Loading...
HomeMy WebLinkAbout05-01-2012 c3 laguna lift station replacement-equip purchaseMeeting Date May 1, 201 2 Item Number C 3 counci l acenda Repot C I T Y O F S A N L U I S O B I S P O FROM : Carrie Mattingly, Utilities Director WH for CM Prepared By :Jennifer Metz, Utilities Project Manager J1v1 SUBJECT : LAGUNA LIFT STATION REPLACEMENT EQUIPMENT PURCHAS E RECOMMENDATIO N Authorize the sole source purchase of pumps, prefabricated wet well with pre-rotated pump basins , and associated equipment from Flo Systems in the amount of $345,000 to expedite the replacemen t of the Laguna lift station and authorize the City Manager to execute all documents related to thi s purchase . DISCUSSIO N Backgroun d The Laguna Lift Station (Laguna) is located within the City's Water Reclamation Facility at 3 5 Prado Road and serves the western portion of the City, including receiving flow from the Call e Joaquin, Silver City, and Prefumo lift stations, gravity flow from the Laguna Lake area, and tan k drains from the Water Reclamation Facility . Laguna pumps approximately 750,000 gallons o f wastewater daily during dry weather and over two million gallons per day during wet weather . Due to repeated failures with the existing Laguna lift station, station replacement was identified as a high priority capital improvement project in the 2011-13 Financial Plan . The City contracted with AECOM for the design of the replacement lift station in November 2011 . To date AECOM ha s submitted Technical Memorandum, a Preliminary Design Report and 50% design plans for th e project. The lift station includes a deep excavation of over 30 feet for the new wet well in an area wher e high groundwater exists making construction during the dry season more cost effective than th e rainy season . It is anticipated that project plans and special provisions will be complete in early Jun e 2012 and that the project will be competitively bid and under construction this summer . The project has an estimated 65 day construction schedule . Like other successful installations at the City's two newest lift stations (Tank Farm and Prefumo), Wemco Hidrostal pumps with pre-rotated pump basins cast in the wet well have been selected fo r use at the Laguna lift station . This equipment has a proven track record of efficiently pumpin g wastewater while requiring reduced staff time for maintenance compared to other submersibl e pumps . During design, AECOM identified a lengthy lead time for the selected equipment includin g 20-22 weeks for the pumps, 13-15 weeks for the pump basins and five to six weeks for the precas t wet well . Flo-Systems is the exclusive distributor of Wemco pumps in California . In order to have the project under construction as planned during the summer of 2012, it is propose d to purchase this equipment and furnish it to the selected contractor for installation durin g C3-1 Laguna Lift Station Replacement Equipment Purchase Page 2 construction per the attached vendor quote (Flo-Systems, April 13, 2012). The schedule for construction and completion of the project will not be met unless the City purchases this equipmen t in advance of construction . The City's purchasing procedures allow for the sole source purchase of equipment in certai n circumstances, as described below . 3.24.060 Bidding procedures -Use of not required when . Purchase of those items listed in Section 3 .24.010 shall be by bid procedures se t forth in this chapter. Such procedures may be dispensed with, at the discretion an d judgment of the purchasing authority as to the best interests of the city, as follows : C.When the item(s) to be purchased can be obtained from only one vendor o r supplier; D.When supplies or equipment have been uniformly adopted in the city or otherwis e standardized; The City acknowledges that it does assume some risk in purchasing this equipment that would b e otherwise be assumed by the Contractor during construction . However, as described in the quot e from Flo-Systems, the pump warranty extends to one-year after startup of the equipment . CONCURRENCE S The Public Works Department staff concurs with this request to purchase this equipment and furnish it for construction to expedite the replacement of the Laguna Lift Station . FISCAL IMPAC T Purchasing the pumps, prefabricated wet well and associated equipment will cost $345,000 . Th e Laguna Lift Station Replacement project has a total construction