TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION

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

TEXAS DEPARTMENT OF TRANSPORTATION ELECTRICAL MAINTENANCE AND REPAIR SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION

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

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

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION AIRCRAFT LIABILITY INSURANCE PUBLICATION

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

REQUEST FOR PROPOSAL

Texas A&M University - Procurement Services

INSTRUCTIONS TO BIDDERS

Informal Solicitation #STEM_FURNITURE Fermob

Instructions to Bidders REF: I 805 North HOV / BRT DB Contract 11-2T2004

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

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE:

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

Instructions to Bidders REF: I 805 North HOV / BRT DB Contract 112T2004

REQUEST FOR PROPOSAL

TEXAS A&M UNIVERSITY FACILITIES SERVICES SUPPLEMENTAL GENERAL CONDITIONS

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

Request for Quotation

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED BUSINESSES

Uniform (Embroidery/Screening) Request for Proposals RFP#

REQUEST FOR QUALIFICATIONS (RFQ)

2016 CDM Smith All Rights Reserved July 2016 SECTION SAFETY, HEALTH, AND EMERGENCY RESPONSE

New Mexico Bidder s Number

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

Macomb County Department of Roads

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

INVITATION TO BID U Directional Boring Utility Department

QUOTE DUE BY (DATE AND TIME): MAY 6, 2015, 1:00 P.M. C.S.T. SW AM

**BID NO: 3819 Service Contract - Electrical. UN-Priced Solicitation Due: On or before, Wednesday, May 23, 2018 at 4:30 p.m.

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES GENERAL INSURANCE CONSULTANT. ISSUE DATE: December 18, 2017

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

Financial Disclosures and Conflicts of Interest

REQUEST FOR PROPOSALS #10652

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

SAN DIEGO CONVENTION CENTER CORPORATION

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Invitation for Bid Re-Advertisement. Mowing, and Grounds Cleanup Services. IFB Number:

POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

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

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

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

DIVISION 2. - PURCHASES [11]

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Right-of-Way Construction Permit Application

COMPOSITE BID CONSISTING OF

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

STATE OF ILLINOIS FINANCIAL DISCLOSURES AND CONFLICTS OF INTEREST

REQUEST FOR PROPOSAL FOR LAWN MAINTENANCE SERVICES

FIREWORKS DISPLAY SERVICES

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

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

Standard Bid Terms Table of Contents

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

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Power Construction Company CCIP Program Safety Requirements

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

Specification Standards for University of Washington Section

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

Pension Board Attorney

ACCIDENT PREVENTION POLICY Signature Page Assign, Sign, & Return this page only to DiFiore Construction

TRINITY RIVER AUTHORITY OF TEXAS BIDDING INSTRUCTIONS

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

The following definitions shall apply to and are used in this Request for Qualifications:

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

REQUEST FOR PROPOSALS

Human Services Building Roof Project (4 flat roofs)

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

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

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

Directive #: CW Effective: July 1, 2016

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

Early Learning Coalition of Duval Cypress Plaza Drive, Suite 201, Jacksonville, FL

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # )

PURCHASING DEPARTMENT

RFP Hazardous Waste Management and Disposal Services

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

FACILITIES CONSTRUCTION (LEGAL)

REQUEST FOR PROPOSAL

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

Transcription:

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION SPECIFICATION NO. TxDOT 912-16-30 * 1. This specification is a product of the Texas Department of Transportation (TxDOT). It is the practice of TxDOT to support other entities by making this specification available through the National Institute of Governmental Purchasing (NIGP). 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. 2. SCOPE: This solicitation is to provide core drilling services to include, but not limited to: pavement samples, various pavements, concrete with or without steel rebar, cement, stabilized base, flexible base, hot mix, etc. for various statewide TxDOT District locations. 3. DEFINITIONS OF TERMS AND ACRONYMS 3.1. ASME - American Society of Mechanical Engineers 3.2. CFR Code of Federal Regulations 3.3. HSC - Health and Safety Code 3.4. OEM - Original Equipment Manufacturer 3.5. OSHA Occupational Safety & Health Administration 3.6. TxDOT Texas Department of Transportation 4. APPLICABLE LAWS AND STANDARDS: The vendor shall provide the specified service requirements in accordance with all federal, state, and local applicable laws and standards and regulations necessary to perform the services, including, but not limited to 4.1. 40 CFR- Protection of Environment, Chapter I; Subchapters D - Water Programs, I - Solid Wastes, and N - Effluent Guidelines. 4.2. OSHA Bulletin No. SHIB 04/16/2008 Hazards of Auger Drilling. * This Specification Supersedes TxDOT Specification No. 912-16-30, dated March 2007. 1 12

