STATE OF WASHINGTON



State of Washington

DEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

Rm. 201 General Administration Building, P.O. Box 41017 ( Olympia, Washington 98504-1017 ( (360) 902-7400



INVITATION FOR BID (IFB)

Vegetation Management (Pesticides)

|Contract Number |Prebid Meeting Date & Time |Bid Opening Date & Time |

|08205 |November 9, 2005 – 9:00 AM. |November 29, 2005 - 2:00 PM. |

bids must be received& Stamped on or before the opening date & time at this location:

210 11th AVe SW, Rm. 201, General Administration Building Olympia WA 98504-1017

Heidi Bohl, CPPB

Contracts Specialist

Phone (360) 902-7436

Fax (360) 586-2426

E-mail hbohl@ga.

For a site map to the Capitol Campus, click

Driving directions and parking information

ANNOUNCEMENT AND SPECIAL INFORMATION

Bidders are required to read and understand all information contained within this entire bid package. The Competitive Procurement Standards, which are referred to in this bid package are not automatically printed or sent out with this IFB. By responding to this IFB the bidder agrees to read and understand these documents. These documents are available on our website at .

In support of the State’s economic and environmental goals, we encourage you to consider the following elements in responding to our bids. These are not a factor of award (unless otherwise specified in this document):

• Using environmentally preferable products and products that exceed EPA guidelines

• Supporting a diverse supplier pool, including small, minority, and women-owned firms

• Featuring products made or grown in Washington

Table of Contents

1 ANNOUNCEMENT AND SPECIAL INFORMATION 1

1.1 PUBLIC DISCLOSURE 3

1.2 PRE-BID CONFERENCE 3

1.3 SCOPE 3

1.4 Purchasers 3

1.5 term 4

1.6 questions & inquiries 4

1.7 usage 4

2 CHECK LIST: 5

3 Bid Submittals 6

3.1 OFFER AND AWARD 6

3.2 BID INFORMATION 7

3.3 SPECIFICATIONS 11

3.4 PRICE SHEETS 27

3.5 REFERENCES 70

3.6 dealer authoRization 70

3.7 Washington Electronic Business Solution (WEBS) 70

3.8 Minimum orders 70

3.9 warehouses AND CUSTOMER pick-up locations 70

3.10 delivery 70

3.11 PRODUCT RETURN/EXCHANGE POLICY 70

4 BID EVALUATION 71

4.1 EVALUATION / AWARD 71

4.2 EVALUATION CONFERENCE 71

5 CONTRACT REQUIREMENTS 71

5.1 MSDS SHEETS AND LABELS 71

5.2 STORAGE INSTRUCTIONS 72

5.3 PRODUCT PERMITS AND REGISTRATION 72

5.4 DEPARTMENT OF NATURAL RESOURCES PURCHASES 72

5.5 ON SITE CONSULTATION 72

5.6 CATALOGS AND PRICE SHEETS 72

5.7 rETENTION OF RECORDS 72

5.8 OSHA AND WISHA REQUIREMENTS 72

5.9 REPORTS 73

6 SPECIAL TERMS AND CONDITIONS 73

6.1 PRICING AND ADJUSTMENTS 73

6.2 ADDITIONS OR DELETIONS 74

6.3 CONTRACTOR PERFORMANCE 74

6.4 PURCHASING CARD ACCEPTANCE 74

6.5 Order Acknowledgement and Deliveries 74

6.6 BIDDER COMPLIANCE 74

1 PUBLIC DISCLOSURE

Bid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, only the name of the bidder and time of bid receipt will be read aloud.

2 PRE-BID CONFERENCE

An optional conference to address contractual requirements will be held at the time and location indicated below. Prospective bidders are encouraged to be present. If changes are required as a result of the conference, written bid amendments will be issued.

Note: Assistance for disabled, blind or hearing-impaired persons who wish to attend is available with pre-arrangement with the Office of State Procurement (OSP). Contact the Contract Specialist identified on the face page of this document.

|Pre Bid Date: |November 9, 2005 |

|Pre Bid Time: |9:00 a.m. |

|Pre Bid Location: |Office of State Procurement |

| |210 11th Ave SW GA Building |

| |Third Floor Room 332 |

| |Corner of 11th and Columbia |

| |Olympia Washington 98504-1017 |

3 SCOPE

The purpose of this IFB is to establish a convenience use contract for the as needed purchase of pesticides for vegetation management. This contract will replace contract number 00900 for pesticides which is due to expire January 31, 2006. All specified pesticide products have been gone through an independent risk assessment process for environmental impacts and human health and the Washington State Department of Transportation (WSDOT) approval process in accordance with WSDOT’s Roadside Vegetation Management Plans. See WSDOT’s website for more information .

4 Purchasers

The primary state agency purchasers will be the Washington State Department of Transportation, the Department of Natural Resources and Department of Fish & Wildlife. However, the contract will be made available to all state agencies and institutions of higher educations, for delivery on a statewide basis.

Purchasing Cooperatives

While use of the contract by members of the WSPC and DASCPP/ORCPP is optional, the state encourages them to use state contracts. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies. The state accepts no responsibility for payment by WSPC or DASCPP/ORCPP members.

Based upon contractor’s agreement, the contract will be made available to political subdivisions and non-profit organizations which are members of the State of Washington Purchasing Cooperative (WSPC) and/or State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP). A list of Washington members is available on the Internet . A list of Oregon members is available through at Contractors shall not process state contract orders from unauthorized purchasers.

Purchases by Nonprofit Corporations

Legislation allows nonprofit corporations to participate in state contracts for purchases administered by OSP. By mutual agreement with OSP, the contractor may sell goods or services at contract pricing awarded under this contract to self certified nonprofit corporations. Such organizations purchasing under this contract shall do so only to the extent they retain eligibility and comply with other contract and statutory provisions. The contractor may make reasonable inquiry of credit worthiness prior to accepting orders or delivering goods or services on contract. The state accepts no responsibility for payments by nonprofit corporations. Their use of the contracts may significantly increase the purchase.

5 term

The initial term will be 24 months from date of award, which is projected to be within 30 days after bid opening date, with the option to extend for additional terms or portions. Extensions will be subject to mutual agreement. The total contract term may not exceed six (6) years.

6 questions & inquiries

All questions related to the IFB shall be directed to the Contract Specialist (CS). Inquiries are to be in writing and shall reference the appropriate section and paragraph number. Questions should be submitted 5 calendar days prior to bid opening. Only questions answered by written amendment are binding. Oral interpretations have no legal effect.

Questions submitted prior to the pre-bid conference are to be emailed to the CS. These will be reviewed and addressed at the conference. Questions received after the conference are to be in email form and will be responded to by the CS via email. Emails are not considered a form of written amendment and are not binding. However, any changes to the bid document will be issued via a written amendment.

7 usage

We estimate that purchases over the initial two year of the contract will approximate $1,800,000.00 for the assortment of vegetation management products specified herein in the Price Sheets. While approximately 20% of the line items indicate zero usage, these products will replace a variety of products previously purchased, tested and rejected for future use (and are not included herein).

