Texas Department of Transportation REQUEST FOR PROPOSALS (RFP) FOR THE TEXAS DEPARTMENT OF TRANSPORTATION MAINTENANCE DIVISION MMS FUNCTIONAL REQUIREMENTS DEFINITION RFP 47-5XXPA001 ISSUED BY THE TEXAS DEPARTMENT OF TRANSPORTATION MAINTENANCE DIVISION Proposals must be submitted no later than: 5:00 P.M. Central Daylight Time on Friday, March 11, 2005 LATE PROPOSALS WILL BE REJECTED Date issued: February 11, 2005 1. GENERAL INFORMATION...................................................................................................... 3 1.1 Background...................................................................................................................... 3 1.2 Quantity ........................................................................................................................... 3 1.3 Regulations ...................................................................................................................... 3 1.4 Consulting Contracts – Prohibition on Follow-On Contracts ............................................. 3 1.5 Procuring and Contracting Agency ................................................................................... 3 1.5.1 Point of Contact........................................................................................................ 3 1.5.2 Contract Administration ............................................................................................ 3 1.6 Definitions ........................................................................................................................ 4 1.7 Clarification of the Specifications and Requirements ........................................................ 4 1.8 Contract Term .................................................................................................................. 4 1.9 Expenses ......................................................................................................................... 4 1.10 Insurance ......................................................................................................................... 5 2. PREPARING AND SUBMITTING A PROPOSAL .................................................................... 5 2.1 Evaluation and Selection.................................................................................................. 5 2.2 Incurring Costs ................................................................................................................. 5 2.3 Submitting the Proposal ................................................................................................... 5 2.4 Proposal Organization and Format .................................................................................. 6 2.5 Interviews ........................................................................................................................ 6 3. PROPOSAL SELECTION AND AWARD PROCESS ............................................................... 6 3.1 Proposal Scoring and Selection ....................................................................................... 6 3.2 Evaluation Criteria............................................................................................................ 6 3.2.1 Proposals ................................................................................................................. 6 3.2.2 Interviews ................................................................................................................. 7 3.3 Award and Final Offers .................................................................................................... 7 3.4 Right to Reject Proposals and Negotiate Contract Terms ................................................ 7 4. GENERAL PROPOSAL REQUIREMENTS ............................................................................. 7 4.1 Organizational Capabilities .............................................................................................. 7 4.2 Staff Qualifications ........................................................................................................... 8 4.2.1 Minimum Skill Qualifications ..................................................................................... 8 4.2.2 Preferred Skills Qualifications ................................................................................... 8 4.3 Schedule Adherence........................................................................................................ 8 5. TECHNICAL SPECIFICATIONS .............................................................................................. 8 5.1 General Project Description ............................................................................................. 8 5.2 Project Oversight ............................................................................................................. 9 5.3 Project Deliverables ......................................................................................................... 