SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE

Similar documents
TEXAS DEPARTMENT OF TRANSPORTATION ELECTRICAL MAINTENANCE AND REPAIR SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PAINTING BUILDING FACILITIES, INTERIOR AND EXTERIOR PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION BUILDING CONSTRUCTION FIELD INSPECTOR FOR TXDOT S SAFETY REST AREA PROGRAM PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION AIRCRAFT LIABILITY INSURANCE PUBLICATION

INSTRUCTIONS TO BIDDERS

COMPOSITE BID CONSISTING OF

Warranty Service Authorization Policy

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS

REQUEST FOR QUALIFICATIONS

Solicitation. Mt. Laurel Maintenance Yard Window Removal and Replacement - Building #1543

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

REQUEST FOR PROPOSAL FOR LAWN MAINTENANCE SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

WEST VALLEY SANITATION DISTRICT

The Grande Phoenician at the Grande Preserve Condominium Association, Inc.

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

City of Corpus Christi Housing and Community Development

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

Power Construction Company CCIP Program Safety Requirements

Informal Solicitation #STEM_FURNITURE Fermob

APPLICATION FOR ALTERATIONS OR ADDITIONS

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Agreement to Furnish Pupil Transportation Services

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

Subcontract Agreement

Pest Control Services

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS

RICE UNIVERSITY SHORT FORM CONTRACT

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

Washington University in St. Louis

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts

INSTRUCTIONS TO BIDDERS

FLORIDA DEPARTMENT OF TRANSPORTATION

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

City of New Rochelle New York

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

Tacoma Power Conservation Contractor Agreement

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

Raytown Quality Schools

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

AIA Document A201 TM 1997

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

I. PROJECT DESCRIPTION

Request for Proposal

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

REQUEST FOR PROPOSALS

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

Management Instruction

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

Home Improvement Contract Contractor Any Notice of Cancellation can be sent to this address. Owner

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

Document A201 TM 2007 SP

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 44-11

Table of Contents. Attachments:

Directive #: CW Effective: July 1, 2016

VILLAGE OF NEW HAVEN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

The applicant (facility operator) agrees to the following conditions upon approval of this application:

SAN DIEGO CONVENTION CENTER CORPORATION

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864)

REQUEST FOR PROPOSALS. Auditing Services. Bid #

REQUEST FOR PROPOSAL

AIA Document A201 TM 1997

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

REQUEST FOR BID PROPOSALS

Transcription:

SPECIFICATION NO. TxDOT 910-00-00 DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not be sold for profit or monetary gain. If this specification is altered in any way, the header, and any and all references to TxDOT must be removed. TxDOT does not assume nor accept any liability when this specification is used in the procurement process by any other entity.

1. SCOPE This solicitation is for services to provide labor and materials for facility maintenance and repairs at TxDOT facilities. 2. DEFINITIONS OF TERMS AND ACRONYMS 2.1. FLSA Fair Labor Standards Act 2.2. PO Purchase Order 2.3. POC Point of contact 3. APPLICABLE LAWS AND STANDARDS The vendor shall provide the specified service requirements in accordance with all applicable federal, state, and local laws, standards and regulations necessary to perform the services, including, but not limited to: 3.1. Texas Government Code 612, Section 612.002 of Texas Statutes. 3.2. Code of Federal Regulations, (CFR 49). 3.3. Building Laws, City Regulations, Code Requirements, and the requirements of TxDOT. 3.4. FLSA Wages and Hours worked: Basic Minimum Wage and Overtime Pay. 4. RESPONDENT QUALIFICATIONS The respondent shall: 4.1. Be a company or an individual engaged, or whose partners or participants, or both are engaged in the business of providing building maintenance and repair services for a minimum of five years within the last seven years. Recent start-up businesses do not meet the requirements of this solicitation. NOTE: A start-up business is defined as a new company that has no previous operational history or expertise in the relevant business and is not affiliated with a company that has that history or expertise. Two companies are affiliated if the two companies have a common parent company or if one is the parent or subsidiary of the other. Dated 12/16 2-14

