The City of Johnson City, Mayor Dawn Capra (date) November 17, 2016
|
|
- Barry Powers
- 5 years ago
- Views:
Transcription
1 ADVERTISEMENT AND INVITATION FOR BIDS City of Johnson City Skateboard Park Texas Parks and Wildlife Department (TPWD) Small Community Skateboard Park Project # The City of Johnson City will receive bids for its TPWD Small Community Skateboard Park Project until 3:00 PM on Friday December 2, 2016 at the Johnson City City Hall located at 303 Pecan Street, Johnson City Texas At the above location and time, the bids will be publicly opened and read aloud. Bids are invited for several items and quantities of work as follows: One (1) Concrete Skateboard park, One (1) Native Plant Garden, One (1) Rainwater Harvesting Cistern, and Six (6) Washer Pits Bid/contract documents including drawings and Technical Specifications may be obtained electronically without charge and are posted on the Johnson City web site ( ) and are on file at the Johnson City City Hall located at 303 East Pecan Street, Johnson City Texas and at the offices of Marley Porter, Architect, 4401 Cottonwood Drive, Cottonwood Shores, Texas or may be requested by e mail from marley@livingarchitecture.design Hard copies of the bid/contract documents and Technical Specifications may be obtained by depositing $10.00 with the City of Johnson City. The project must be completed within one hundred and twenty days after the issuance of the Notice to Proceed. A bid bond of five percent (5%) of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft made payable to the City of Johnson City or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the Bid Bond. Bidders are expected to inspect the site of the work and to inform themselves of all local conditions. The project is primarily funded through funds from the Texas Parks and Wildlife Department and Federal Land and Water Conservation grant funds. Attention is called to the fact that not less than the Federally determined prevailing Davis-Bacon and Related Acts wage rate contained in the contract documents must be paid on this project. In addition, the successful bidder must insure that employees are not discriminated against because of race, color, religion, sex, age or national origin. The City of Johnson City reserves the right to reject any or all bids or to waive informalities in the bidding. Bids may be held by the City for a period not to exceed sixty (60) days from the date of bid opening for the purpose of reviewing the bids and investigating the bidder s qualification prior to the contract award. The City of Johnson City, Mayor Dawn Capra (date) November 17, 2016 All contractors and subcontractors that are debarred, suspended or otherwise excluded from or ineligible for participation in Federal Assistance programs may not undertake any activity in part or full under this project.
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20 CIVIL RIGHTS REQUIREMENTS The contractor is required to comply with regulations issued pursuant to the Civil Rights Act of 1964 with respect to nondiscrimination in assisted programs of the Department. The following provisions, known as the EQUAL OPPORTUNITY CLAUSE are to be incorporated verbatim in each contract and must be included in the plans and specifications submitted for TPWD review. During the performance of this contract, the contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for employment because of race, religion, creed, color, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, creed, color, or national origin. Such action shall include but not be limited to employment, upgrading, demotion or transfer, recruitment or retirement, advertising, layoff or termination, rates of pay or other forms of compensation, and selection training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, creed, color, sex, or national origin. 3. The contractor will send to each labor union or representative of workers with whom he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers representative of the contractor s commitments under Section 202 of Executive Order Number 11246, as amended in 3 CFR 169 (1974), and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The contractor will comply with all provisions of Executive Order Number 11246, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The contractor will furnish all information and reports required by Executive Order 11246, as amended, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the contractor s non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order Number 11246, as amended or by rules, regulations, or orders of the Secretary of Labor, or as otherwise provided by law. 21