budget of $800,000 from the Sewer Fund . These funds were approved as part of the 2011-13 Financial Plan and shown in th e 2011-13 Financial Plan, Appendix B, Capital Improvement Plan,pages 3-77 through 3-79 . The engineer estimates from AECOM indicates that sufficient budget should exist after this purchase t o fund the construction for this project . ALTERNATIVE S Deny the purchase of the pumps in advance of the construction of the Laguna Lift Station . Counci l should only select this alternative if it feels that addressing the current issues with the identified lift stations should be deferred despite the extreme problems staff continues to experience wit h reliability with the existing station . This alternative is not recommended . ATTACHMENT S 1 .Flo Systems quote, April 12, 201 2 t : council agenda reports 2012 2012-05-01 laguna lift station replacement (mattingly-metz) cm laguna lift station replacement.docx w CI C1 "V0 I0- CA AO If%MI6.Inn / L—%.// V I L.-I WV,II V ILA/I 3010 Floyd Street, Burbank, CA 91504 (818)562-5282 FAX (818)842-321 7 April 12, 201 2 Proposal #120330r1rev2 Page 1 of 5 Jennifer Metz Utilities Project Manager City of San Luis Obispo 879 Mono Stree t San Luis Obispo, CA 9340 1 805-781-7239 fax 805-781-7218 jmetz@slocity .org Reference : City of San Luis Obispo Public Work s Laguna Lift Station Modification s Dear Jennifer : We are pleased to present our proposal to furnish the following equipment and services for thi s project. The equipment selection is based on the design work done by AECOM . The items included are as follows : Three (3) Wemco F6K-S immersible explosion proof submersible sanitary sewage pumps wit h 30 hp, 1145 rpm, 3/60/460 volt liquid cooled motors to provide a design of 1500 gp m at 45 .2' tdh for each pump . The pumps include 75' of motor leads, hi chrome scre w centrifugal impellers and liners with cast iron volutes . Three (3) Series 800 prerotation basins with ductile iron base elbows and non sparking guides . Includes galvanized suction bells . The elbows are 6" class 150 ANSI type . One (1) Lot of spare parts to include one (1) set of inner and outer mechanical seals , one (1) spare impeller and one(1) spare suction liner . Three (3) 316 Stainless steel lifting chains with 316 stainless steel tethers and two(2) 31 6 stainless steel gripping eyes . Total length of lifting assembly is 32 feet as the pump motor lifting bale is approximately 52" above the floor . Three (3) Sets of 316 stainless steel guide rail s Three (3) 316 stainless steel intermediate brackets for connection to 8" vertical riser pip e Three (3) Moisture relays to be mounted and wired by others in a new control panel . Three (3) Factory certified non witnessed performance tests Three (3) Factory certified non witnessed hydrostatic test s One (1) Precon circular 12' diameter x 32' deep prefabricated wetwell with base, riser ring s and top with installed Halliday three port access cover with 300 lb per square foo t rating and fall prevention grating . The wetwell interior rings are coated wit h Utilithane . The exterior of the base and rings are coated with coal tar epoxy . The interior of the cover will be coated with Utilithane . The pricing includes freight t o the jobsite . Precon includes a crew to help set the base, rings and top . The crew wil l seal all of the joints with the Tylox seal, appoint coat all of the joints inside and out , set the factory prefilled prerotation basins, properly chamfer and gout the basins int o place and Utilithane coat the bottom . The 18" inlet core (please specify the actua l opening size needed) will be done by Precon at the factory at an approved position . The historic anticipated installation time from arrival on site to complete set of th e wetwell is 3 days or less, but is dependant on site conditions and coordination wit h City selected contractor . Excludes any crane service and is limited to the work bein g performed during regular business hours (7 :00 Am to 3 :30 PM). Flo-Systems/ Preco n will provide site specific concrete structural calculations and pump data afte r placement of the order for approval by the City . C3-3 Proposal #I2033 Or 1 rev 2 Page 2 of 5 One(1) Return visit by Precon (an authorized Utilithane supplier and installer) to reappoint the interna l Utilithane and external coal tar epoxy around the inlet and outlet pipes as well as any minor repair s to the surfaces . This is currently priced at one day onsite and limited to these smaller coatings . Thi s also anticipates safe and sufficient clearance below grade, by others, to appoint the externa l coatings .