ST9401WA-CN 951201 SECTION P
PROPOSAL
FOR
16" WATER MAIN IMPROVEMENTS
IN DENTON TAP ROAD
FROM PARKWAY BOULEVARD TO S.H. 121 BYPASS
Coppell, Texas
W&A #94-093
WATER MAIN
Date: December 1995
TO:
THE CITY OF COPPELL
255 Parkway Boulevard
P. O. Box 478
Coppell, Texas 75019
Gentlemen:
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
Agreement with OWNER in the form included in the Contract Documents to perform and furnish all
Work as specified or indicated in the Contract Documents for the Contract Pdce and within the
Contract Time indicated in this Bid and in accordance with the other terms and conditions of the
Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and
Instructions to Bidders, including without limitation those dealing with the disposition of Bid security.
This Bid will remain subject to acceptance for ninety days after the day of Bid opening. BIDDER will
sign and submit the Agreement with the Bonds and other documents required by the Bidding
Requirements within fifteen days after the date of OWNER'S Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
3.1. BIDDER has examined copies of all the Bidding Documents and of the following Addenda
(receipt of which is hereby acknowledged):
DATE
January 26, 1996
NUMBER
Addendum No.1
3.2. BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work,
site, locality. and all local conditions and Laws and Regulations that in any manner may affect cost,
progress, performance or furnishing of the Work.
3.3. BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings
of physical conditions which are identified in the Supplementary Conditions as provided in paragraph
P-1 of 9
SECTION P - PROPOSAL
W&A #94-093
WATER MAIN
4.2 of the General Conditions, and accepts the determination set forth in paragraph SC-4.2 of the
Supplementary Conditions of the extent of the technical data contained in such reports and drawings
upon which BIDDER is entitled to rely.
3.4. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and
carefully studying) all such examinations, investigations, explorations, tests and studies (in addition
to or to supplement those referred to in 3.3 above) which pertain to the subsurface or physical
conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the
Work as BIDDER considers necessary for the performance or furnishing the Work at the Contract
Pdce, within the Contract Time and in accordance with the other terms and conditions of the
Contract Documents, includin9 specifically the provisions of paragraph 4.2 of the General
Conditions; and no additional examinations, investigations, explorations, tests, reports or similar
information or data are or will be required by BIDDER for such purposes.
3.5. BIDDER has reviewed and checked all information and data shown or indicated on the
Contract Documents with respect to existing Underground Facilities at or contiguous to the site and
assumes responsibility for the accurate location of said Underground Facilities. No additional
examinations, investigations, explorations, tests, reports, or similar information or data in respect of
said Underground Facilities are or will be required by BIDDER in order to perform and furnish the
Work at the Contract Pdce, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of paragraph 4.3 of the
General Conditions.
3.6. BIDDER has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract Documents.
3.7. BIDDER has given ENGINEER wdtten notice of all conflicts, errors or discrepancies that it has
discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER.
4. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or
corporation and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to
submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain
from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other
BIDDER or over OWNER.
5. BIDDER will complete the Work for the prices indicated in the following schedule:
P-2 of 12
SECTION P - PROPOSAL
ITEM QUAN. UNIT
NO.
DESCRIPTION & PRICE IN WORDS
UNIT
PRICE
W&A #94-093
WATER MAIN
TOTAL
PRICE
1. I LS
2. 1 LS
3. 67 LF
4. 455 LF
5. 558 LF
Relieve water pressure on existing line,
remove plug and blocking and connect
to existing 16" Water Line at Parkway
Boulevard complete for the sum of
One thousand
DOLLARS
and No CENTS
per Lump Sum
Relieve water pressure on existing line,
remove plug and blocking and connect
to existing 12" Water Line at S.H. 121
Bypass complete for the sum of
Onethousand
DOLLARS
and No CENTS
per Lump Sum
6" PVC DR-14 Water Line including
trench, embedment and backfill
complete for the sum of
Thirty DOLLARS
and No CENTS
per Linear Foot
12" PVC DR-14 Water Line in casing
Pipe, including spacers, complete in
place for the sum of
Thirty-five DOLLARS
and No CENTS
per Linear Foot
12" D.I. Class 250 Polywrapped Water
Line including trench, embedment and
backfill complete for the sum of
Thirty-seven DOLLARS
and No CENTS
per Linear Foot
1,000.00
1,000.00
30.00
35.00
37.00
1,000.00
1,000.00
2,010.00
15,925.00
20,646.00
P-3 of 12
SECTION P - PROPOSAL
ITEM QUAN. UNIT
NO.