9 6. COST PROPOSAL .................................................................................................................. 9 6.1 General Instructions on Preparing Cost Proposals ........................................................... 9 6.2 Format for Submitting Cost Proposals.............................................................................. 9 6.3 Fixed Price Period.......................................................................................................... 10 7. CONSULTANT RESPONSIBILITIES ..................................................................................... 10 8. REPLACEMENT PERSONNEL ............................................................................................. 10 9. TXDOT RESPONSIBILITIES ................................................................................................. 10 10. WORK HOURS AND LOCATION ...................................................................................... 10 11. STANDARD CONTRACT TERMS, CONDITIONS, AND REQUIREMENTS ...................... 11 12. REQUIRED FORMS .......................................................................................................... 11 ATTACHMENT A ………………………………………………………………………………….12 ATTACHMENT B ………………………………………………………………………………….13 CERTIFICATE OF INSURANCE ………………………………………………………………..14 CHILD SUPPORT STATEMENT……………………………………………………………… 16 RFP 47-5XXPA001 Page 2 7/1/2016 1. GENERAL INFORMATION This procurement is made under Government Code, Chapter 2254, Subchapter B. 1.1 Background The Maintenance Division of the Texas Department of Transportation currently supports an application, Maintenance Management Information System (MMIS). This application was developed in the late 80's and fully implemented statewide in 1990. It was developed as a mainframe application requiring daily data entries to the MMIS database by the maintenance sections and/or the district offices. It is not a true management system, it is simply a cost reporting system. The intent of the Division is to procure a consultant to develop and document functional requirements for each module within the Maintenance Management Cycle at each management level. The Division has defined the Maintenance Management Cycle as consisting of the following 6 modules: Planning, Budgeting, Scheduling, Performing, Reporting, and Evaluating. The four management levels are Maintenance Section, Area Office, District, and Division. Based on the requirements, the consultant will also propose and document alternative solutions. The requirements and alternative solutions will be used to determine the feasibility of replacing the current MMIS with a new system which will extend the functionality of the existing application. If it is determined to be feasible, phase 2 of the project will consist of the implementation of a new maintenance management system. 1.2 Quantity The Department anticipates selecting one (1) private firm to provide this service. 1.3 Regulations All work must be performed in compliance with applicable federal and state regulations. 1.4 Consulting Contracts – Prohibition on Follow-On Contracts No person, firm, or subsidiary thereof who has been awarded a consulting services contract may submit a bid for, nor be awarded a contract for, the provision of services, procurement of goods or supplies, or any other related action which is required, suggested, or otherwise deemed appropriate in the end product of the consulting services contract. 1.5 Procuring and Contracting Agency 1.5.1 Point of Contact The Texas Department of Transportation issues this Request-For-Proposal (RFP), and is the sole point of contact for the State of Texas during the selection process. 1.5.2 Contract Administration The Maintenance Division of the Texas Department of Transportation will administer the contract resulting from this RFP. The contract administrator will be Brandye Payne, Maintenance Division, Texas Department of RFP 47-5XXPA001 Page 3 7/1/2016 Transportation, 125 East 11th Street, Austin, Texas 78701-2483. Fax (512) 416-2941. 1.6 Definitions The following definitions are used in this RFP: “Consultant” means the firm selected from this RFP. “Department” or “TxDOT” means the Texas Department of Transportation. “Division” means the Maintenance Division. “Proposer” means a firm submitting a proposal in response to this RFP. 1.7 Clarification of the Specifications and Requirements If additional information is necessary to assist the Proposer in interpreting these specifications, questions will be accepted by: Brandye Payne Email: MNT_DIV@dot.state.tx.us Subject: MMS Project RFP 47-5XXPA001 Questions must be received by email by February 18, 2005 by 5:00 p.m. Central Daylight Time (CDT) to receive a response. All responses to submitted questions will be posted in the Texas Register and on the Department's web page for the Maintenance Division by the date listed below in the timetable: http://www.dot.state.tx.us/mnt/contract/rfp.htm. Timetable The timetable for the RFP process is: Event Date RFP issued February 11, 2005 Proposers send questions (received by) February 18, 2005 All Proposers questions answered (sent by) February 25, 2005 WRITTEN PROPOSALS RECEIVED BY TXDOT, MNTDIVISION, AUSTIN 5 PM CDT March 11, 2005 Evaluation complete (estimated) May 13, 2005 Proposer notification (estimated) May 14, 2005 Contract awarded (estimated) May 14, 2005 1.8 Contract Term Length of contract shall be approximately 9 months. The contract may be extended no more than 4 times for periods of 6 months each. Proposals may vary from these guidelines by no more than 30 percent. 