While we have attempted to provide estimated 2-year term usage of the remaining 80% of the line items, please be aware that these usage figures are also not an accurate reflection of anticipated usage due to the test/reject process. Therefore bidders should offer pricing based upon the assumption that future purchases for the entire product grouping specified will total approximately $1,800,000.00 for the initial two year term (based upon prices paid on the previous contract).

CHECK LIST:

This checklist is provided for bidder's convenience only and identifies the bid documents that must be submitted with each package. Any bid packages received without these documents may be deemed non-responsive and may not be considered for award.

|Bid submittal entitled: Offer and Award | |

|Bid submittal entitled: Bid Information | |

|Bid submittal entitled: Specifications | |

|Bid submittal entitled: Price Sheets | |

|Bid submittal entitled: References | |

|Bid submittal entitled: Pesticides License | |

|Bid submittal entitled: Product Exchange Policy | |

|Bid submittal entitled: Dealer Authorization | |

Bid Submittals

1 OFFER AND AWARD

Bidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at . If you do not have Internet access, you may contact the State Procurement Officer to obtain copies of any and all documents contained in this bid package.

STANDARD DEFINITIONS revised 06/02/03

STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03

STANDARD TERMS AND CONDITIONS revised 06/02/03

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

|(Company Name) | |(Typed or Printed Name) |

| | | |

|(Address) | |(Title) |

| | | |

|(City) (State) (Zip) | |(Phone No.) |

| | | |

|(Federal Tax Identification Number) | |(Bidder’s Signature) (Date) |

| | | |

|(Email) | | |

CONTRACT AWARD

(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective , Year . This is a Partial/ Total award for Vegetation Management.

Authorized Signatures

| | | | | | | |

|(Contract Specialist) | |(Date) | |(Unit Manager) | |(Date) |

2 3 BID INFORMATION

Bidder shall complete the following:

1. Prompt Payment Discount % days. Note: Prompt payment discount periods equal to (or greater than) 30 calendar days will receive consideration and bid pricing will be reduced (for evaluation purposes only) by the amount of that discount(s).

1. Purchasing (Credit) Cards accepted Yes ______________ No ______________

(Washington State Purchasing card is VISA)

Payment discount for transactions involving card use: __________% Discount.

2. Authorized Representative:

|Primary Contact-Contract Administration |Alternate Contact - Contract Administration |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

|Customer Service/Order Placement |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

3. Lead-time: Materials, equipment or services will be delivered within a maximum of seven (7) calendar days after receipt of order (ARO).

4. Addresses:

|Orders to be sent to: |Billing will be from: |Payment to be sent to: |

| | | | | |

| | | | | |

| | | | | |

5. Firms bidding from California only: Is your firm currently certified as a small business under California Code, Title 2, Section 1896.12? Yes No .

6. Bidder agrees to sell the goods and services on this contract to political subdivisions which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No_____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by political subdivisions

7. Bidder agrees to sell the goods and services on this contract to self-certified nonprofit corporations which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by nonprofit organizations)

8. Bidder agrees to sell the goods and services on this contract to political subdivisions and nonprofit organizations which are members of the State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP ): Yes____ No____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by these members)

If required, indicate percent increase to bid pricing for delivery to State of Oregon DASCPP/ORCPP Members: ____%

Warehouse Location: Indicate below addresses of warehouses and contact information identified by WSDOT Regions

WAREHOUSE LOCATIONS:

|ADDRESS: | | |PHONE: | |

| | | |CONTACT: | |

| | | |REGION: | |

| | | | | |

|ADDRESS: | | |PHONE: | |

| | | |CONTACT: | |

| | | |REGION: | |

| | | | | |

|ADDRESS: | | |PHONE: | |

| | | |CONTACT: | |

| | | |REGION: | |

| | | | | |

|ADDRESS: | | |PHONE: | |

| | | |CONTACT: | |

| | | |REGION: | |

| | | | | |

|ADDRESS: | | |PHONE: | |

| | | |CONTACT: | |

| | | |REGION: | |

| | | | | |

|ADDRESS: | | |PHONE: | |

| | | |CONTACT: | |

| | | |REGION: | |

| | | | | |

SERVICING: Indicate below the names and addresses of sales representatives and specific territories (DOT Regions) covered. In case of a tie bidder’s ability to service state agencies including local sales representation may be a factor in the award. Contractor must provide immediate attention to problem areas as they arise regardless of location. Submit an attached letter if necessary.

|NAME: | | |NAME: | |

|ADDRESS: | | |ADDRESS: | |

| | | | | |

|PHONE:: | | |PHONE | |

|E-MAIL: | | |E-MAIL: | |

|DOT REGION: | | |DOT REGION: | |

|NAME: | | |NAME: | |

|ADDRESS: | | |ADDRESS: | |

| | | | | |

|PHONE:: | | |PHONE | |

|E-MAIL: | | |E-MAIL: | |

|DOT REGION: | | |DOT REGION: | |

|NAME: | | |NAME: | |

|ADDRESS: | | |ADDRESS: | |

| | | | | |

|PHONE:: | | |PHONE | |

|E-MAIL: | | |E-MAIL: | |

|DOT REGION: | | |DOT REGION: | |

|NAME: | | |NAME: | |

|ADDRESS: | | |ADDRESS: | |

| | | | | |

|PHONE:: | | |PHONE | |

|E-MAIL: | | |E-MAIL: | |

|DOT REGION: | | |DOT REGION: | |

4 SPECIFICATIONS

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Zone 1 Nonselective Products | | |

|1. Aquamaster | | |

|Glyphosate N-(phosphonomethyl) glycine isopropylamine salt | | |

|Equivalent 53.8% Active | | |

|2. Arsenal | | |

|Isopropylamine salt of lmazapyr (2-(4,5-dihydro-4-methyl-4 | | |

|(1-methylethyl)-5-oxo1H-imidazol-2-y)-3-pyridinecarboxylic | | |

|Equivalent 28.7% Active | | |

|3. Direx 4 L | | |

|Diuron: 3-(3,4-dichlorophenyl)-1,dimethylurea | | |

|Equivalent 40% Active | | |

|4. Habitat | | |

|Isopropylamine salt of lmazapyr (2-(4,5-dihydro-4-methyl-4 | | |

|(1-methylethyl)-5-oxo1H-imidazol-2-y)-3-pyridinecarboxylic | | |

|Equivalent 28.7 % Active | | |

|5. Hyvar X | | |

|Bromacil (5-bromo-3-sec-butyl-6-methyluracil) | | |

|Equivalent 80% Active | | |

|6. Hyvar XL | | |

|Lithium salt of bromacil (5-bromo-3-sec-butyl-6-methyluracil) | | |

|Equivalent 21.9 % Active | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Zone 1 Nonselective Products | | |

|7. Karmex | | |

|Diuron 3-(,4,dichlorophenyl)-1 1-dimethylurea | | |

|Equivalent 80% Active | | |

|8. Krovar DF | | |

|Bromacil 9-bromo-3-sec-butyl-6-methyluracil | | |

|Equivalent 40% Active | | |

| | | |

|Diuron (3-(3,4-dichlorophenyl) -1,1-dimethylurea | | |

|Equivalent 40% Active | | |

|9. Landmark XP | | |

|Slufometuron methyl (Methyl 2-(4,6-dimethyl-2pyrimidinyl)amino)-carbonyl)amino)sulfony)benzoate | | |