5. RESPONDENT QUALIFICATIONS: The vendor shall 5.1. Be a company engaged in the business of providing core drilling services for a minimum of three years within the last five years. Recent start-up businesses do not meet the requirements of this solicitation. (Ref. Schedule 1 Respondent Qualifications and Experience). 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. 5.2. 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 5.2.1. Balance sheets. 5.2.2. Net working capital. 5.2.3. Current asset ratio. 5.2.4. Liquidity ratio. 5.2.5. Auditor(s) notes. 5.2.6. Any notes to the financial statements. 2 12

6. RESPONDENT REFERENCES: The respondent should submit a minimum of three references to substantiate the qualifications and experience requirements for similar services completed for 12 months within the last 24 months. 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 will be disqualified if TxDOT is unable to verify qualification and experience requirements from the respondent s references. The response will be disqualified if TxDOT receives negative responses. TxDOT will be the sole judge of references (Ref. Respondent References). 7. KEY PERSONNEL QUALIFICATIONS: The respondent shall provide a minimum of two employees with experience in performing core drilling services. The respondent may be considered one of the employees with core drilling experience (Ref. Schedule 2 Key Personnel Qualifications and References). The respondent or respondent s employee(s) shall 7.1. Have a minimum of three years experience within the last five years performing core drilling services. 7.2. Possess a valid Class C Texas driver license. 7.3. Have no Driving Under the Influence (DUI) or Driving While Intoxicated (DWI) incidents on driving record within the past three years. 7.4. Not have two or more moving violations on driving record within the past three years. 8. VENDOR REQUIREMENTS: The vendor shall 8.1. Adhere to the TxDOT Terms and Conditions identified on the solicitation. 8.2. Provide a primary point of contact to TxDOT. 8.3. Provide all labor, materials, and equipment necessary to meet the requirements of the specified services throughout the term of the purchase order. 8.4. Own or have access to a core drilling rig and all additional required equipment and keep in good working condition necessary to obtain drilled core samples throughout the term of the purchase order. 8.5. Maintain complete and accurate records and communicate and work with others in a professional manner. 3 12

8.6. Ensure that individual(s) performing the core drilling service under the purchase order be tested and qualified under TxDOT's Quality Assurance Program for Construction. The Quality Assurance Program requirements are published by the Construction Division's Materials and Pavements Section and are available on TxDOT s website at http://onlinemanuals.txdot.gov/manuals/ 8.6.1. The vendor shall contact the designated TxDOT point of contact to schedule a date and time for the individual(s) to be qualified. 8.6.2. In the event the individual fails the written test or observation element(s) of the qualification, the individual(s) shall have the opportunity to be retested one time within five days of the last test. 8.6.3. TxDOT will cancel the purchase order in the event the vendor cannot provide a qualified individual under TxDOT's Quality Assurance Program for Construction. 9. SERVICE REQUIREMENTS: The vendor shall 9.1. Begin service within 24 hours from the time noted on the TxDOT Work Authorization Form. 9.2. Perform core drill operations by drilling cores with a diamond drill bit. Diameter size will be specified on the solicitation. 9.2.1. Be capable of obtaining continuous cores of up to 30 inches in length. 9.2.2. Repair core holes with non-shrink grout immediately after each coring. 9.3. Perform horizontal and vertical core drilling operations for concrete structures with elevations up to a minimum height of 25 feet above ground and shall 9.3.1. Provide scaffolding or a hydraulic lift to elevate drilling equipment up to 25 feet above ground to facilitate horizontal coring at location designated by TxDOT representative. 9.3.2. Locate rebar for each coring location. 9.3.3. Repair core holes with non-shrink grout immediately after each coring. 4 12

