TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

Similar documents
TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION ON-THE-JOB TRAINING AND SUPPORTIVE SERVICES (OJT/SS) PROGRAM

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

COUNTY OF JASPER, MISSOURI

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017


A BREAKFAST THAT S OUT OF THIS WORLD!

BREMEN CITY SCHOOL NUTRITION PROGRAM PROCUREMENT PLAN

REQUEST FOR PROPOSAL (RFP)

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES

Spring 2018 Virginia Tech Career Fair Civil & Environmental Engineering February 20 th & February 21 st The Inn at Virginia Tech

All proposals must be received by August 30, 2016 at 2:00 PM EST

TABLE OF CONTENTS MASON COUNTY AIRPORT TXDOT CSJ NO. 1714MASON

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

FMHS Marching Band. E-blast NewS JuLY 23, This issue band menus, schedules, percussion info, hospitality needs and more.

Dakota County Technical College. Pod 6 AHU Replacement

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

ADvantage PROGRAM HOME DELIVERED MEALS CONDITIONS OF PROVIDER PARTICIPATION

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSAL

news CENTRE Masonic Lodge donation supports EHR project Patient care is improving. The way we work is changing.

REQUEST FOR PROPOSAL BID NO: DY

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Request for Proposal Youth Motivational and Workshop Speakers

Request for Proposals (RFP) for Electric Bicycle Manufacturers and Shops for the Intermountain Drives Electric Program and Live Electric Program

Energy Efficiency Programs Process and Impact Evaluation

FLORIDA DEPARTMENT OF TRANSPORTATION

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

1) Project Management 2) Public Relation Services 3) Strategic Planning & Facilitation Services Solicited

Cook Team Application

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

Request for Proposal: Alton Middle School NETWORK CABLING

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

RFP for 2015 E-Rate Funded Wireless Upgrade Project at Four Locations In Thomasville City Schools RFP Reference# 2015Wireless Cabling Contact Mike

ALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

REQUEST FOR PROPOSALS

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Request for Proposal: NETWORK FIREWALL

CITY OF PITTSBURGH Office of Management & Budget

D-TRAIN. Cruise into 9ER District Training. March 17-20, 2016 Clarion Hotel Marina & Conference Center Dunkirk, New York Spring D-Train 1

Nevada State Elks Association Annual Convention April 18 thru April 21, 2013

REQUEST FOR PROPOSALS

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

JOHN A. DUKE NIAGARA FALLS SENIOR CITIZEN CENTER 1201 Hyde Park Boulevard P.O. Box 69 Niagara Falls, NY

HORRY COUNTY FIRE/RESCUE DEPARTMENT PROUD * PREPARED * PROFESSIONAL STANDARD OPERATING PROCEDURE SOP 202 SHIFT MANAGEMENT

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

REQUEST FOR PROPOSALS RFP NO.:

AGRICULTURAL MARKETING AND DEVELOPMENT DIVISION MDA Grants Line:

Cook Team Application

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

PRE-PROPOSAL MEETING TUESDAY, JULY 17, 2018

ADDENDUM # /JSW Professional Engineering Services to Test, Adjust, and Balance HVAC Systems

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

Request for Proposals. For RFP # 2011-OOC-KDA-00

BID ADDENDUM. Addendum No. 1 DESERT VENDING PROGRAM

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

January 1-7. Week 01. Tuesday 2. Monday 1. Wednesday 3. Thursday 4. Saturday 6. Friday 5. Sunday 7. January December 2017.

CONTRACTING AND PURCHASING

REQUEST FOR PROPOSALS. Phone# (928)

FEMA Reimbursement Will They or Won't They?

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

CITY OF PITTSBURGH Office of Management & Budget

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

LEGAL NOTICE Request for Proposal for Services

Redevelopment Authority of Allegheny County

Farm to School Beef Bid

COTTAGE FOOD OPERATION (CFO) CLASS A REGISTRATION & SELF-CERTIFICATION CHECKLIST

Request for Proposal

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Office Security Services in Pakistan RFP/17/015

Request for Proposal

Transitioning to Person- Centered Dining BY,

4-H KITCHEN ACTIVITIES

SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA)

Fort Bend Independent School District. Small Business Enterprise Program Procedures

REQUEST FOR PROPOSALS

Request for Proposal: Wireless Access Points

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

El Paso Electric Company New Mexico Energy Efficiency and Load Management Programs

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

RCH MARKS 60 TH ANNIVERSARY SATURDAY

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR PROPOSALS Memorial Arena Concession

Transcription:

