TEXAS DEPARTMENT OF TRANSPORTATION PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING

Similar documents
COUNTY OF ROCKLAND Department of General Services Purchasing Division

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION LIGHT, WARNING, 360 DEGREE LED BEACON PUBLICATION

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE EXTINGUISHERS TABLE OF CONTENTS

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO

MONTGOMERY COUNTY RULES GOVERNING ALARMS SECTION 1. PURPOSE SECTION 2. DEFINITIONS

Annual Fire Systems and Backflow Preventers Testing

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

PROJ. NO SECTION PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS

GUILFORD COUNTY SCHOOLS

Capital Projects Group Fire Extinguishers Specification

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

SECTION WET-PIPE SPRINKLER SYSTEMS

FIRE & LIFE SAFTEY STANDARD

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

Sheetz Inc. Fire Protection Service Guidelines

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

INDOOR POOL DEHUMIDIFIERS CERTIFICATION PROGRAM

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

REQUEST FOR PROPOSALS CLEANING SERVICES

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

ARKANSAS FIRE PROTECTION LICENSING BOARD ACT 743 OF 1977

SECTION SECURITY TESTING AND COMMISSIONING

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE PROTECTION SPRINKLER SYSTEM CONTRACTORS

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

PORTABLE FIRE EXTINGUISHERS

CITY OF DANIA BEACH Local Business Tax Receipt Division 100 W Dania Beach Blvd. Dania Beach, FL Phone: ext 3644 / Fax

Compact Equipment Warranty Policy

Aldine Independent School District Aldine Westfield Road Houston, Texas Phone (281)

Model Policy On Portable Fire Extinguishers (Ontario Version)

IOWA STATE FIRE MARSHAL DIVISION Attn: Licensing Administrator

Purpose Definitions. Chapter BURGLAR ALARM SYSTEMS *

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Fire Extinguisher Inspection and Maintenance

REQUIREMENTS. For FIRE DEPARTMENTS. State of West Virginia. Bob Wise Governor THE DEPARTMENT OF MILITARY AFFAIRS AND PUBLIC SAFETY

BUILDING SECURITY and EVACUATION RELATED POLICIES: REVIEWED: AS NEEDED

SECTION REGULATORY REQUIREMENTS. A. Relationship between Code, Ordinances, Standards and Contract Documents

Austin Independent School District Police Department Policy and Procedure Manual

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11605

Revised March 2015 Fire Alarm Systems Verification. Schedule I(A) Services. *Manditory Site visit required*

Contact Phone Number: (609) Fax: (609)

Rancho Cucamonga Fire Protection District Prevention Bureau Standard

RULES OF THE TENNESSEE ALARM SYSTEMS CONTRACTORS BOARD CHAPTER GENERAL PROVISIONS TABLE OF CONTENTS

Design & Construction Standards, Revised January

Medical Gas and Vacuum Systems

A.C.A. Tit. 20, Subtit. 2, Ch. 22, Subch. 6 Note

Buying goods/services

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

Bold items are particular to the City of Euless

OPERATIONAL PERMIT STORAGE MAGAZINE PERMIT APPLICATION

NOTICE TO CONTRACTORS

FIRE SAFETY AND PREVENTION POLICY

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

THE REGIONAL MUNICIPALITY OF HALTON POLICE SERVICES BOARD BY-LAW

PIP PCTPA001 Testing of Process Analyzer Systems

VENDOR AGREEMENT PACKET

Policies and Procedures for the Missouri Master Gardener Program

Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial

CHAPTER 05 - OFFICE OF STATE FIRE MARSHAL SUBCHAPTER 05A - FIRE AND RESCUE SECTION.0900 PUBLIC PROTECTION CLASSIFICATIONS FOR FIRE DISTRICTS

June 2018 Safety Meeting Fire Extinguishers Part I

Fire Protection System Contractors and Systems. Submission of the Application for a Water-Based Fire Protection Inspector Permit

PART 3-O REQUIREMENTS FOR SPRINKLER SYSTEMS MAINTENANCE AND SUPERVISION. 3-O Introduction O.1 Scope of Maintenance and Supervision...

