BUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS
|
|
|
- Sophia Craig
- 9 years ago
- Views:
Transcription
1 Construction/Maintenance Contracts and Design/Build Low Bid Contracts 1. Districts are responsible for reviewing their work program and identifying contracts that are good candidates for the Business Development Initiative (BDI). Identifying a construction or maintenance contract for the BDI means that: a. The contract will be reserved for small businesses; b. The contract will be $1,000,000 or less; c. Prequalification per Rule F.A.C. is not required; d. Performance bonds are waived on contracts $250,000 or less; e. Bid bonds are $500 for contracts over $150,000 and may be in the form of a cashier s check, the BDI Bond form, or the standard Bid or Proposal Bond Form (Form No ); and f. All subcontractors must be small businesses. In choosing candidate projects for the BDI, the districts should consider if the contract is low risk and if there are sufficient small businesses available to bid on the contract. The Department does not have a complete list of small businesses by type of work, but the district can check the DBE directory to identify DBEs that are available by type of work. Another source to identify potential small businesses is the U.S. Small Business Administration (SBA) Dynamic Small Business Search, available at the following link: At this site you can find small businesses that have registered in the Central Contractor Registration, which is the primary registrant database for the federal government. You can search by state, county, North American Industry Classification System (NAICS) code, and by size. The NAICS Code for Highway, Bridge, and Street Construction is , and annual gross revenue for construction cannot exceed $22,410,000 for small businesses. 2. When a contract is identified as a BDI candidate, the District Office must request approval from Central Office to set the contract aside for the BDI Program. The request shall be made and approval obtained prior to adding the BDI Group Identifier to the WP03 Screen in the Financial Management System. The request shall be submitted to Art Wright, Equal Opportunity Office Manager. Art will forward the request to Alan Autry, Alternative Contracting & Contract Administration Specialist for review and approval. The request should have a description of the project, estimated cost, FPID number, Letting Month/Year, estimated Contract Execution Month/Year, and the source of funds (state or federal). Once approved, the contract will be posted as a BDI Project and the appropriate BDI Group Identifier should be added to the WP03 Screen by the District Work Program Office.
2 3. When the approved BDI contract has moved to the specifications development stage, the District Specifications Office must request to use the BDI Developmental Specifications from the State Specifications Office. The developmental specifications needed are: a. Dev002BDI- Qualification of Bidders and Guaranty to Accompany Proposals b. Dev003BDI- General, Execution of Contract, and Failure by Contractor to Execute Contract c. Dev007BDI- Contractors Protective Public Liability and Property Damage Liability Insurance d. Dev008BDI- Subletting or Assigning of Contracts 4. Central Office Specifications will forward the request to Art Wright, Equal Opportunity Office Manager for approval. Once approved, the project will be added to the BDI Reserved Contracts list on the Equal Opportunity Office website. 5. Prior to issuance of the bid document by the Department, the contractor must complete and notarize BDI Affidavit and Profile Form (Form ). 6. All bid packages must include BDI Reference Sheet (Form # ) completed by the contractor and submitted with the bid. The contractor is not required to be prequalified by the Department, so this Reference Sheet is designed to help determine if the contractor has successfully performed similar work on other contracts. The Construction or Maintenance Office (Central or District), whichever is appropriate, is responsible for approving the reference sheet depending on where the project is let. The contractor s experience must be similar to the scope of work outlined in the intent and scope of the project. 7. Prior to using a subcontractor, the prime must obtain a notarized Affidavit and Profile Form from the subcontractor and submit the form with the Request to Sublet and obtain approval from the Department. 8. The advertisement must contain the following information: a. Bidders must be a Small Business as defined by the Department. Prequalification per Rule is not required. b. Bidders must complete and submit the BDI Affidavit and Profile (Form No ) for approval prior to receipt of bid documents. c. Bid Bonds of $500 are required for bids over $150,000 and may be in the form of a Cashier s Check, the BDI Bid or Performance Bond (Form No ), or the standard Bid or Proposal Bond form (Form No ). d. Bidders must submit the BDI Reference Sheet (Form No ) with the bid.
