State of Washington



State of Washington

Current Contract Information

Effective Date: September 1, 2010

This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract or if you have any questions, please contact your local agency Purchasing Office, or you may contact the Department of Enterprise Services at the numbers listed below.

|Contract number: |05406 |Commodity code: |9782 |

|Contract title: |Waste PUmping Services |

|Purpose: |Price Adjustment for Northwest Cascade service areas. |

|Current term period: |May 13, 2010 |through: |December 31, 2012 |

|Contract type: |A convenience use contract for all customers. |

|For use by: |General use: All State Agencies, Political Subdivisions of Washington State (WSPC), Qualified Non-profit |

| |Corporations, and Participating Institutions of Higher Education (College and Universities, Community and |

| |Technical Colleges). |

|Scope of Contract: |This contract is awarded to two contractors. |

|Contractors: |Northwest Cascade, Inc. |

| |Stangland Septic Service |

|Contractor Information: |See pages 4 to 5 for details. |

|Pricing Information: |See pages 6 to 14 for details. |

|Ordering information: |See page 2, Notes section and Contractor Information for details. |

|Services available: |A purchased service contract for waste pumping and disposal of waste generated from discarded grease, fats and |

| |oils from food preparation facility collection/removal systems, sewage from septic tanks/vaults, parking lot |

| |oil/water separators, and other typical waste pumping services at government facilities. |

|Other Related Contracts: |#03505, Hazardous Waste Handling and Disposal Services; #01110, Marine Waste Management Services; #32206, |

| |Environmental Consulting Services |

Department of Enterprise Services:

|Contract Adminstrator: |LeAnna Sandy |DES Customer Service: | |

|Phone Number: |(360) 407-9408 |Phone Number: |(360) 902-7400 |

|Fax Number: |(360) 586-2426 |Fax Number: |(360) 586-2426 |

|Email: |Leanna.sandy@des. |Email: |CSMail@des. |

Visit our Internet site:

| | |

|Freight: |Pricing is FOB Destination, freight prepaid and included, within State of Washington, with exceptions as |

| |described herein. |

|Sales Taxes: |Paid according to state and local sales tax rates. |

|Payment Information: |See Contractor Information section, pages 4 to 6. |

|Contract Coverage: |See Contractor Information section, pages 4 to 6. |

|Term worth: |$500,000/27 month term |

|Current participation: |$0 MBE |$0 WBE |$500,000 OTHER |$0 EXEMPT |

| |MBE 0% |WBE 0% |OTHER 100% |Exempt 0% |

Notes:

I. Ordering: State Agencies to submit Order directly to Contractor for processing. Political Subdivisions to submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7400.

II. Authorized Purchasers: Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) listings published and updated periodically by DES may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A list of Washington members is available on the Internet , contractors shall not process state contract orders from unauthorized users.

III. Contract Terms: This Document includes by reference all terms and conditions published in the original IFB, including Standard Terms and Conditions, and Definitions, included in the Competitive Procurement Standards published by DES (as Amended).

SPECIAL CONDITIONS:

1. Effective September 1, 2010, Price increase for all service areas of Northwest Cascade (Skagit, Snohomish, King, Pierce, Thurston, Kitsap, Mason and Lewis counties), increase of $0.07 to $0.15 per gallon for pumping and disposal cost and an increase of $3.00 to $15.00 for labor rates.

2. Revised May 13, 2010, Removed MRP Services as Contractor, Awarded service areas Skagit, Snohomish, King, Pierce, Thurston, Kitsap, Mason, Lewis counties to Northwest Cascade, Inc., and Stangland Septic Service for Grays Harbor.

3. Revised January 28, 2010, Updated MRP contact information per Contractor request.

4. Effective January 12, 2010, Changed pricing for Pumping and Disposal of Grease Collection Tanks, increased price by $0.03 to $0.04 per gallon; and Septic Tank/Vault and Sewage Ejector Pump Pit/Lift Station, increased price by $0.01 per gallon.