1.9 Expenses Covered expenses will be paid on a reimbursement basis in accordance with this RFP. RFP 47-5XXPA001 Page 4 7/1/2016 1.10 Insurance Prior to beginning work the successful Proposer shall have on file with TxDOT’s Contract Services Office the attached, completed TxDOT Certificate of Insurance form covering worker's compensation, commercial general liability, and business auto. 2. PREPARING AND SUBMITTING A PROPOSAL 2.1 Evaluation and Selection The evaluation and selection of a Consultant will be based on the information submitted in the proposal, references, and interviews. Proposers should respond clearly and completely to all requirements. Failure to respond completely may be the basis for rejecting a proposal. Elaborate proposals (e.g., expensive artwork) beyond that sufficient to present a complete and effective proposals are not necessary or desired. 2.2 Incurring Costs The Texas Department of Transportation is not liable for any cost incurred by Proposers in replying to this RFP. 2.3 Submitting the Proposal The Proposer must submit one (1) original plus five (5) copies of the proposal to the Division. All proposals must be packaged, sealed, and have the following written information on the outside of the package: 1. Proposer's Name and Address; 2. "Proposal for Maintenance Division MMS Requirements; “ and 3. Proposal Due Date, (March 11, 2005). The proposal packages must be delivered to: Via USPS: Brandye Payne Texas Department of Transportation Maintenance Division 125 E. 11th Street Austin, TX 78701-2483 Via Courier or Overnight Delivery: Brandye Payne Texas Department of Transportation Maintenance Division 150 E. Riverside Drive Austin, TX 78704 The Department must receive all proposals no later than 5:00 P.M. CDT on March 11, 2005. Proposers mailing their proposals must allow sufficient time for delivery of their proposal by the time and date specified. Late proposals will not be accepted. RFP 47-5XXPA001 Page 5 7/1/2016 2.4 Proposal Organization and Format Proposal should be submitted on 8.5 by 11-inch paper bound securely. Proposals must be organized with the following headings and subheadings. Each heading and subheading should be separated by tabs or otherwise clearly marked. The RFP must contain: 1. Request for Proposal Signature Cover Page 2. Introduction 3. Response to General Proposal Requirements a. Organizational Qualifications b. Staff Qualifications c. Project Schedule 4. Technical Specifications 5. Cost Proposal 6. Proposer Data Sheet (Attachment A) 7. Reference Data Sheet (Attachment B) 2.5 Interviews Interviews will be conducted with the top scoring Proposers by the review panel to clarify and verify the written proposals. These interviews will be held subsequent to the initial receipt and scoring of the proposal to provide an opportunity for the respondent to clarify the proposal. The Department will schedule a time and location for each interview it requests. Should a proposer refuse to honor the request for interview, this may result in rejection of the proposal. 3. PROPOSAL SELECTION AND AWARD PROCESS 3.1 Proposal Scoring and Selection A review panel composed of representatives from the Texas Department of Transportation staff will make the selection. The panel will review and rank all proposals received. Proposers that are reasonably apt to be awarded the contract, based on evaluation of the written proposals will be requested to interview with the review panel. Preference will be given, all other considerations being equal, to a consultant whose principal place of business is within the State of Texas or who will manage the contracted project entirely from its office within the State of Texas. 3.2 Evaluation Criteria 3.2.1 Proposals All proposals submitted in response to this RFP will be evaluated based on the following criteria: Criteria General Quality and Adequacy of Response o Completeness and Thoroughness o Understanding of the Project o Responsiveness to Terms and Conditions Weight 10% Organization, Personnel, and Experience RFP 47-5XXPA001 Page 6 7/1/2016 o o o o Qualifications of Personnel Experience of Personnel 40% Experience of Firm Familiarity with transportation agency policies and procedures Technical Approach - Quality of Package Provided o Approach to Problem Analysis o Clarity and Organization in Concept Development o Quality and Quantity of Services to be Rendered o Proposed Schedule Cost Maximum Score 35% 15% 100% 3.2.2 Interviews The team will make a decision based on the interview results. Each proposer will be asked the same questions and scored based on responses to the questions. 