4.2. Be in good financial standing and current in payment of all taxes and fees such as state franchise fees. TxDOT reserves the right to request a copy of the respondent s audited or un-audited financial statement. TxDOT may request a statement from the president, owner, or financial officer on company letterhead certifying that the company is in good financial standing and current in payment of all taxes and fees. When financial statements are requested, TxDOT will review the respondent's audited or un-audited financial statement in accordance with Texas Government Code, Title 10, Subtitle D, Section 2156.007 to evaluate the sufficiency of the respondent's financial resources and ability to perform the contract or provide the service required in the solicitation. TxDOT will be the sole judge in determining the sufficiency of the respondent's financial resources and ability to provide the service. Factors to be reviewed include: 4.2.1. Balance sheets 4.2.2. Net working capital 4.2.3. Current asset ratio 4.2.4. Liquidity ratio 4.2.5. Auditor(s) notes 4.2.6. Any notes to the financial statements 5. RESPONDENT REFERENCES The respondent should submit a minimum of three references to substantiate the qualifications and experience requirements for similar services completed within the last three years. References shall illustrate respondent s ability to provide the services outlined in the specification. References shall include name, point of contact, telephone number, and dates services were performed. The response may be disqualified if TxDOT is unable to verify qualification and experience requirements from the respondent s references. The response may be disqualified if TxDOT receives negative responses. TxDOT will be the sole judge of references (Ref. Respondent References). 6. KEY PERSONNEL QUALIFICATIONS 6.1. SUPERVISOR: The Supervisor shall have a minimum of three years experience within the last seven years in management for services listed in this specification. 6.2. CREW LEADER: Crew Leaders shall have a minimum of three years experience within the last seven years for similar services. 6.3. CRAFTSMEN: Craftsmen shall have a minimum of 6 months experience within the last year for similar services. 6.4. SUPERVISOR, CREW LEADER, AND CRAFTSMEN shall: 6.4.1. Possess a valid Driver License acceptable in the state of Texas. Dated 12/16 3-14

6.4.2. Have no Driving Under the Influence (DUI) or Driving While Intoxicated (DWI) incidents on driving record within the past three years. 6.4.3. Have no more than two moving violations on driving record within the past three years. 7. VENDOR REQUIREMENTS The vendor shall: 7.1. Adhere to the TxDOT Terms and Conditions identified on the solicitation. 7.2. Obtain written approval from the designated TxDOT representative for all work and material required to complete the job prior to work being performed. 7.3. Maintain an adequate work force to complete each job as agreed upon and directed by the designated TxDOT representative. 7.4. Provide all labor, materials, equipment, tools, and transportation necessary to complete the specified services throughout the term of the Purchase Order. 7.5. Be responsible to TxDOT for the acts and omissions of the vendor s employees and any subcontractors performing work under the Purchase Order. 7.6. Provide a primary POC. 7.7. Have a staffed office located so that response time to a service call does not exceed 48 hours. 7.8. Have additional staff or subcontractors available to respond to multiple requests for services simultaneously, as requested by the designated TxDOT representative, on an as needed basis. 8. KEY PERSONNEL REQUIREMENTS 8.1. The Supervisor s primary responsibility shall be the day-to-day operation of the service in accordance with the requirements of the purchase order. 8.2. The Supervisor shall be a permanent staff employee and shall serve as the vendor s primary point of contact for TxDOT. 8.3. The Crew Leader shall: 8.3.1. Function as the liaison between TxDOT and the vendor s crew at the worksite and shall be responsible for site supervision of the vendor s crew at all times. 8.3.2. Be on site for all jobs and ensure adherence to all the requirements of the specification. 8.4. All personnel shall: 8.4.1. Have the knowledge to develop and implement the service requirements in this solicitation. Dated 12/16 4-14