5. Effective August 7, 2008, Extended Contract for 2 years, price adjustment for MRP, updated contact information, and removed Evergreen Sanitation Services from the contract (Contractor elected not to extend contract). Updated term worth to $280,000/2 yrs.

6. Revised June 21, 2007, updated Contractor information for MRP Services.

7. Effective August 7, 2006: Contract Award Notice.

8. All other terms, conditions, pricing, and specifications remain unchanged.

Table of Contents

Contractor Information 4

Price Sheets 6

SPECIAL TERMS AND CONDITIONS 15

1. CONTRACTOR LICENSES 15

2. INSURANCE 15

3. CONTRACTOR REPRESENTATIVE 15

4. PURCHASING CARD ACCEPTANCE 15

5. MATERIALS AND SERVICES 15

6. PURCHASES BY NONPROFIT CORPORATIONS 15

7. PREVAILING WAGES FOR WORKERS 16

8. COMPLIANCE WITH LAWS AND REGULATIONS 17

9. SERVICE LOCATIONS 17

10. CONTRACTOR VEHICLES AND EQUIPMENT 17

11. TRANSPORTATION COMPANY 17

12. MILEAGE CHARGE 17

13. DISPOSAL FACILITIES 18

14. INVOICING AND PROOF OF SERVICE 18

15. CONTRACTOR PERFORMANCE 18

MINIMUM SPECIFICATIONS 19

GENERAL REQUIREMENTS 19

A) CONTRACTOR QUALIFICATIONS 19

B) PUMPING AND CLEANING SERVICE TYPES 19

C) SERVICE EXPECTATIONS 19

D) DISPOSAL OF WASTE 22

E) SPILL AND RELEASE RESPONSIBILITIES 22

SPECIAL MINIMUM SPECIFICATIONS FOR DEPARTMENT OF CORRECTION FACILITIES 23

PREVAILING WAGES 24

Contractor Information

|CONTRACTOR: |Northwest Cascade, Inc. |

|Awarded COunties: |King, Kitsap, Lewis, Mason, Pierce, Skagit, Snohomish and Thurston |

|Customer Service/Order placement |Leanne Russell |Administrative Contact: |J.R. Inman |

|address: | | | |

|Phone: |253-848-2371 |Phone: |253-848-2371 |

|Fax: |253-848-2545 |Fax: |253-848-2545 |

| | |Email: |jr@ |

| | |After Hours/Cell Phone: |253-405-1087 |

|Web Site: | |Payment address: |PO Box 73399 |

| | | |Puyallup,WA 98373 |

| | |Contact for Billing: |Lauri Glasser |

|T.I.N. |91-0826966 |Phone: |253-848-2371 |

|Contractor License no.: |NORTHCI148BG |Payment terms: |Net 30 days |

|WA ST UBI no.: |278-049-149 |Purchasing Card - VISA: |Yes |

|Transportation Companies: |None |Sell to WSPC members |Yes |

|Subcontractors: |None |DES Supplier no |W3712 |

|Disposal Facilities used on this contract: |

|Bio-Recycling, Inc., 2109 Foron Road, Centralia, WA 98407 WA DOE Permit |

|Bio-Recycling, Inc., Webb Hill Road, Shelton, WA 98427 WA DOE Permit |

|Metro-King County, 1200 Monster Road SW, Renton, WA 98057 WA Permit |

|City of Tacoma, 2201 Portland Ave. E., Tacoma, WA 98421 WA Permit |

|Lott Alliance, 500 Adams Street, Olympia, WA 98501 WA Permit |

|PRS Group, Inc., 3003 Taylor Way, Tacoma, WA 98421 WA DOE Permit & City of Tacoma Sewer Permit |

|Air, Water & Soils Technologies, 2221 Portland Ave, Tacoma, WA 98421 WA DOE Permit & City of Tacoma Sewer Permit |