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. DISASTER RELIEF SERVICES PUBLICATION 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. 1. SCOPE: This solicitation is a Request for Proposal (RFP) to provide turnkey disaster relief services during disaster recovery situations for TxDOT first responders. Services shall include providing all food, ice, equipment, supplies, and maintenance necessary to cater three meals per day, to provide self-contained shower facilities, self-contained toilet facilities, and sleeping accommodations simultaneously at one or more of the locations listed on Attachment A Possible Service Locations. NOTE: Although the primary intent of this RFP is for disaster relief services after a hurricane, disaster relief services may be needed anywhere in the state of Texas after other emergency situations such as a natural disaster, act of terrorism, or catastrophic event. NOTE: The respondent is not required to provide service at all service locations listed on Attachment A Possible Service Locations for the response to be considered. The vendor shall be required to provide all service requirements for the locations bid. 2. APPLICABLE LAWS AND STANDARDS: The vendor shall provide the specified service requirements in accordance with all federal, state and local applicable laws, standards and regulations necessary to perform the services, including, but not limited to: 2.1. 29 Code of Federal Regulations (CFR) 1910.141 Temporary Labor Sites 2.2. 130 CFR Food Standards, General 2.3. 226 CFR Food and Nutrition Service 2.4. Texas Administrative Code, Title 25, Part 1, Chapter 229 2.5. United States Department of Agriculture (USDA) Food Codes 3. BACKGROUND: TxDOT historically has been first on the scene after a disaster to clear the roadways of debris to allow other emergency services providers access to the affected area. Respondents should assume if TxDOT has need of this service, there will be no potable water, no access to city or county sanitation services and no available power in the disaster affected area(s). 1-11

4. RESPONDENT QUALIFICATIONS: The respondent shall: 4.1. Be a company engaged in the business of providing disaster relief support services including catering and providing self-contained shower, toilet facilities, and sleeping accommodations for a minimum of three years within the last five years. Recent start-up businesses do not meet the requirements of this solicitation. 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. 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. When financial statements are requested, TxDOT will review the respondent's audited or un-audited financial statement to this solicitation 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 perform the contract or 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 PERSONNEL QUALIFICATIONS: The respondent shall provide the following respondent personnel: 5.1. PROJECT MANAGER (PM): The respondent shall designate a PM with a minimum of three years experience within the last five years in project management for similar services described in this solicitation. 5.2. FOOD SERVICE PERSONNEL: Food service personnel shall possess a current food handlers card from an accredited food handler training program authorized by the Texas Department of State Health Services or similar state agency for respondents located outside of Texas. Food handler s cards shall be kept current throughout the term of the purchase order. 6. VENDOR REQUIREMENTS: The vendor shall: 6.1. Adhere to the TxDOT Terms and Conditions identified on the solicitation. 6.2. Provide all labor, materials and equipment necessary to meet requirements of the specified services throughout the term of the purchase order either through vendor owned equipment and vendor staff or through subcontracting with qualified company(ies) (Ref. Para. 8.). 2-11

6.3. Provide a primary point of contact. 6.4. Provide service in multiple locations simultaneously. 7. RESPONDENT PERSONNEL REQUIREMENTS 7.1. The PM s primary responsibility shall be the day-to-day operation of the service in accordance with the requirements of the purchase order. 7.2. The PM shall be a permanent staff employee and shall serve as a constant primary point of contact for TxDOT. 7.3. Food service personnel shall be clean, courteous and identified by uniform with vendor logo and name badge. 8. SERVICE REQUIREMENTS: The vendor shall: 8.1. Be on site with first meal prepared 24 hours after final notification from TxDOT (Ref. Para. 15.1.). 8.2. Provide completely self-contained facilities as listed below. Self-contained is defined as including all power, water, fuel, refrigeration equipment, food, food service containers, utensils, and supplies necessary to operate. 8.2.1. Catering facility(ies) 8.2.2. Shower facility(ies) 8.2.3. Toilet facility(ies) 8.3. CATERING: Provide three meals including a beverage per day. Meals shall include a hot breakfast and hot dinner for the number of people shown on Schedule 1 Pricing. A sample menu is attached (Ref. Attachment B Sample Menu). The actual menu will be agreed upon between TxDOT and the vendor prior to purchase order award. 8.3.1. Meals shall be visually appealing, appetizing and nutritionally sound. 8.3.2. Meals shall include the USDA recommended servings of protein, grains, fruits and vegetables and be portioned to ensure a 2,000 calorie daily intake. 8.3.3. Boxed meals shall be packaged to prevent damage during transport to the field. 8.3.4. Boxed meals shall be prepared no more than 12 hours prior to serving to ensure freshness and prevent spoilage. 8.3.5. The first meal served after vendor arrives at the service locations shall be time of day appropriate. 8.3.6. Charge for meals on a plate count basis. One plate per person per meal. 8.4. ICE: Provide cubed ice in seven pound bags and the means to keep the ice frozen for use by TxDOT personnel. 3-11