3.3 Award and Final Offers The award will be granted based on the results of the interview and references. 3.4 Right to Reject Proposals and Negotiate Contract Terms TxDOT reserves the right to reject any and all proposals. TxDOT reserves the right to negotiate the terms of the contract, including the reimbursement rates, with the selected Proposer prior to entering into a contract. If contract negotiations cannot be concluded successfully with the highest scoring Proposer, TxDOT may negotiate a contract with the next highest scoring Proposer and so on until an agreement is reached. 4. GENERAL PROPOSAL REQUIREMENTS The Proposer should respond to the following proposal requirements: 4.1 Organizational Capabilities Business Organization – o Give name and address of submitting organization and State in which incorporated or chiefly located. o Identify a designated contact in your organization and list telephone number, fax number, and e-mail address. Understanding of Project – o Illustrate your understanding of the scope of work and related project activities. o Describe your involvement in projects concerning functional requirements development and project planning. o Describe your involvement in projects that included transportation agencies. o Be specific and identify project dates and results. RFP 47-5XXPA001 Page 7 7/1/2016 4.2 Staff Qualifications The proposal must identify specific staff to be committed to this project. Describe their experience as related to the following qualifications and indicate what their role(s) in the project will be. Key personnel will need to meet the following qualifications. Document their charges relative to this project, and the number of hours to be committed. 4.2.1 Minimum Skill Qualifications 4.2.1.1 Work experience within the last 5 years: With highway maintenance management With functional requirements definitions and analysis With project development methodologies With business process analysis With automated maintenance management systems 4.2.1.2 Excellent written and oral communication skills with people of all technical levels. 4.2.2 Preferred Skills Qualifications 4.2.2.1 Work experience within the last 5 years: With government agencies With DOT and/or DOT environments With systems and technology integration With systems selection 4.3 Schedule Adherence Proposers shall indicate their ability to begin work on this project within 30 days of contract award, and propose a schedule of milestones for each deliverable. The firm's history in completing all deliverables on schedule should be documented. Likewise, experience in aggressive project start-up should be noted. 5. TECHNICAL SPECIFICATIONS 5.1 General Project Description 1. The Consultant will become familiar with the TxDOT Maintenance operations and develop a comprehensive description of functional requirements at each management level for each module within the Maintenance Management Cycle. 2. The Consultant will meet with each level of management in order to determine what the needs are for each office and maintenance section. The consultant will travel to the division office and a sample of district offices, area offices, and RFP 47-5XXPA001 Page 8 7/1/2016 maintenance sections in order to become familiar with TxDOT’s current maintenance operations. 3. The Consultant will document alternative solutions to be considered during phase 2 of the project. 5.2 Project Oversight Throughout the course of the project, the Proposer will work with Division staff who will review all materials developed by the Proposer and provide project oversight. 5.3 Project Deliverables Project plan and schedule Status reports Conceptual Process Model of existing processes Business Requirements document Stakeholder identification and analysis Conceptual Process Models of proposed solutions Comparative advantages and disadvantages of each proposed solution 6. COST PROPOSAL 6.1 General Instructions on Preparing Cost Proposals The cost proposal will be scored using a standard quantitative calculation where the most points will be awarded to the proposal with the lowest cost. Various costing methodologies and models may be used to analyze the cost information submitted to determine the lowest costs to the Department. 6.2 Format for Submitting Cost Proposals For purposes of evaluation, Proposers should estimate their costs for the Project. The cost proposal shall include a ‘fixed-price’ budget that lists total cost and anticipated expenditures by the following line items: 1. Labor Costs, By Individual - List estimated hours, hourly rate, and total cost. 2. Overhead - Show as a percentage of labor. 3. Other Direct Expenses - Transportation, Housing and Per Diem, Materials, Communications, Etc. 4. Fee. 5. Total Cost. Eligible transportation costs will be reimbursed at the prevailing state travel rates. Currently these are as follow: Meal Expenses - $30.00 per day maximum In-State Lodging Rate - $80.00 per day maximum Mileage Reimbursement Rate - 35 cents per mile Airfare - Coach RFP 47-5XXPA001 Page 9 7/1/2016 Rental Car - Mid-size or smaller. 