|Equliviant 50% Active | | |

| | | |

|Chlorsufuron 2-Chloro-N-(4-methoxy-6-methyl 1,3,5-triazin-2-yl) aminocarbonyl bezenesuflonamide | | |

|Equivalent 25% Active | | |

|10. Oust XP | | |

|Sufometuron Methyl ( Methyl 2-(4,6-dimethyl-2-pyrimidiny)amino) | | |

|carbonyl)amino sulfonyl)benzoate | | |

|Equivalent 75% Active | | |

| | | |

|Hydrazono)ethyl)-3-pyridinecarboxylic acid , sodium salt | | |

|Equivalent 21.4 % | | |

| | | |

|Active Sodium salt of 3,6-dichloro-o-anisic acid | | |

|Equivalent 55% Active | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Zone 1 Nonselective Products | | |

|11. Payload | | |

|Active Ingredient Flumioxazin | | |

|Equivalent 51% Active | | |

|12. Pendulum 3.3 EC | | |

|Pendimethalin. N-(1-ethylpropyl)-3,4-dimethyl-2,6-dinitrobenzenamine | | |

|Equivalent 37.4% Active | | |

|13. Pendulum 2 G | | |

|Pendimethalin, N-(1-ethylpropyl)-3 | | |

|4-dimethyl-2, 6-dinitrobenzenamine | | |

|Equivalent 2% Active | | |

|14. Portfolio | | |

|Sulfentrazone | | |

|Equivalent 75% Active | | |

|15. Predict | | |

|Norflurason 4-chloro-5-(methylamino)-2-(triluoro-m-tolyl) | | |

|3-(2H0-pyridazininone | | |

|Equivalent 78.6 Active | | |

|16. Round Up Pro | | |

|Glyphosate, N (phosphonomethyl) glycine, isopropylamine salt | | |

|Equivalent 41% Active | | |

|17. Round Up Concentrate | | |

|Glyphosate, N (phosphonomethyl) glycine, isopropylamine salt | | |

|Equivalent 51% Active | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Zone 1 Nonselective Products | | |

|18. Sahara WDG | | |

|Isopropylamine salt of lmazapyr (2-(4,5-dihydro-4-methyl-4 | | |

|(1-methylethyl)-5-oxo1H-imidazol-2-y)-3-pyridinecarboxylic | | |

|Equivalent 7.78% Active | | |

| | | |

|Diuron (3-#,4-dichlorophenyl)-1,1-dimethylurea | | |

|Equivalent 62.2% Active | | |

|19. Spike 80 DF | | |

|Tebuthiuron N-(5-1,1-dimethylethyl)1,3,4-thiadiazol-2yl) -N | | |

|,N-dimethylurea | | |

|Equivalent 80% Active | | |

|20. Topsite 2.5 G | | |

|lmazapyr (2-(4,5-dihydro-4-methyl-4 | | |

|(1-methylethyl)-5-oxo1H-imidazol-2-y)-3-pyridinecarboxylic | | |

|Equivalent .5% Active | | |

| | | |

|Diuron (3-#,4-dichlorophenyl)-1,1-dimethylurea | | |

|Equivalent 2% Active | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Zone 2 & 3 Selective Products | | |

|1. Amine 4 | | |

|Dimethylamine salt of 2-4 -Dichloro-phenoxyacetic acid | | |

|Equivalent 46.5% Active | | |

|2. Buctril 2EC | | |

|Octanoic acid ester of bromoxynil ( 3,5-dibromo-4-hydroxbenzonitrile) | | |

|Equivilant 33.4% Active | | |

|4. Crossbow | | |

|2-4-dichlorophenoxyacetic acid butoxyethyl ester | | |

|Equivalent 34.4% Active | | |

| | | |

|Triclopyr BEE ,5,6-trichloro-2pyridinyloxyacetic acid, butoxyethyl ester | | |

|Equivalent 16.5% Active | | |

|5. Curtail | | |

|Clopyralid MEA salt: 3.6-dichloro-2-pyridnecarboxylic acid, | | |

|monoethanolamine salt | | |

|Equivalent 5.1%Active | | |

| | | |

|2,4-dichlorophenoxyacetic acid triisopropanolamine salt | | |

|Equivalent 39.0 % | | |

|6. Edict | | |

|Pyraflufen Ethyl (Ethyl 2chloro5-(4-chloro-5-Diffulromethoxy | | |

|1-methyl-1H-pyrazol-3-yl)-4-fluorophenoxyacetate | | |

|Equivalent 2.5% Active | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Zone 2 & 3 Selective Products | | |

|7. Escalade | | |

|Dimethylamine salt of 2-4 -Dichloro-phenoxyacetic acid | | |

|Equivalent 39.53% Active | | |

| | | |

|fluroxypyr 1-methylheptyl ester (4-amino3,5-dichloro-6-fluyoro-2-pyridinyl) acetic acid, 1-methylheptyl | | |

|ester. | | |

|Equivalent 11.82% Active | | |

| | | |

|Diglycolamine salt of 3,6-dichloro-o-anisic acid | | |

|Equivalent 4.10% Active | | |

|8. Escort | | |

|Metsulfuron methyl Methyl 2 ( 4-methoxy-6-methyl | | |

|1,3,5-triazin-2-yl)amino) carbonyl)amino)sulfonyl)benzoate | | |

| | | |

|Equivalent 60 % Active | | |

|9. Garlon 3A | | |

|Triclopyr 3,5,6-trichloro-2-pyridinyloxyacetic acid | | |

|triethylamine salt | | |

| | | |

|Equivalent 44.4 % Active | | |

|10. Garlon 4 | | |

|Triclopyr 3,5,6-trichloro-2-pyridiny;pxyacetoc acid, | | |

|butoxyethyl ester | | |

| | | |

|Equivalent 61.6 % Active | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Zone 2 & 3 Selective Products | | |

|11. Krenite S | | |

|Ammonium salt of fosamine ( ethyl hydrogen | | |

|(aminocarbonyl) phosphonate | | |

| | | |

|Equivalent 41.5 % Active | | |

|12. Mecamine D | | |

|Dimethylamine Salt of 2-4-Dichlorophenoxyacetic acid | | |

| | | |

|Equivalent Active 30.56 % | | |

| | | |

|Dimethylamine Salt of 2-(2-methyl-4-chlorophenoxy propionic acid | | |

|Equivalent Active16.34 % | | |

| | | |

|Dimethylamine Salt of Dicamba (3,6-dichloro-o-anisic acid | | |

| | | |

|Equivalent Active2.77 % | | |

|13. Overdrive | | |

|Sodium salt of diflufenzopyr | | |

|Equivalent 21.4 % | | |

| | | |

|Sodium salt of 3,6-dichloro-o-anisic acid | | |

| | | |

|Equivalent 55% | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Zone 2 & 3 Selective Products | | |