8.4.2. Be fluent in English with the ability to receive, give, and understand written and oral instructions. 8.4.3. Not be excessively loud or use personal multi-media devices while performing services for TxDOT unless furnished by the vendor to facilitate communication with TxDOT or the vendor. 9. SERVICE REQUIREMENTS The vendor shall: 9.1. Perform various building maintenance and repair related duties as directed by the designated TxDOT representative. 9.2. Prior to beginning each job, meet with the designated TxDOT representative to discuss the job including work requirements, designated work hours, security, use of facilities, phasing, scheduling, and any other pertinent items regarding the job. 9.3. Visit the job site and provide a detailed cost estimate in writing via facsimile (fax) or e-mail to the designated TxDOT representative within 48 hours of service call. Cost estimate shall include, but not be limited to, estimated number of hours and number of craftsmen needed to complete the job, estimated cost of materials known to be needed at the time of the estimate and the estimated completion date. The estimate and proposed completion date shall be approved by the TxDOT representative prior to work beginning. 9.3.1. The vendor shall not begin work without a blanket release purchase order. 9.3.2. Blanket Release POs shall not exceed $25,000 per job. Any job that exceeds this limit will not be allowed under this PO. 9.4. Complete all work on or before the time frame approved by TxDOT (Reference Para. 9.3.). If additional time is necessary to complete repairs, a written request for extension shall be sent to the designated TxDOT representative. The designated TxDOT representative will approve or disapprove the extension request in writing and return to vendor. 9.5. Begin work within seven calendar days of the award of the purchase order or on the agreed upon date between TxDOT and the vendor. 9.6. Complete jobs including, but not limited to, the following: 9.6.1. Framing, wall repair, dry wall installation, and repair. 9.6.2. Flooring repair and replacement. 9.6.3. Window repair and replacement. 9.6.4. Ceiling repair and replacement. 9.6.5. Installing and repair countertops. 9.6.6. Repair or replacement of duct work. Dated 12/16 5-14

9.6.7. Patching and repairing existing concrete surfaces and structures. 9.6.8. Repair or replace walkways and exteriors. 9.6.9. Minor fencing repair. 9.6.10. Repair of shingle, metal, or composite roofing. 9.7. Provide a service ticket with the following information: 9.7.1. Building location. 9.7.2. Floor or room number. 9.7.3. Description of work. 9.7.4. Name of personnel performing the work. 9.7.5. Number of hours worked. 9.7.6. Start date and time, completion date and time. Ensure the designated TxDOT representative logs the start and completion times for each job on the vendor s service ticket. 9.7.7. Any materials supplied, amount and type. 9.7.8. TxDOT Blanket Release Purchase Order number issued for the job. 9.8. Remove from the building and dispose of all defective materials removed in the performance of the service and in strict accordance with all applicable rules, regulations, codes, laws, ordinances, and statutes. 9.9. Cover the furnishings and floor area below, around, and above a work area with tarps or plastic sheeting prior to commencing work. 9.10. Clean all areas of scrap materials, dirt, dust, and debris generated in performance of the service at the time the service is provided and leave the work area clean and free of materials, debris, and vendor equipment to the satisfaction of the designated TxDOT representative. 9.11. Clean, repair, or replace any damage caused by the vendor or vendor s subcontractor(s) during the performance of the service to the satisfaction of the designated TxDOT representative, and at no additional cost to TxDOT. 9.12. Use safety pre-cautions to ensure TxDOT employees and the general public are protected from holes in the ground, protruding objects near any sidewalk, hallway, entrance, exit, or walkway, falling objects, flying debris, or any other hazard. Dated 12/16 6-14

10. LOCATION(S) Location(s) of facilities are specified on the Attachment A TxDOT Facility Locations. TxDOT reserves the right to add or delete facilities serviced under the purchase order. TxDOT will provide ten business days written notice to the vendor for locations to be deleted or of any additional locations requiring service within the same area or region. 11. MATERIALS PRICING If listed as a line item on the solicitation, vendor shall provide materials necessary to complete work as allowed under the service requirements (Ref. Para. 9.6 ). Provide a cost estimate to the designated TxDOT representative prior to purchasing materials. Material will be paid at actual cost plus the percentage mark-up listed on the Purchase Order as approved by the designated TxDOT representative. 12. MISCELLANEOUS EQUIPMENT Miscellaneous equipment required to complete the work may include, but not be limited to, rental of scaffolding, lift, cement mixer, curb machine, etc. Miscellaneous equipment under this purchase order shall not exceed $5,000 per job. TxDOT will obtain miscellaneous equipment exceeding $5,000 under a separate PO. If listed as a line item on the solicitation, the vendor shall provide: 12.1. Additional equipment necessary to complete needed services or repairs as specified by the designated TxDOT representative. 12.2. A cost estimate, which will be approved in writing by the designated TxDOT representative prior to any work being performed. 13. ADDITIONAL SERVICES 13.1. Vendor shall provide, if listed as a separate line item on the purchase order, additional services necessary to return the work area to its properly functioning or original condition. Additional services are services not covered under the facility maintenance and repair services identified in the specification and may include, but not be limited to, minor code upgrades, minor installations, fabrication work, sheet-metal work, or electrical. 13.2. Additional services shall cover only work required to bring the building up to code; work due to the result of abuse, physical damage, etc.; and work not covered under the service requirements. The vendor shall assume the responsibility to provide the burden of proof that the cause of the damage was due to abuse. The designated TxDOT representative will inspect the damages and authorize work to be performed. 13.3. Additional services shall not exceed $5,000 per job. Additional services with a total estimated cost over $5,000 shall not be performed under the purchase order. 13.4. The vendor shall provide a cost estimate, including all materials, labor, and equipment required, for additional services to the designated TxDOT representative. TxDOT will review and approve or deny the additional service. TxDOT reserves the right to obtain service under a separate purchase order should it serve the best interest of TxDOT. Dated 12/16 7-14