3 e. A Performance Bond is not required for contracts under $250, Once the contract has been executed, update the project information on the BDI Project Sheet and send the information to Dwayne Moore, Business Development Specialist. Dwayne will update the information on the master list and update the website. Professional Services/Consultant Contracts 1. Districts are responsible for reviewing their list of projects and identifying contracts that are good candidates for the Business Development Initiative (BDI). Identifying a professional services contract for the BDI means that: a. The contract will be reserved for small businesses; b. The contract will be $1,000,000 or less; c. No preference points are used for the contract; d. Teams must still be technically prequalified in all listed professional services work types; and e. An overhead audit is required for any contracts in excess of $250,000. The Department is offering a one-time job cost accounting system (JCAS) review to small business firms who are interested in competing for work above $250,000. The requirements for the JCAS review are found at the following link: For questions about the JCAS review, please contact Jeffrey Owens, Procurement Office, at (850) In making the decision for candidate projects, the districts should consider if there are sufficient small businesses available to submit a proposal. The Department does not have a complete list of small businesses by type of work, but the district can identify DBEs that are available by type of work by checking the DBE Directory. Another source to identify potential small businesses is the U.S. Small Business Administration (SBA) Dynamic Small Business Search, available at the following link: At this site you can find small businesses that have registered in the Central Contractor Registration, which is the primary registrant database for the federal government. You can search by state, county, North American Industry Classification System (NAICS) code, and by size. 2. Districts should a request to use the BDI to Dwayne Moore Business Development Specialist. Dwayne will forward the request to Carla Perry, Central Office Procurement Manager, and copy Art Wright, Equal Opportunity Office Manager. The request should have a description of the project, estimated cost, FPID number, the source of funds (state or federal), and advertisement/response
4 date. Carla will either approve or disapprove the request by responding to the If approved, the following is an example of the advertisement that can be used for the BDI contract: This project has been reserved for competition among only small businesses, in accordance with the Department's Business Development Initiative Program. Letters of Response for this project will only be accepted from firms who qualify as a small business as defined by the Department. The prime consultant submitting a letter of response must meet the small business eligibility criteria below. All subconsultants utilized for the project must also meet the small business eligibility criteria. Only subconsultants who are also themselves small businesses may be utilized on small business reserved projects. SMALL BUSINESS ELIGIBILITY CRITERIA: a. Meet the small business definition as defined by the Department. b. Submit Notarized BDI Affidavit & Profile Form(s) (Form ) attesting to meeting the definition of a small business. All Letters of Response to an advertisement for a small business reserved project must be accompanied by Notarized BDI Affidavit & Profile form(s), submitted by the date/time deadline established for the Letter of Response. Notarized BDI Affidavit & Profile forms are required for the prime consultant and each of the subconsultants utilized on the contract, who must also meet small business eligibility criteria. The notarized BDI Affidavit & Profile form(s) must be submitted with the Letter of Response. Please refer to the advertisement for other submittal requirements. c. Submitting firms that are small businesses must completely comply with the professional services prequalification process as described in Florida Administrative Code Chapter 14-75: 4. Once the contract has been executed, update the project information on the BDI Project Sheet and send the information to Dwayne Moore, Business Development Specialist. Dwayne will update the information on the master list and update the website.
