Loading...
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