8.5. SHOWER FACILITY(IES): Provide self-contained shower facilities with sinks to include supplies such as liquid soap and paper towels. The vendor shall maintain the facilities by daily cleaning and providing fresh and gray water service. Shower facilities shall be segregated by male and female. The respondent shall propose the most logical ratio of shower facilities for the number of people specified on Schedule 1 Pricing while remaining in compliance with federal standards. The ratio of male to female is estimated to be 80% male to 20% female. 8.6. TOILET FACILITY(IES): Provide self-contained toilet facilities to include supplies. The vendor shall maintain these facilities by daily cleaning and providing fresh water, pumping, and disposal of black water. Toilets shall be flushing type and segregated by male and female. The respondent shall propose the most logical ratio of toilet facilities for the number of people specified on Schedule 1 Pricing while remaining in compliance with federal standards. The ratio of male to female is estimated to be 80% male to 20% female. 8.7. HAND WASH STATION(S): Provide four person hand wash stations with hands free foot pump operation to include soap and paper towels for use near food service areas. 8.8. SLEEPING ACCOMMODATIONS: Provide tents, 40 feet X 120 feet with flooring. Tents shall withstand a steady wind of 55 mph for 30 minutes and wind gusts of 65 mph in three second durations. 8.9. Properly dispose of all refuse and waste created by the vendor s operation to include gray water, black water, cooking oils and other by-products. 8.10. OPTIONAL SERVICES: The respondent shall provide a price for the following items which may be included in the service at the sole discretion of TxDOT: 8.10.1. Tables and Chairs: To accommodate the service of two meals per day for the number of people specified on Schedule 1 Pricing. For evaluation purposes, the respondent shall input a price (Ref. Schedule 1 Pricing) for tables which are 8 feet long by 24 inches wide. 8.10.2. Tents: To accommodate the service of two meals per day for the number of people specified on Schedule 1 Pricing. For evaluation purposes, the respondent shall input pricing (Ref. Schedule 1 Pricing) for tents that are 40 feet X 120 feet with flooring and withstand winds as described in Para. 8.8. 8.10.3. Crew Trailers: Shall be skid mounted, minimum 14 feet X 48 feet, configured to accommodate 12 persons with: 8.10.3.1. Two bedrooms with six bunk beds and six upright clothes lockers in each room. 8.10.3.2. Two bathrooms complete with showers, toilets, and sinks. 8.10.3.3. Kitchen with two refrigerators, a clothes washer and dryer, a microwave oven and twenty pound fire extinguisher. 8.10.3.4. Smoke detectors in each room. 8.10.3.5. Diamond plate floor coverings at the entrance. 8.10.3.6. Three ton air conditioning and heating unit. 4-11

8.10.3.7. Quick disconnect water hose and PVC sewer discharge fittings. 9. LOCATION(S): Possible TxDOT locations requiring services under this specification are listed on Attachment A Possible Service Locations. Service may be required at multiple locations simultaneously. TxDOT reserves the right to add or delete locations serviced under the purchase order. TxDOT will provide 36 hours verbal notice to the vendor for locations which need to be deleted or for any additional locations requiring service. 10. SUBCONTRACTING 10.1. Subcontractors providing service under the purchase order shall meet the same service requirements and provide the same quality of service required of the vendor. 10.2. No subcontract under the purchase order shall relieve the primary vendor of responsibility for the services. 10.3. The vendor shall be the primary contact for TxDOT and subcontractor(s). 10.4. 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. 10.5. 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. 10.6. TxDOT reserves the right to request the removal of vendor s subcontractor staff deemed unsatisfactory by TxDOT. 10.7. Subcontracting shall be at the vendor s expense. 10.8. 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 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. 10.9. SOLICITATIONS OVER $100,000: TxDOT will make an initial determination of whether subcontracting is probable. It is the respondent s determination if they choose to subcontract any of the work under this purchase order with a Texas Certified Historically Underutilized Business (HUB) or other businesses. 10.9.1. 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. 10.9.2. 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-subcontracting-plan/ 5-11