(Work outside of this scope would be done for an additional fee). THE PRICE FOR THE ABOVE EQUIPMENT AND SERVICE S Equipment as shown above $ 314,871 .00 Shipping (anticipated) $ 5,000 .00 Sales Tax at 7 .75%(on equipment only) $24,402 .5 0 Total $ 344,273 .50 Notes :* Lead times are anticipated as follows : Pumps 20 - 22 week s Prerotation Basins with elbows 13 - 15 week s Precast Wetwell/Top 5 - 6 weeks *subject from release into production and are to delivery into shipment . Pumping equipment i s shipped from Salt Lake City, UT, concrete wetwell is shipped from Simi Valley, CA . Stated time s are standard quoted lead times which may improve once the equipment is placed into production . According to the manufacturer Utilithane is a direct substitute for Sancon 100 . NOT INCLUDED : 1.Valves, piping, pipe supports, increasers, companion flanges . 2.All electrical controls & control panels . 3.Any accessories or services not specifically mentioned in our proposal . 4.Additional costs due to city/engineer required different materials of construction, design etc . 5.Installation pumps, guide rails, discharge piping into wetwell is by others . INCLUDED : 1.Freight to the jobsite . (FOB factory - freight allowed to the first destination). 2.Start-Up Service, Training &Field Tests -We provide the services of one Flo-Systems' technician for a maximum of 3 day(s). Water, materials, special instruments, etc .,by others .Field tests are limited to ou r providing guidance and presence while the field tests are performed by others . Training is limited to guidance in utilizing the manufacturers operations and maintenance manuals . Additional service i s available for an additional cost . 3.Factory tests and certified test data . 4.Shop drawings and maintenance manuals . THIS Budget PROPOSAL EXPIRES IN 60 DAYS from the date of this proposal or bid opening date, i f applicable . This proposal reflects prices based solely upon the Terms and Conditions attached in exhibit A and B . Thi s proposal does not include the potential additional costs for bonding, accepting contractors terms and conditions , retentions, etc . Our warranty is extended to one year after start-up service is performed on our equipment or 18 months afte r shipment, whichever occurs sooner . This quotation is subject to Flo-Systems' standard Terms and Conditions, which appear on the next page . Any order or contract resulting from this quotation shall be governed by said terms . In addition : (1) buyer grants t o seller a security interest in the equipment listed until contract is completed and full payment is made, (2) interest o n C3-4 Proposal #120330rIrev2 Page 3 of 5 past due accounts will be charged at the maximum legal rate not to exceed 1-1/2 percent per month . Such interest will be compounded monthly beginning on the first day that any such amount is past . Total liability of the Seller for this purchase agreement including indemnity, liquidated damages, actual damages , special damages and consequential damages is limited to the coverage offered and paid by the Seller's insuranc e policies issued by Hartford Fire Insurance ($2 Million General Aggregate for General Liability, Auto , Products/Completed Operations); National Union Fire ($2 Million Excess Liability); Insurance Company of the West - Employers Compensation Insurance (Worker's Compensation); and a maximum of 30% of this purchas e agreement for all other Seller's liabilities, including liquidated/actual damages, due to delivery delays . Liquidated/Actual damages are further limited to what is assessed by the Owner, paid to Owner and assessed du e to the sole cause of Seller's delays . This five page document is attached herein as exhibit C without pag e references . Flo-Systems reserves the right to either accept the order direct or act as a manufacturer's representative, in whic h case some of the above equipment orders would be placed direct with these manufacturers, along with their term s and conditions which shall not be binding upon the City except for those attached hereto . Thank you for the opportunity to submit this proposal . Very truly yours , Flo-Systems, Inc . Rick Jesmo k Office 818-562-528 2 Home Office and Fax 818-790-122 2 Cell 818-641-446 1 ATTEST : CITY OF SAN LUIS OBISP O By : City Clerk Katie Lichtig, City Manage r APPROVED AS TO FORM : SUPPLIER By : Christine Dietrick, City Attorney Rick Jesmok, Flo-Systems Inc . City ofSan Luis Obispo - Laguna Lift Station Modifications Exhibit A Proposal 120330rlrev 2 Page 4 of 5 TERMS OF SAL E 1.ACCEPTANCE. These terms govern the purchase and sale of equipment, contractors services, etc, referred to in SELLER'S proposal o r acknowledgement . Acceptance by SELLER, such offer or acceptance is conditioned on BUYER'S assent to these terms . SELLER rejects al l additional or different terms in any of BUYER'S forms or documents unless specifically accepted by SELLER in writing. Where our Principa l (manufacturer) reserves the right to accept the purchase order and invoice BUYER directly, our principals' terms and conditions shall apply i f same is included with the proposal . 2.PAYMENT . Terms are Net 30 days from date of shipment and invoice, subject to approval of credit . SELLER may ship on a "when ready" basi s and partial invoice for the equipment that has shipped . Partial invoices are bound by the same terms as those invoices submitted upon complet e shipment of equipment . Interest at one percent per month or at the legal maximum rate will be assessed for late payment . 3.RETENTIONS not previously approved in writing by SELLER are not permitted . 4.BACK CHARGES accepted only upon written approval by SELLER . 5.DELIVERY .SELLER shall not be liable for delays in delivery due to fire, flood, labor issues, war, civil disorders, delay in transportation , inability to obtain materials, accidents, acts of God or other causes beyond SELLER'S reasonable control . If shipment is delayed due to BUYER o r by government action, payment becomes due when the factory is ready to make shipment and storage charges, if any, become the BUYER S responsibility . 6.RESPONSIBILITY .SELLER shall not be responsible for damage to equipment if misused, improperly stored, installed or maintained . SELLER SHALL NOT BE LIABLE FOR CONSEQUENTIAL, INCIDENTAL, SPECIAL, PUNITIVE, COLLATERAL, LIQUIDATED OR OTHE R INDIRECT DAMAGES . CONSEQUENTIAL DAMAGES FOR THE PURPOSE OF THIS AGREEMENT SHALL INCLUDE BUT NOT B E LIMITED TO, LOSS OF USE, INCOME, PROFIT, LOSS OF OR DAMAGE TO PROPERTY, ETC . WARRANTY . For benefit of the original user, SELLER warrants all new equipment sold to be free from defects in material and workmanship, and will replace or repair, F .O .B . at its factories or other location designated by it, any part or parts returned to it which SELLERS examinatio n shall show to have failed under normal use and service by the original user within one year following initial shipment to the BUYER . Thi s warranty does not cover damage by decomposition from chemical action or wear caused by abrasive materials nor does it cover damage resultin g from misuse, alteration, accident or neglect, or from improper operation, maintenance, installation, modification or adjustment . Such repair or replacement shall be free for all items except for those items that are consumable and normally replaced during maintenance . THIS WARRANT Y IS EXPRESSLY MADE BY SELLER AND ACCEPTED BY BUYER IN LIEU OF ALL OTHER WARRANTIES, WHETHER WRITTEN , ORAL, EXPRESS OR IMPLIED . 7.TAXES. Prices are exclusive of all taxes, federal, state local of any kind or nature unless specifically shown in our proposal . 9.TRANSPORTATION . Unless otherwise set forth herein, prices are F .O .B . our factories . The consignee must report all claims for damages i n transit to the carrier . 10.COMPLIANCE WITH LAWS . BUYER shall be solely responsible for securing any necessary permits and for compliance with all safety , health, sanitation and any other laws, ordinances and regulations in connection with the design, installation and operation of the equipment . 11.INDEMNIFICATION . It is understood that SELLER has relied upon data furnished by and on behalf of BUYER with respect to the safet y aspects and application of the equipment and that it is BUYER'S responsibility to assure that the equipment will, when installed and put in use, b e in compliance with requirements fixed by law and otherwise legally adequate to safeguard against injuries or damage to persons or property . SELLER will indemnify, defend and hold BUYER harmless from any claim, cause of action or liability incurred by BUYER as a result of thir d party claims for personal injury, death or damage to tangible property, to the extent caused by SELLER'S sole negligence . SELLER shall have th e sole authority to direct the defense of and settle any indemnified claim . SELLER'S indemnification is conditioned on BUYER (a) promptl y notifying SELLER of any claim, and (b) providing reasonable cooperation in the defense of any claim . SELLER'S liability is limited to the coverage offered and paid by the SELLERS insurance policies . 