6. 3,117 LF
7. 6 EA
8. 7 EA
DESCRIPTION & PRICE IN WORDS
16" D.I. Class 250 Polywrapped Water
Line including trench. embedment and
backfill complete for the sum of
Forty DOLLARS
and No CENTS
per Linear Foot
6" Gate Valve, including box and lid, box
and stem extensions, concrete pad and
blocking per City Standard SD15
complete for the sum of
Five hundred
DOLLARS
and No CENTS
per Each
12" Gate Valve, including box and lid,
box and stem extension, concrete pad,
and blocking per City Standard SD15
complete for the sum of
Onethousand
DOLLARS
and No CENTS
per Each
UNIT
PRICE
40.00
500.00
1.000.00
W&A #94-093
WATER MAIN
TOTAL
PRICE
124,680.00
$ 3,000.00
$ 7,000.00
P-4 of 12
SECTION P - PROPOSAL
ITEM QUAN. UNIT
NO.
DESCRIPTION & PRICE IN WORDS
UNIT
PRICE
W&A #94-093
WATER MAIN
TOTAL
PRICE
9. 4 EA
10. 3 EA
11. I EA
12. 6.2 TON
16" Vertical Resilient Seated Gate
Valve, including foundation blocking,
box, lid, stem extension, and concrete
pad complete for the sum of
Three thousand two hundred DOLLARS
and NO CENTS
per Each
Fire Hydrant Assembly, per City
Standard SD16 including hydrant
extensions and reflective marker, set to
grade complete for the sum of
One thousand five hundredDOLLARS
and No CENTS
per Each
Remove & Reset existing Fire Hydrant
Assembly, per City Standard SD16
including hydrant extensions, paint, set
to grade at Water Line Station 11+30,
complete for the sum of
Eiqht hundred
DOLLARS
and No CENTS
per Each
Cast Iron Fittings, complete in place
including polywrap, blocking, and
accessories complete for the sum of
Two thousand five hundred DOLLARS
and No CENTS
per Ton
3,200.00
1,500.00
800.00
2.500.00
12,800.00
4,500.00
800.00
15,500.00
P-5 of 12
SECTION P - PROPOSAL
ITEM QUAN. UNIT
NO.
13. I EA
14. 8 LF
15. 48 LF
16. 48 LF
DESCRIPTION & PRICE IN WORDS
6" Blow-off Valve, including 6" gate
valve, 6" water line, trench, and
blocking, complete in place for the sum
of
EiGht hundred ten
DOLLARS
and No CENTS
per Each
Concrete encasement for 16" Water
Line complete in place for the sum of
EiGht hundred
DOLLARS
and No CENTS
per Linear Foot
Asphalt Pavement Removal and Repair
at Denton Tap Road crossing including
sawing breakout groove, C.T.B. backfill,
2" HMAC and temporary patch (if
required) complete for the sum of
Thirty DOLLARS
and No CENTS
per Linear Foot
Existing Gravel Ddveway Repair at park
entrance including crushed stone or
gravel, C.T.B. backfill, complete for the
sum of
Ten DOLLARS
and No CENTS
per Linear Foot
UNIT
PRICE
810.00
800.00
30.00
10.00
W&A #94-093
WATER MAIN
TOTAL
PRICE
810.00
$ 6,400.00
$ 1,440.00
$ 480.00
P-6 of 12
SECTION P - PROPOSAL
ITEM QUAN. UNIT
NO.
17. 64 LF
18. 1,139 LF
19. 100 CY
20. I LS
DESCRIPTION & PRICE IN WORDS
Remove and Reset existing Metal Beam
Guard Fence TxDOT Type GF (TD)-87,
complete for the sum of
Twenty DOLLARS
and No CENTS
per Linear Foot
Remove and Replace existing Barbed
Wire Fence to equal or better condition,
with smooth wire fence, complete for the
sum of
Three DOLLARS
and No CENTS
per Linear Foot
Crushed Stone at Unstable Trench
(exceeding normal bedding) complete
for the sum of
Ten DOLLARS
and No CENTS
per Cubic Yard
6' High Chain Link Barrier Fence
installed along existing bddge rail and
cross barriers at ends of pipe crossing
complete for the sum of
Three thousand one hundred forty
DOLLARS
and No CENTS
per Lump Sum
UNIT
PRICE
20.00
3.0O
10.00
3,140.00
W&A #94-093
WATER MAIN
TOTAL
PRICE
$ 1,280.00
$ 3,417.00
$ 1,000.00
$ 3,140.00
P-7 of 12
SECTION P - PROPOSAL
ITEM QUAN. UNIT
NO.