10.10. 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. 11. BUSINESS CONTINUITY PROCEDURES AND DISASTER RECOVERY PLAN: The vendor shall have a business continuity procedure and a disaster recovery plan which shall include the following: (Ref. Para. 16.2.7.) 11.1. Business continuity procedures shall clearly detail how the vendor will fulfill all requirements of the purchase order. Procedures shall include, but not limited to: Fire, theft, natural disaster, technical difficulty, workforce problems, equipment failure or other disruption of business. 11.2. A disaster recovery plan for this service shall clearly detail the vendor s plan to maintain business operations to provide the requirements of this purchase order. The vendor shall be responsible for all cost of disaster recovery. 12. MILEAGE AND TRAVEL All mileage, travel and per diem shall be included in the unit price. 13. MOBILIZATION AND DEMOBILIZATION: TxDOT will pay mobilization and demobilization fees as follows: 13.1. A mobilization fee will be paid for set up at the service locations. 13.2. A de-mobilization fee will be paid for vendor to take down and remove vendor equipment from the service locations when services are no longer needed as authorized by the designated TxDOT representative. 13.3. A de-activation fee will be paid if the threat of disaster is removed and services are no longer needed once the vendor has begun to mobilize. 14. INVOICING INSTRUCTIONS: The vendor shall provide a comprehensive and detailed invoice with reference to the basis for each item charged. Original documentation that validates the charges shall be attached to ensure timely payment and shall include the following: 14.1. Complete 16-digit purchase order number. 14.2. Vendor Employer Identification Number (EIN). 14.3. Date and time of service. 14.4. Location of service. 14.5. An invoice requiring correction shall be re-submitted with a new invoice date. 15. TxDOT RESPONSIBILITIES: TxDOT will: 15.1. Initially contact the vendor 72 hours prior to expecting service to begin regarding possible mobilization. Provide 48 hours notification to mobilize and provide the actual location(s) where service is needed 24 hours prior to the time the vendor shall be on-site and the first meal served. 6-11

15.2. Provide a contract manager. 15.3. Provide a point of contact for each service location. 15.4. Approve the menu prior to purchase order award. 15.5. Pay on a per plate basis for meals. One plate per person per meal. 15.6. Determine when services are no longer needed and authorize vendor to demobilize. 15.7. Inform the vendor of invoicing address prior to demobilization. 16. RESPONSE SUBMISSION: Failure by the respondent to submit the documentation listed below may disqualify the respondent from further consideration. The response submission shall be submitted in the following format: 16.1. GENERAL FORMAT: The respondent shall submit one signed and dated original (marked Original) and three copies (marked Copy). The submission shall be in separate loose leaf binders on one sided 8-1/2 x 11 inch paper and shall be tab-indexed corresponding to the sections listed below. Plastic spine-bound or wire bound submittals are highly discouraged. Include only the information specified for each section. 16.2. ORIGINAL RESPONSE: The original response shall include the following: 16.2.1. Section 1 Schedule 1 Pricing NOTE TO RESPONDENT: If addendums are generated as part of this solicitation, include the original signed and dated addendum(s) in Section 1. 16.2.2. Section 2 Schedule 2 Original, signed and dated Execution of Proposal 16.2.3. Section 3 Financial Standing: The respondent shall submit 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 (Ref. Para. 4.2.). 16.2.4. Section 4 Company Qualifications and Experience: The respondent shall demonstrate successful past performance through submission of documentation of relevant qualifications and experience: 16.2.4.1. Name, address, phone number, and email address of the person TxDOT should contact with any questions regarding the response submission. 16.2.4.2. Provide a brief description of related or similar services performed for a minimum of three years within the last five years. 16.2.4.3. Managing related or similar services of comparable size and scope to the services within the solicitation. 7-11

16.2.5. Section 5 Schedule 3 Respondent Personnel Qualifications and References: The respondent shall provide the requested information on Schedule 3. References shall substantiate the number of years of required experience of the individuals, including any subcontractors, who will be part of the respondent s personnel providing the service. 16.2.6. Section 6 Demonstration of Capability: 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. 8. The respondent shall submit a plan addressing how the vendor intends to meet the following: 16.2.6.1. Timeline to include number of hours needed for notification and plan describing how vendor will be on-site with the first meal prepared at a minimum of three service locations simultaneously with 24 hours final notice. 16.2.6.2. Equipment list to include number of catering trucks, refrigerator trucks, number and type of shower and toilet facilities and number of tents. 16.2.6.3. Proposed catering facility size and type of containerization to include respondent s plan and schedule to dispose of all refuse and waste created by the vendor s operation to include gray water, black water, cooking oils and other by-products. 16.2.6.4. A minimum of three 14 day sample menus. 16.2.6.5. Proposed shower and toilet facility size and type of containerization to accommodate the number of people at each location to include quantities of fresh water needed and method and schedule for gray and black water disposal. 16.2.6.6. Staffing Plan Submit a proposed staffing plan to demonstrate staff qualification and experience, including subcontractors. This plan should describe the staff proposed for this project, the functions they will perform, and the percentage of time they will be assigned to this project during the term of the purchase order. (Ref. Paras. 5. and 7.) 16.2.7. Section 7 Business Continuity Plan and Disaster Recovery Plan: The respondent shall submit a contingency and recovery plan detailing how vendor proposes to meet the specifications in the event vendor s ability to provide service is interrupted. The plan shall detail the vendor s backup and recovery process (Ref. Para. 11). 16.2.8. Section 8 Schedule 4 Respondent References: The respondent shall submit a minimum of three references to substantiate the qualifications and experience requirements for services completed for a minimum of three years within the past five 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. 8-11