9.4. Perform angle concrete coring services (30-degree from vertical) for drill shaft foundations and shall 9.4.1. Locate rebar for each coring location. 9.4.2. Repair core holes with non-shrink grout immediately after each coring. 9.5. Provide core sample shipping and handling and adhere to the following procedures: 9.5.1. Immediately wrap each core in plastic (Saran Wrap or equivalent) and tape it closed. 9.5.2. Label each plastic-wrapped core (using a permanent marker) with the following information. 9.5.2.1. Highway number 9.5.2.2. Structure 9.5.2.3. Station number 9.5.2.4. Core number 9.5.3. Wrap the labeled cores with bubble wrap for protection and tape the bubble wrap securely. 9.5.4. Store the cores in a sturdy wooden box for shipping to the lab specified on the solicitation. 9.6. Prepare, sign, and deliver daily core drilling summary sheets to TxDOT representative. The daily summary sheets will be signed by a TxDOT representative. The daily summary sheets shall form the basis for payment of services. 10. VENDOR PERFORMANCE: Vendor performance will be monitored on a regular basis by TxDOT. 10.1. TxDOT may consider the following performance by the vendor as unsatisfactory performance. An unsatisfactory performance determination includes, but is not limited to 10.1.1. Any instance of failing to provide equipment needed to perform work as defined in the specification. 5 12

10.1.2. Any instance of not wearing personal protective equipment while completing authorized service appointments. 10.1.3. Any instance of failing to repair core holes with non-shrink grout immediately after coring operations. 10.1.4. Any instance of failing to follow established procedures for core shipping and handling. NOTE: Unsatisfactory performance will result in a negative vendor performance report, or cancellation of the purchase order or both. 10.2. An exceptional performance determination includes, but is not limited to 10.2.1. Vendor commended for exceptional customer service, exceptional service provided. 11. PERSONNEL CONTINUITY AND REPLACEMENT 11.1. TxDOT recognizes that events beyond control of the vendor such as the death, physical or mental incapacity, long-term illness, or the voluntary termination of an employee will require that the vendor propose a replacement. In the event that such a replacement is necessary, the vendor agrees that no personnel shall begin work on the project without prior written approval from TxDOT. 11.2. If TxDOT determines that an employee is unable to perform in accordance with the service requirements or to communicate effectively, the vendor shall immediately remove that person. 11.3. 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. A profile and references will 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 (Ref. Para. 5.). 12. 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 wearing hard hats, reflective vests, gloves, safety shoes, goggles, protective harness, that meets OSHA requirements for high elevation working environment, etc. 6 12

13. WORK HOURS 13.1. Normal work hours are Monday through Friday, 7:30 a.m. through 4:30 p.m. Central Time (CT). Personnel may be required to work hours other than listed to accommodate the urgency of a particular project. 13.2. STAND-BY WORK HOURS: Stand-by work hours are defined as the hours the vendor and the vendor s equipment are on stand-by at the job site location if requested and approved by the TxDOT representative. Stand-by hours shall not exceed four hours per day. 14. SUBCONTRACTING 14.1. 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. 14.2. No subcontract under the purchase order shall relieve the primary vendor of responsibility for the services. 14.3. The vendor shall be the only contact for TxDOT and subcontractor(s). 14.4. The vendor shall manage all quality and performance, project 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. 14.5. 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. 14.6. TxDOT reserves the right to request the removal of vendor s subcontractor staff deemed unsatisfactory by TxDOT. 14.7. Subcontracting shall be at the vendor s expense. 14.8. 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 30 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. 7 12