12.TITLE &LIEN RIGHTS. After delivery to Buyer, Seller will have all such rights, including security interests and liens, in the equipment a s lawfully may be conferred upon Seller by contract under any applicable provision of law . 13.MISCELLANEOUS .Goods may not be returned without previous written permission and are subject to a restocking charge . The SELLER may cancel agreement only upon written notice and payment of reasonable cancellation charges, including anticipated profit . Attorney's fees and cour t costs necessary to enforce these terms of sale will be paid to the prevailing party . No part of the Agreement may be changed or cancelled except b y a written document signed by SELLER and BUYER . No course of dealing or performance, usage of trade or failure to enforce any term shall b e used to modify the Agreement . If any of these terms is unenforceable, such term shall be limited only to the extent necessary to make i t enforceable and all other terms shall remain in full force and effect . BUYER may not assign or permit any other transfer of the Agreement withou t SELLER'S prior written consent . The Agreement shall be governed by the laws of the State of California without regard to its conflict of law s provisions . Acceptance of this proposal with the terms referred to herein may be accomplished by executing this document or by providing a BUYER S purchase order/contract. Accepted : SELLER Accepted : BUYER Submitted : FLO-SYSTEMS IN C FLO-SYSTEMS INC Rick Jesmok Vice Presiden t Date : Date : Date : Proposal 120330r1rev2 Exhibit B Page 5 of 5 STANDARD CONDITIONS TO ALL WETWELL PROJECT S We are pleased to submit the ATTACHMENT "B" in connection with the accompanying quote . The quote is limited by an d includes this ATTACHMENT "B". Any acceptance of this quote will include this document as well as Flo-Systems term s and conditions herein mentioned .. SPECIFIC INCLUSIONS : 1 . See quote . SPECIFIC EXCLUSIONS TO THIS PROPOSAL : 1.Excludes lane closures or traffic control of any kind ; 2.Excludes excavation, shoring or sand-bagging to contain concrete pour ; 3.Excludes coring, break-ins, by-passes, bulkheads, concrete encasements, flexible sleeves or any redirectio n of sewer flows; pipe or piping appurtenances and water stops . 4.Excludes any demolition, jack-hammering or removal of any structures or manholes ; 5.Excludes setting of rings & covers to final grade & pouring of concrete cap ; 6.Excludes de-watering of any kind, excludes cleaning or drying of manhole base ; 7.Excludes any special coating or linings unless specifically included in quote ; 8.Excludes stop-logs, gas traps, and gas flaps unless specifically included in quote ; 9.Excludes pumping of concrete for manhole base if required by site conditions ; 10.Excludes any engineering or testing if required by the agency or owner unless specifically included in quote ; 11.Excludes any secondary pours, encasements, fillets or ballast pour unless specifically included in quote . SPECIFIC CONDITION TO THIS PROPOSAL : 1.Contractor must provide protection and traffic control in accordance with CAL/OSHA standard . Contractor must provide safe access for Precon to set manholes . Contractor must provide all necessary excavation an d trench permits per California Code of Regulations, Title 8, and Sec 341 . 2.Contractor must provide a safe prepared and de-watered excavation suitable for placement of the wetwel l base, rings and included labor shown herein . 3.Contractor must provide sheeting, shoring and sandbagging around the pipe ends and at the sides of th e excavation . 4.All time estimates which may be given for lead time and/or delivery time are subject to change, occasiona l delivery delays must be expected ; 5.Field work to be performed between standard working hours of 7 a .m . and 3 :30 p .m . Monday throug h Friday .If work or deliveries are scheduled outside of normal working hours please call for an additiona l quote . 