16.2.9. Section 9 HUB Subcontracting Plan (if applicable). SPECIFICATION NO. 16.3. COPIES: The three reproduced copies (marked Copy) shall include only the following tab-indexed sections: 16.3.1. Section 4 Company Qualifications and Experience. 16.3.2. Section 5 Respondent Personnel Qualifications and References. 16.3.3. Section 6 Demonstration of Capability. 16.3.4. Section 7 Business Continuity Plan and Disaster Recovery Plan. 16.3.5. Section 8 Respondent References. 17. RESPONSE EVALUATION: Only a complete response with the listed required submittal documents (Ref. Attachment C Minimum Response Submission Requirements) and meeting minimum qualifications will be considered. Failure to meet the minimum qualifications and submit the required documents will result in a response being declared non-responsive. 17.1. STEP 1 INITIAL EVALUATION: A TxDOT evaluation committee will evaluate and score each response based on established criteria. Respondents shall not contact members of the evaluation team. Responses will be evaluated according to the respondent s ability to best satisfy TxDOT requirements. 17.1.1. Respondent qualifications and response submission information will comprise 60 percent of the evaluation total. 17.1.2. Pricing submitted for the solicitation requirements will be 40 percent of the evaluation total. 17.2. STEP 2 DISCUSSION: TxDOT may request that selected respondents, including respondent personnel participate in a discussion meeting. 17.2.1. Discussion Meeting: The respondent and TxDOT may discuss and clarify various requirements of the solicitation, vendor response, discuss any negotiable points, further confirm proposed personnel qualifications and determine the respondent s capability to perform the service. A TxDOT evaluation committee may evaluate and score each discussion. 17.2.1.1. TxDOT will advise each respondent in writing of the location, date and time of the scheduled discussion meeting. A minimum of two weeks notice will be given to the respondent(s) selected for the discussion meeting phase. 17.2.1.2. TxDOT may provide the respondent with a list of proposed respondent personnel required to attend and participate in the meeting. 17.2.1.3. The respondent and proposed respondent personnel should be prepared to address any questions that may be asked by TxDOT evaluators. 9-11

17.2.2. TxDOT reserves the right to continue discussions or negotiations with selected respondent(s). 17.3. NEGOTIATIONS: Upon completion of discussion meeting evaluation scoring. TxDOT reserves the right to enter into negotiations with one or more selected respondents. 17.4. STEP 3 BEST AND FINAL OFFER (BAFO): TxDOT reserves the right to request a BAFO from selected respondent(s). 17.4.1. The respondent(s) shall submit a final price and any added value. If more than one respondent reaches this level, the negotiated terms, references, BAFO and added values will be the considered in the award. TxDOT will make the final determination on the best value. 17.4.2. TxDOT may award the purchase order for the service without requesting a BAFO. 18. AWARD: TxDOT reserves the right to award a purchase order(s) to the company that provides the best value to TxDOT in performance of this service. TxDOT may award to a single vendor or multiple vendors whichever best serves the interest of TxDOT. 18.1. BEST VALUE: TxDOT will be the sole judge of best value. Best value criteria may include, but is not limited to: 18.1.1. Best meets the goals and objectives of the solicitation as stated in the Service Requirements. 18.1.2. Best meets the quality and reliability of the proposed services. 18.1.3. Effect of the proposed solution on agency productivity. 18.1.4. Experience in successfully providing services in the solicitation. 18.2. TYPE OF AWARD: 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. 19. POST AWARD MEETING: Vendor(s) may be required to attend a post award meeting in Austin, Texas with the TxDOT General Services and Maintenance divisions within 14 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. 20. CONTRACT ADMINISTRATION: Administration of the purchase order is a joint responsibility of the TxDOT Contract Administrator and TxDOT Purchasing. TxDOT Purchasing staff will be responsible for administering the contractual business relationship with the vendor. 20.1. 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. 10-11