FIRE EXTINGUSIHER INSPECTION, MAINTENANCE, AND TESTING PROCEDURES

City of Regina Alarm Bylaw

(3) Chart. The following chart illustrates the above hours: TABLE INSET:

Request for Qualifications For Administration of the 2016 Summer Sprout Program

BOARD OF COUNTY COMMISSIONERS

DESIGN AND CONSTRUCTION STANDARDS SPECIFICATION GUIDELINES

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

PIKES PEAK REGIONAL BUILDING DEPARTMENT Fire Alarm Contractor License Application

marta 2424 Piedmont Rd. N.E. Atlanta, GA

DOCUMENT ADVERTISEMENT FOR BIDS

Fire Protection System Contractors and Systems. Submission of the Application for a Water-Based Fire Protection Inspector

2019 Landscape Awards

D. Reference Standards (Utilize latest editions available):

SUPPLEMENTAL WASTE TRANSPORTATION AND DISPOSAL TERMS AND CONDITIONS

CHAPTER Committee Substitute for Committee Substitute for Committee Substitute for House Bill No. 973

D. The work addressed in this section consists of a fire protection system, which may include coordination with one or more of the following:

Invitation to Bid WATER HEATER HHS & WHH

REQUEST FOR PROPOSAL. Fire Suppression System Inspection and Service RFP #UCA

FIRE EXTINGUISHER LAWS & REGS

QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) INTRODUCTION

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

REQUEST FOR PROPOSALS FOR FIRE AND SECURITY ALARM INSTALLATION, MONITORING, MAINTENANCE, REPAIR, INSPECTION, AND TESTING PROJECT NO.

ARTICLE 4-13 ALARM SYSTEMS * Division 1. Generally

For additional information please contact the Chesapeake Fire Prevention Office at or at

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS

CLARK COUNTY FIRE DEPARTMENT Fire Prevention Bureau

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

Credit Suisse AG RULEBOOK OF THE ORGANIZED TRADING SYSTEM INTERNAL MARKET MAKING. 01 September 2018

UNIFIED FACILITIES GUIDE SPECIFICATIONS

ORDINANCE NO

MODEL 5100 BROADBAND ALARM COMMUNICATOR INSTALLATION & USER S GUIDE PRODUCT ID #

Transcription:

TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not be sold for profit or monetary gain. If this specification is altered in any way, the header, and any and all references to TxDOT must be removed. TxDOT does not assume nor accept any liability when this specification is used in the procurement process by any other entity. 1. SCOPE: This solicitation is to provide service for preventive and remedial maintenance, inspection, and repair of portable fire extinguishers. The service shall include annual inspection and as-needed maintenance, repair and recharging of types ABC, BC, Halon, and C02 portable fire extinguishers owned by TxDOT at the locations listed on Attachment A - Locations. 2. DEFINITIONS OF TERMS AND ACRONYMS: 2.1. ANSI American National Standards Institute 2.2. NFPA The National Fire Protection Association 2.3. POC Point of contact 2.4. TxDOT Texas Department of Transportation 2.5. UL Underwriters Laboratory 3. 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: 3.1. NFPA 1- Standard for Portable Fire Extinguishers, latest edition 3.2. ANSI/UL 711 - Rating and Fire Testing of Fire Extinguishers 3.3. UL 299 - Dry Chemical Fire Extinguishers 3.4. UL 154 - Carbon-Dioxide Fire Extinguishers 3.5. UL 1093- Standard for Halogenated Agent Fire Extinguishers 4. RESPONDENT QUALIFICATIONS: The respondent shall: 4.1. Be a company or an individual engaged, or whose partners or participants or both are engaged in the business of providing inspection, maintenance, repair, and recharging of portable fire extinguishers for a minimum of three years within the last six years. Recent start-up businesses do not meet the requirements of this solicitation. NOTE: A start-up business is defined as a new company that has no previous operational history or expertise in the relevant business and is not affiliated with a company that has that history or expertise. Two companies are affiliated if the two companies have a common parent company or if one is the parent or subsidiary of the other. 4.2. Have a current certificate of registration with the Texas State Fire Marshall. * This Specification Supersedes TxDOT Specification No. 936-34-42, May 2015. 1-9