5 FLORIDA DEPARTMENT OF TRANSPORTATION SMALL BUSINESS SIZE STANDARDS Construction/Maintenance TYPE OF WORK AVG. GROSS AMOUNT (IN MIL) NOT TO EXCEED Asphalt Paving (Roadway) $ Miscellaneous Asphalt Pavement $ 13.0 Toll & Service Plaza Facilities $ Storage Facility, Building Addition $ Office Building, Shop/Warehouse $ Plumbing $ 13.0 Electrical Wiring $ 13.0 Heating and Air Conditioning $ 13.0 Installation of Tile $ 13.0 Concrete Gutter, Curb Elements, & Traffic Separators $ Concrete Barrier Wall $ Concrete Sidewalk $ 13.0 Concrete Ditch & Slope Pavement. $ Pipe Handrail Furnishing, erecting, and painting pipe handrail $ 13.0 Inlets, Manholes & Junction Boxes $ Pipe Culverts & Storm Sewers $ Structural Plate Pipe & Pipe Arch Culverts $ Under drains $ Clearing & Grubbing $ 13.0 Excavation & Grading $ 13.0 Temporary Erosion Control $ 13.0 Plastic Filter Blanket $ 13.0 Riprap $ 13.0 Fencing $ 13.0 Guardrail $ Muck Blanket & Topsoil $ 6.5 Grassing $ 6.5 Sodding $ 6.5 Landscaping $ 6.5 Irrigation Systems $ 6.5 Shop, Field and Maintenance Painting of Structural Steel $ 13.0 Bridge Painting $ 13.0 Reinforcing Steel $ 13.0 Structural Steel $ 13.0 Maintenance of Traffic $ 13.0 Traffic Signals $ 13.0
6 Highway Signing $ Highway Delineators $ 13.0 Reflective Pavement Markers $ 13.0 Painting Traffic Stripes $ 13.0 Thermoplastic Traffic Stripes and Markings $ 13.0 Highway Lightning Systems $ 13.0 TRUCKING (Hauling materials to or from construction site and heavy hauling) Trucking Firms Firms using own trucks and contracted trucks $ Owner Operators Sole Proprietors that own and operate one truck $ 12.0 Pile Driving $ Timber Structures $ Navigation Lights $ 13.0 Underground Utility $ Tree Trimming $ 6.5 Mowing $ 6.5 MISCELLANEOUS CONSTRUCTION SERVICES (welding, machine shops, $ 13.0 rentals, & NEC) MATERIALS SUPPLY Wholesale. Must meet definition of "Regular $ Dealer" as defined in Rule 14.78, Florida Administrative Code and 49 CFR Part 26 PROFESSIONAL SERVICES $6.5 NOTE: Size cap amounts are figured by the gross receipts of the business averaged over a three-year period. The size cap should be based on the primary services the firm offers. The firm s size cap will not vary based on the project they are selected for.
BUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS
Construction/Maintenance Contracts and Design/Build Low Bid Contracts 1. Districts are responsible for reviewing their work program and identifying contracts that are good candidates for the Business Development
FDOT DBE CERTIFICATION NAICS CODE GUIDE WITH CAP SIZES
NAICS CODE Highway, Street, and Bridge Construction SIZE CAP ($ MIL) 237310 Asphalt Roadway (includes 300, 320, 327, 330, 334, 336, 337, 338) Application of prime and tack coats, leveling surfaces and
How To Build A Road In A Townhouse
FDOT DBE CERTIFICATION SPECIALTY/ SHEET WITH CAP SIZES Highway, Street, and Bridge Construction SIZE CAP ($ MIL) 237310 Asphalt Roadway $ 22.41 Application of prime and tack coats, leveling surfaces and
Chapter 22. Lump Sum Project Guidelines
Chapter 22 Lump Sum Project Guidelines 22.1 General...22-1 22.2 Project Selection...22-3 22.3 Plans Preparation...22-5 22.4 Preliminary Estimate...22-7 22.5 Specifications...22-9 22.6 Contracts Administration...22-11
DESCRIPTION OF WORK:
DEPARTMENT OF PUBLIC WORKS COUNTY OF HENRICO P.O. BOX 27032 RICHMOND, VIRGINIA 23273 PERMIT NO. One (1) copy of application and four (4) copies of plans are hereby made to the Director of Public Works
FDOT Specifications List
FDOT Specifications List TABLE OF CONTENTS DIVISION II CONSTRUCTION DETAILS CLEARING CONSTRUCTION SITE 110 Clearing and Grubbing... 152 EARTHWORK AND RELATED OPERATIONS 120 Excavation and Embankment...