20.2. Upon issuance of purchase order, TxDOT will designate an individual who will serve as the Contract Manager and point of contact between the agency 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: 20.2.1. Monitoring the vendor s progress and performance and ensuring services conform to established specification requirements. 20.2.2. Managing the financial aspects of the contract including approval of payments. 20.2.3. Meeting with the vendor as needed to review progress, discuss problems, and consider necessary action. 20.2.4. Identifying a breach of contract by assessing the difference between contract performance and non-performance. 20.2.5. Other areas as identified by the Comptroller of Public Accounts Contract Management Guide, latest edition. 11-11

ATTACHMENT A POSSIBLE SERVICE LOCATIONS (PROVIDED FOR INFORMATION ONLY) Houston District 7721 Washington Ave. Houston, TX 77007-1095 Angleton Area Office 1003 E. Orange Angleton, TX 77515-5052 La Marque Area Office 5407 Gulf Freeway La Marque, TX 77568-2704 Rosenberg Area Office 4235 Highway 36 S. Rosenberg, TX 77471-9175 Conroe Area Office 901 N. FM 3083 East Conroe, TX 77303 Waller and West Harris Area Office 14838 Northwest Freeway Houston, TX 77034-5422 North Harris Area Office 16803 Eastex Freeway Houston, TX 77243-1566 Southeast Harris Area Office 702 FM 1959 Houston, TX 77034-5422 Beaumont District 8350 U.S. 69 Beaumont, TX 77708-3468 Liberty Area Office 209 Layl Drive Liberty, TX 77575 Jasper Area Office US 190 Jasper, TX 75951 Orange Area Office 3128 Hwy 62 N. Orange, TX 77632 Port Arthur Area Office 6101 Twin City Highway (SH 347) Port Arthur, TX 77642 Beaumont Area Office 8450 Eastex Freeway Beaumont, TX 77708 Yoakum District 405 Huck St. Yoakum, TX 77995-2804 La Grange Area Office 2000 E. SH 71 Bypass La Grange, TX 78945 Victoria Area Office 11401 U.S. 59 N. Victoria, TX 77905 Wharton Area Office 1512 FM 102 Wharton, TX 77488 Corpus Christi District 1701 S. Padre Island Drive Corpus Christi, TX 78469-9907 Alice Area Office 2310 Old kingsville Rd. (FM 1352) Alice, TX 78333 Karnes City Area Office 800 s. U.S. 181 Karnes City, TX 78118 Sinton Area Office 11511 U.S. 181 Sinton, TX 78387 Pharr District 600 W. U.S. 83 Expressway Pharr, TX 78577-6510 Hebbronville Area Office 406 Falfurrias Highway Hebbronville, TX 78361 San Benito Area Office 1350 East Hwy 77 San Benito, TX 78586 Pharr Area Office 611 N. Cage Pharr, TX 78577-1717 1 1

ATTACHMENT B SAMPLE MENU SPECIFICATION NO. Each day s menu includes a Standard Breakfast - Grits, oatmeal, hash browns, bacon, ham, sausage, scrambled eggs, fruit, beverage SUNDAY MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY 1st Turkey, ham and bacon club with lettuce, tomato, pickles and honey mustard 2nd Sweet chicken teriyaki sub with grilled onions and sweet peppers 3rd Ham and cheese Poboy with Chesisi s smoked ham and American cheese 4th Roast beef Poboy with Swiss cheese lettuce tomato and pickles 5th Pecan smoked chicken sub with bacon and Swiss cheese 6th Italian muffaletta sub with salami, pepperoni ham and black olives 7th Southwest chicken and bacon wrap with cheddar, red onion and salsa Roasted chicken Red butter potatoes French green beans Garden salad Soft Dinner roll Southern Pecan Pie 8th Grilled chicken wrap with bacon, lettuce, tomato and red onion BBQ Chicken and pork Baked beans Corn on the cob Texas toast Grandma s apple pie Red beans and rice with smoked sausage Garden salad Corn bread muffin White cake with chocolate icing 9th Turkey Poboy with Swiss cheese, lettuce, onion and black olives Jambalaya with chicken and sausage Garden salad Corn bread muffin Southern Pecan Pie Hamburger steak with gravy Mashed potatoes Sweet peas Soft dinner roll Fudge brownie 10 th Sliced chicken breast sub with bacon and Swiss cheese Pulled pork and smoked sausage with BBQ sauce Potato Salad Texas toast Chocolate chip cookies Beef stew with vegetables and rice Spring Salad Soft dinner roll Chocolate chip cookies 11th Club sandwich with salami, ham, pepperoni, lettuce, tomato and black olives Dinner Salisbury steak with mushrooms Mashed potatoes Spring salad Soft dinner roll Fudge brownie BBQ Beef brisket Baked beans Potato salad Cole slaw Texas toast Grandma s apple pie 12th Roast beef, ham and turkey wrap with lettuce, tomato and red onion Smoked cheese lasagna Sliced green beans Garden salad Garlic Bread Chocolate chip cookies Meatballs and spaghetti Buttered corn Spring Salad Garlic Bread White cake with chocolate icing 13th Black forest ham sandwich with Swiss cheese, bacon and spicy mustard Creole chicken with rice and Cajun corn Garden salad Cornbread muffin Yellow cake with fudge icing Grilled chicken with penne pasta and cream sauce Baby carrots Garden Salad Soft dinner roll Chocolate chip cookies 14th Turkey and Swiss sub with lettuce, tomato, red onion, black olives and ranch dressing Grilled ribeye steak Baked potato Corn on the cob Spring salad Dinner roll Southern pecan pie 1 1