14. WARRANTY REQUIREMENTS 14.1. PERFORMANCE WARRANTY: Work performed under the purchase order shall meet all applicable standards and codes. The vendor shall guarantee all work included in the purchase order against any defects in workmanship; and shall satisfactorily correct, at no cost to TxDOT, any such defect that may become apparent within a period of one year after completion of work. The warranty period shall commence upon date of acceptance by TxDOT. 14.2. MATERIAL WARRANTY: Materials provided under the purchase order shall be in current production, as offered to commercial trade, and shall be of quality material. Used, shopworn, demonstrator, prototype, reconditioned, or discontinued materials are not acceptable. Materials shall be warranted against material defects and defects in workmanship for a period of not less than 12 months and shall cover 100% parts and labor. The warranty period shall commence upon date of acceptance by TxDOT. If the manufacturer s standard warranty period exceeds 12 months, then the standard warranty period shall be in effect. The vendor shall be ultimately responsible for the warranty. The vendor shall provide the designated TxDOT representative with all manufacturers warranty documents upon completion of service prior to leaving the job site. 15. VENDOR PERFORMANCE Vendor performance will be monitored on a regular basis by TxDOT. 15.1. An unsatisfactory performance determination includes, but is not limited to: 15.1.1. One service call back to correct the same problem within 30 calendar days. 15.1.2. More than two unexplained delays in job or not completed by the agreed upon time frame. 15.1.3. Any failure to submit an estimate within the approved time frame within a six month period. 15.1.4. Failure to perform work in accordance with industry standards, Code of Federal Regulations, or Texas administrative Code. NOTE: Unsatisfactory performance may result in a negative vendor performance report or cancellation of the purchase order, or both. 15.2. An exceptional performance determination includes, but is not limited to: 15.2.1. Job completed ahead of schedule. 15.2.2. Product upgrade substitution suggested and accepted at no additional cost to TxDOT. 15.2.3. Vendor commended for exceptional customer service, exceptional service provided. Dated 12/16 8-14

16. BUILDING RESTRICTIONS 16.1. PARKING: The vendor shall make arrangements with the designated TxDOT representative prior to off-loading tools and equipment at the job site. The vendor shall park only in spaces assigned by the designated TxDOT representative. 16.2. RESTROOMS: Restrooms shall not be used for washing of tools and equipment. 16.3. SECURITY: The vendor shall provide an updated list of all vendor personnel or subcontractors at each job site and comply with all security measures required by TxDOT. 16.4. ACCESS: The vendor shall make prior arrangements with the designated TxDOT representative for access to the building(s) for performance of the service. 17. PERSONNEL CONTINUITY AND REPLACEMENT 17.1. TxDOT recognizes that events beyond the control of the vendor such as the death, physical or mental incapacity, long-term illness, or the voluntary termination of employment of the Supervisor will require the vendor propose a replacement. In the event such a replacement is necessary, vendor agrees that personnel shall not begin work on the job without prior written approval from TxDOT. 17.2. The Supervisor shall remain available for the entire term of the purchase order as long as that individual is employed by the vendor. 17.3. If TxDOT determines any personnel is unable to perform in accordance with the service requirements or to communicate effectively; the vendor shall immediately remove that person. 17.4. Proposed replacement personnel shall meet minimum qualifications and have experience comparable to the person(s) being replaced. Replacement personnel shall be provided at no additional cost to TxDOT. Resume(s) and reference(s) may be requested for the proposed replacement(s). TxDOT may reject any replacement if references or past working performance is questionable or unfavorable. TxDOT will be the sole judge of the qualifications of the proposed replacement personnel. 18. VENDOR PERSONNEL SAFETY The vendor shall provide all required safety equipment and instruct personnel to observe all safety policies, rules, and requirements at all times, including, but not limited to, hard hats, safety shoes, goggles, masks, etc. 19. WORK HOURS 19.1. Regular work hours for performance of the service are defined in the TxDOT Terms and Conditions identified on the solicitation. 19.2. Vendor employees shall adhere to an agreed on work schedule. However, vendor employees may be available to work on a modified work schedule during special conditions; possibly holidays or weekends, as approved by the designated TxDOT representative. The vendor will not receive additional compensation for work performed during off-shift hours. Dated 12/16 9-14