|14. Pathfinder II | | |

|Triclopyr 3,5,6-trichloro-2-pyridinyloxacetic acid, butoxyethyl ester | | |

| | | |

|Equivalent 13.6 % Active | | |

|15. Redeem | | |

|Triclopyr TEA 3,5,6-trichloro-2-pyridinylozyacetic | | |

|acid, triethylamine salt | | |

|Equivalent 33 % Active | | |

| | | |

|Clopyralid TEA 3,6-dichloro-2-pyridinecarboxylic | | |

| | | |

|Equivalent 12.1 % Active | | |

|16. Savage | | |

|Dimethylamine salt of 2,4,dichlorophenoxyacetic acid | | |

| | | |

|Equivalent 95 % Active | | |

|17. Telar | | |

|Chlorsulfuron 2-Chloro-No(4-methoxy-6-methyl- | | |

|1,3,5-triazin-2-yl) aminocarbonyl benzenesulfonamide | | |

| | | |

|Equivalent 75 % Active | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Zone 2 & 3 Selective Products | | |

|18. Tordon 101 | | |

|Picloram 4 amino 3,5,6-trichloropicolinic acid | | |

|triilsopropanolamine salt | | |

|Equivalent 10.2 % Active | | |

| | | |

|2-4-dichlorophenoxyacetic acid triisopropanolamine salt | | |

| | | |

|Equivalent 39.6 % Active | | |

|19. Tordon 22 K | | |

|Picloram 4 amino-3,5,6-trichloropicolinic acid potassium salt | | |

| | | |

|Equivalent 24.4 Active | | |

|20. Tordon RTU | | |

|Picloram 4 amino 3,5,6-trichloropicolinic acid | | |

|triilsopropanolamine salt | | |

|Equivalent 5.4 % Active | | |

| | | |

|2-4-dichlorophenoxyacetic acid triisopropanolamine salt | | |

| | | |

|Equivalent 20.9 % Active | | |

|21. Transline | | |

|Clopyralid MEA salt: 3.6-dichloro-2-pyridnecarboxylic acid, | | |

|monoethanolamine salt | | |

| | | |

|Equivalent 40.9 %Active | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Zone 2 & 3 Selective Products | | |

|22. Vanquish | | |

|Diglycolamine salt of 3,6-dichloro-o-anisic acid | | |

| | | |

|Equivalent 56.8 % Active | | |

|23. Veteran 720 | | |

|Dimethylamine salt of 2,4,dichlorophenoxyacetic acid | | |

| | | |

|Equivalent 24.58% Active | | |

| | | |

|Dimethylamine salt of Dicamba ( 3,6-Dichloro-o-anisic acid | | |

| | | |

|Equivalent 12.82 % Active | | |

|24. Veteran 10 G | | |

|Dicamba (3,6-dichloro-o-anisic acid | | |

| | | |

|Equivalent 10% Active | | |

|25. Vista | | |

|Fluroxypyr 1-methylheptyl ester (4-amino3,5-dichloro-6-fluyoro-2-pyridinyl) | | |

|acetic acid, 1-methylheptyl ester. | | |

| | | |

|Equivalent 26.2 Active | | |

|26. Weedone LV 4 EC | | |

|Isoctyl (2-ethylhexyl) Ester of 2-4-Dichlorophenoxyacetic acid | | |

| | | |

|Equivalent 67.2 % Active | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|West Nile Virus | | |

|1. BTI Briquets | | |

|2. Vectolex | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Ornamentals | | |

|1. Casoron 4G | | |

|Dichlobenil (2-6-dichlorobenzonitrile) | | |

| | | |

|Equivilant 4.0 % Active | | |

|2. Gallery DF | | |

|Isoxaben N-(3-(1-ethyl-1-methylpropyl)- | | |

|5-isoxazoly)-2,6-dimethoxybenzamide and isomers | | |

| | | |

|Equivalent 75 % Active | | |

|3. Oryzalin A.S | | |

|Oryzalin: 3,5-dinitro-N4 | | |

|N4-dipropysulfanilamide | | |

| | | |

|Equivalent 40.4 % | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Ornamentals | | |

|4. Oryzalin DF | | |

|Oryzalin: 3,5-dinitro-N4 | | |

|N4-dipropysulfanilamide | | |

| | | |

|Equivalent 85 % | | |

|5. Pendulum 3.3 EC | | |

|Pendimethalin. N-(1-ethylpropyl)-3,4-dimethyl-2,6-dinitrobenzenamine | | |

| | | |

|Equivalent 37.4 % Active | | |

|6. Pendulum 2 G | | |

|Pendimethalin, N-(1-ethylpropyl)-3 | | |

|4-dimethyl-2, 6-dinitrobenzenamine | | |

| | | |

|Equivalent 2% Active | | |

|7. Ronstar G | | |

|Ocadiazon (2-tert-butyl-4-(2,4-dichloro-5-isopropoxyphenyl) | | |

|1,3,4-oxadiazolin-5-one) | | |

| | | |

|Equivalent 2 % Active | | |

|8. Ronstar 50 WSP | | |

|Ocadiazon (2-tert-butyl-4-(2,4-dichloro-5-isopropoxyphenyl) | | |

|1,3,4-oxadiazolin-5-one) | | |

| | | |

|Equivalent 50 % Active | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Adjuvants / Surfactants | | |

|1. Actamaster Wet | | |

|Ammonium Sulfate | | |

|2. Actamaster Dry | | |

|Ammonium Sulfate | | |

|3. Activator 90 | | |

|Alkyl polyoxyethylene ether & free fatty acids Alcohol not to exceed 10%. | | |

| | | |

|Equivalent 90 % active | | |

|4. All Clear | | |

|Spray Tank Decontaminator | | |

|Liquid Formulation ammonia sequestrants, detergents | | |

| | | |

|Equivalent 6% Active | | |

|5. Bivert / Insist | | |

|No Substitute | | |

|6. Blazon Blue | | |

|No Substitute | | |

|7. Blazon Red | | |

|No Substitute | | |

|8. Blazon Yellow | | |

|No Substitute | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Adjuvants / Surfactants | | |

|9. Bulls Eye | | |

|No Substitute | | |

|10. Chem-Trol | | |

|Deposition Aid Drift Retardant | | |

|Polyvinyl Polumer ( Polacrylamide ) | | |

| | | |

|Equilviant 1% Active | | |

|11. Fighter F | | |

|No Substitute | | |

|12. Freeway | | |

|No Substitute | | |

|13. Herbimax | | |

|No Substitute | | |

|14 Hi-Light Blue | | |

|Blue Packets | | |

|15. Hi-Light Blue | | |

|No Substitute | | |

|16. Hi-Light Red | | |

|No Substitute | | |

|17. In Place | | |

|No Substitute | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Adjuvants / Surfactants | | |