|Darling International, 2041 Marc Street, Tacoma, WA 98421 Grease |

|Baker Commodities, 5795 South 130th Place, Seattle, WA 98178 Grease |

|CONTRACTOR: |Stangland Septic Service |

|Awarded COuntY: |Grays Harbor |

|Customer Service/Order placement |Carolyn Evans |Administrative Contact: |Tane Evans |

|address: | | | |

|Phone: |360-533-2292 |Phone: |360-533-2292 |

|Fax: |360-532-1561 |After hours Cell Phone: |360-580-9216 |

|Email: |stangland@ |Email: |stangland@ |

|T.I.N. |91-0946692 |Payment address: |5510 Olympic Highway |

| | | |Aberdeen, WA 98520 |

|Contractor License no.: |STANGC*245CL |Contact for Billing: |Carolyn Evans |

|WA ST UBI no.: |600-173-653 |Payment terms: |Net 30 days |

|Transportation Companies: |None |Purchasing Card - VISA: |VISA |

|Subcontractors: |None |Sell to WSPC members |Yes |

| | |DES Supplier no |W8645 |

|Disposal Facilities used on this contract: |

|Bio-Recycling, Inc., Webb Hill Road, Shelton, WA 98427 WA DOE Permit, Recycling and Treatment of Bio-solids |

Price Sheets

|PRICE SHEET |

|Item |Description |Qty |Unit |Unit Price |

|b |101 to 1000 gallons: |1 |Gal |$0.46 |

|c |1001 to 4000 gallons: |1 |Gal |$0.45 |

|d |4001 to 25,000 gallons: |1 |Gal |$0.44 |

|2 |Pumping and Disposal – Septic Tank/Vault: |1 |Gal |$0.41 |

|3 |Pumping and Disposal – Sewage Ejector Pump Pit/Lift Station: |1 |Gal |$0.40 |

| |Other Service Charges | | |  |

|5 |Job Service (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$132.00 |

|6 |Standby Rate per quarter hour (Per Person Per Hour, Normal Working Hours) charge: |1 |QHR |$33.00 |

|7 |Standby Rate per quarter hour (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |QHR |$33.00 |

|8 |Extra Laborer (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$88.00 |

|9 |Extra Laborer (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$88.00 |

|10 |Extra Hoses: |1 |Lin Ft |$2.00 |

| | | | |  |

|12 |Pressure Jet Line Washing Equipment (Per Hour) charge: |1 |Hr |$165.00 |

|13 |Pressure Jet Line Washing Labor (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$165.00 |

|14 |Pressure Jet Line Washing Labor (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$165.00 |

|15 |Standby Ferry Rate (per person per quarter hour) charge: (used only for those counties that a |1 |QHR |$27.50 |

| |Bidder would use a ferry to perform service) | | | |

|16 |Optional Other Item(s) (Bidder to specify): | | |275.00 |

| |H&H Pumps & Power Units |1 |Hr | |

| |Eductor Trucks |1 |Hr |180.00 |

| |Boom Truck |1 |Day | |

| | | | |450.00 |

| | | | | |

|PRICE SHEET |

|Item |Description |Qty |Unit |Unit Price |

|b |101 to 1000 gallons: |1 |Gal |$0.39 |

|c |1001 to 4000 gallons: |1 |Gal |$0.35 |

|d |4001 to 25,000 gallons: |1 |Gal |$0.35 |

|2 |Pumping and Disposal – Septic Tank/Vault: |1 |Gal |$0.34 |

|3 |Pumping and Disposal – Sewage Ejector Pump Pit/Lift Station: |1 |Gal |$0.30 |

| |Other Service Charges | | |  |

|5 |Job Service (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$110.00 |

|6 |Standby Rate per quarter hour (Per Person Per Hour, Normal Working Hours) charge: |1 |QHR |$27.50 |

|7 |Standby Rate per quarter hour (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |QHR |$27.50 |

|8 |Extra Laborer (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$88.00 |

|9 |Extra Laborer (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$88.00 |

|10 |Extra Hoses: |1 |Lin Ft |$2.00 |

| | | | |  |

|12 |Pressure Jet Line Washing Equipment (Per Hour) charge: |1 |Hr |$165.00 |

|13 |Pressure Jet Line Washing Labor (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$165.00 |