20. SUBCONTRACTING 20.1. Subcontractors providing service under the purchase order shall meet the same qualifications and service requirements and provide the same quality of service required of the vendor. 20.2. No subcontract under the purchase order shall relieve the primary vendor of responsibility for the services. 20.3. The vendor shall be the only contact for TxDOT and subcontractor(s). 20.4. The vendor shall manage all quality and performance, management, and schedules for subcontractors. The vendor shall be held solely responsible and accountable for the completion of all work for which the vendor has subcontracted. 20.5. TxDOT retains the right to check subcontractor s background and make a determination to approve or reject the use of submitted subcontractor(s). Any negative responses may result in disqualification of the subcontractor. 20.6. TxDOT reserves the right to request the removal of vendor s subcontractor staff deemed unsatisfactory by TxDOT. 20.7. Subcontracting shall be at the vendor s expense. 20.8. During the term of the purchase order, if the vendor determines a need for a subcontractor change, TxDOT shall be notified in writing by the vendor within five calendar days of any proposed change. The vendor shall be required to provide references and work history for any proposed subcontractor to TxDOT. No change will be allowed without written authorization by TxDOT. 20.9. SOLICITATIONS OVER $100,000: TxDOT will make an initial determination of whether subcontracting is probable. If TxDOT has determined that subcontracting opportunities are probable, the class and items in which HUBs may be registered will be noted in the solicitation along with the required forms and instructions. Responses that do not include a completed HUB Subcontracting Plan as indicated on the solicitation shall be rejected pursuant to Texas Government Code 2161.252(B). 21. TRAVEL All travel and per diem shall be included in the unit price. 22. CONFLICT OF INTEREST The vendor, vendor s personnel, and vendor s subcontractor(s) shall affirm not to have, nor acquire, any interest during the term of the purchase order that would conflict in any manner with the performance of the vendor s obligations in regards to services authorized. Dated 12/16 10-14

23. INVOICING INSTRUCTIONS The vendor shall submit: 23.1. ORIGINAL INVOICE: A comprehensive and detailed invoice with reference to the line item on the purchase order for each item charged. The original invoice shall be e-mailed to the e-mail address indicated on the purchase order to ensure timely payment and shall include the following: 23.1.1. Complete purchase order number. 23.1.2. Vendor Federal Employer Identification Number (EIN). 23.1.3. Date and time of service. 23.1.4. Location of service. 23.1.5. Worker s names with hours totaled. NOTE: Invoices requiring correction shall be re-submitted with a new invoice date. 23.2. COPY OF INVOICE AND SUPPORTING DOCUMENTATION: A copy of the invoice and original supporting documentation that validates the invoice charges shall be e-mailed to the designated TxDOT representative to include but not be limited to copies of invoices from subcontractors or other entities to which vendor has made payment and requires reimbursement from TxDOT as agreed to in the purchase order. 24. PAYMENT REQUIREMENTS Payment will be based on the following: 24.1. The issued Purchase Order provided prior to the start of the job plus any approved changes. 24.2. An itemized list of hours worked shall accompany each invoice. Hours will be approved daily by the designated TxDOT representative. 24.3. The hourly rate is based on the actual hours worked. The amount of payment shall be calculated by multiplying the regular hourly rate by the number of hours actually worked up to 40 hours per week. 24.4. Partial hours will be paid by rounding to the nearest half-hour as shown below: 24.4.1. Less than 15 minutes round to zero hours 24.4.2. 15 minutes to 45 minutes (inclusive) round to 1/2 hour 24.4.3. Greater than 45 minutes round to 1 hour Dated 12/16 11-14