ATTACHMENT C MINIMUM RESPONSE SUBMISSION REQUIREMENTS (PROVIDED FOR INFORMATION ONLY) SPECIFICATION NO. Respondent: Reviewed Minimum Response Submission Requirements: RESPONSE SUBMISSION REQUIREMENTS YES NO COMMENTS 1. Section 1 Schedule 1 Pricing (Ref. Para. 16.2.1.) 2. Section 2 Original, signed and dated Execution of Proposal (Ref. Para. 16.2.2.) 3. Section 3 Financial Standing Submit 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. (Ref. Para. 16.2.3.) 4. Section 4 Company Qualifications and Experience. (Ref. Ref. Para. 16.2.4.) 5. Section 5 Schedule 3 - Respondent Personnel Qualifications and References. (Ref. Para. 16.2.5.) 6. Section 6 Demonstration of Capability (Ref. Para. 16.2.6.) 7. Section 7 Business Continuity Plan and Disaster Recovery Plan (Ref. Para. 16.2.7.) 8. Section 8 Schedule 4 Respondent References (Ref. Para. 16.2.8.) 9. HUB Subcontracting Plan, if applicable (Ref. Para. 16.2.9.) 1 1

SCHEDULE 2 EXECUTION OF PROPOSAL (RFP) RFP NO. B442009037502000 By signature hereon, Respondent certifies that: All statements and information prepared and submitted in the response to this RFP are current, complete, and accurate. Respondent has not given, offered to give, nor intends to give at anytime hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted response. Neither Respondent nor the firm, corporation, partnership, or institution represented by Respondent or anyone acting for such firm, corporation, or institution has (1) violated the anti-trust laws of the state of Texas under Texas Business and Commerce Code, Chapter 15, or the federal anti-trust laws; or (2) communicated the contents of this Proposal either directly or indirectly to any competitor or any other person engaged in the same line of business during the procurement process for this RFP. When a Texas business address shown hereon that address is, in fact, the legal business address of Respondent and Respondent qualifies as a Texas Resident Bidder under 1 TAC 111.2. Under Government Code 2155.004, no person who prepared the specifications or this RFP has any financial interest in Respondent s Proposal. If Respondent is not eligible, then any contract resulting from this RFP shall be immediately terminated. Furthermore, under Section 2155.004, Government Code, the vendor (Respondent) certifies that the individual or business entity named in this bid or contract is not ineligible to receive the specified contract and acknowledges that this contract may be terminated and payment withheld if this certification is inaccurate. Under Family Code 231.006, relating to child support obligations, Respondent and any other individual or business entity named in this solicitation are eligible to receive the specified payment and acknowledge that this contract may be terminated and payment withheld if this certification is inaccurate. Any Proposal submitted under this RFP shall contain the names and social security numbers of person or entity holding at least a twenty-five percent ownership interest in the business entity submitting the Proposal. Under Government Code 669.003, relating to contracting with an executive of a state agency, Respondent represents that no person who, in the past four years, served as an executive of the Texas Department of Transportation (TxDOT) or any other state agency, was involved with or has any interest in this Proposal any contract resulting from this RFP. If Respondent employs or has used the services of a former executive head of TxDOT or other state agency, then Respondent shall provide the following information: Name of former executive, name of state agency, date of separation from state agency, position with Respondent, and date of employment with Respondent. Respondent agrees that any payments due under this contract will be applied towards any debt, including but not limited to delinquent taxes and child support that is owed to the state of Texas. 1-3