|14 |Pressure Jet Line Washing Labor (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$165.00 |

|15 |Standby Ferry Rate (per person per quarter hour) charge: (used only for those counties that a |1 |QHR |$27.50 |

| |Bidder would use a ferry to perform service) | | | |

|16 |Optional Other Item(s) (Bidder to specify): | | | |

| |H&H Pumps & Power Units |1 |Hr |$275.00 |

| |Eductor Trucks |1 |Hr |$180.00 |

| |Boom Truck |1 |Day |$450.00 |

|PRICE SHEET |

|Item |Description |Qty |Unit |Unit Price |

|b |101 to 1000 gallons: |1 |Gal |$0.36 |

|c |1001 to 4000 gallons: |1 |Gal |$0.32 |

|d |4001 to 25,000 gallons: |1 |Gal |$0.31 |

|2 |Pumping and Disposal – Septic Tank/Vault: |1 |Gal |$0.31 |

|3 |Pumping and Disposal – Sewage Ejector Pump Pit/Lift Station: |1 |Gal |$0.27 |

| |Other Service Charges | | |  |

|5 |Job Service (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$110.00 |

|6 |Standby Rate per quarter hour (Per Person Per Hour, Normal Working Hours) charge: |1 |QHR |$27.50 |

|7 |Standby Rate per quarter hour (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |QHR |$27.50 |

|8 |Extra Laborer (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$88.00 |

|9 |Extra Laborer (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$88.00 |

|10 |Extra Hoses: |1 |Lin Ft |$2.00 |

| | | | |  |

|12 |Pressure Jet Line Washing Equipment (Per Hour) charge: |1 |Hr |$165.00 |

|13 |Pressure Jet Line Washing Labor (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$165.00 |

|14 |Pressure Jet Line Washing Labor (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$165.00 |

|15 |Standby Ferry Rate (per person per quarter hour) charge: (used only for those counties that a |1 |QHR |$27.50 |

| |Bidder would use a ferry to perform service) | | | |

|16 |Optional Other Item(s) (Bidder to specify): | | | |

| |H&H Pumps & Power Units |1 |Hr |$275.00 |

| |Eductor Trucks |1 |Hr |$180.00 |

| |Boom Truck |1 |Day |$450.00 |

|PRICE SHEET |

|Item |Description |Qty |Unit |Unit Price |

|b |101 to 1000 gallons: |1 |Gal |$0.44 |

|c |1001 to 4000 gallons: |1 |Gal |$0.36 |

|d |4001 to 25,000 gallons: |1 |Gal |$0.36 |

|2 |Pumping and Disposal – Septic Tank/Vault: |1 |Gal |$0.40 |

|3 |Pumping and Disposal – Sewage Ejector Pump Pit/Lift Station: |1 |Gal |$0.32 |

| |Other Service Charges | | |  |

|5 |Job Service (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$132.00 |

|6 |Standby Rate per quarter hour (Per Person Per Hour, Normal Working Hours) charge: |1 |QHR |$33.00 |

|7 |Standby Rate per quarter hour (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |QHR |$33.00 |

|8 |Extra Laborer (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$88.00 |

|9 |Extra Laborer (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$88.00 |

|10 |Extra Hoses: |1 |Lin Ft |$2.00 |

| | | | |  |

|12 |Pressure Jet Line Washing Equipment (Per Hour) charge: |1 |Hr |$165.00 |

|13 |Pressure Jet Line Washing Labor (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$165.00 |

|14 |Pressure Jet Line Washing Labor (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$165.00 |

|15 |Standby Ferry Rate (per person per quarter hour) charge: (used only for those counties that a |1 |QHR |$27.50 |