14.9. SOLICITATIONS OVER $100,000: TxDOT will make an initial determination of whether subcontracting is probable. It is the respondent s determination to choose to subcontract any of the work under this purchase order with a Texas certified Historically Underutilized Business (HUB) or other businesses. 14.9.1. 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. 14.9.2. The respondent shall identify all proposed HUB and other subcontractors at the time of response submittal. The required forms with video instructions can be found at the following website http://www.window.state.tx.us/procurement/prog/hub/hub-subcontractingplan/ 14.9.3. 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). 14.10. HUB SUBCONTRACTING PLAN (HSP) PRIME CONTRACTOR PROGRESS ASSESSMENT REPORT: After award of the purchase order, the vendor shall report all HUB and non-hub subcontractor information using the HSP Prime Contractor Progress Assessment Report form. The report shall be submitted to the TxDOT contract manager monthly. The report shall be submitted monthly even during the months the vendor is not invoicing TxDOT. All payments made to subcontractors shall be reported. TxDOT may verify the amounts being reported as paid by requesting copies of cancelled checks paid to subcontractors. 14.11. REVISING THE HSP DURING THE TERM OF THE PURCHASE ORDER: Vendors may need to revise the original HSP submitted with the response during the term of the purchase order to add additional subcontractors or change existing subcontractors. The additional subcontractor shall be approved by TxDOT prior to beginning work. If the vendor is replacing a HUB subcontractor with another HUB, no Good Faith Effort is required. If the vendor is replacing a HUB with a non-hub, a Good Faith Effort is required and the rules which apply to notifying HUBs of the subcontracting opportunity apply. 15. TRAVEL: All travel and per diem shall be included in the unit price. 16. 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. 8 12

16.1. The vendor certifies and warrants that he or she and any relative to the first consanguinity (blood) or affinity (marriage) have not been employed or an employee or contracted agent for the firm in which he/she is performing inspections as required under the purchase order for a period not less than five years from the effective date of the purchase order. Furthermore, the vendor certifies and warrants that he or she and any relative to the first consanguinity (blood) or affinity (marriage) have no financial interests of any kind in the firm in which he or she is performing inspections as required under the purchase order. Violation of this provision may be grounds for termination of the purchase order. 16.1.1. First consanguinity (blood) is described as: A person is related to you by blood in the first degree if the person is your: mother or father, brother or sister, son or daughter. 16.1.2. Affinity (marriage) is described as: A person who is your: spouse, or spouse s mother or father, brother or sister, son or daughter; your brother s or sister s spouse, son s or daughter s spouse, step-mother or step-father. 17. INVOICING INSTRUCTIONS: A comprehensive and detailed invoice with reference to the line item on the purchase order or Schedule 1 - Pricing for each item charged. The original invoice shall be e-mailed to FIN_Invoices@txdot.gov unless otherwise shown on the purchase order to ensure timely payment and shall include the following 17.1. Complete purchase order number. 17.2. Vendor Federal Employer Identification Number (EIN). 17.3. Date and time work was performed. 17.4. Number of cores drilled and the total drilling depth. 17.5. Project location. 17.6. Control Number provided by TxDOT. 17.7. A copy of the signed daily core drilling summary. 17.8. Itemized charges with extensions and grand total. NOTE: Invoices requiring correction shall be re-submitted with a new invoice date. 9 12

18. PAYMENT REQUIREMENTS: Payment will be based on the following SPECIFICATION NO. 18.1. Labor, materials, and equipment furnished in accordance with this specification. The unit price will be paid for the core drilling depth indicated on the work authorization. 18.2. If the vendor fails to meet specified response time(s) for bid items or fails to properly follow the requirements contained in this specification, the vendor will be considered in noncompliance with this specification and work authorization shall be canceled. No payment will be made for the core drilling service in question. 18.3. Partial hours will be paid by rounding to the nearest half-hour as shown below 18.3.1. Less than 15 minutes round to zero hours 18.3.2. 15 minutes to 45 minutes (inclusive) round to 1/2 hour 18.3.3. Greater than 45 minutes round to 1 hour 18.4. 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. 18.5. Standby time, if approved by the designated TxDOT representative, will be paid at the hourly rate bid on the solicitation. 18.6. If service is scheduled and the vendor arrives as scheduled with equipment and then released by TxDOT due to TxDOT equipment failure, weather, or other extenuating circumstances beyond the control of the vendor, a minimum of four hours will be paid at the hourly rate bid on the solicitation. 19. TXDOT RESPONSIBILITIES: TxDOT will 19.1. Provide a TxDOT representative and a primary point of contact. 19.2. Have a TxDOT representative on-site during core drilling operations. 19.3. Provide the vendor with a Work Authorization Form when scheduling service. 19.4. Be responsible for clearing site utilities, setting up the appropriate traffic control, and arranging for lane closures. 19.5. Determine the location of the cores to be drilled. 10 12