24.5. No payment will be made for official state holidays (unless otherwise approved by the designated TxDOT representative), lunch hour, illness, or any time when work is not actually performed. No payment will be made for time associated with late arrival to or early departure from the designated work location. 25. TxDOT RESPONSIBILITIES TxDOT will: 25.1. Provide a contract manager as the point of contact. 25.2. Provide a Blanket Release Purchase Order for each job. 25.3. Provide access to appropriate locations and information. 25.4. Provide required forms to file accident reports. 25.5. Meet with the vendor to discuss job requirements. 25.6. Approve the estimate and proposed completion dates prior to work beginning. 25.7. Review and approve or disapprove any time extension requests in writing. 25.8. Log start and completion times for each job on the vendor s service tickets. 26. RESPONSE SUBMISSION 26.1. The following shall be submitted with the response. Failure by the respondent to submit the documentation listed below will disqualify the respondent from further consideration: 26.1.1. Original, signed, dated, and completed Invitation For Bid (IFB). 26.1.2. Schedule 1 Respondent Qualifications and Experience (Ref. Para. 6.1., 6.2., and 6.3.). 26.1.3. Schedule 2 Key Personnel Qualifications and References. 26.1.4. Demonstration of Capabilities: The respondent s approach and ability to meet the service requirements as specified in the solicitation shall be demonstrated. The response should be specific and address all requirements described in the solicitation in the order presented in Para. 9. 26.1.5. HUB Subcontracting Plan. 26.2. The following should be submitted with the response. Failure by the respondent to submit the documentation listed below may disqualify the respondent from further consideration. 26.2.1. Respondent References (Ref. Para. 5.) 26.2.2. Financial Statement (Ref. Para 4.2.) Dated 12/16 12-14

27. AWARD 27.1. TxDOT reserves the right to award a single purchase order to the most responsive, responsible respondent meeting the specification. TxDOT may award to a single vendor, multiple vendors, or use any combination that best serves the interest of TxDOT. 27.2. TYPES OF AWARD 27.2.1. Single Award: One purchase order awarded to a single vendor. 27.2.2. Multiple Award: A multiple award is the award of multiple purchase orders for the same line item(s) from a single solicitation to two or more vendors to provide the same or similar goods or services. 27.2.3. Multi-tiered Award: Multi-tiered award sets the priority sequence for use of multiple vendors. Multiple purchase orders are awarded for the same line item(s) from a single solicitation to primary, secondary, and tertiary vendors. 27.2.4. Split Award: Award of separate line items on a single solicitation to different vendors resulting in two or more purchase orders. 28. POST AWARD MEETING Vendor(s) may be requested to attend a post award meeting in person or via Webex with TxDOT within seven calendar days after the award of the purchase order. The purpose of the meeting is to discuss the terms and conditions of the purchase order and to provide additional information regarding the purchase order. Vendor(s) and TxDOT shall identify specific goals, strategies, and activities planned for meeting particular objectives. 29. CONTRACT ADMINISTRATION Administration of the purchase order is the responsibility of TxDOT. TxDOT Procurement Division staff will be responsible for administering the contractual business relationship with the vendor. 29.1. Any proposed changes to work to be performed, whether initiated by TxDOT or the vendor, must receive final written approval in the form of a purchase order change notice signed by the authorized TxDOT purchasing agent. Dated 12/16 13-14

29.2. Upon issuance of purchase order, TxDOT will designate an individual to serve as the Contract Manager and point of contact between TxDOT and the vendor. The Contract Manager does not have any express or implied authority to vary the terms of the purchase order, amend the purchase order in any way, or waive strict performance of the terms or conditions of the purchase order. This individual s contract management and contract administration responsibilities include, but are not limited to: 29.2.1. Monitoring the vendor s progress and performance and ensuring services conform to established specification requirements. 29.2.2. Managing the financial aspects of the contract including approval of payments. 29.2.3. Meeting with the vendor as needed to review progress, discuss problems, and consider necessary action. 29.2.4. Identifying a breach of contract by assessing the difference between contract performance and non-performance. 29.2.5. Other areas as identified by the Comptroller of Public Accounts Contract Management Guide, latest edition. Dated 12/16 14-14