6.3 Fixed Price Period All prices, costs, and conditions outlined in the proposal shall remain fixed and valid for acceptance for ninety (90) days starting on the due date for proposals. 7. CONSULTANT RESPONSIBILITIES The consultant is responsible for Federal and State Unemployment Insurance coverage and Standard Workers Compensation Insurance coverage. Consultant shall comply with all Federal and State tax laws and withholding requirements. 8. REPLACEMENT PERSONNEL Replacement of the selected consultant shall require the approval of TxDOT. If TxDOT determines that the selected consultant is unable to perform satisfactorily or to communicate effectively, TxDOT may cause their immediate removal from the contract. Replacement personnel shall have comparable qualifications and be provided at the contracted rate. Any request by the consultant to replace the selected consultant shall be done in writing to TxDOT. A resume for the proposed replacement shall be submitted to TxDOT. TxDOT may reject the proposed replacement if qualifications, references or past working performance are questionable or unfavorable. If the consultant is removed, and TxDOT did not initiate the request, the vendor has five working days to provide a replacement. There shall be no charge to TxDOT for the first five working days of the replacement. 9. TXDOT RESPONSIBILITIES TxDOT will provide: TxDOT networked workstation at the primary work location with standard productivity software. Office space at the primary work location and related equipment for limited personnel. Access to TxDOT Intranet and applications. All equipment provided by TxDOT will be returned to TxDOT at the completion of the contract. 10. WORK HOURS AND LOCATION Services shall be provided during normal business hours unless otherwise approved and coordinated with TxDOT. Normal business hours are Monday through Friday from 8:00 am through 5:00 PM, excluding state holidays. RFP 47-5XXPA001 Page 10 7/1/2016 The consultant may be required to work on weekends, evenings, and holidays. TxDOT will not pay an overtime rate for this service. All hours shall be billed at the hourly rate quoted. The primary work location(s) for limited personnel will be at the TxDOT Maintenance Division facility, located at 150 E. Riverside Drive, Austin, Texas. Any and all commuting expenses shall be at the vendor’s expense. TXDOT will provide pre-approved, written authorization for travel for any services to be performed away from the primary work location. Pre-approved travel expenses are limited to the rates and comply with the rules prescribed by the State of Texas for travel by its classified employees, including any requirements for original receipts. 11. STANDARD CONTRACT TERMS, CONDITIONS, AND REQUIREMENTS The successful Proposer and TXDOT will enter into a contract for the services described in this RFP. Failure of the successful Proposer to accept the obligations of a contractual agreement may result in a cancellation of the award. 12. REQUIRED FORMS The following forms must be completed and submitted with the proposal. Placed in Front Section Before the RFP Document: 1. Submission letter signed by authorized member of the organization 2. Proposer Data Sheet (Attachment A) Placed in the Back Section After the RFP Document: 1. Reference Data Sheet (Attachment B) 3 references required RFP 47-5XXPA001 Page 11 7/1/2016 ATTACHMENT A - PROPOSER DATA SHEET 1. Proposing Company Name: __________________________________________ City _____________________________________State __________________________ Federal Employer Identification Number: ______________________________________ OR social Security Number (if sold proprietorship): Corporation: Yes No 2. Proposal Contact Person Name: ____________________________________________________________ Title: ______________________________________________________________ Phone: ________________________ Fax Phone: _________________________ E-mail _____________________________________________________________ 3. Mailing address where reimbursements are to be mailed and person the department should contact concerning billings. Name: ____________________________________________________________ Title: ______________________________________________________________ Phone: ________________________ Fax Phone: _________________________ E-mail _____________________________________________________________ 4. Is the firm submitting this proposal an individual? Yes No 5. If yes, has the individual been employed by a state agency at any time during the past two years? Yes No 6. If yes, in compliance with Texas Government Code §2254.033, please attach a separate sheet to explain: A. The nature of the previous employment with the state B. The date the employment was terminated C. The annual rate of compensation