4.3. Be in good financial standing and current in payment of all taxes and fees such as state franchise fees. TxDOT reserves the right to request a copy of the respondent s audited or un-audited financial statement. TxDOT may request a statement from the president, owner or financial officer on company letterhead certifying that the company is in good financial standing and current in payment of all taxes and fees. When financial statements are requested, TxDOT will review the respondent's audited or un-audited financial statement in accordance with Texas Government Code, Title 10, Subtitle D, Section 2156.007 to evaluate the sufficiency of the respondent's financial resources and ability to perform the contract or provide the service required in the solicitation. TxDOT will be the sole judge in determining the sufficiency of the respondent's financial resources and ability to provide the service. Factors to be reviewed include: 4.3.1. Balance sheets 4.3.2. Net working capital 4.3.3. Current asset ratio 4.3.4. Liquidity ratio 4.3.5. Auditor(s) notes 4.3.6. Any notes to the financial statements 5. RESPONDENT REFERENCES: The respondent should submit a minimum of three references to substantiate the qualifications and experience requirements for similar services completed for two years within the last 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 (Ref. Respondent References). 6. RESPONDENT PERSONNEL QUALIFICATIONS: The respondent shall provide a service technician. The service technician shall: 6.1. Be certified by the Texas State Fire Marshall as required for the services requested. 6.2. Possess a valid Driver License acceptable in the state of Texas. 6.3. Have no DUI or DWI incidents on driving record within the past three years. 6.4. Have no more than two moving violations on driving record within the past three years. 7. VENDOR REQUIREMENTS: The vendor shall: 7.1. Adhere to the TxDOT Terms and Conditions identified on the solicitation. 7.2. Provide all labor, materials and equipment necessary to meet the requirements of the specified services throughout the term of the purchase order. 7.3. Provide all parts not specifically mentioned which are necessary for the unit to be complete and ready for operation or which are normally furnished as standard equipment. All parts shall conform in strength, quality and workmanship to the accepted standards of the industry. 7.4. Provide a primary point of contact. 2-9

7.5. Provide a local telephone number for immediate contact with the designated TxDOT employee. Regional or national telephone numbers are not acceptable. Calls shall be returned within two hours of being contacted by the designated TxDOT representative. This telephone shall be monitored between the hours of 9 a.m. to 5 p.m., local time, Monday through Friday. 7.6. Be responsible for issued TxDOT security badges to personnel. Reimburse TxDOT for lost, damaged and unreturned security badges. The designated TxDOT representative will notify the vendor of the amount to be reimbursed. 7.7. Provide a continuous on-site work force during regular working hours, until completion of scheduled annual maintenance and inspection of all portable fire extinguishers have been completed at all the locations listed on Attachment A Locations. 7.8. Have additional staff or subcontractors available to respond to multiple service requests simultaneously, as requested by the designated TxDOT representative, on an as needed basis. 7.9. BACKGROUND CHECK: Conduct statewide DPS, Texas and out-of-state county courthouse verification of criminal and sex offender background checks on all vendor s permanent and temporary personnel scheduled to work on TxDOT projects prior to beginning service start-up. Upon award, supporting documentation confirming the completion of these comprehensive background checks may be subject to review upon request by TxDOT or the TxDOT designee, or both, prior to beginning the service. Failure to produce the requested documentation may be cause for cancellation of the purchase order. The background checks shall include, but not be limited to, the following: 7.9.1. Social Security Number verification. 7.9.2. Statewide criminal and sex offender records for all Texas counties and out-ofstate counties based on the current and previous addresses of the applicant for the last seven years. 8. VENDOR PERSONNEL REQUIREMENTS: The vendor shall: 8.1. Wear an identifying name badge with the company logo or a uniform with the employee s name and company name or logo clearly marked on the uniform. 8.2. Present and maintain a neat appearance at all times while on TxDOT property. 8.3. Report to the designated TxDOT representative upon arrival at the job site to obtain an access badge and return the access badge to the designated TxDOT representative before leaving the job site. 8.4. Wear the TxDOT issued access badge in a location on the uniform shirt or jacket where it is visible at all times. 8.5. Be fluent in English with the ability to receive, give and understand written and oral instructions. 8.6. Not be excessively loud or use personal multi-media devices (i.e. portable radios, CD players or MP3 players) while performing services for TxDOT. 9. SERVICE REQUIREMENTS: The vendor shall: 9.1. Begin work on the agreed upon date between TxDOT and the vendor. 9.2. ANNUAL INSPECTION 9.2.1. Annually inspect, maintain, and recharge each portable fire extinguisher at all the building locations listed on Attachment A Locations at a time selected by TxDOT. 9.2.2. Verify each portable fire extinguisher is fully charged and operable. 3-9