20. RESPONSE SUBMISSION: 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. 20.1. Original, signed, dated, and completed Invitation for Bid (IFB). 20.1.1. Schedule 1 Respondent Qualifications and Experience (Ref. Para. 5.) 20.1.2. Schedule 2 Key Personnel Qualifications and References (Ref. Para. 6. and Para. 7.) 20.1.3. HUB Subcontracting Plan (This requirement is stated on the IFB if applicable.) 20.2. 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. 20.2.1. Respondent References (Ref. Para. 6.) 20.2.2. Statement from the president, owner, or financial officer on company letterhead certifying that the company is in good financial standing, not in any form of bankruptcy, and current in payment of all taxes and fees (Ref. Para. 5.2.). TxDOT reserves the right to request a copy of the company s unaudited of audited financial statement. 20.2.3. Copy of each employee s Class C Texas driver license (Ref. Para. 7.2.) 21. AWARD 21.1. Prior to award TxDOT reserves the right to meet with respondents and to perform onsite inspections of the respondent s equipment to determine whether they meet qualifications (Ref. Para. 8.3. and 8.4.). 21.2. TxDOT reserves the right to award a single purchase order to the most responsive, responsible respondent meeting the specification. 21.3. Single Award: One purchase order awarded to a single vendor. 11 12

22. POST AWARD MEETING: The vendor may be required to attend a post award meeting with TxDOT within ten calendar days after the award of the purchase order at the designated TxDOT location. The purpose of the meeting is to discuss the terms and conditions of the purchase order and to provide additional information regarding work plans, which shall be executed by both parties, wherein the vendor and TxDOT shall identify specific goals, strategies, and activities planned for meeting particular program area objectives. 23. 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. 23.1. 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. 23.2. 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 23.2.1. Monitoring the vendor s progress and performance and ensuring services conform to established specification requirements. 23.2.2. Managing the financial aspects of the contract including approval of payments. 23.2.3. Meeting with the vendor as needed to review progress, discuss problems, and consider necessary action. 23.2.4. Identifying a breach of contract by assessing the difference between contract performance and non-performance. 23.2.5. Other areas as identified by the Comptroller of Public Accounts Contract Management Guide, latest edition. 12 12

TxDOT 912-16-30 ATTACHMENT A MINIMUM QUALIFICATIONS AND RESPONSE REQUIREMENTS (Provided for Information Only) Respondent Name: Reviewed by: QUALIFICATIONS YES NO Respondent Qualifications 1. Be a company engaged in the business of providing Core Drilling services for a minimum of three years within the last five years. Recent start-up businesses do not meet the requirements of this solicitation. (Ref. Para. 4.1.) 2. A statement indicating that the company is in good financial standing, not in any form of bankruptcy, current in payment of all taxes and fees such as state franchise fees. (Ref. Para. 4.2.) Key Personnel Qualifications 1. Have a minimum of three years experience within the last five years performing Core Drilling services. (Ref. Para. 6.1.) 2. Possess a valid Class C Texas driver license. (Ref. Para. 6.2.) RESPONSE SUBMISSION ITEMS YES NO 1. Signed and dated IFB. (Ref. Para. 19.1.) 2. Schedule 1 Respondent Qualifications and Experience. (Ref. Para. 4.1 and 19.1.1.) 3. Schedule 2 Key Personnel Qualifications and References. (Ref. Para. 6. and 19.1.2.) 4. HUB Subcontracting Plan (This requirement is stated on the IFB if applicable.) 5. Copy of employee(s) valid Class C Texas driver license. (Ref. Para. 6.2. and 19.1.4.) 6. Respondent References (Ref. Para. 5) 7. A statement indicating that the company is in good financial standing, not in any form of bankruptcy, and current in payment of all taxes and fees such as state franchise fees. (Ref. Para. 4.2. and 19.2.2.) 1 1