|18. LI 700 | | |

|Phosphatidylcholine, methylacetic acid and alkyl polyoxyethylene ether | | |

| | | |

|Equivalent 80% Active | | |

|19. MSO Concentrate | | |

|No Substitute | | |

|20. Phase | | |

|No Substitue | | |

|21. PH | | |

|No Substitute | | |

|22. Odor Mask | | |

|Equivalent | | |

|23. Redi-Vert | | |

|No Substitute | | |

|24. Redi-Vert II | | |

|No Substitute | | |

|25. Redi-Vert III | | |

|No Substitute | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

| | |See Standard Terms & Conditions III.26 Quality Standards |

|Adjuvants / Surfactants | | |

|26. Spreader 90 | | |

|No Substitute | | |

|27. Support | | |

|No Substitute | | |

|28. Tank Cleaner | | |

|29. Target LC | | |

|Polyvinyl Polymer (Polyacrylamide) | | |

| | | |

|Equivalent 30 active | | |

5 PRICE SHEETS

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 1 Nonselective Products |

| |6840-639-000 |Aquamaster (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 2.5 |$ |

| | |Brand/Model: | | | |5) 10 |$ |

| | | | | | |6) 0* |$ |

| |6840-648-000 |Arsenal (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 10 |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 1 Nonselective Products (continued) |

| |6840-611-000 |Direx 4 L (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 2750 |$ |

| | | |30 |gl. |$ |2) 210 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 6400 |$ |

| | | | | | |6) 120 |$ |

| |6840-719-000 |Habitat (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 5 |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 1 Nonselective Products (continued) |

| |6840-540-000 |Hyvar X (per specifications in Section 3.3) |Unit | |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-541-000 |Hyvar XL (per specifications in Section 3.3) |2 x 2.5 |gl. |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 1 Nonselective Products (continued) |

| |6840-609-000 |Karmex (per specifications in Section 3.3) |25 |lb |$ |1) 80 |$ |

| | | |12 x 4 |lb |$ |2) 4837 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 200 |$ |

| | | | | | |6) 0* |$ |

| |6840-543-000 |Krovar DF (per specifications in Section 3.3) |25 |lb |$ |1) 9900 |$ |

| | | |8 x 6 |lb |$ |2) 16774 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 2323 |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 1 Nonselective Products (continued) |

| |Need CC Number |Landmark XP (per specifications in Section 3.3) |20 x 22.5 |Oz |$ |1) 2340 |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 3400 |$ |

| | |Mfg.: | | | |4) 4948 |$ |

| | |Brand/Model: | | | |5) 198 |$ |

| | | | | | |6) 4267 |$ |

| |6840-757-000 |Oust XP per specifications in Section 3.3) |48 |Oz |$ |1) 4158 |$ |

| | | | | | |2) 1500 |$ |

| | |For Product Bid State: | | | |3) 990 |$ |

| | |Mfg.: | | | |4) 1805 |$ |

| | |Brand/Model: | | | |5) 7000 |$ |

| | | | | | |6) 1350 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 1 Nonselective Products (continued) |

| |6840-758-000 |Payload (per specifications in Section 3.3) |4 x 5 |lb |$ |1) 4067 |$ |

| | | | | | |2) 300 |$ |

| | |For Product Bid State: | | | |3) 233 |$ |

| | |Mfg.: | | | |4) 908 |$ |

| | |Brand/Model: | | | |5) 203 |$ |

| | | | | | |6) 0* |$ |

| |6840-713-000 |Pendulum 3.3 EC (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 16 |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 1 |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 1 Nonselective Products (continued) |

| |6840-714-000 |Pendulum 2 G (per specifications in Section 3.3) |40 |lb |$ |1) 0* |$ |

| | | | | | |2) 500 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 2960 |$ |

| | | | | | |6) 800 |$ |

| |Need CC Number |Portfolil (per specifications in Section 3.3) | | |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 1 Nonselective Products (continued) |

| |6840-742-000 |Predict (per specifications in Section 3.3) |25 |lb |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 76 |$ |

| | |Mfg.: | | | |4) 50 |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-645-000 |Round Up Pro (per specifications in Section 3.3) |2x 2.5 |gl |$ |1) 40 |$ |

| | | |30 |gl |$ |2) 650 |$ |

| | |For Product Bid State: | | | |3) 314 |$ |

| | |Mfg.: | | | |4) 600 |$ |

| | |Brand/Model: | | | |5) 1235 |$ |

| | | | | | |6) 300 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 1 Nonselective Products (continued) |

| |6840-643-000 |Round Up Concentrate (per specifications in Section 3.3) | |gl |$ |1) 5 |$ |

| | | | | | |2) 85 |$ |

| | |For Product Bid State: | | | |3) 204 |$ |

| | |Mfg.: | | | |4) 100 |$ |

| | |Brand/Model: | | | |5) 1 |$ |

| | | | | | |6) 200 |$ |

| |6840-636-000 |Sahara WDG (per specifications in Section 3.3) |40 |lb |$ |1) 0* |$ |

| | | |4 x 10 |lb |$ |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 1 Nonselective Products (continued) |

| |6840-760-000 |Spike 80 DF (per specifications in Section 3.3) |6 x 4 |lb |$ |1) 0* |$ |

| | | |25 |lb |$ |2) 1245 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-646-000 |Topsite 2.5 G (per specifications in Section 3.3) |40 |lb |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products |

| |6840-774-000 |Amine 4 (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 2900 |$ |

| | | |30 |gl |$ |2) 1960 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 2450 |$ |

| | | | | | |6) 30 |$ |

| |6840-548-000 |Buctril 2EC (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 1600 |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 150 |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products |

| |6840-783-000 |Crossbow (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 10 |$ |

| | |Mfg.: | | | |4) 72 |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 10 |$ |

| |6840-569-000 |Curtail (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 300 |$ |

| | | | | | |2) 130 |$ |

| | |For Product Bid State: | | | |3) 14 |$ |

| | |Mfg.: | | | |4) 5 |$ |

| | |Brand/Model: | | | |5) 5 |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-155-000 |Edict (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |Need CC Number |Escalade (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-693-000 |Escort (per specifications in Section 3.3) |8 x 16 |ozd |$ |1) 220 |$ |

| | | | | | |2) 2965 |$ |

| | |For Product Bid State: | | | |3) 1000 |$ |

| | |Mfg.: | | | |4) 458 |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 24 |$ |

| |6840-764-000 |Garlon 3A (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | |30 | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 835 |$ |

| | |Mfg.: | | | |4) 675 |$ |

| | |Brand/Model: | | | |5) 10 |$ |

| | | | | | |6) 140 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-765-000 |Garlon 4 (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 220 |$ |

| | | |30 |gl |$ |2) 1 |$ |

| | |For Product Bid State: | | | |3) 20 |$ |

| | |Mfg.: | | | |4) 230 |$ |

| | |Brand/Model: | | | |5) 10 |$ |

| | | | | | |6) 350 |$ |

| |6840-661-000 |Krenite S (per specifications in Section 3.3) |2 X 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 220 |$ |

| | |For Product Bid State: | | | |3) 400 |$ |

| | |Mfg.: | | | |4) 65 |$ |

| | |Brand/Model: | | | |5) 10 |$ |

| | | | | | |6) 180 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-762-000 |Mecamine D (per specifications in Section 3.3) | |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-746-000 |Overdrive (per specifications in Section 3.3) |4 x.75 |lb |$ |1) 0* |$ |