6.Contractor must provide a certified Competent Person in trenching or shoring operations to perform any an d all duties required by CAL/OSHA . r LUY5 I tIYI KJ HA(*.bb/1 0 5 Q Brown &Brown Insurance California License #080258 7 BROWN & BROWN INSURANCE SERVICES O FCALIFORNIA, INC .1025 CHAPALA STREE TPO BOX 146 9SANTA BARBARA, CA 9310 1LICENSE #0D0405 3(805)965-0071(800)350-632 8 FAX (805)690-320 0 SCHEDULE OF INSURANC E FLO-SYSTEMS, INC .FLOYD-ONTARIO INVESTMENT COMPAN Y3010 FLOYD STREETBURBANK, CA 91504 Page 1 anvil s`,7f11 e3 04/lb!LC11L 1,~:bl dltif`Jb1222 FLUSYSTEM RJ PAGE 07/1 0 Blown & Brown insurance Cambmia License #0B02587 LOCATIONS: 3008.3010 Floyd Street, Btebani[, Ca 9150 4 PropertyCompany: Hartford Casualty Ins . Co.Effective: 4115/2012 to 4/1512013 Policy Number 72UUNJH529 8 addna Sublegt Insurance11Blanket Building 1,240,0001Blanket Business Income& Extra Expense $4,000,000 1 1 Blanket Business Personal Property $9398401iOrdinance Coverage A Includedi1Ordinance Coverage B 800,00011Ordinance Coverage C $600,000 Cause of Loss : Al Risk of Direct Physical Loss (Special form )Deductible : $1,000Coinsurance: 90%Valuatba+ Replacement Cos t >Dsscdotlon ID 1$srtel #_L Ded la12 Ton Crane ~1GiDMTD1Y9HV521267 $80,000 ;1,000 2 Compressor TBD $25,000 $1,00 03Unscheduled Equipment Tools $130,000 $1,0004Truck Cargo 50 Niles or less 75,000 NIA Equipment Floate rCompany Hartford Casualty Ins . Co. Melaka 41152012 to 4//512013 Policy Number72UUNJH5298 i Page 2 Ar14Ic In 41 U4I 10I LULL 10 ;01 01Cl7F71LLL -LUSYSILM KJ PAGE 08/1 0 Bmw 7 & Broom Insurance Cafilbmla License #080258 7 Coverage Written on : Occurrence For m Coverage,Unlit General Aggregate Unit $Z000.000 Limit _$ 2,000,00 0Products/Completed Operations Aggregat e PersonaliAdvertising Unit $1,000,00 0 Each Occurrence $1,000,00 0 Fire Damage Limit — Any one fire $50,00 0 Medical Expense Limit—Any one poison $10,00 0 Property Damage Deductible Per Occurrence $5,00 0 Contractors Pollution Liability Each Pollution CondldonLimit $1,000,000 Contractors Pollution Liability Dedudlble $5,000 Employee Benefits Liability $1,000,000 Employee Benefits ale $1,000 ADDITIONAL INSURANCE COVERAGES, TERMS, CONDITIONS AND EXCLUSION SINCLUDE, BUT ARE NOT LIMITED TO THE FOLLOWING : •Total Mold Exclusio n •Audit Rate Exclusion •Amended Waiver of Transfer of Rights of Recovery Against Others to Us •Additional insured — Owners, Lessees or Contractor s •Breach of Contract Exclusio n •Aircraft Products and Ground Exclusio n •Prior Incidents and Prior Construction Defects Exclusion General Liabilit y Company: Hartford Are Insuranc e Effectimr 411512012 to 411512013 Policy Number.1'~ Page 3 . flnril '~711'1''3 t)4t ibI LCIlL 1 .1 :51 Glii (ybl 'L '1 'L t- LUSYSI .M RJ PAGE 09/1 0 Brown & Brown Insurance Cal:Tamfa license #000258 7 Liability – Bodily hey & Property Damage $1,000,000 1– Any Auto Uninsured Motorists $1,000,000 2 –Owned Autos Medical Payments– Each Person $10,000 2 –Owned Auto s Comprehensive Deductible $1,000 7,8 – Specifically described Autos 8 Hired Autos CoSsion Deductible $1,000 7,8 –fly described Autos & Hired Autos Rental Reimbursement $50 Aday for 30 days for all Sedans, Light, and Mediu m Trucks Waiver of Collision Deductible For all Sedans. Light, an d Medium Truck sHired Auto Physical Damage $50,000 !lin k $1001$1,000 Deductible Automobil e Company: Affect Insuranc e Effective: 4115112-4115113 Policy Number. 7805571166 Page 4 April 5, 201 2 rLU5Y51tM KJ NA(±.10/1 0 Brown & Brown insurance California License #080258 7 Commercial Umbrella Liabilit yCompany: National Union Fire Insurance Co of Policy 'Number: EBU068OZ788 4Pltt burgh, PAEffective: 411512012 b 41151201 3 COVer~e LUn! General Aggregate Limit $2,000,000 $2,000,000PmductelCompletedOpelAggregateLimit Each Occurrence $2,000,000 Crisis Response SubOmit of In surance $250,00 0 Excess Casualty Crisis Fund Limit of Insurance $50,000 Property Damage Deductible Per Occurrence 5,000 ADDRIONAL INSURANCE COVERAGES, TERMS, CONDITLONS AND EXCLUSION SINCLUDE, BUT ARE NOT LIMITED TO THE FOLLOWING : •Act of Terrorism SIR Endorsemen t•California Amendatory Endorsement•Coverage Territory Endorsemen t•Crisisresponse Coverage Enhancement Endorsement•Duties in the event of an Occurrence, Claim or Sui t•Economic or Trade Sanctions Conditio ner Amend.Endt•Employee Benefits Liability Limitation Endorsement Claim s•Foreign L.i ityr Exclusion E clorsemen t•Liquor Liability Exclusion Endorsement . ,Page 5:-. Arno -4