21. I LS
22. 20 LF
23, 12 LF
24. 20 LF
DESCRIPTION & PRICE IN WORDS
Elevated 12" Water Line Crossing at
existing bridge including connections to
existing bridge, foundations, steel
beams, steel supports and connections,
12" P.I. Water Line, cradles, straps, 2"
air and vacuum valve, and paint
complete for the sum of
Twenty-five thousand ninety-four
DOLLARS
and No CENTS
per Lump Sum
Silt Fence non-reinforced complete for
the sum of
Four DOLLARS
and No CENTS
per Linear Foot
Silt Fence with reinforcing wire fence
complete for the sum of
Five DOLLARS
and No CENTS
per Linear Foot
12" High Rock Berm/Silt Dam complete
for the sum of
Thirty DOLLARS
and No CENTS
per Linear Foot
UNIT
PRICE
$ 25,094.00
W&A#94-093
WATER MAIN
TOTAL
PRICE
$ 25.094.00
$ 4.00 $ 80.00
$ 5.00 $ 60.00
$ 30.OO
$ 600.00
P-8 of 12
SECTION P - PROPOSAL
ITEM QUAN. UNIT
NO.
25. 0.30 AC
26. 0.60 AC
27. 3,209 LF
28. I EA
29. 3 EA
30. 455 LF
3
DESCRIPTION & PRICE IN WORDS
Hydromulch Seeding of area disturbed by
construction within city park at the bridge
embankments and other areas indicated on
the plans complete for the sum of
One thousand five hundred DOLLARS
and No CENTS
per Acre
Broadcast Seeding of areas disturbed by
construction excluding Hydromulch seeded
areas complete for the sum of
Seven hundred DOLLARS
and No CENTS
per Acre
Provide Trench Excavation Safety
Protection in accordance with the Trench
Safety Plans and OSHA regulations
complete for the sum of
One DOLLARS
and No CENTS
per Linear Foot
1" Flush Valve for flushing & sterilization,
complete in place for the sum of
Three hundred fifty
DOLLARS
and No CENTS
per Each
2" Flush Valve for flushing & sterilization,
complete in place for the sum of
Five hundred DOLLARS
and No CENTS
per Each
Minimum 21' Steel Casing Pipe (1143 or
Class III Reinforced Concrete Pipe Casing
including trench and backfill, complete in
place for the sum of
Twenty-five DOLLARS
and No CENTS
per Linear Foot
TOTAL BID
UNIT
PRICE
1,500.00
700.00
1.00
350.00
500.00
25.00
W&A#94-093
WATERMAIN
TOTAL
PRICE
$ 450.00
$ 420.00
$ 3,209.00
$ 350.00
$ 1.500.00
$ 11.375.00
$ 269,966.00
P-9 of 12
SECTION P - PROPOSAL
W&A #94-093
WATER MAIN
6. BIDDER acknowledges that the quantities indicated in the previous schedule am not
guaranteed and may be changed to conform with the Work. BIDDER has read paragraph 9.10.2 of
the Supplementary Conditions and understands that the quantities shown in the previous schedule
and as modified by change order will be the actual quantities paid by the OWNER for the completion
of the Work.
7. BIDDER agrees that the Work shall be substantially completed within 60 working days
and completed and ready for final payment within 90 working days from the date when the
Contract Time commences to run.
8. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of
failure to complete the work on time.
9. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in the
General Conditions.
Respectfully submitted,
By
Title Gary D. Nauert, Senior Vice President
Address J.C. Evans Construction Co.
3900 Valley View Dr., IrvincL TX 75062
Phone No. 214-257-0639
FAX No. 214-255-3224
Submitted by
J.C. Evans Construction Co., Inc.
a corporation
Doing business as General Contractor
Communication concerning this Bid should be directed to the attention of
Ruben Garza
P-11 of 12
SECTION
P-PROPOSAL
W&A #94-093
WATER MAIN
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are
submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities
upon which pdces are extended at the price offered, and upon the conditions contained in the
Specifications of the Notice to Bidders. The period of acceptance of this bid will be ninety (90) calendar
days from the date of the bid opening.
STATE OF
COUNTYOF
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
, on
this day personally appeared
who after being by me duly
sworn, did depose and say:
"1 am a duly
to execute the foregoing on behalf of the said
authorized officer/agent for
and have been duly authorized
I hereby certify that the foregoing bid has not been prepared on collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify
that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any
pool, agreement or combination thereof, to control the price of services/commodities bid on, or to
influence any individual(s) to bid or not to bid thereon."