| | | | | | |2) 10 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-550-000 |Pathfinder II (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-815-000 |Redeem (per specifications in Section 3.3) |2 X 1 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-739-000 |Savage (per specifications in Section 3.3) |2 x 20 |lb |$ |1) 0* |$ |

| | | | | | |2) 240 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 47 |$ |

| | | | | | |6) 0* |$ |

| |6840-566-000 |Telar ((per specifications in Section 3.3) |16 |Ozd |$ |1) 77 |$ |

| | | | | | |2) 1106 |$ |

| | |For Product Bid State: | | | |3) 892 |$ |

| | |Mfg.: | | | |4) 294 |$ |

| | |Brand/Model: | | | |5) 1197 |$ |

| | | | | | |6) 362 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-724-000 |Tordon 101 (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | |30 |gl |$ |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-723-000 |Tordon 22 K (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 765 |$ |

| | | |30 |gl |$ |2) 430 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 100 |$ |

| | | | | | |6) 70 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-726-000 |Tordon RTU (per specifications in Section 3.3) |4 x 1 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-568-000 |Transline (per specifications in Section 3.3) |2 X 2.5 | |$ |1) 1 |$ |

| | | | | | |2) 20 |$ |

| | |For Product Bid State: | | | |3) 10 |$ |

| | |Mfg.: | | | |4) 2.5 |$ |

| | |Brand/Model: | | | |5) 5 |$ |

| | | | | | |6) 2.5 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-747-000 |Vanquish (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 670 |$ |

| | | |30 |gl |$ |2) 550 |$ |

| | |For Product Bid State: | | | |3) 50 |$ |

| | |Mfg.: | | | |4) 1 |$ |

| | |Brand/Model: | | | |5) 280 |$ |

| | | | | | |6) 240 |$ |

| |6840-585-000 |Veteran 720 (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 40 |$ |

| | | |30 |gl |$ |2) 4530 |$ |

| | |For Product Bid State: | | | |3) 100 |$ |

| | |Mfg.: | | | |4) 200 |$ |

| | |Brand/Model: | | | |5) 1080 |$ |

| | | | | | |6) 300 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-582-000 |Veteran 10 G (per specifications in Section 3.3) |25 |lb |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 500 |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-140-000 |Vista (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 50 |$ |

| | | | | | |2) 1200 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 456 |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Zone 2 & 3 Selective Products (continued) |

| |6840-771-000 |Weedone LV 4 EC (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | |30 |gl |$ |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|West Nile Virus |

| |6840-135-000 |BTI Briquets (per specifications in Section 3.3) |858 |Ea |$ |1) 300 |$ |

| | | | | | |2) 300 |$ |

| | |For Product Bid State: | | | |3) 300 |$ |

| | |Mfg.: | | | |4) 300 |$ |

| | |Brand/Model: | | | |5) 300 |$ |

| | | | | | |6) 300 |$ |

| |6840-138-000 |Vectolex (per specifications in Section 3.3) |306 |Lb |$ |1) 102 |$ |

| | | | | | |2) 102 |$ |

| | |For Product Bid State: | | | |3) 102 |$ |

| | |Mfg.: | | | |4) 102 |$ |

| | |Brand/Model: | | | |5) 102 |$ |

| | | | | | |6) 102 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Ornamentals |

| |6840-590-000 |Casoron 4G (per specifications in Section 3.3) |50 |Lb |$ |1) 8200 |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 650 |$ |

| | |Mfg.: | | | |4) 7975 |$ |

| | |Brand/Model: | | | |5) 800 |$ |

| | | | | | |6) 4279 |$ |

| |6840-651-000 |Gallery DF (per specifications in Section 3.3) |4 x1 |Lb |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 260 |$ |

| | |Brand/Model: | | | |5) 150 |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Ornamentals |

| |6840-700-000 |Oryzalin A.S (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | |4 x 1 |Gl |$ |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 100 |$ |

| | |Brand/Model: | | | |5) 100 |$ |

| | | | | | |6) 0* |$ |

| |6840-700-000 |Oryzalin DF (per specifications in Section 3.3) | | |$ |1) 0* |$ |

| |Need New CC Number | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 100 |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Ornamentals (continued) |

| |6840-713-000 |Pendulum 3.3 EC (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 10 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 1 |$ |

| | | | | | |6) 0* |$ |

| |6840-714-000 |Pendulum 2 G (per specifications in Section 3.3) |40 |Lb |$ |1) 2 |$ |

| | | | | | |2) 2 |$ |

| | |For Product Bid State: | | | |3) 2 |$ |

| | |Mfg.: | | | |4) 2 |$ |

| | |Brand/Model: | | | |5) 2 |$ |

| | | | | | |6) 2 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Ornamentals (continued) |

| |6840-705-000 |Ronstar G (per specifications in Section 3.3) |50 |Lb |$ |1) 1 |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 2320 |$ |

| | |Mfg.: | | | |4) 100 |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-709-000 |Ronstar 50 WSP (per specifications in Section 3.3) |5 x 2 |Lb |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 896 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-981-000 |Actamaster Wet (per specifications in Section 3.3) |5 |gl |$ |1) 8 |$ |

| | | | | | |2) 8 |$ |

| | |For Product Bid State: | | | |3) 8 |$ |

| | |Mfg.: | | | |4) 8 |$ |

| | |Brand/Model: | | | |5) 8 |$ |

| | | | | | |6) 8 |$ |

| |6840-980-000 |Actamaster Dry (per specifications in Section 3.3) |51 |Bag |$ |1) 0* |$ |

| | | | | | |2) 23205 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 813 |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-941-000 |Activator 90 (per specifications in Section 3.3) |4 x 1 |gl |$ |1) 170 |$ |

| | | | | | |2) 1 |$ |

| | |For Product Bid State: | | | |3) 50 |$ |

| | |Mfg.: | | | |4) 4 |$ |

| | |Brand/Model: | | | |5) 4 |$ |

| | | | | | |6) 0* |$ |

| |6840-975-000 |All Clear (per specifications in Section 3.3) |4 x 1 |gl |$ |1) 1 |$ |

| | | | | | |2) 1 |$ |

| | |For Product Bid State: | | | |3) 1 |$ |

| | |Mfg.: | | | |4) 1 |$ |

| | |Brand/Model: | | | |5) 1 |$ |

| | | | | | |6) 1 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-916-000 |Bivert / Insist (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 50 |$ |

| | | |30 |gl |$ |2) 5 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-900-000 |Blazon Blue (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 15 |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-901-000 |Blazon Red (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-902-000 |Blazon Yellow (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 1 |$ |

| | | | | | |2) 1 |$ |

| | |For Product Bid State: | | | |3) 1 |$ |

| | |Mfg.: | | | |4) 1 |$ |

| | |Brand/Model: | | | |5) 1 |$ |

| | | | | | |6) 1 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-905-000 |Bulls Eye (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 2 |$ |

| | | | | | |2) 2 |$ |

| | |For Product Bid State: | | | |3) 2 |$ |

| | |Mfg.: | | | |4) 2 |$ |

| | |Brand/Model: | | | |5) 2 |$ |

| | | | | | |6) 2 |$ |

| |6840-954-000 |Chem-Trol (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 1 |$ |