9.2.3. Advise the designated TxDOT representative and perform a hydrostatic test on each portable fire extinguisher, as required by NFPA 10-Table 5A, latest edition. 9.2.4. Ensure gauge pressures are in operable range. 9.2.5. Ensure nozzles, discharge valves, and hoses are unobstructed, and lock pins and dated tamper seals are in place. 9.2.6. Recharge dry chemical portable fire extinguishers if gross weight is less than manufacturer s recommendations. 9.2.7. Identify any Halon-type portable fire extinguishers in need of recharge. Only fill Halon-type portable fire extinguishers at the request of TxDOT. TxDOT may decide to replace the type of unit rather than refill. 9.3. ANNUAL MAINTENANCE AND REPAIR: 9.3.1. Perform maintenance of portable fire extinguishers in accordance with the manufacturer s published service procedures, using only refill extinguishing agents listed on the extinguisher or as recommended by the manufacturer. 9.3.2. Notify the designated TxDOT representative when any unit has been used or needs to be replaced. 9.3.3. Only perform repairs on portable fire extinguisher if the cost of the repairs will not exceed 50 percent of the current manufacturer s list price for the same type of portable fire extinguisher with identical capacity. 9.3.4. Furnish all repair and replacement parts, including but not limited to; lock pins, nozzles, valves, seals, O-rings, nitrogen cylinders, extinguishing agents, hoses, and adapters. Parts furnished shall be matched to the manufacturer s published requirements. 9.3.5. Replace Instruction labels as needed during inspection. 9.3.6. Complete all repairs at the vendor s location. 9.4. ANNUAL RECHARGE: Recharge in compliance with manufacturer s authorized recharging procedures when regular or multi-purpose dry chemicals are recharged. The extinguishing agent shall be completely discharged, valve assembly removed, O-ring replaced or lubricated, threads and sealing surfaces cleaned, container emptied and then filled with proper (free-flowing) agent, pressurized, sealed and locked. Recharge date shall be marked on tag. Testing shall be in accordance with ANSI/UL 711 and UL 299, and NFPA 10. The vendor shall also replace expellant cartridge when required on a wheeled dry chemical unit. 9.5. INSPECTION AND MAINTENANCE TAGS: The vendor shall attach the Texas State Fire Marshall approved labels or tags imprinted with the vendor name, address, telephone number, and month and year maintenance was performed on each extinguisher when existing inspection tags are replaced. This tag shall identify the person performing the service, indicate if recharging was performed, and show the date the test was completed, per NFPA 10. Inspection tags shall be all weather type tags. 9.6. Notify the designated TxDOT representative immediately for replacement and mounting if vendor identifies a mounted portable fire extinguisher of a type other than shown on the building plans at any location. The vendor s written report to the TxDOT representative shall include the type, capacity and the locations of all the deficient fire extinguishers. 4-9