Name and address of Bidder:
Telephone:( ) By:
Title: Signature:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of
,1996.
Notary Public in and for the State of
P-12 of 12
SECTION P - PROPOSAL
W&A #94-093
WATER MAIN
AFFIDAVIT OF SAFETY RECORD
(I) (VVe) the undersigned do declare and affirm that (my) (our) firm or corporation (has) (have) received
citation from the Occupational Safety and Health
Administration (OSHA) within the past two (2) years and (I) (We) do further declare and affirm that (my) (our) firm or
corporation (has) (have) experienced worker injuries related to construction safety on projects
within the past two (2) years.
Name of Subcontractor
Name of Firm
Officers Name & Title
Officers Name & Title
Signature of Officer
Signature of Officer
Date Date
STATE OF TEXAS §
COUNTY OF §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day appeared
for known 'to me to be the person whose name is subscribed to the
foregoing instrument and acknowledged to me that (he) (she) (they) executed the same for the purposes and
considerations therein expressed as the act and deed of said firm or corporation, and in the capacity therein
expressed.
GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS DAY OF ,19 . A.D.
Notary Public in and for the State of Texas
P-13 of 12
Page A-1 of 5
SECTION A
AGREEMENT
BETWEEN OWNER AND CONTRACTOR
W&A #94-093
WATER MAIN
THIS AGREEMENT is dated as of the day of
19 9__6 by and between the City of Coppeli (hereinafter called OWNER) and
Construction Co. (hereinafter called CONTRACTOR).
in the year
J.C. Evans
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The Work is generally described as follows:
WATER LINE IMPROVEMENTS
The project for which the Work under the Contract Documents may be the whole or only part is
generally described as follows:
16" WATER MAIN IMPROVEMENTS IN DENTON TAP ROAD
FROM PARKWAY BOULEVARD TO S.H. 121 BYPASS
Article 2. ENGINEER.
The Project has been designed by Wier & Associates, Inc., but the City Engineer of the City of
Coppell who is hereina~er called ENGINEER and who is to act as OWNER'S representative,
assumes all duties and responsibilities and has the rights and authority assigned to ENGINEER
in the Contract Documents in connection with completion of the Work in accordance with the
Contract Documents.
Article 3. CONTRACT TIME.
3.1. The Work shall be substantially completed within 60 working. days from the
beginning date indicated in the Notice to Proceed or when the Contract Time
commences to run as provided in paragraph 2.3 of the General ConditiOns, and
completed and ready for final payment in accordance with paragraph 14.13 of the
General Conditions within 90 working days from the date when the Contract Time
commences to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
completed within the times specified in paragraph 3.1 above, plus any extensions
thereof allowed in accordance with Article 12 of the General Conditions. They 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) CONTRACTOR shall pay
OWNER Four Hundred dollars ($400.00) for each working day that expires after the
time specified in paragraph 3.1 for each phase of the work when the Work is approved
and ready for final payment.
SECTION A - AGREErv~%T
W&A #94-093
WATER MAIN
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work on a Unit P;'ice Work
Basis in accordance with the Contract Documents in current funds based on the contract
quantities and unit pdces stated in the proposal or as modified by change order. the sum
of which is $ 269,966.00
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the
General Conditions. Applications for Payment will be processed by ENGINEER as provided in
the General Conditions.
5.1. Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR'S Applications for Payment as
recommended by ENGINEER, on or about the fifteenth (15th) day of each month dudng
construction. All progress payments will be on the basis of the unit prices stated in the
proposal and the completed units of work as determined by ENGINEER minus five
percent (5%) retainage to be held by OWNER until final payment but, in each case. less
the aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General
Conditions.
5.2. Final Payment. Upon completion and acceptance of the Work in accordance with
paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said paragraph 14.13.
Article 6. INTEREST.
All moneys not paid when due as provided in Article 14 of the General Conditions shall bear
interest at the maximum rate allowed by law at the place of the Project.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has familiarized itself with the nature and extent of the Contract
Documents, Work. site, locality, and all local conditions and Laws and Regulations that
in any manner may affect cost, progress, performance or furnishing of the Work.
7.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in paragraph 4.2 of the General Conditions, and
accepts the determination set forth in paragraph 8C-4.2 of the Supplementary
Conditions of the extent of the technical data contained in such reports and drawings
upon which CONTRACTOR is entitled to rely.