21 7. The contractor will include the provisions of Paragraphs 1 and 7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order Number 11246, as amended, so that such provisions will be binding upon each subcontractor or purchase order, as the contracting agency may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided however, that in the event the contractor becomes involved in or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interest of the United States. CONTRACT AND BOND REQUIREMENTS Contracts awarded under the grant are required to follow Texas competitive bidding procedures in accordance with Local Government Code Chapters 252, 262, and 375. Standard construction practices recommend a bid guarantee from each bidder equivalent to five percent of the bid price. The bid guarantee shall consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will upon acceptance of his bid, execute such contractual documents as may be required within the time specified. Pursuant to the Texas Uniform Grant and Contract Management Act, the following minimum requirements apply to all contracts exceeding $50,000 in total value: 1. A Performance Bond on the part of the contractor for 100 percent (%) of the contract price. A Performance Bond is one executed in connection with a contract to secure fulfillment of all the contractor s obligations under such a contract. 2. A Payment Bond on the part of the contractor for 100 percent (%) of the contract price. A payment Bond is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and materials in the execution of the work provided for in the contract. 3. In lieu of the bond requirements for contracts less than $50,000 a provision that no money will be paid to the contractor until completion and acceptance may be included in the contract. The sponsor shall include, in addition to provisions to define a sound and complete contract agreement, the following provision in all contracts: 1. Contracts shall contain such contractual provisions or conditions which will allow for administrative, contractual, or legal remedies where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. 2. All contracts, amounts for which are in excess of $10,000 shall contain suitable provisions for termination by the sponsor including the manner by which it will be affected and the basis for settlement. In addition, such contracts shall describe conditions under which the contract may be terminated or default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. WAGES Contractors are required to comply with the Texas prevailing wages requirements established in Government Code Ch
22 WORKERS COMPENSATION The sponsor shall comply with the Reporting Requirements for Building or Construction Projects for Governmental Entities of 28 TAC Additional information regarding these requirements may be obtained from: Texas Department of Insurance Division of Workers Compensation (DWC) 7551 Metro Center Drive, Suite 100 Austin, TX / PERMITS The sponsor shall insure that all applicable permits or approvals have been obtained prior to construction. A copy of these approvals or permits shall be provided to the Department. Examples include, but are not limited to: 1. Comptroller of Public Accounts for tax permits 2. Corps of Engineers Permit for construction in water of the United States 3. Texas Department of Health approval of new water or sewage systems 4. Texas Commission on Environmental Quality for storm water and air permitting Native Planting Requirement In order to encourage the use of native plants, grant funds will not be allowed toward the purchase and plantings of any non-native or invasive plant species. An exception to native plantings is made in circumstances such as in the grass turf that can be contained in the baseball field, though thought here should also be given to native alternatives. Additional information regarding native plants can be found at as well as at a native planting list if applicable is required to be submitted through the online grants management system at: 23
23 LIVING ARCHITECTURE & CONSTRUCTION MANAGEMENT, Inc. November 22, 2016 Re: Johnson City Skate Park Project ANNOUNCEMENT OF ADENDUM TO CONTRACT DOCUMENTS Please note that the Davis Bacon Wage Rates listed in the bid documents (available from the Johnson City Web Site) are and older version. The State s latest version is attached. Wage rate TX119 issued Bidding contractors are instructed to use these most current documents in bidding the work. Marley Porter Architect Texas Reg No Lakeview Drive Cottonwood Shores, Texas p f
24 General Decision Number: TX /08/2016 TXl19 Superseded General Decision Nurr.ber: TX State: Texas Construction Type: Heavy Counties: Blanco, Brown, Burnet, Coke, Coleman, Comanche, Concho, Fisher, Gil, Kerr, Kimble, Llano, Mason, Mills, Mitchell, Nolan, Real, Runnels, San Saba, Schleicher, Shackelford and Stephens Counties in Texas. HEAVY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an minimum wage of $10.15 for calendar year 2016 applies to all contracts ect to the Davis-Bacon Act for which the solicitation was ssued on or after January I, If this contract is covered the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the cable wage rate listed on this wage determination, if it is ) for all hours spent on the contract in calendar year The EO minimum wage rate will be adjusted annually. Additional information on contractor rements and worker protections under the EO is available at Modification Number o Publication Date 01/08/2016 SUTX /21/2009 Rates Fringes CEMENT MASON/CONCRETE FINISHER... $ LABORER: Common or General... $ LABORER:... $ OPERATOR: Backhoe/Trackhoe... $ OPERATOR: Bulldozer... $ OPERATOR: Front End Loader... $ TRUCK DRIVER... $ WELDERS - Receive rate for craft performing to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within