| |Bidder would use a ferry to perform service) | | | |

|16 |Optional Other Item(s) (Bidder to specify): | | | |

| |H&H Pumps & Power Units |1 |Hr |$275.00 |

| |Eductor Trucks |1 |Hr |$180.00 |

| |Boom Truck |1 |Day |$450.00 |

|PRICE SHEET |

|Item |Description |Qty |Unit |Unit Price |

|b |101 to 1000 gallons: |1 |Gal |$0.39 |

|c |1001 to 4000 gallons: |1 |Gal |$0.35 |

|d |4001 to 25,000 gallons: |1 |Gal |$0.35 |

|2 |Pumping and Disposal – Septic Tank/Vault: |1 |Gal |$0.34 |

|3 |Pumping and Disposal – Sewage Ejector Pump Pit/Lift Station: |1 |Gal |$0.30 |

| |Other Service Charges | | |  |

|5 |Job Service (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$132.00 |

|6 |Standby Rate per quarter hour (Per Person Per Hour, Normal Working Hours) charge: |1 |QHR |$33.00 |

|7 |Standby Rate per quarter hour (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |QHR |$33.00 |

|8 |Extra Laborer (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$88.00 |

|9 |Extra Laborer (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$88.00 |

|10 |Extra Hoses: |1 |Lin Ft |$2.00 |

| | | | |  |

|12 |Pressure Jet Line Washing Equipment (Per Hour) charge: |1 |Hr |$165.00 |

|13 |Pressure Jet Line Washing Labor (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$165.00 |

|14 |Pressure Jet Line Washing Labor (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$165.00 |

|15 |Standby Ferry Rate (per person per quarter hour) charge: (used only for those counties that a |1 |QHR |$27.50 |

| |Bidder would use a ferry to perform service) | | | |

|16 |Optional Other Item(s) (Bidder to specify): | | | |

| |H&H Pumps & Power Units |1 |Hr |$275.00 |

| |Eductor Trucks |1 |Hr |$180.00 |

| |Boom Truck |1 |Day |$450.00 |

|PRICE SHEET |

|Item |Description |Qty |Unit |Unit Price |

|b |101 to 1000 gallons: |1 |Gal |$0.39 |

|c |1001 to 4000 gallons: |1 |Gal |$0.35 |

|d |4001 to 25,000 gallons: |1 |Gal |$0.35 |

|2 |Pumping and Disposal – Septic Tank/Vault: |1 |Gal |$0.34 |

|3 |Pumping and Disposal – Sewage Ejector Pump Pit/Lift Station: |1 |Gal |$0.30 |

| |Other Service Charges | | |  |

|5 |Job Service (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$110.00 |

|6 |Standby Rate per quarter hour (Per Person Per Hour, Normal Working Hours) charge: |1 |QHR |$27.50 |

|7 |Standby Rate per quarter hour (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |QHR |$27.50 |

|8 |Extra Laborer (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$88.00 |

|9 |Extra Laborer (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$88.00 |

|10 |Extra Hoses: |1 |Lin Ft |$2.00 |

| | | | |  |

|12 |Pressure Jet Line Washing Equipment (Per Hour) charge: |1 |Hr |$165.00 |

|13 |Pressure Jet Line Washing Labor (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$165.00 |

|14 |Pressure Jet Line Washing Labor (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$165.00 |

|15 |Standby Ferry Rate (per person per quarter hour) charge: (used only for those counties that a |1 |QHR |$27.50 |

| |Bidder would use a ferry to perform service) | | | |

|16 |Optional Other Item(s) (Bidder to specify): | | | |

| |H&H Pumps & Power Units |1 |Hr |$275.00 |

| |Eductor Trucks |1 |Hr |$180.00 |

| |Boom Truck |1 |Day |$450.00 |

|PRICE SHEET |

|Item |Description |Qty |Unit |Unit Price |

|b |101 to 1000 gallons: |1 |Gal |$0.42 |

|c |1001 to 4000 gallons: |1 |Gal |$0.36 |

|d |4001 to 25,000 gallons: |1 |Gal |$0.37 |

|2 |Pumping and Disposal – Septic Tank/Vault: |1 |Gal |$0.38 |

|3 |Pumping and Disposal – Sewage Ejector Pump Pit/Lift Station: |1 |Gal |$0.32 |

