replac- ing such Conditions is amended by the following: If you have agreed in a written contract or written agreement to provide a person or organization notice xiof cancellation we agree to the following: a. Provide 30 days prior written cancellation notice to such person or organization for reasons other than nonpayment of premium, but only if we are provided with a schedule of persons or organizations with whom you have agreed to provide notification more than 30 days before the cancellation is to take effect. For purposes of this endorsement, knowledge of the agent as to the persons or organizations requesting notice of cancellation is insufficient to invoke our duty to provide notice of cancellation unless the identity of the persons or organizations is provided directly to us in accordance with the terms of this endorsement. Failure to provide notice to a person or organization in accordance with the terms of this endorsement shall not extend the effective date of the cancellation or otherwise affect cancellation of the policy as to any insured. b a © 2012 Liberty Mutual Insurance CA 88 60 07 12 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 1 TexasMutirWORKERS'COMPENSATION AND EMPLOYERS Sf�ranceCompany WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. 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, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE . Tis endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated beow (The((flowing"attaching clause' need b completed only when this endorsement is issued subsequent to preparation of the policy) This endorsement,effective on at 1201 A.M.standard time,forms a part of Policy No. TSF-000 1282215 20150201 of the Texas Mutual Insurance Company Issued to CPC INTERESTS LLC Endorsement No. Premium$ 414°J2'thC4‘4 NCCI Carrier Code 29939 Authorized Representative WC420304B(ED.B-01-2014) INSURED'S COPY QUSER 1-30-2015 WORKERS' COMPENSATIONBILITYINSURANCE ANDPOEMPLOYERSLICY TeXaSMutu2.1® LIA Insurance Company WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attachea effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause need be completed only when this endorsement is issued subsequent to preparation of the policy) This endorsement,effective on J at 12 01 A.M.standard time,forms a part of Policy No. TSF-0001282215 20150201// of the Texas Mutual Insurance Company Issued to CPC INTERESTS LLC Endorsement No. Premium$ Mb.451. 'IS°.c‘/ NCCI Garner Code 29939 Authorized Representative WC420601(ED.t 94) I NSURED'S COPY QUSER 1-30-2015