25 the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR5.5 (a) (1) (ii)). The body of each wage determination ~.ists the classification and wage rates that have been found to be for the cited type(s) of construction i:1 the area covered by the wage determination. The classifications are sted in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "S~" or "~AVG" denotes that the union classification and rate were prevailing for that classification in the survey. PT~UM /01/2014. PLUM is an abbreviation identifier 0 the union which led in the survey for this classification, which in this example would be Plumbers indicates the local union number or district council number where applicable, i.e., Plumbers Local The next number, 005 in the, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current rate, which in this example is July 1, Union prevailing wage rates are updated to reflect all rate in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SUn identifier indicate that no one rate prevailed for this classification in the survey and the rate is derived by computing a weighted average rate based on all the rates in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA /13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not ma~ rates. LA indicates the State of Louisiana is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate
26 that no single majority rate prevailed for those classifications; however, 100% of the data for the classifications was union data. EXAMPLE: UAVG-OH /29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal nu:nber used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average 0 the current negotiated/cba rate of the union locals from which the rate s based. WAGE DETER~lINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an exis ished wage deter:nination * a survey "Gnderlying a wage determination * a Wage and Hour Division letter setting forth a ion on a wage deter:nination matter * a conformance (additional classification and rate) rul On survey related reatters, initial contact, including requests for summaries of surveys, sho"gld be with the Wage and Hour Regional Office for the area in which the survey was cond"gcted beca"gse those Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet for the for:nal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Ad.'llinistrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: and Hour Ad:ninistrator U.S. of Labor 200 Constitution Aven"Ge, N.W. Washington, DC The request should be accompanied a full state:nent of the interested party's and by any information (wage payment data, project description, area practice material,
27 etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party rr.ay appeal to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION
ATTACHMENT E INSURANCE REQUIREMENTS
ATTACHMENT E INSURANCE REQUIREMENTS Professional Liability LHA and its affiliates must be named as an Additional Insured and be a Certificate Holder. This is required for vendors who render observational
More informationAlabama State Port Authority. Description
Project Name Location Alabama State Port Authority Addendum to Specification Booklet Automotive RO/RO Terminal Site Demolition Package Mobile, AL Project # 10615 TASK # 2 Addendum #3 Date: January 7, 2019
More informationDOCUMENT 00050 GENERAL 1.1 Introduction. Pursuant to Government Code Chapter 2267, subchapter D the City of Conroe hereby solicits Competitive Sealed Bids for approximately 12,000 linear feet of clearing
More informationSolicitation FA441718R0003 Attachment 3
Solicitation FA441718R0003 Attachment 3 General Decision Number: FL180262 01/12/2018 FL262 Superseded General Decision Number: FL20170262 State: Florida Construction Type: Building County: Okaloosa County
More informationPrevailing Wage Rates (No Fringes)
Prevailing Wage (No Fringes) General Decision Number: TX150302 07/31/2015 TX302 Superseded General Decision Number: TX20140302 State: Texas Construction Type: Building County: Hardin County in Texas. BUILDING
More informationConstruction Types: Heavy (Heavy and Sewer and Water Line) HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)
General Decision Number: VA170046 01/06/2017 VA46 Superseded General Decision Number: VA20160046 State: Virginia Construction Types: Heavy (Heavy and Sewer and Water Line) County: Franklin County in Virginia.
More informationConstruction Types: Heavy (Heavy and Sewer and Water Line) Counties: Accomack, Essex, King George, Lancaster, Middlesex,
General Decision Number: VA180023 01/05/2018 VA23 Superseded General Decision Number: VA20170023 State: Virginia Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Accomack, Essex, King
More informationDAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1
DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1 General Decision Number: GA160129 02/26/2016 GA129 Superseded General Decision Number: GA20150129 State: Georgia Construction Type: Building County:
More informationhttps://www.wdol.gov/wdol/scafiles/davisbacon/fl263.dvb?v=0
Page 1 of 6 General Decision Number: FL180263 01/05/2018 FL263 Superseded General Decision Number: FL20170263 State: Florida Construction Type: Building County: Orange County in Florida. BUILDING CONSTRUCTION
More informationSan Juan County, New Mexico
San Juan County, New Mexico General Decision Number: NM170015 02/24/2017 NM15 Superseded General Decision Number: NM20160015 State: New Mexico Construction Type: Heavy County: San Juan County in New Mexico.