| |Other Service Charges | | |  |

|5 |Job Service (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$132.00 |

|6 |Standby Rate per quarter hour (Per Person Per Hour, Normal Working Hours) charge: |1 |QHR |$33.00 |

|7 |Standby Rate per quarter hour (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |QHR |$33.00 |

|8 |Extra Laborer (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$88.00 |

|9 |Extra Laborer (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$88.00 |

|10 |Extra Hoses: |1 |Lin Ft |$2.00 |

| | | | |  |

|12 |Pressure Jet Line Washing Equipment (Per Hour) charge: |1 |Hr |$165.00 |

|13 |Pressure Jet Line Washing Labor (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$165.00 |

|14 |Pressure Jet Line Washing Labor (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$165.00 |

|15 |Standby Ferry Rate (per person per quarter hour) charge: (used only for those counties that a |1 |QHR |$27.50 |

| |Bidder would use a ferry to perform service) | | | |

|16 |Optional Other Item(s) (Bidder to specify): | | | |

| |H&H Pumps & Power Units |1 |Hr |$275.00 |

| |Eductor Trucks |1 |Hr |$180.00 |

| |Boom Truck |1 |Day |$450.00 |

|PRICE SHEET |

|Item |Description |Qty |Unit |Unit Price |

|b |101 to 1000 gallons: |1 |Gal |$0.36 |

|c |1001 to 4000 gallons: |1 |Gal |$0.33 |

|d |4001 to 25,000 gallons: |1 |Gal |$0.31 |

|2 |Pumping and Disposal – Septic Tank/Vault: |1 |Gal |$0.31 |

|3 |Pumping and Disposal – Sewage Ejector Pump Pit/Lift Station: |1 |Gal |$0.28 |

| |Other Service Charges | | |  |

|5 |Job Service (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$121.00 |

|6 |Standby Rate per quarter hour (Per Person Per Hour, Normal Working Hours) charge: |1 |QHR |$30.25 |

|7 |Standby Rate per quarter hour (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |QHR |$30.25 |

|8 |Extra Laborer (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$88.00 |

|9 |Extra Laborer (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$88.00 |

|10 |Extra Hoses: |1 |Lin Ft |$2.00 |

| | | | |  |

|12 |Pressure Jet Line Washing Equipment (Per Hour) charge: |1 |Hr |$165.00 |

|13 |Pressure Jet Line Washing Labor (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$165.00 |

|14 |Pressure Jet Line Washing Labor (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$165.00 |

|15 |Standby Ferry Rate (per person per quarter hour) charge: (used only for those counties that a |1 |QHR |$27.50 |

| |Bidder would use a ferry to perform service) | | | |

|16 |Optional Other Item(s) (Bidder to specify): | | | |

| |H&H Pumps & Power Units |1 |Hr |$275.00 |

| |Eductor Trucks |1 |Hr |$180.00 |

| |Boom Truck |1 |Day |$450.00 |

|PRICE SHEET |

|Item |Description |Qty |Unit |Unit Price |

| |Contractor: Stangland Septic Service | | | |

| |For: Grays Harbor County | | | |

|1 |Pumping and Disposal – Grease Collection Tank: | | | |

|a |100 gallons and less: |1 |Flat Fee |$260.00 |

|b |101 to 1000 gallons: |1 |Gal |$0.275 |

|c |1001 to 4000 gallons: |1 |Gal |$0.27 |

|d |4001 to 25,000 gallons: |1 |Gal |$0.2475 |

|2 |Pumping and Disposal – Septic Tank/Vault: |1 |Gal |$0.275 |

|3 |Pumping and Disposal – Sewage Ejector Pump Pit/Lift Station: |1 |Gal |$0.285 |