| | | | | | |2) 1700 |$ |

| | |For Product Bid State: | | | |3) 170 |$ |

| | |Mfg.: | | | |4) 32 |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-911-000 |Fighter F (per specifications in Section 3.3) |24 x 1 |pt |$ |1) 1 |$ |

| | | |4 x 1 |gl |$ |2) 63 |$ |

| | |For Product Bid State: | | | |3) 28 |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 22 |$ |

| | | | | | |6) 0* |$ |

| |6840-948-000 |Freeway (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 45 |$ |

| | | |4 x 1 |gl |$ |2) 0* |$ |

| | |For Product Bid State: | | | |3) 100 |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 28 |$ |

| | | | | | |6) 29 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-933-000 |Herbimax (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 2 |$ |

| | | | | | |2) 2 |$ |

| | |For Product Bid State: | | | |3) 2 |$ |

| | |Mfg.: | | | |4) 2 |$ |

| | |Brand/Model: | | | |5) 2 |$ |

| | | | | | |6) 2 |$ |

| |6840-903-000 |Hi-Light Blue (Blue Packets) (per specifications in Section 3.3) |40 x 1 |Cs |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-906-000 |Hi-Light Blue (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 5 |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 14 |$ |

| | | | | | |6) 0* |$ |

| |6840-908-000 |Hi-Light Red (per specifications in Section 3.3) |4 x 1 |gl |$ |1) 2 |$ |

| | | | | | |2) 2 |$ |

| | |For Product Bid State: | | | |3) 2 |$ |

| | |Mfg.: | | | |4) 2 |$ |

| | |Brand/Model: | | | |5) 2 |$ |

| | | | | | |6) 2 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-916-000 |In Place (per specifications in Section 3.3) |30 |gl |$ |1) 15 |$ |

| | | |2 x 2.5 |gl |$ |2) 34 |$ |

| | |For Product Bid State: |4 x 1 |gl |$ |3) 0* |$ |

| | |Mfg.: | | | |4) 21 |$ |

| | |Brand/Model: | | | |5) 14 |$ |

| | | | | | |6) 50 |$ |

| |6840-952-000 |LI 700 (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 3 |$ |

| | | | | | |2) 3 |$ |

| | |For Product Bid State: | | | |3) 3 |$ |

| | |Mfg.: | | | |4) 3 |$ |

| | |Brand/Model: | | | |5) 3 |$ |

| | | | | | |6) 3 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-965-000 |MSO Concentrate (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 25 |$ |

| | | | | | |2) 1970 |$ |

| | |For Product Bid State: | | | |3) 34 |$ |

| | |Mfg.: | | | |4) 46 |$ |

| | |Brand/Model: | | | |5) 560 |$ |

| | | | | | |6) 0* |$ |

| |6840-950-000 |Phase (per specifications in Section 3.3) |4 x 1 |gl |$ |1) 102 |$ |

| | | | | | |2) 100 |$ |

| | |For Product Bid State: | | | |3) 84 |$ |

| | |Mfg.: | | | |4) 5 |$ |

| | |Brand/Model: | | | |5) 14 |$ |

| | | | | | |6) 23 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-835-000 |PH (per specifications in Section 3.3) |5 |gl |$ |1) 0* |$ |

| | | |55 |gl |$ |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

| |6840-930-000 |Odor Mask (per specifications in Section 3.3) |12 x 1 |qt |$ |1) 2 |$ |

| | | | | | |2) 2 |$ |

| | |For Product Bid State: | | | |3) 2 |$ |

| | |Mfg.: | | | |4) 2 |$ |

| | |Brand/Model: | | | |5) 2 |$ |

| | | | | | |6) 2 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-745-000 |Redi-Vert (per specifications in Section 3.3) |30 |gl |$ |1) 512 |$ |

| | | |55 |gl |$ |2) 512 |$ |

| | |For Product Bid State: | | | |3) 512 |$ |

| | |Mfg.: | | | |4) 512 |$ |

| | |Brand/Model: | | | |5) 512 |$ |

| | | | | | |6) 512 |$ |

| |6840-741-000 |Redi-Vert II (per specifications in Section 3.3) |55 |gl |$ |1) 50 |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-748-000 |Redi-Vert III (per specifications in Section 3.3) |55 |gl |$ |1) 275 |$ |

| | | | | | |2) 3320 |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 1237 |$ |

| | |Brand/Model: | | | |5) 2740 |$ |

| | | | | | |6) 2600 |$ |

| |6840-946-000 |Spreader 90 (per specifications in Section 3.3) |2 x 2.5 |gl |$ |1) 350 |$ |

| | | |4 x 1 |gl |$ |2) 620 |$ |

| | |For Product Bid State: | | | |3) 120 |$ |

| | |Mfg.: | | | |4) 90 |$ |

| | |Brand/Model: | | | |5) 370 |$ |

| | | | | | |6) 106 |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-960-000 |Support (per specifications in Section 3.3) |4 x 1 |gl |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 5 |$ |

| |6840-998-000 |Tank Cleaner (per specifications in Section 3.3) |24 x 1 |Lb |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

|Item |Comm. Code |Product Description |Package |Unit |Unit Price |Est. Usage |Total Price |

| | | | | | |24 Months | |

|Adjuvant / Surfactants |

| |6840-924-000 |Target LC (per specifications in Section 3.3) |12 x 1 |Pt |$ |1) 0* |$ |

| | | | | | |2) 0* |$ |

| | |For Product Bid State: | | | |3) 0* |$ |

| | |Mfg.: | | | |4) 0* |$ |

| | |Brand/Model: | | | |5) 0* |$ |

| | | | | | |6) 0* |$ |

6 REFERENCES

Bidder shall furnish a minimum of three (3) references for which bidder has delivered goods or services on a contract similar in scope to that described in this IFB. The state reserves the right to waive reference checks if the bidder has a known, good performance history. Negative responses on Reference checks may be grounds for finding bid non-responsive.

or main page



7 dealer authoRization

The Bidder, if other than the manufacturer, shall provide a current, dated, and signed authorization from the manufacturer that the bidder is an authorized distributor, dealer or service representative and is authorized to sell the manufacturer’s products. Failure to comply with this requirement may result in bid rejection.

8 Washington Electronic Business Solution (WEBS)

The Department of General Administration has implemented a new vendor registration, bid notification and bid posting system for the State of Washington. The system will serve as a single location for vendors to register in order to do business with the State and will be a central location for government organizations to post bidding opportunities. Vendors not already registered in WEBS may do so by accessing .

9 Minimum orders

There shall be no minimum order size for this contract.

10 warehouses AND CUSTOMER pick-up locations

It is the state’s intent to reduce current pesticide inventory levels. Therefore, Contractor must maintain an adequate inventory of contract products within its warehouse(s) to meet the delivery requirements of purchasers and meet will-call orders. Identify percentage discount for customer pick-up on Bid Information. Bidders are to list their Washington warehouses on Bid Information.