Getting Connected with the Colorado Department of Transportation (CDOT)
Getting Connected with the Colorado Department of Transportation (CDOT) INTRODUCTION Who is CDOT? CDOT is responsible for 9,146 miles of highway including 3,447 bridges State government agency with funding
Herbicide Application. Irrigation System (Only) Sanitary System Testing & Inspections
NAICS Code Work Description Work Item 115310 - Support Activities for Forestry 221310 Water Supply and Irrigation Systems 221320 - Sewage Treatment Facilities 236118 Residential Remodelers 236220 Commercial
Riverside County Transportation Department Summary of Bids
Bids Open: 2 pm Date: Wednesday, March 4, 2015 BASE BID SCHEDULE 1 - Rudell Road Reconstruction Project NO. CODE CONTRACT PROJECT No. B3-0470 and C4-0069 COUNTY'S ESTIMATE 1 All American Asphalt Corona,
CITY OF SAN ANTONIO. Issued By: Transportation and Capital Improvements Date Issued: February 10, 2016 ID NO.: 23-01472-05-03
CITY OF SAN ANTONIO Issued By: Transportation and Capital Improvements Date Issued: February 10, 2016 ID NO.: 23-01472-05-03 (010) FORMAL INVITATION FOR BIDS (IFB) to CONTRACT 2016-2017 TASK ORDER CONTRACT
MTA UNIVERSAL STATION PEDESTRIAN BRIDGE Los Angeles, CA. Project Manual and Specification 100% PE SUBMITTAL TABLE OF CONTENTS
Los Angeles, CA Project Manual and Specification DIVISION 1 GENERAL CONDITIONS 01 01 10 STATEMENT OF WORK 01 11 00 SUMMARY OF THE WORK 01 14 05 METRO (OWNER) - DIRECTED STOPPAGES 01 20 00 PRICE AND PAYMENT
Demo Existing Curb Demo Existing Asphalt Roadway Demo Asphalt Saw Cutting Protection Fence - 4 Snow Fence with T posts
SECTION 00300 BID FORM S For additions and deletions to the Contract, the following unit prices shall be applicable for the specific items listed. Unit Prices shall be complete, in place including required
FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874
ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial
Los Angeles County Department Of Public Works. Land Development Division. Bond Calculation Sheets
Los Angeles County Department Of Public Works Land Development Division Bond Calculation Sheets Effective July 1, 2015 COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS LAND DEVELOPMENT DIVISION ROADS COST
VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER ST-09-06 BID PROPOSAL
VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER ST-09-06 BID PROPOSAL I/We hereby agree to furnish to the Village of Lombard all necessary materials, equipment, and labor, to complete the North Industrial
Unit Price Averages Reports
Unit Price Averages Reports 12/7/2015 UNIT PRICE AVERAGES REPORT Disclaimer The information provided in the following Unit Price Averages Report is only for the use of Alberta Infrastructure & Transportation
WILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued)
BIDDER'S PROPOSAL (continued) Item Estimated No. Description Quantity Unit Unit Cost Total Cost BASE BID 1 Traffic Control 1 LS $ $ 2 Construction Area Signs 1 LS $ $ 3 Excavation Safety 1 LS $ $ 4 Reset
CDOT Resources for Small Businesses
General Information Resources Civil Rights & Business Resource Center is responsible for promoting and maintaining equal opportunity and participation for highway construction contractors and consultants
SECTION 02530 STORM DRAINAGE STRUCTURES. 1. Trench excavation, backfill, and compaction; Section 02250.
02530-1 of 5 SECTION 02530 STORM DRAINAGE STRUCTURES 02530.01 GENERAL A. Description Storm drainage structure construction shall include, but not necessarily be limited to, furnishing and installing or
SECTION 02221 SELECTIVE DEMOLITION
SECTION 02221 PART 1 -GENERAL 1.01 DESCRIPTION This section includes all material, labor, machinery and supervision required to demolish and remove the following items where applicable and as noted on
EXHIBIT A SCOPE OF SERVICES WATER SERVICE REPLACEMENT PROJECT. BROWARD OPERATIONS CENTER 5548 NW 9 th AVENUE FORT LAUDERDALE, FLORIDA 33309