More informationWinnebago County Housing Authority
Oshkosh/Winnebago County Housing Authority Cumberland Court Housing Commission P.O. BOX 397, OSHKOSH, WI 54903-0397 OSHKOSH: (920) 424-1450 FAX: (920) 424-1474 June 1, 2016 County REQUEST FOR PROPOSAL:
More informationSECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES
September 2015 Heritage Point Apartments SECTION 000009 DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES NOTE: Project shall be constructed using the Davis Bacon Residential Prevailing Wage Rate for Luzern
More informationInvitation to Bid Hogan House Historic Painting Project
Invitation to Bid Hogan House Historic Painting Project This project is funded with Community Development Block Grant (CDBG) funds. All estimates must reflect Davis-Bacon prevailing wages. This invitation
More informationwage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania
General Decision Number: PA180033 09/07/2018 PA33 Superseded General Decision Number: PA20170033 State: Pennsylvania Construction Type: Residential County: Allegheny County in Pennsylvania. RESIDENTIAL
More informationConstruction Types: Heavy (Heavy and Sewer and Water Line) Counties: Alexandria*, Arlington, Clarke, Culpeper,
General Decision Number: VA180035 06/15/2018 VA35 Superseded General Decision Number: VA20170035 State: Virginia Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Alexandria*, Arlington,
More informationSTATEMENT OF BIDDER'S QUALIFICATIONS
STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate
More informationA. Project Name: Water System Automated Meter Reading Program. B. Owner: City of Florence Alabama Water & Wastewater Department
DOCUMENT 00 91 13 ADDENDUM 1 1.1 PROJECT INFORMATION A. Project Name: Water System Automated Meter Reading Program B. Owner: City of Florence Alabama Water & Wastewater Department C. Project Number: FL-1330
More information2018 Pipelines Water and Sewer Construction Contract Pkg I
INVITATION FOR BID 2018 Pipelines Water and Sewer Construction Contract Pkg I Solicitation No.: CO-00157 Addendum 2 January 30, 2018 MODIFICATIONS TO THE SPECIFICATIONS 1. Bid Proposal, Page BP-1 is deleted
More informationPierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501
ADDENDUM No. 3 PROJECT Pierre WWTF Improvements Project - 2017 BID DATE Time 1:30 PM, CST July 24, 2017 BID LOCATION Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501 ISSUE
More informationDelete Davis Bacon Wage Decision TX dated 9/25/2009. Add Davis Bacon Wage Decision TX dated 3/12/2010 (attached)
818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department ADDENDUM #1 To: 1003-910-13-3138 RFP for Modernization of Elevators at Various Locations Delete Davis Bacon Wage Decision
More informationPERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND
PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND THIS AGREEMENT is made and entered into as of the date of the last signature affixed below by and between the University of Wyoming (UNIVERSITY)
More informationSUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)
SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,
More informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the purchase of various outdoor furniture items to be utilized at Park Plaza. Instructions
More informationNOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]
NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS [SEPTIC to SEWER] Jewish Family Services (JFS) is seeking sealed bids for the project scope located at their address of 2100 Lee
More informationNOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]
NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS [SEPTIC to SEWER] Jewish Family Services (JFS) is seeking sealed bids for the project scope located at their address of 2100 Lee
More informationBID PROPOSAL Mobilization for Non-Emergency Work Orders; 200 EA $ $ Mobilization for Emergency Work Orders; 2 EA $ $
2018 Annual Water Distribution Leak Repairs Contract, Package 1 SAWS Job Nos. 18-0103 (O&M) and 18-1401 (CIP) Solicitation No. B-18-001-JG BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting
More informationGeneral Decision Number: CO /26/2013 CO13. Superseded General Decision Number: CO State: Colorado. Construction Type: Heavy
General Decision Number: CO130013 07/26/2013 CO13 Superseded General Decision Number: CO20120013 State: Colorado Construction Type: Heavy Counties: Alamosa, Archuleta, Baca, Bent, Chaffee, Cheyenne, Clear
More informationSECTION SIX DAVIS-BACON WAGE RATES REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONSTRUCTION CONTRACTS FEDERAL AID / DBE GOALS AND REQUIREMENTS
SECTION SIX DAVIS-BACON WAGE RATES REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONSTRUCTION CONTRACTS FEDERAL AID / DBE GOALS AND REQUIREMENTS file:///c:/users/merced/appdata/local/temp/bbagkfh2.htm Page
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationREQUEST FOR QUALIFICATIONS
REQUEST FOR QUALIFICATIONS Neighborhood Housing & Public Facilities Improvements Programs Community Development Block Grant (CDBG) Program May 6, 2016 Page 1 of 12 REQUEST FOR QUALIFICATIONS (RFQ) GENERAL,
More informationSECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS
NOTICE OF REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror s or Bidder s attention is called to the Equal Opportunity Clause and the Standard
More informationMt. Diablo Unified School District Purchasing Department 2326 Bisso Lane Concord, CA (925) , ext (925) fax
Mt. Diablo Unified School District Purchasing Department 2326 Bisso Lane Concord, CA 94520 (925) 825-7440, ext. 3740 (925) 687-5044 fax ADDENDUM NO.: 1 DATE: March 19, 2019 PROJECT: Painting Summer 2019
More informationGALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f
GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room
More informationCommonwealth of Kentucky, hereinafter referred to as the University or as the First Party, and
Personal Service Contract Number PS: Account Number: KENTUCKY STATE UNIVERSITY PERSONAL SERVICES CONTRACT ($10,000 or more) THIS CONTRACT is made and entered into this day of, 20, by Total Amount: Contract
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationGENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS IB-1. CONTRACT DOCUMENTS. Table of Contents IB-2. QUALIFICATION OF BIDDERS. IB-3. INCONSISTENCIES. IB-4. INVESTIGATION BY BIDDERS. IB-4.1. Underground Utilities. IB-5. LEGAL
More informationTexas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS
Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS VOLUME FEBRUARY 2013 This Page Intentionally Left Blank Texas Department of Transportation Aviation Division
More informationDocument A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum
Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and
More informationCITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION
CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CONSTRUCTION & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS) Los Angeles Administrative Code (LAAC),
More informationREQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT
REQUEST FOR PROPOSAL 2016-09 FINANCIAL AND COMPLIANCE AUDIT The Bay Metropolitan Transportation Authority is presently soliciting proposals from qualified professional auditing firms to provide audit services
More informationFEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB:
FEDERAL REQUIREMENTS FR 1. Access to Records The successful Offeror agrees to maintain all books, records, accounts and reports required under the Contract resulting from this RFB for a period of not less
More informationFederal Certification Forms
Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.
More informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for
More informationRequest for Proposal for the Installation of 90 Smoke Detectors at Michaels J. Day Apartments For the Watervliet Housing Authority
Sandra J. Beston Chairwoman Charles A. Jeseo Vice Chairman Harry J. Cushing Jeffery Czarnecki Jane Hayes Roberta Gilson Regina Warner Watervliet Housing Authority Administration Office 2400 Second Avenue
More informationTexas Department of Transportation Aviation Division 200 East Riverside Drive Austin, Texas PILOT (74568)
Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS VOLUME JUNE 2005 Texas Department of Transportation Aviation Division 200 East Riverside Drive Austin, Texas
More informationCITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016)
CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016) Section A. Introduction These Guidelines set forth the operative policy and instructions of the
More informationPRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso
More informationBELMONT HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY
BELMONT HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY Dear Proposer: The Belmont Housing Authority (BHA) is soliciting
More informationPRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary
More information11. Payments. 5. Compliance Verification
clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives
More information00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS
00710 for FTA-funded projects TABLE OF CONTENTS ARTICLE FTA-1 ARTICLE FTA-1. DEFINITIONS 00710-4 1.1 C.F.R. 00710-4 1.2 DOT 00710-4 1.3 EPA 00710-4 1.4 FTA 00710-4 1.5 U.S.C. 00710-4 ARTICLE FTA-2 ACCESS
More informationSCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS
I. GENERAL CONDITIONS SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS A. General Compliance Consultant agrees to comply with the requirements of the HUD regulations concerning CDBG, 24 CFR Part 570, as modified
More informationCITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)
CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of new cylinders for self contained breathing apparatus (SCBA s) for the Galesburg
More informationBANKING AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND (BANK)
BANKING AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND (BANK) THIS AGREEMENT is made this day of, 20 by and between (AUSTIN PEAY STATE UNIVERSITY) hereinafter referred to as "Institution" and (BANK)
More informationAPPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR
PAGE 1 of 9 Federal Transit Administration (FTA) Required Clauses for Operations Contracts under the 2011 Section 5310 Purchase of Service Contract for the Southeast NH RCC through COAST A. ACCESS TO RECORDS
More informationRequest for Quotation For Lawn Care Treatment
PAGE 1 OF 11 Request for Quotation For Lawn Care Treatment Head Start of Greater Dallas, Inc. is requesting quotes on Lawn Care Treatment which is designed to deliver positive results for weed control
More informationSPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS
SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS A-01 General Civil Rights Provisions A-02 Civil Rights - Title VI Assurances A-03 Notice of Requirement for Affirmative
More informationSECTION HISTORY Based on Ord. No. 132,533, Eff Amended by: Ord. No. 147,030, Eff ; Ord. No. 173,186, EfC
Sec. 10.8. Mandatory Provisions Pertaining to Non-discrimination Employment in the Performance of City Contracts. The City of Los Angeles, in letting and awarding contracts for the provision to it or on
More informationKlamath Tribes Housing Department Invitation for Bids (IFB) IFB Number: KTHD Congregate Fire Rehab, 502 Charley Ave.