| |Other Service Charges | | | |

|4 |Job Service (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |$38.52 |

|5 |Job Service (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |$57.78 |

|6 |Standby Rate per quarter hour (Per Person Per Hour, Normal Working Hours) charge: |1 |QHR |$27.50 |

|7 |Standby Rate per quarter hour (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |QHR |$41.25 |

|8 |Extra Laborer (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |No Charge |

|9 |Extra Laborer (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |No Charge |

|10 |Extra Hoses: |1 |Lin Ft |No Charge |

| | | | | |

|11 |Pumping and Disposal – Oil/Water Separator Tank: |1 |Gal |No Service |

|12 |Pressure Jet Line Washing Equipment (Per Hour) charge: |1 |Hr |No Service |

|13 |Pressure Jet Line Washing Labor (Per Person Per Hour, Normal Working Hours) charge: |1 |Hr |No Service |

|14 |Pressure Jet Line Washing Labor (Per Person Per Hour, Outside Normal Working Hours) charge: |1 |Hr |No Service |

|15 |Standby Ferry Rate (per person per quarter hour) charge: (used only for those counties that a |1 |QHR |No Service |

| |Bidder would use a ferry to perform service) | | | |

|16 |Optional Other Item(s) (Bidder to specify): | | |No Service |

The following contract provisions were excerpted and abridged from the contract IFB and Amendments:

SPECIAL TERMS AND CONDITIONS

CONTRACTOR LICENSES

a) Contractor and subcontractor(s) shall, without additional expense to the State, obtain and maintain current any licenses and permits necessary for compliance with federal, state and local laws, and regulations, rules and standards for services provided under this contract.

b) Contractor must be licensed to perform the service necessary to carry out the contract in the county that the Contractor is providing service, unless that county does not provide a license for said service.

c) Contractor is to keep all above information current with the Department of Enterprise Services and to notify the state if Contractor loses any necessary licenses or permits to operate under this contract.

INSURANCE

Contractor shall provide proof of insurance, as required in Competitive Procurement Standards, Standard Terms and Conditions section, paragraph 44, upon award of contract. These documents are available on our website at .

CONTRACTOR REPRESENTATIVE

a) Bidder to provide contact information and service areas for representative(s) as required in IFB.

b) Representative shall function as the primary point of contact, shall ensure supervision and coordination and shall take corrective action as necessary to meet contractual requirements.

c) Representative, or designee, shall be available during normal working hours (Monday through Friday, 8AM to 5PM Pacific Time) and return Purchaser’s calls within 24 hours.

d) Contractor shall maintain current representative’s contact information and service areas information with the Department of Enterprise Services.

PURCHASING CARD ACCEPTANCE

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. The current card available for state agency use is a VISA product. There shall be no additional cost to a Purchaser for the use of purchasing cards as a payment method.

MATERIALS AND SERVICES

Contractor shall be required to furnish all materials, equipment and services necessary to perform contractual requirements. Materials, workmanship in the construction of equipment, and services for this contract shall conform to all codes, regulations and requirements, specifications contained herein, and the normal uses for which intended.

PURCHASES BY NONPROFIT CORPORATIONS

Legislation allows nonprofit corporations to participate in state contracts for purchases administered by DES. By mutual agreement with DES, 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 volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies.

PREVAILING WAGES FOR WORKERS

This bid is subject to prevailing wage requirements (reference Chapter 39.12 RCW and 296-127 WAC). Wages to be paid workers, laborers or mechanics, pursuant to this contract shall not be less than the prevailing rate of wage in the same trade or occupation in the locality within the state where the labor is performed. By submission of a properly signed and completed bid, bidder agrees to comply with all provisions of these chapters.

In compliance with Chapter 49.28 RCW, Contractor agrees that no worker, laborer or mechanic in the employ of the Contractor or subcontractor shall be permitted or required to work more than eight (8) hours in any one calendar day, or forty (40) hours in any one calendar week, provided that in cases of extraordinary emergency such as danger to life or property, the hours of work may be extended but in such cases the rate of pay for time employed in excess of the above shall be at the prevailing overtime rate of pay. Except, contracts will not require the payment of overtime rates for the first two hours worked in excess of eight (8) hours per day when the employer has obtained the employee's agreement (as defined in WAC 296-127-022) to work a four-day, ten-hour work week.