EXHIBIT A SCOPE OF SERVICES WATER SERVICE REPLACEMENT PROJECT BROWARD OPERATIONS CENTER 5548 NW 9 th AVENUE FORT LAUDERDALE, FLORIDA 33309 FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT FOUR 1.0 SCOPE OF
The Vermont Agency of Transportation Small Business Element of the Disadvantaged Business Enterprise (DBE) Program
The Vermont Agency of Transportation Small Business Element of the Disadvantaged Business Enterprise (DBE) Program Introduction and Overview of the Small Business Element: The Vermont Agency of Transportation
FLORIDA DEPARTMENT OF TRANSPORTATION GUIDELINE FOR
FLORIDA DEPARTMENT OF TRANSPORTATION GUIDELINE FOR ESTABLISHING CONSTRUCTION CONTRACT DURATION July 2010 DISCLAIMER: The following documentation as a whole was derived from Federal Highway Administration
Exhibit A Scope of Work
Exhibit A Scope of Work The agreement for S.P. 3116-142 (T.H. 169-Cross Range Expressway) includes final design plans for a 1.55 mile length of a 2 lane to 4 lane expansion project located 0.66 miles SW
VDOT Prequalification. Suzanne Lucas Construction Division
VDOT Prequalification Suzanne Lucas Construction Division VDOT Prequalification for Highway Contractors in the Commonwealth of Virginia 2 What is Prequalification? AASHTO defines a prequalification system
SECTION 02100 SITE PREPARATION
SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General Conditions and Supplementary Conditions and Division 1 through Division
ADDENDUM NO. 1. Manchester Boston Regional Airport, City of Manchester, NH
Hoyle, Tanner Project No. 093145 ADDENDUM NO. 1 Manchester Boston Regional Airport, City of Manchester, NH Construct Relocated Roadway Airport Service Rd. Outside Runway Object Free Area (ROFA); Construct
SECTION 02720 SANITARY SEWER AND STORM DRAIN SYSTEMS
SECTION 02720 SANITARY SEWER AND STORM DRAIN SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. The requirements for pipe material and installation in sewer and drainage collection systems. All materials
PREQUALIFICATION APPLICATION REQUIREMENTS
PREQUALIFICATION APPLICATION REQUIREMENTS To be eligible to bid and contract work with Webcor, subcontractors are required to be prequalified annually. If you have any questions, please contact Webcor
PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List
PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List At their Board meeting of August 21, 2013, the Trustees of the
SUBCONTRACTOR Pre-Qualification Form
Please complete the form below and email (form and all attachments) to [email protected] or fax to 602-266-7070. If all information is not provided and all attachments are not submitted this will
KIEWIT CM/GC Enabling/Utilities
South Terminal Redevelopment Program KIEWIT CM/GC Enabling/Utilities Contract Value $50 million M/WBE Goal 20 percent Contact John Todd, LEED AP Project Manager 303.930.9046 [email protected] General
ORDINANCE NO. 511 ORDINANCE ESTABLISHING A COST REIMBURSEMENT PROGRAM FOR THE INSTALLATION OF OVERHEAD SEWERS OR BACKFLOW PREVENTION DEVICES
ORDINANCE NO. 511 ORDINANCE ESTABLISHING A COST REIMBURSEMENT PROGRAM FOR THE INSTALLATION OF OVERHEAD SEWERS OR BACKFLOW PREVENTION DEVICES WHEREAS, Wheaton Sanitary District had a cost reimbursement
Tabulation of Bids. Opened at: Easter Federal Lands Highway Division, Sterling, VA Opened by: Jason Albright Date: 03/04/14
Solcitation No: DTFH71-14-B-00008 Division: Eastern Federal Lands State: DC County: Federal Land: 1 out of 9 Opened at: Easter Federal Lands Highway Division, Sterling, VA Opened by: Jason Albright Date:
UNIT PRICE LIST January 2009
UNIT PRICE LIST January 2009 1 INTRODUCTION The purpose of the Unit Price List is to provide a resource for the preparation of cost estimates for subdivisions and permit projects and should be used only
American Safety Insurance Company
American Safety Insurance Company General Liability Program A- Rated (Non-Admitted) Table of Contents Page 2 Page 3 Page 4 5 Underwriting Guidelines and Coverages Prohibited Classes Underwriting Classification