RESPONDENT REFERENCES SOLICITATION NO. XXXXXXXXXXXXXXXX SPECIFICATION NO. TxDOT 912-16-30 Company Name: Address: City: State: Zip Code: Phone Number: Fax Number: Point of Contact: Reference Response (to be filled in by TxDOT): Company Name: Address: City: State: Zip Code: Phone Number: Fax Number: Point of Contact: Reference Response (to be filled in by TxDOT): Company Name: Address: City: State: Zip Code: Phone Number: Fax Number: Point of Contact: Reference Response (to be filled in by TxDOT): THIS PAGE OR A REASONABLE FACSIMILE SHOULD BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN THIS PAGE OR A REASONABLE FACSIMILE MAY RESULT IN THE RESPONSE BEING CONSIDERED NON-RESPONSIVE. ANY NEGATIVE RESPONSE(S) MAY RESULT IN DISQUALIFICATION OF THE RESPONSE. 1 1

SCHEDULE 1 RESPONDENT QUALIFICATIONS AND EXPERIENCE SOLICITATION NO. XXXXXXXXXXXXXXXX SPECIFICATION NO. TxDOT 912-16-30 Respondent shall use this schedule or a facsimile to clearly show how they meet the requirements set forth in the specification, Para. 4. Respondent Name: Addresses: Physical: Mailing: Phone Number: Fax Number: E-mail address: Legal Status: Type of Organization, i.e., corporation, partnership, sole proprietorship Name: Phone Number: Email Address: of person to contact with questions regarding the solicitation. Number of years in business and scope of operation. Name and title of person signing the response: DOCUMENTATION OF COMPANY QUALIFICATIONS AND EXPERIENCE: Experience and capabilities in the areas of services to be provided. Respondent should address the following: (repeat requirements in Specification e.g. experience working with state government, experience in the transportation industry, etc. This form may be modified as needed to comply with the requirement to document company information. 1 2

TxDOT 912-16-30 THIS PAGE OR A REASONABLE FACSIMILE SHALL BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN THIS PAGE OR A REASONABLE FACSIMILE WILL RESULT IN THE RESPONSE BEING CONSIDERED NON-RESPONSIVE. 2 2

SCHEDULE 2 KEY PERSONNEL QUALIFICATIONS AND REFERENCES SPECIFICATION NO. TxDOT 912-16-30 Respondent Name: The respondent shall complete one schedule not to exceed 2 pages for each employee to be assigned to this purchase order. TxDOT reserves the right to reject the proposed Key Personnel if references or past working performance are questionable or unfavorable. KEY PERSONNEL INFORMATION Full Name: Number of years employed by respondent: Title as defined in Para. 6. KEY PERSONNEL QUALIFICATIONS AND REQUIREMENTS Number of years experience in (required service): Specific education, qualifications, training, certifications: RESPONSE AREA # YRS EXP. HOW/WHERE OBTAINED Reference No. Name of Organization: Business Address: Business City: Business State: Contact Person Name: Contact Person Title: Phone Number: Project Title: Project Description and dollar amount: Roles and Responsibilities of the Proposed Staff during this project: Project Start Date: Client Comments: Zip: Fax: Project End Date: 1 3

TxDOT 912-16-30 Reference No. Name of Organization: Business Address: Business City: Business State: Contact Person Name: Contact Person Title: Phone Number: Zip: Fax: Project Title: Project Description and dollar amount: Roles and Responsibilities of the Proposed Staff during this project Project Start Date: Client Comments: Project End Date: Reference No. Name of Organization: Business Address: Business City: Business State: Contact Person Name: Contact Person Title: Phone Number: Zip: Fax: Project Title: Project Description and dollar amount: Roles and Responsibilities of the Proposed Staff during this project Project Start Date: Project End Date: Client Comments: THIS PAGE OR A REASONABLE FACSIMILE SHALL BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN THIS PAGE OR A REASONABLE FACSIMILE WILL RESULT IN THE RESPONSE BEING 2 3

TxDOT 912-16-30 CONSIDERED NON-RESPONSIVE. ANY NEGATIVE RESPONSE(S) MAY RESULT IN DISQUALIFICATION OF THE RESPONSE. 3 3