11 delivery

Purchasers may order products on the following basis:

a. Next-day delivery for products ordered on a will-call basis. Contract items normally inventoried by Contractor may be picked up by purchaser with 24-hour notice, except weekends and State of Washington holidays.

b. Three-day delivery for products commonly inventoried in Contractor’s warehouse. It may be necessary for Contractor to transfer products between warehouses to meet delivery requirements.

c. Seven-day delivery for products not commonly inventoried by Contractor and must be ordered from the manufacturer.

12 PRODUCT RETURN/EXCHANGE POLICY

The state reserves the right to return any unopened and unused products. Bidders are to submit their company’s policy for handling the return/exchange of outdated pesticides with their bid.

BID EVALUATION

1 EVALUATION / AWARD

In conjunction with the Competitive Procurement Standards (revised 06/02/03), Section III, Paragraph 28, the award will be based on the lowest total acquisition cost to the state by WSDOT region (see page 62 for map). Each line item will be extended out by multiplying the unit price by the estimated two year usage for a total price that will be used for bid evaluation to determine lowest total cost by region. Items with an estimated quantity of zero shall not be included in this calculation. The state reserves the right to not award one or more line items within a region as deemed in the best interest of the state. The state reserves the right to aggregate award.

2

To aid in the evaluation process, after bid opening, the state may require individual bidders to appear at a date, time and place determined by the state for the purpose of conducting discussions to determine whether both parties have a full and complete understanding of the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

CONTRACT REQUIREMENTS

1 MSDS SHEETS AND LABELS

Within seven (7) days after notice of contract award, but not less than 15 days prior to the effective date of the contract, the successful contractor(s) shall supply Contracts Specialist one complete set of MSDS sheets and product labels representing all pesticides available through the contract. At the request of the Contract Specialist, an additional no cost up-dated set of MSDS sheets and product labels may be required annually during the term of the contract and any subsequent extensions. Each product delivered must have a MSDS enclosed with the shipment.

2 STORAGE INSTRUCTIONS

If not identified on the MSDS or the product label, Contractor must include with product shipments complete instructions for proper product handling and storage.

3 PRODUCT PERMITS AND REGISTRATION

All products supplied through this contract must be registered with the Washington State Department of Agriculture as provided for sale in Washington and have a United Sates Environmental Protection Agency Label. Contractor shall provide with applicable shipment (s) a completed "Washington State Department of Agriculture Restricted Use Permit" when appropriate.

4 DEPARTMENT OF NATURAL RESOURCES PURCHASES

All products sold to the Department of Natural Resources’, Forest Land Management Division, must have "forestry use" label.

5 ON SITE CONSULTATION

Prior to contract commencement, Contractor is to identify commercial “pest control consultants" (for each region), available to call on purchasers to provide product information and consultation as required by the purchaser. Consultants must be licensed by the Washington State Department of Agriculture. Submit copy of Pesticide license with bid as part of Bid Submittals.

Consultants shall make themselves available for field reviews to WSDOT staff.

6 CATALOGS AND PRICE SHEETS

Following contract award, the successful Contractor shall furnish all necessary catalogs and latest dated published manufacturer’s price lists as required by the Contract Consultant for effective administration of the contract. Failure to do so may cause price increases to be denied or Contractor to be in default of contract performance requirements.

7 rETENTION OF RECORDS

The Contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The Contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

8 OSHA AND WISHA REQUIREMENTS

Contractor agrees to comply with conditions of the Federal Occupational Safety and Health Acts of 1970 (OSHA), as may be amended, and, if it has a workplace within the State of Washington, the Washington Industrial Safety and Health Act of 1973 (WISHA), as may be amended, and the standards and regulations issued there under and certifies that all items furnished and purchased under this order will conform to and comply with said standards and regulations. Contractor further agrees to indemnify and hold harmless purchaser from all damages assessed against purchaser as a result of Contractor’s failure to comply with the acts and standards thereunder and for the failure of the items furnished under this order to so comply.

9 REPORTS

The contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at . Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B).

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

SPO Required Report

The successful bidder(s) must provide the Contract Specialist with an itemized sales report by customer and region. Reports are to be for a six month period and are due to the Contract Specialist within 30days after the reporting period. Reports may be rounded to the nearest dollar (see page 63 for sample report form).

SPECIAL TERMS AND CONDITIONS

1 PRICING AND ADJUSTMENTS

Unless otherwise stipulated all bids must include unit prices and extensions where applicable and be otherwise in the format requested.

All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington. If bidder agrees to extend contract pricing to State of Oregon ORCCP members, a percent increase to bid pricing to accommodate additional freight costs to Oregon locations may be indicated in Section IV, Bid Submittals.

All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract period pricing shall remain firm and fixed for at least 365 calendar days after effective date of contract.

Adjustments in pricing will be considered after firm fixed price period on a pass through basis only. A minimum of sixty (60) calendar days advance written notice of price increase is required which is to be accompanied by sufficient documentation to justify the requested increase. Documentation must be based on United States published indices such as the Producer Price Index. Acceptance will be at the discretion of the Contract Specialist and shall not produce a higher profit margin than that established on the original contract pricing. Approved price adjustments shall remain unchanged for at least 365 calendar days thereafter.

During the contract period, any price declines at the manufacturer’s level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date.

During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or lower pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

2 ADDITIONS OR DELETIONS

The state reserves the right to add or delete items, agencies, or locations, as determined to be in the best interest of the state. Added items, agencies or locations will be related to those on contract and additions or deletions will not represent a significant increase or decrease in size or scope of the contract. Such additions or deletions will be by mutual agreement, will be at prices consistent with the original bid price margins, and will be evidenced by issuance of a written contract change notice from the Contract Specialist.

3 CONTRACTOR PERFORMANCE

General Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

4 PURCHASING CARD ACCEPTANCE

In an effort to streamline the purchasing and payment process, the State is encouraging agencies to use the state contracted purchasing card to facilitate small dollar purchases. While at the present time, it is not mandatory that contractors accept credit card purchases, we encourage all state contractors to consider this alternate payment process. Please indicate in Bid Submittals which card(s) you presently accept and payment discount you may offer the state. The current card available for state agency use is a VISA product.

5 Order Acknowledgement and Deliveries

Contractor representative is to confirm receipt of order via e-mail, fax or phone call. Contractor shall notify the purchaser of the delivery with adequate time for the purchaser to prepare for delivery. A 24-hour notification to the scheduled delivery shall be required. Delivery notification shall be made during purchaser’s normal business hours.

6 BIDDER COMPLIANCE

The State reserves the right to consider the actual level of bidder’s compliance with the requirements specified in this IFB, and to consider a bid responsive if it substantially complies with the state’s intent relative to overall bid requirements and specifications

.

CS REQUIRED EXPENDITURE/ USAGE REPORT

STATE AGENCIES

Page 1

Successful bidder must provide reports in the format shown below to the Contract Specialist 30 days after the six month reporting period.

Indicate the region you are reporting on. Submit individual reports for each region. See page 75 for map of WSDOT regions.

|Eastern Region: |North Central Region: |Northwest Region: |

|Olympic Region: |South Central Region: |Southwest Region: |

|STATE AGENCY |CONTRACT ITEM |UNITS SOLD |SALES |

| |(description as listed on contract) |(six month period) |(six month period) |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | | |$ |

| | |TOTAL |$ |

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download