NOTICE TO CONTRACTORS. CALL ORDER 700 FEDERAL PROJECT NO. STPD-6-2(122) LOCATION: US-34/US-6,CULBERTSON-McCOOK COUNTIES: HITCHCOCK RED WILLOW
NOTICE TO CONTRACTORS CALL ORDER 700 FEDERAL PROJECT NO. STPD-6-2(122) LOCATION: US-34/US-6,CULBERTSON-McCOOK COUNTIES: HITCHCOCK RED WILLOW The Nebraska Department of Roads will receive sealed bids in
City of Balch Springs, Texas. Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement
City of Balch Springs, Texas Request for Proposal (RFP 2016-2-15) Pipe Bursting Sewer Line Replacement Balch Springs is a city in Dallas County, Texas, United States. It is a suburb of Dallas and part
ENGINEERING DESIGN GUIDELINES. for SUBDIVISIONS OR COMMERCIAL DEVELOPMENTS
ENGINEERING DESIGN GUIDELINES for SUBDIVISIONS OR COMMERCIAL DEVELOPMENTS City of Birmingham Department of Planning, Engineering and Permits Engineering Division Office of the City Engineer 2008 TABLE
VDOT Small Business Enterprise Program Approved Contractors
A & P Services, LLC Pisgah Forest (828) 862-4701 [email protected] NC Highway, Street and Bridge Construction All Other Support Activities for Road ALH Construction Elizabethton TN (423) 543-4946 [email protected]
PROJECT COST ESTIMATE ASSUMPTIONS AND EXCLUSIONS
C PROJECT ESTIMATE ASSUMPTIONS AND EXCLUSIONS In support of the alternatives development process, preliminary cost estimates were prepared for each of the three Candidate Build Alternatives. The cost estimates
NOTICE TO CONTRACTORS
NOTICE TO CONTRACTORS Notice is hereby given that San Luis Obispo County Community College District, ( District ) is accepting sealed Informal Bidding Prequalification Applications and Formal Bidding Prequalification
Developing Critical Path Method Scheduling (CPM)
Developing Critical Path Method Scheduling (CPM) Pretest 1. An activity which is on critical path has a planned duration of 5 days. What is the total float for the activity? a. 0 b. 1 c. 2 d. 3 Pretest
SITE-SPECIFIC BEST MANAGEMENT PRACTICES (SSBMP) PLAN/STORM WATER POLLUTION PREVENTION PLAN (SWPPP) REVIEW CHECKLIST
This checklist may be used by applicants for encroachment permits, and contractors in development of Site Specific Best Management Practice (SSBMP) Plans or Storm Water Pollution Prevention Plans (SWPPP)
SECTION 33 41 13 PUBLIC STORM UTILITY DRAINAGE PIPING
SECTION 33 41 13 PUBLIC STORM PART 1 - GENERAL 1.01 SECTION INCLUDES A. Storm drainage piping, fittings, and accessories at proposed station areas and locations other than under and immediately adjacent
Ocoee, FL May 13, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL May 13, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
SITE-SPECIFIC BEST MANAGEMENT PRACTICES (BMP) PLAN REVIEW CHECKLIST
This checklist may be used by applicants for encroachment permits, and contractors in development of Site- Specific BMP Plans for projects. plan reviewers will use this checklist to review the Site-Specific
MONETARY GUARANTY PROCEDURE PACKAGE FREDERICK COUNTY, VIRGINIA
MONETARY GUARANTY PROCEDURE PACKAGE FREDERICK COUNTY, VIRGINIA Department of Planning and Development 107 North Kent Street, Suite 202 Winchester, Virginia 22601 Phone: (540) 665-5651 Fax: (540) 665-6395
NEW JERSEY DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE GOAL SUBMISSION FEDERAL FISCAL YEARS 2014 THROUGH 2016
NEW JERSEY DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE GOAL SUBMISSION FEDERAL FISCAL YEARS 2014 THROUGH 2016 The New Jersey Department of Transportation (NJDOT) has established a Disadvantaged
Guidelines for Fiber Optic Cable Permits
Guidelines for Fiber Optic Cable Permits NOVA District (Fairfax/Arlington) Permits www.virginiadot.org/business/fairfax-permits-main.asp Email: [email protected] 14685 Avion Parkway
WEST VIRGINIA CONTRACTOR LICENSING BOARD
WEST VIRGINIA CONTRACTOR LICENSING BOARD CONTRACTOR LICENSE APPLICATION / AFFIDAVIT This application is to be used when applying for a license to perform contracting work in the State of West Virginia.