SCHEDULE 2 (cont.) EXECUTION OF PROPOSAL (RFP) RFP NO. B442009037502000 Respondent represents and warrants that the individual signing this Execution of Proposal is authorized to sign this document on behalf of Respondent and to bind Respondent under any contract resulting from this offer. RESPONDENT (COMPANY): SIGNATURE (INK): NAME (TYPED/PRINTED): TITLE: DATE: STREET: CITY/STATE/ZIP: TELEPHONE: FACSIMILE NUMBERS: EMPLOYER S IDENTIFICATION NUMBER (EIN): >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> PREFERENCES: Reference Part 2, Para. 2.08 of the TxDOT Terms and Conditions, dated: February 2009. In the case of a tie between two or more respondents, the award will be made in accordance with preferences as outlined in Rule 34 TAC 20.38. If a tie still exists after review of preferences claimed by respondents, TxDOT will draw lots to break the tie. Check below if preference claimed under Rule 34 TAC 20.38. Tie Bid Preferences 1. Supplies, materials, equipment, or services produced in Texas or offered by Texas bidders. 2. Agricultural products produced or grown in Texas. 3. Agricultural products and services offered by Texas bidder. 4. USA produced supplies, materials or equipment. 5. Products produced at facilities located on formerly contaminated property. 6. Products and services from economically depressed or blighted areas. 7. Goods produced or offered by a Texas bidder that is owned by a service-disabled veteran who is a Texas resident.

SCHEDULE 2 (cont.) EXECUTION OF PROPOSAL (RFP) RFP NO. B442009037502000 Source Preferences 1. Products of persons with mental or physical disabilities. 2. Vendors that meet or exceed air quality standards. For contracts to be performed in whole or in part, in a designated non-attainment area or an affected county, as those terms are defined by Health and Safety Code 386.001, Texas Emissions Reduction Plan. 3. Manufacturer that has a recycle program for computer equipment. 4. Contractor providing foods of higher nutritional value. Specification Preferences 1. Products made of recycled materials, remanufactured, or environmentally sensitive materials including recycled steel. 2. Energy efficient products. 3. Rubberized asphalt paving material. 4. Recycled motor oil and lubricants. THE EXECUTION OF PROPOSAL SHALL BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN THE EXECUTION OF PROPOSAL WILL RESULT IN THE RESPONSE BEING CONSIDERED NON-RESPONSIVE.

SCHEDULE 3 RESPONDENT PERSONNEL QUALIFICATIONS AND REFERENCES SOLICITATION NO. B442009037502000 Respondent Name: The respondent shall complete one profile not to exceed two pages for each individual to be assigned to this purchase order. TxDOT reserves the right to reject the proposed Respondent Personnel if references or past working performance are questionable or unfavorable. RESPONDENT PERSONNEL INFORMATION FULL NAME: NUMBER OF YEARS EMPLOYED BY RESPONDENT: TITLE RESPONSE RESPONDENT PERSONNEL QUALIFICATIONS # YRS EXP. FROM TO HOW/WHERE OBTAINED NUMBER OF YEARS EXPERIENCE IN DISASTER RELIEF SERVICES SPECIFIC EDUCATION, QUALIFICATIONS, TRAINING, CERTIFICATIONS: Reference: # Name of Organization: BUSINESS ADDRESS: BUSINESS CITY: BUSINESS STATE: CONTACT PERSON NAME: CONTACT PERSON TITLE: PHONE NUMBER: E-MAIL ADDRESS 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 This page may be reproduced as needed to document each reference. 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. ANY NEGATIVE RESPONSE(S) MAY RESULT IN DISQUALIFICATION OF THE RESPONSE. 1-1

SCHEDULE 4 RESPONDENT REFERENCES SOLICITATION NO. B442009037502000 SPECIFICATION NO. INCLUDE ONLY REFERENCES FOR WHICH PROJECTS WERE COMPLETED WITHIN THE LAST THREE YEARS. Respondent Name: Reference # Name of Client Organization: BUSINESS ADDRESS: BUSINESS CITY: BUSINESS STATE: ZIP CONTACT PERSON NAME: CONTACT PERSON TITLE: PHONE NUMBER: E-MAIL ADDRESS FAX Project Title: PROJECT DESCRIPTION: PROJECT START DATE: PROJECT END DATE: This page may be reproduced as needed to document each reference. 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. ANY NEGATIVE RESPONSE(S) MAY RESULT IN DISQUALIFICATION OF THE RESPONSE. 1-1