for the employment at the time of its termination. Attachment A Page 12 7/1/2016 ATTACHMENT B - REFERENCE DATA SHEET PROVIDE AT LEAST THREE REFERENCES REPRODUCE: SHEET AS NECESSARY PROPOSER Provide client name, location, contact person, telephone number, and appropriate information on contracted services that are similar to this solicitation document. Client: ______________________________________________________________ City: ________________________ State: ________________________________ Contact Person: _____________________ Title: ____________________________ Phone Number: __________________________________________________________ Project Begin & End Date: __________________________________________________ Services Provided: (Be sure to describe your involvement in the project: principal firm, multi-firm collaboration, subconsultant) Attachment B Page 13 7/1/2016 Texas Department of Transportation NOTE: Copies of the endorsements listed below are not required as attachments to this certificate. Form 20.102-CSO Professional Provider Insurance (Rev 05/2002) Page 1 of 2 CERTIFICATE OF INSURANCE The named contractor shall not commence work until he/she has obtained the minimum insurance specified in Section II, below. The contractor must obtain the following endorsements: the Texas Department of Transportation as an Additional Insured for policies 3 and 4, and a Waiver of Subrogation in favor of the same department under policies 2, 3 and 4. Only certificates of insurance published by this department are acceptable as proof of insurance. Commercial carriers’ certificates are unacceptable. SECTION I - IDENTIFICATION DATA 1.1 Insured Contractor’s Name 1.2 Street/Mailing Address 1.3 City 1.4 State 1.6. Phone Number Area Code ( ) 1.5 Zip - 1.7 Vendor Identification Number - Ext. SECTION II - TYPE OF INSURANCE Type 2. Policy Number: Expiration Date: Limits of Liability Not Less Than: WORKERS’ COMPENSATION 2.1 3. Effective Date: 2.2 2.3 Statutory - Texas Endorsed with a Waiver of Subrogation in favor of the Texas Department of Transportation. COMMERCIAL GENERAL LIABILITY Bodily Injury/Property Damage $325,000 combined single limit each occurrence and in the aggregate Endorsed with the Texas Department of Transportation as an Additional Insured and endorsed with a Waiver of Subrogation in favor of the Texas Department of Transportation. 4. 3.1 3.2 3.3 TEXAS BUSINESS AUTOMOBILE POLICY A. Bodily Injury 4.1 4.2 4.3 $100,000 ea. person $300,000 ea. occurrence B. Property Damage 4.4 4.5 4.6 $25,000 ea. occurrence Endorsed with the Texas Department of Transportation as an Additional Insured and endorsed with a Waiver of Subrogation in favor of the Texas Department of Transportation. 5. UMBRELLA POLICY (If Applicable) 5.1 5.2 5.3 $ SECTION III - CERTIFICATION This Certificate of Insurance neither affirmatively or negatively amends, extends, or alters the coverage afforded by the above insurance policies issued by the insurance company named below. Cancellation of the insurance policies shall not be made until THIRTY DAYS AFTER the undersigned agent or his/her company has sent written notices by certified mail to the contractor and the Texas Department of Transportation. THIS IS TO CERTIFY that the insurance policies above meet all the requirements stipulated above and such policies are in full force and effect. If this form is sent by facsimile machine (fax), the sender adopts the document received by TxDOT as a duplicate original and adopts the signature produced by the receiving fax machine as the sender’s original signature. The Texas Department of Transportation maintains the information collected through this form. With few exceptions, you are entitled on request to be informed about the information that we collect about you. Under sections 555.021 and 553.023 of the Texas Government Code, you also are entitled to receive and review the information. Under section 559.004 of the Government Code, you are also entitled to have us correct information about you that is incorrect. 6.1 Name of Insurance 7.1 Name of Authorized Agent 6.2 Company Add ress 7.2 Agent’s Addr ess 6.3 City 6.4 State 7.6 Authorized Agent’s Phone No. Area Code ( ) - 6.5 Zip - 7.3 City 7.4 State 7.5 Zip - Original Signature of Authorized Agent Ext. Date Certificate of Insurance Page 14 7/1/2016 Form 20.102-CSO Professional Provider Insurance (Rev 05/2002 Page 2 of 2 Texas Department of Transportation NOTES TO AGENTS: Agents must provide all requested information then either fax or mail this form directly to the address listed below. Pre-printed limits are the minimum required, if higher limits are provided by the policy, enter the higher limit amount and strike-through or cross out the pre-printed limit. To avoid work suspension, an updated insurance form must reach the address listed below one business day prior to the expiration date. Insurance must be in force in order to perform any work. Binder numbers are not acceptable for policy numbers. 