SECTION 13 REPLACEMENT AND CLEANUP 13.01 SCOPE OF WORK
13.01 SCOPE OF WORK Under this item, the Contractor will restore all lawns, trees, gardens, landscape plantings, sidewalks, ramps, trails, fences, commercial signs, water courses and sand, gravel, dirt,
State of North Carolina Department of Transportation
State of North Carolina Department of Transportation Send completed form to: Office of Equal Opportunity & Workforce Services ATTN: SBE Program Manager Small Business Enterprise (SBE) Form 1511 Mail Service
VDOT 2001 Road and Bridge Standards Section 100 - Drainage Items
VDOT 2001 Road and Bridge s Page Title EW-1 EW-1A 101.01 Endwall for Pipe Culverts 12" - 36" Circular and 23" X 14" - 53" X 34" Elliptical Pipes EW-1PC EW-1APC 101.02 Precast Endwall for Pipe Culverts
CHAPTER 14: GUARDRAIL and BARRIERS
CHAPTER 14: GUARDRAIL and BARRIERS If you have any questions regarding guardrail, end treatments and/or pay items included in your plan, please contact the Project Design Services Unit or the Design Standards
OPTIMUS WORK CLASSIFICATION LIST ENTER ALL THAT APPLY
Cost Code # Description Cost Code # Description 01 00 00.001 General Requirements 02 00 00.001 Existing Conditions 01 31 19.13.001 Preconstruction Meetings 02 21 00.001 Surveys 01 32 33.001 Photographic
Acceptance Codes APPENDIX - A. Acceptance Criteria
1111 Receipt of a satisfactory Test Report from WSDOT Materials Laboratory is required indicating the lot (or lots) or batch of material meets the requirement of the specifications under which it is listed.
CONSTRUCTION STORMWATER POLLUTION PREVENTION PLAN TEMPLATE
CONSTRUCTION STORMWATER POLLUTION PREVENTION PLAN TEMPLATE The following template may be used as a general guide for development of a Stormwater Pollution Prevention Plan (SWPPP) for construction activities.
CHAPTER 5. Storm Sewer
CHAPTER 5 Storm Sewer A. Introduction All proposed developments shall have a properly designed and constructed storm water conveyance system. This chapter deals only with the conveyance system. Storm water
Preventing Storm Water Pollution: What We Can Do
Preventing Storm Water Pollution: What We Can Do ~Employee Training Series~ Streets and Drainage Maintenance PREPARED IN COOPERATION WITH THE Texas Commission on Environmental Quality AND U.S. ENVIRONMENTAL
Sub-Bid Contractor Update Statement. Tab A - Invitation for Bids. Tab B - Instructions to Bidders
INTRODUCTORY INFORMATION TABLE OF CONTENTS 00 0101 PROJECT TITLE PAGE PROCUREMENT REQUIREMENTS (PROJECT MANUAL) Tab A - Invitation for Bids Tab B - Instructions to Bidders Tab C Bid Form for General Bids
The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers
The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers Question 1: How long will the prequalification process take? Answer: The
How To Become A Disadvantaged Business Owner
Disadvantaged Business Enterprise (DBE) Program Certification Workshop Presented by: Zakiya Wright, Certification Specialist Shona Meadows, Certification Specialist DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
APPLICATION PROCEDURES FOR PLACEMENT OF UNDERGROUND WATER AND SEWER PIPELINES IN THE VICINITY OF TRANSPORTATION FACILITIES UNDER THE
APPLICATION PROCEDURES FOR PLACEMENT OF UNDERGROUND WATER AND SEWER PIPELINES IN THE VICINITY OF TRANSPORTATION FACILITIES UNDER THE JURISDICTION OF ALBERTA TRANSPORTATION 1.0 Application Procedures 2.0
City of Hilshire Village Pine Creek Ln Reconstruction
City of Hilshire Village Pine Creek Ln Reconstruction OVERVIEW The City will be soliciting bids for the Pine Creek Reconstruction Project with construction scheduled to begin in January 2015. This project