7.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations,
tests. reports and studies (in addition to or to supplement those referred to in paragraph
7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the
site or otherwise may affect the cost, progress, performance or fumishing of Work as
CONTRACTOR considers necessary for the performance or furnishing of the Work at
the Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of paragraph
4.2 of the General Conditions; and no additional examinations. investigations,
Page A-2 of 5
SECTION A - AGREEM Lj'~iT
W&A #94-093
WATER MAIN
explorations, tests, reports, studies or similar information or data are or will be required
by CONTRACTOR for such purposes.
7.4. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at
or contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies or similar information or data in respect of said Underground Facilities
are or will be required by CONTRACTOR in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of paragraph
4.3 of the General Conditions.
7.5. CONTRACTOR has correlated the results of all such observations. examinations,
investigations, explorations, tests, reports and studies with the terms and conditions of
the Contract Documents.
7.6. CONTRACTOR has given ENGINEER wdtten notice of all conflicts. errors or
discrepancies that he has discovered in the Contract Documents and the wdtten
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages I to 5, inclusive).
8.2. Notice of Award.
8.3. CONTRACTOR'S Affidavit Against Prohibited Acts.(pages 1 to 4, inclusive)
8.4. CONTRACTOR'S Proposal, Bid Affidavit and Affidavit of Safety Record (pages 1
to 12, inclusive).
8.5. General Conditions (pages I to 32, inclusive).
8.6. Supplementary Conditions (pages I to 6, inclusive).
8.7. Division I General Requirements (pages I to 7, inclusive).
8.8. Division 2 Technical Specifications (pages 1 to 9, inclusive).
8.9. Division SB Geotechnical Report and Soil Borings
8.10. City of Coppell Ordinances
8.11. Specifications bearing the title "Standard Specifications for Public Works
Construction" and consisting of divisions 2-8, as listed in the Table of Contents thereof.
A set of specifications is not attached to the signed Contract Documents but may be
obtained from the North Central Texas Council Of Governments.
8.12. Drawings, consisting of a cover sheet bearing the title "16" Water Main in Denton
Tap Road from Parkway Boulevard to S.H. 121 Bypass" and the latest edition of the
"City of Coppell Standard Construction Details." A set of drawings and standard details
Page A-3 of 5
SECTION A - AGREEMEh'~~
W&A #94-093
WATER MAIN
are not attached to the signed Contract Documents but may be obtained from the
Engineer.
8.13. Addenda numbers I to 1 , inclusive.
8.14. Performance and Payment Bonds, identified as Section PB and consisting of 4
pages.
8.15. Maintenance Bond. identified as Section MB and consisting of 2 pages.
8.16. Trench Safety Plans Division TSP shall be prepared and submitted by the
Contractor and shall be binding as if a contract document once the trench safety plans
are approved by the City.
There are no Contract Documents other than those listed above in Article 8. The Contract
Documents may only be amended, modified or supplemented as provided in paragraphs 3.4
and 3.5 of the General Conditions.
Article 9. MISCELLANEOUS
9.1. Terms used in this Agreement which are defined in Article 1 of the General
Conditions will have the meanings indicated in the General Conditions.
9.2. No assignment by a party hereto of any dghts under or interests in the Contract
Documents will be binding on another party hereto without the wdtten consent of the
party sought to be bound, and specifically but without limitation moneys that may
become due and moneys that are due may not be assigned without such consent
(except to the extent that the effect of this restriction may be limited by law). and unless
specifically stated to the contrary in any wdtten consent to an assignment no assignment
will release or discharge the assignor from any duty or responsibility under the Contract
Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns
and legal representatives to the other party hereto, its partners, successors, assigns and
legal representatives in respect of all covenants, agreements and obligations contained
in the Contract Documents.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed five copies .of this
Agreement. Two counterparts each have been delivered to OWNER and CONTRACTOR, and
one counterpart has been delivered to ENGINEER. All portions of the Contract Documents
have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their
behalf.
Page A-4 of 5
SECTION A - AGREEMF...~'
This Agreement will be effective on
OWNER
CITY OF COPPELL
By
CONTRACTOR /
By
W&A #94-093
WATER MAIN
,19
(Corporate Seal)
Attest
Address for giving notices
P. O. Box 478
Coppell, Texas 75019
(If OWNER is a public body, attach evidence of
authority to sign and resolution or other
documents authorizing execution of Agreement.)
(Corporate Seal)
Attest
Address for giving notices
List name of person to whose attention
notices am to be sent:
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
Page A-5 of 5