Klamath Tribes Housing Department Invitation for Bids (IFB) IFB Number: 18-03-KTHD Congregate Fire Rehab, 502 Charley Ave. Chiloquin Oregon A. General Information: The Klamath Tribes Housing Department
More informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement
More informationCity of Columbus, Ohio
City of Columbus, Ohio THIS IS NOT AN ORDER Solicitation - 90 2014 SA005634 Respond before: Bid Contact : 11/13/2014 1:00 pm Steve Lewie Dept of Finance\Construction Management 90 W.Broad St. Columbus
More informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 To: All Bidders of Record From: Kraig Boynton, Purchasing Agent Date: February 01, 2017 Re: Addendum No. 1 Request
More information4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR
FEDERAL CLAUSES 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Applicability to Contracts: The Cargo Preference requirements apply to all contracts involving equipment, materials, or commodities
More informationOhio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director
Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 5/16/2013 Project 130251 Addendum No. 5 PID No. 80695 LUC IR 475
More informationINVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES
INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES April 10, 2014 INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES The County of Lackawanna Transit System
More informationCOWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER
REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under
More informationAGREEMENT. WITNESS: This Agreement has been entered into by and between the
AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter
More informationKING COUNTY HOUSING AUTHORITY * CAPITAL CONSTRUCTION DEPT A SECTION. 1. Instructions to Offerors Non-Construction (HUD-5369B)
KING COUNTY HOUSING AUTHORITY * CAPITAL CONSTRUCTION DEPT A SECTION INFORMATIONAL FORMS 1. Instructions to Offerors Non-Construction (HUD-5369B) 2. General Conditions for Non-Construction (HUD-5370C) 3.
More informationBANKING AGREEMENT BETWEEN PELLISSIPPI STATE COMMUNITY COLLEGE AND
BANKING AGREEMENT BETWEEN PELLISSIPPI STATE COMMUNITY COLLEGE AND THIS AGREEMENT is made this day of, 2009 by and between Pellissippi State Community College hereinafter referred to as "Institution" and
More informationMaricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: )
200.317 Procurements by states. When procuring property and services under a Federal award, a state must follow the same policies and procedures it uses for procurements from its non-federal funds. The
More informationCITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)
CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to
More informationMEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
MEDC GRANTS ADMINISTRATION COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACT SPECIAL PROVISIONS The following CDBG Contract Special Provisions should be used with all construction contracts, and professional
More informationBOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA
BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms
More informationCONSTRUCTION LESS THAN $100,000
Michigan Department Of Transportation 3162A (02/14) CONSTRUCTION LESS THAN $100,000 Page 1 of 12 INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain
More informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the 2013 purchase of waterborne traffic marking paint For the City of Galesburg, IL
More informationINVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049
Project Name: 2018 Airfield Improvements INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No. 3-53-0051-048/049 Bid Date: Tuesday, April 10, 2018, at 3:00pm Local Time
More informationGreenville County Redevelopment Authority
Greenville County Redevelopment Authority Requests For Qualifications Architectural Services for an Indefinite Contract Published: Monday, July 10, 2017 Reply to: Greenville County Redevelopment Authority
More informationCity of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID
City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # 20-11 INVITATION TO BID The City of Portsmouth, New Hampshire is seeking bids for the installation of two Bicycle
More informationBOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA
BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal
More informationCONSTRUCTION SERVICES AGREEMENT
Contract No. CONSTRUCTION SERVICES AGREEMENT This Construction Services Agreement ("Agreement") is made as of this day of 2018 by and between INSPIRE DEVELOPMENT CENTERS, a Washington nonprofit Corporation
More informationBRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803
BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation
More informationJanuary 18, Request for Proposals. for
January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)
More informationNetwork Cabling Upgrade/Renovation. Request for Proposal
Network Cabling Upgrade/Renovation Request for Proposal Contents 1 Administrative Overview... 4 1.1 Objectives... 4 1.2 Communication... 4 1.3 Schedule of RFP Activities... 4 1.4 Questions Regarding this
More informationREQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER
REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 QUOTATION NO. 018-18 VENDOR ADDRESS PHONE THIS IS NOT AN ORDER 1. In communications, always
More informationDisadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts
EXHIBIT 6 DBE SPECIAL PROVISIONS FOR NON-TRADITIONAL CONTRACTS 000--- Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts Description. The purpose of this Special
More informationCONTRACT FORM CONTRACT #
CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and
More informationExhibit C Federal Aviation Administration (FAA) Bidder Requirements
Exhibit C Federal Aviation Administration (FAA) Bidder Requirements DBE CONSTRUCTION CONTRACTS D-15 REQUIRED CONTRACT PROVISIONS Federal laws and regulations require that recipients of federal assistance
More informationBOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA
BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in
More informationHousing Authority of the County of San Joaquin
Housing Authority of the County of San Joaquin Scope of Work For Invitation for Bid No.1011-027: Water System Rehabilitation Project, Harney Lane Migrant Center Introduction: The Housing Authority of the
More informationPENNSYLVANIA HOUSING FINANCE AGENCY. PennHOMES PROGRAM
PENNSYLVANIA HOUSING FINANCE AGENCY PennHOMES PROGRAM FEDERAL COMPLIANCE SUPPLEMENT FOR HOME FUNDED DEVELOPMENTS Rev 03/05 1 INTRODUCTION This supplement to the Pennsylvania Housing Finance Agency s (PHFA)
More informationNAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC
NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION,
More informationREQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES
REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter
More informationDecember 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.
December 12, 2018 To Whom It May Concern: Enclosed please find our Request for Professional Services. This service is to begin February 4, 2019 and continue through reorganization 2020. The Pine Hill Borough
More informationBID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT
BID DOCUMENTS FOR 2016-2017 ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 16, 2016 NOTICE TO BIDDERS 2016-2017 ACCU-TAB SL CAL HYPO
More informationBID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID
BID DOCUMENTS FOR 2018-2019 SAND, GRAVEL & LIMESTONE BID CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 June 11, 2018 NOTICE TO BIDDERS 2018-2019 SAND, GRAVEL & LIMESTONE BID FOR THE CITY OF
More informationCHATHAM AREA TRANSIT AUTHORITY. Invitation for Bids FOR PROJECT NO City Hall Floating Dock Replacement
CHATHAM AREA TRANSIT AUTHORITY Invitation for Bids FOR PROJECT NO. 2016-07 City Hall Floating Dock Replacement June 22, 2016 PUBLIC NOTICE CHATHAM AREA TRANSIT AUTHORITY Invitation for Bids No. 2016-07
More informationFLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP.
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 3/10/17 RE: RFP-DOT-16/17-9010-GH POSITIVE TRAIN CONTROL SYSTEM FOR THE (CFRC) Notice is hereby given of the following changes to the above-referenced
More informationEvent # Q & A Allowed: Yes Number Of Amendments: 0. Q & A Open Date: 01/15/ :21:57 AM. Contacts
Event # 362-0 Name: Indus 4601-MS Digital Film Scanner Purchase Description: Bexar County is requesting quotes for the purchase and installation of six (6) Indus 4601 MS Scanners to include training. Please
More informationREQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA
REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide
More informationEXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately]
EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS [provided separately] Texas Department of Transportation EXHIBIT 1 Request for Proposals, Addendum #5 DFW Connector Page 1 of 1 Comprehensive Development Agreement
More information