TABLE OF CONTENTS. Manhole, Frame, and Cover Installation (includes Drop Manhole) Additional Manhole Depth
TABLE OF CONTENTS NO. MP-1 MP-2 MP-3 MP-4 MP-4.01 MP-4.02 MP-4.03 MP-5 MP-5.01 MP-5.02 MP-5.03 MP-5.04 MP-5.05 MP-5.06 MP-5.07 MP-5.08 MP-5.11 MP-5.12 MP-5.13 MP-5.14 MP-5.15 MP-5.16 MP-5.18 MP-5.19 MP-5.20
FY08 SEWER POINT REPAIRS BID TABULATION
6-07-831 Page 1 of 12 1 FOR CLEANING AND TELEVISING EXISTING SEWERS, AS SPECIFIED, ANY REQUIRED CLEANING, ANY LOCATION, ANY LENGTH OF SEWER, COMPLETE IN PLACE, FOR VARIOUS PIPE DIAMETERS. A. EXISTING "
SMALL BUSINESS ENTERPRISE (SBE) CERTIFICATION APPLICATION
SMALL BUSINESS ENTERPRISE (SBE) CERTIFICATION APPLICATION Published April 2015 SBE Program Eligibility Requirements: 1. Business headquarters or principal place of business is located within the Air Trade
Facility Summary. Facility Condition Summary. Seattle School District David T. Denny International Infrastructure. Facility Components
Infrastructure Facility Condition Summary Weighted Avg Condition Score Facility Components Systems Surveyor/ Date Done Comments G Sitework.9 Site Improvements Parking Pedestrian Paving Site Development
DOING BUSINESS WITH CDOT
DOING BUSINESS WITH CDOT Who is CDOT? CDOT is responsible for 9,146 miles of highway including 3,447 bridges One of the largest state government agencies with an annual budget of $1.2 billion Primarily
13.17.6.1 ISSUING AGENCY: New Mexico Public Regulation Commission, Insurance Division. [7-1-97; 13.17.6.1 NMAC Rn & A, 13 NMAC 17.6.
TITLE 13 CHAPTER 17 PART 6 INSURANCE WORKERS COMPENSATION INSURANCE PREMIUM ADJUSTMENT PROGRAM 13.17.6.1 ISSUING AGENCY: New Mexico Public Regulation Commission, Insurance Division. [7-1-97; 13.17.6.1
SECTION 31 20 00 EARTH MOVING
SECTION 31 20 00 PART 1 - GENERAL 1.01 DESCRIPTION A. This Section describes the requirements for excavating, filling, and grading for earthwork at Parking Structure, new exit stair and as required to
Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities
Division 1 Requirements Design and Construction Quality Campus Master Plans Texas Tech University System Operating and Building Maintenance Project Administration Historically Underutilized Business (HUB)
City of Treasure Island FEMA Cost Breakdown Worksheet For Substantial Improvement / Damage
City of Treasure Island FEMA Cost Breakdown Worksheet For Substantial Improvement / Damage Property Address: Company Name: Contractor Name: Contractor Address: City: State: Zip: License Number: Phone Number
Ocoee, FL July 01, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
SUBDIVISION ROAD CONSTRUCTION AND INSPECTION PROCEDURES
BOARD OF COUNTY COMMISSIONERS ST. MARY S COUNTY LEONARDTOWN, MARYLAND SUBDIVISION ROAD CONSTRUCTION AND INSPECTION PROCEDURES APRIL, 1991 AMENDED: JUNE, 2002 DEPARTMENT OF PUBLIC WORKS & TRANSPORTATION
CITY OF VISTA STANDARD DRAWINGS (PRELIMINARY, FOR REVIEW)
CITY OF VISTA STANDARD DRAWINGS (PRELIMINARY, FOR REVIEW) January, 2013 THIS SHEET INTENTIONALLY LEFT BLANK TABLE OF CONTENTS DRAINAGE STRUCTURES DRN-01 Corrugated metal pipe drop inlet DNR-02 Storm Drain
A. Structures Quantity Item Price Cost @ $3,500 EA
PRINCE WILLIAM COUNTY Department of Development Services Land Development Division UNIT PRICE LIST (Performance Bonds, Landscaping Escrows, and Siltation & Erosion Control Escrows) Revised: November 17,
SECTION 00 0110 TABLE OF CONTENTS. H. 00 2115.01 - Proposed Material, Product or Equipment Substitution Request
SECTION 00 0110 PROCUREMENT AND CONTRACTING REQUIREMENTS 1.1 DIVISION 00 -- PROCUREMENT AND CONTRACTING REQUIREMENTS A. 00 0101 - Project Title Page B. 00 0105 - Certifications Page C. 00 0110 - Table