9.7. SCHEDULING: SPECIFICATION NO. 9.7.1. Annual inspections shall be performed at a date and time consistent with preestablished preventive maintenance schedules established by TxDOT. Each site inspection shall be scheduled with the designated TxDOT representative at least three working days in advance of the inspection date. Inspections, pick-ups, and returns of all units shall be performed between the hours of 8:00 a.m. and 4:00 p.m., Monday through Friday, except on federal and state observed holidays. 9.7.2. During the annual inspection, or as-needed, the vendor shall pick up and transport any portable fire extinguisher that requires repair or recharging within 24 hours of identification. The fire extinguishers shall be transported to the vendor s location, serviced, and returned to the original location within 48 hours of notification. Before transporting any fire extinguishers, the vendor shall immediately replace the current fire extinguisher with an identical fire extinguisher of equal or greater capacity. NOTE: Replacement fire extinguishers will be provided by TxDOT. 9.8. SERVICE COMPLETION CONFIRMATION: The vendor shall provide TxDOT written confirmation that all portable fire extinguishers at each location have been identified, and tested per the requirements stated in the specification, and an appropriate status tag attached to each unit within 48 hours of completion of the service. 10. LOCATION(S) 10.1. Location(s) are specified on Attachment A Locations. TxDOT reserves the right to add or delete facilities serviced under the purchase order. TxDOT will provide ten business days written notice to the vendor for locations to be deleted or of any additional locations requiring service within the same area or region. 10.2. Building plan documents showing portable fire extinguisher locations will be available for review at the post award meeting (Ref. Para 24), and during actual servicing by the vendor. Building plan documents will not be released by TxDOT, nor reproduced, and shall remain in the care of the designated TxDOT building maintenance employees at all times. 11. WARRANTY REQUIREMENTS: 11.1. PERFORMANCE WARRANTY: Work performed under the purchase order shall meet all applicable standards and codes. The vendor shall guarantee all work included in the purchase order against any defects in workmanship; and shall satisfactorily correct, at no cost to TxDOT, any such defect that may become apparent within a period of one year after completion of work. The warranty period shall commence upon date of acceptance by TxDOT. 11.2. MATERIAL WARRANTY: Materials provided under the purchase order shall be in current production, as offered to commercial trade, and shall be of quality material. Used, shopworn, demonstrator, prototype, reconditioned or discontinued materials are not acceptable. Materials shall be warranted against material defects and defects in workmanship for a period of not less than 12 months and shall cover 100% parts and labor. The warranty period shall commence upon date of acceptance by TxDOT. If the manufacturer s standard warranty period exceeds 12 months, then the standard warranty period shall be in effect. The vendor shall be ultimately responsible for the warranty. The vendor shall provide the designated TxDOT representative with all manufacturers warranty documents upon completion of service prior to leaving the job site. 5-9

12. VENDOR PERFORMANCE: Vendor performance will be monitored on a regular basis by TxDOT. 12.1. An unsatisfactory performance determination includes, but is not limited to: 12.1.1. One service call back to correct the same problem within 30 calendar days. 12.1.2. One instance within one year of vendor personnel assigned to an authorized service call not having the state license and certification required to diagnose the problem and perform the repair. 12.1.3. Two instances within one year of response time to an authorized service call exceeding the two hour limit (Ref. Para. 7.5). NOTE: Unsatisfactory performance may result in a negative vendor performance report, or cancellation of the purchase order or both. 12.2. An exceptional performance determination includes, but is not limited to: 12.2.1. Inspections completed early upon TxDOT member request. 12.2.2. Vendor commended for exceptional customer service, exceptional service provided. 12.2.3. Provided technical assistance when not required. 13. FACILITY RESTRICTIONS: 13.1. PARKING: The vendor shall make arrangements with the designated TxDOT representative prior to off-loading tools and equipment at the job site. The vendor shall park only in locations assigned by the designated TxDOT representative. 13.2. RESTROOMS: Restrooms shall not be used for washing of tools and equipment. 13.3. SECURITY: The vendor shall provide an updated list of all vendor personnel or subcontractors at each job site and comply with all security measures required by TxDOT. 13.4. ACCESS: The vendor shall make prior arrangements with the designated TxDOT representative for access to the building(s) for performance of the service. 14. PERSONNEL CONTINUITY AND REPLACEMENT: 14.1. TxDOT recognizes that events beyond the control of the vendor such as the death, physical or mental incapacity, long-term illness, or the voluntary termination of employment of any respondent personnel will require the vendor propose a replacement. In the event such a replacement is necessary, vendor agrees that personnel shall not begin work on the project without prior written approval from TxDOT. 14.2. If TxDOT determines a team member or other respondent personnel is unable to perform in accordance with the service requirements or to communicate effectively; the vendor shall immediately remove that person upon notification by TxDOT. 14.3. 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. Resume(s) and reference(s) may be requested for the proposed replacement(s). TxDOT may reject any replacement if references or past working performance is questionable or unfavorable. TxDOT will be the sole judge of the qualifications of the proposed replacement personnel. 15. VENDOR PERSONNEL SAFETY: The vendor shall provide all required safety equipment and instruct personnel to observe all safety policies, rules and requirements at all times, including, but not limited to, wearing hard hats, safety shoes, goggles, etc. 16. WORK HOURS: Regular work hours for performance of the service are defined in the TxDOT Terms and Conditions, latest revision. 6-9