12.1.1.1.1.1.1.1 The certificate of insurance, once on file with the department, is adequate for subsequent department contracts provided adequate coverage is still in effect. Do not refer to specific projects/contracts on this form. The TxDOT certificate of insurance form is the only acceptable proof of insurance for department contracts. List the contractor’s legal company name, including the DBA (doing business as) name as the insured or list both the contractor and staff leasing service as insured when a staff leasing service is providing insurance. Over-stamping and/or over-typing entries on the certificate of insurance are not acceptable if such entries change the provisions of the certificate in any manner. This form may be reproduced. The SIGNATURE of the agent is required. Stamped/typed/printed signatures are not acceptable. CERTIFICATE OF INSURANCE REQUIREMENTS: WORKERS’ COMPENSATION INSURANCE: The contractor is required to have Workers’ Compensation Insurance if the contractor has any employees including relatives. The word STATUTORY, under limits of liability, means that the insurer would pay benefits allowed under the Texas Workers’ Compensation Law. GROUP HEALTH or ACCIDENT INSURANCE is not an acceptable substitute for Workers’ Compensation. COMPREHENSIVE GENERAL LIABILITY INSURANCE or COMMERCIAL GENERAL LIABILITY INSURANCE: If policies are specified separately, they must be at least these amounts: Bodily Injury Property Damage $300,000 each occurrence $25,000 each occurrence $25,000 for aggregates MANUFACTURERS’ or CONTRACTOR LIABILITY INSURANCE is not an acceptable substitute for Comprehensive General Liability Insurance or Commercial General Liability Insurance. COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE or TEXAS BUSINESS AUTOMOBILE POLICY: The coverage amount for a Texas Business Automobile Policy or Comprehensive Automobile Liability may be shown as a minimum of $325,000 Combined Single Limit by a typed or printed entry and deletion of the specific amounts listed for Bodily Injury and Property Damage. BASIC AUTOMOBILE LIABILITY INSURANCE is not an acceptable substitute for Comprehensive Automobile Liability Insurance or Texas Business Automobile Policy. MAIL ALL CERTIFICATES TO: Texas Department of Transportation Contract Services Office 125 E. 11th St. Austin, TX 78701-2483 (512) 936-1970 (V), (512) 936-1971(F) Certificate of Insurance Page 15 7/1/2016 CHILD SUPPORT STATEMENT FOR THE TEXAS DEPARTMENT OF TRANSPORTATION FOR NEGOTIATED CONTRACTS AND GRANTS Under Family Code, Section 231.006, ______________________________________ (name of individual) certifies that ______________________________________ (name of business) _______________________________ (vendor #) as of ___________________, 20___ (date) is eligible to receive a grant, loan, or payment and acknowledges that any contract may be terminated and payment may be withheld if this certification is inaccurate. List below the name and social security number of the individual or sole proprietor and each partner, shareholder, or owner with an ownership interest of at least 25% of the business entity submitting the bid or application. This form must be updated whenever any party obtains a 25% ownership interest in the business entity. Name (Please Print Legibly) Social Security Number Family Code, Section 231.006, specifies that a child support obligor who is more than thirty (30) days delinquent in paying child support and a business entity in which the obligor is a sole proprietor, partner, shareholder, or owner with an ownership interest of at least 25% percent is not eligible to receive payments from state funds under a contract to provide property, materials, or services; or receive a state-funded grant or loan. A child support obligor or business entity ineligible to receive payments described above remains ineligible until all arrearage have been paid or the obligor is in compliance with a written repayment agreement or court order as to any existing delinquency. Except as provided by Family Code, Section 231.302(d), a social security number is confidential and may be disclosed only for the purposes of responding to a request for information from an agency operating under the provisions of Subchapters A and D of Title IV of the federal Social Security Act (42 U.S.C. Sections 601 et seq. and 651 et seq.) The Texas Department of Transportation maintains the information collected through this article. With few exceptions, you are entitled on request to be informed about the information that we collect about you. Under Sections 552.021 and 552.023 of the Texas Government Code, you also are entitled to receive and review the information. Under Section 559.004 of the Government Code, you are also entitled to have us correct information about you that is incorrect. Please send this form to Texas Department of Transportation, Office of General Counsel (OGC) - Contract Services Section, 125 E. 11th Street, Austin, Texas 78701-2483, (512) 936-1970 (V), (512) 936-1971(F). Child Support Statement Page 16 7/1/2016