17. SUBCONTRACTING: SPECIFICATION NO. 17.1. Subcontractors providing service under the purchase order shall meet the same service requirements and provide the same quality of service required of the primary vendor. 17.2. No subcontract under the purchase order shall relieve the primary vendor of responsibility for the services. 17.3. The vendor shall be the only contact for TxDOT and subcontractor(s). 17.4. 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. 17.5. 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. 17.6. TxDOT reserves the right to request the removal of vendor s subcontractor staff deemed unsatisfactory by TxDOT. 17.7. Subcontracting shall be at the vendor s expense. 17.8. 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 15 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. 17.9. SOLICITATIONS OVER $100,000: TxDOT will make an initial determination of whether subcontracting is probable. If TxDOT has determined that subcontracting opportunities are probable, the class and items in which HUBs may be registered will be noted in the solicitation along with the required forms and instructions. Responses that do not include a completed HUB Subcontracting Plan as indicated on the solicitation shall be rejected pursuant to Texas Government Code 2161.252(B). 18. TRAVEL: All travel and per diem shall be included in the unit price. 19. 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. 20. INVOICING INSTRUCTIONS: The vendor shall provide: 20.1. ORIGINAL INVOICE: A comprehensive and detailed invoice with reference to the line item on the purchase order for each item charged. The original invoice shall be e-mailed to the e-mail address indicated on the purchase order to ensure timely payment and shall include the following: 20.1.1. Complete purchase order number. 20.1.2. Vendor Federal Employer Identification Number (EIN). 20.1.3. Date and time of service. 20.1.4. Location of service. 20.1.5. Technician s name with hours totaled. NOTE: Invoices requiring correction shall be re-submitted with a new invoice date. 7-9

20.2. COPY OF INVOICE AND SUPPORTING DOCUMENTATION: A copy of the invoice and original documentation that validates the invoice charges shall be e-mailed to the designated TxDOT representative to include but not be limited to: Copies of invoices from subcontractors or other entities to which vendor has made payment and requires reimbursement from TxDOT as agreed to in the purchase order. 21. TxDOT RESPONSIBILITIES: TxDOT will: 21.1. Provide a contract manager as the point of contact. 21.2. Provide and mount all replacement fire extinguishers. 21.3. Provide building access. 22. RESPONSE SUBMISSION: 22.1. The following shall be submitted with the response. Failure by the respondent to submit the documentation listed below will disqualify the respondent from further consideration: 22.1.1. Original, signed, dated, and completed Invitation For Bid (IFB) 22.1.2. Schedule 1 Respondent Qualifications and Experience 22.1.3. Schedule 2 Respondent Personnel Qualifications and References 22.1.4. HUB Subcontracting Plan (This requirement is stated on the IFB if applicable.) 22.2. 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. 22.2.1. Respondent References 22.2.2. Copies of Certifications, Permits, Licenses 23. AWARD: TxDOT reserves the right to award a single purchase order to the most responsive, responsible respondent meeting the specification. TxDOT may award to a single vendor, multiple vendors, or use any combination that best serves the interest of TxDOT. 23.1. TYPES OF AWARD 23.1.1. Single Award: One purchase order awarded to a single vendor. 23.1.2. Multiple Award: A multiple award is the award of multiple purchase orders for the same line item(s) from a single solicitation to two or more vendors to provide the same or similar goods or services. 23.1.3. Multi-tiered Award: Multi-tiered award sets the priority sequence for use of multiple vendors. Multiple purchase orders are awarded for the same line item(s) from a single solicitation to primary, secondary and tertiary vendors. 24. POST AWARD MEETING: Vendor(s) may be requested to attend a post award meeting in person at a location designated by TxDOT or via teleconference within seven calendar days after the award of the purchase order. The purpose of the meeting is to discuss the terms and conditions of the purchase order and to provide additional information regarding the purchase order. Vendor(s) and TxDOT shall identify specific goals, strategies, and activities planned for meeting particular program area objectives. 25. 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. 25.1. 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. 8-9

25.2. Upon issuance of purchase order, TxDOT will designate an individual to 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: 25.2.1. Monitoring the vendor s progress and performance and ensuring services conform to established specification requirements. 25.2.2. Managing the financial aspects of the contract including approval of payments. 25.2.3. Meeting with the vendor as needed to review progress, discuss problems and consider necessary action. 25.2.4. Identifying a breach of contract by assessing the difference between contract performance and non-performance. 25.2.5. Other areas as identified by the Comptroller of Public Accounts Contract Management Guide, latest edition. 9-9