The Department of Labor and Industries will publish prevailing wage rates on the first business day of February and August of each year. The wage rates will become effective thirty days following publication. For all contracts, the prevailing wage rates which are in effect on the bid opening date are the wage rates that must be paid for the duration of the contract.

Classification: TRUCK DRIVERS, OTHER TRUCKS and GENERAL LABOR. See Specification Section for the Prevailing Rages.

The appropriate labor classifications and prevailing wage rates for in effect on the bid opening date are identified at the Labor and Industrial’s web site for Truck Drivers/Other Trucks for individual counties. In addition, applicable Benefit codes are as follows: Overtime Codes: Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. These include: Overtime - all hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at one and one-half times the hourly rate of wage. All hours worked on Saturdays, except make-up days, shall be paid at one and one-half times the hourly rate of wage. All hours worked after 6:00pm Saturday to 6:00am Monday and on Holidays shall be paid at double the hourly rate of wage. Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday and Saturday after Thanksgiving Day, and Christmas Day (8). Note: Workers on Hazmat Projects receive additional hourly premiums as follows: Level A: $0.75, Level B: $0.50, and Level C: $0.25. These minimum wage rates and benefits are made part of this contract.

Questions should be directed to the Industrial Statistician, Department of Labor and Industries, Prevailing Wage Section, PO Box 44540, Tumwater, WA 98504-4540 (Telephone (360) 902-5335) or the Department of Enterprise Services.

The Contractor must submit to the Industrial Statistician of the Department of Labor and Industries a “Statement of Intent to Pay Prevailing Wages.” A copy of the approved intent statements must be submitted to the payment agency in order to receive the first progress payment on this contract. Following final acceptance of the project, Contractor must submit to the Industrial Statistician an “Affidavit of Wages Paid.” An approved affidavit must be submitted to the payment agency before they are authorized to release the retained funds.

Each “Statement of Intent to Pay Prevailing Wages” or “Affidavit of Wages Paid” submitted for approval to the Industrial Statistician must be accompanied with the current filing fee.

Vocationally handicapped workers, i.e. those individuals whose earning capacity is impaired by physical or mental deficiency or injury, may be employed at wages lower than the established prevailing wage. The Fair Labor Standards Act requires that wages based on individual productivity be paid to handicapped workers employed under certificates issued by the Secretary of Labor. These certificates are acceptable to the Department of Labor and Industries. Sheltered workshops for the handicapped may submit a request to the Department of Labor and Industries for a special certificate which would, if approved, entitle them to pay their employees at wages lower than the established prevailing wage.

Prevailing wage requirements do not apply to:

a) Sole owners and their spouses.

b) Any partner who owns at least 30% of a partnership.

c) The president, vice-president and treasurer of a corporation if each one owns at least 30% of the corporation.

d) Workers regularly employed on monthly or per diem salary by state or any political subdivision created by its laws.

A copy of the approved Statement of Intent to Pay Prevailing Wages shall be posted at the job site with the address and telephone number of the Industrial Statistician, where a complaint or inquiry concerning prevailing wages may be made. If a dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation, and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive and binding on all parties involved in the dispute.

Contractor agrees that both services and items provided under this contract shall comply with all federal, state and local laws, permit conditions, standards and regulations, and as may be amended and any standards and regulations which may be promulgated. Contractor further agrees to indemnify and hold harmless the State from all damages assessed against the Purchaser as a result of the Contractor’s failure to comply.

SERVICE LOCATIONS

a) Account Set-up: New service locations may be added at any time during the term of this contract by Purchaser. Purchaser shall allow the Contractor ten (10) business days to set-up a new location account, visit the site for assessment and arrange service logistics once a purchase or field order is received from the Purchaser.

b) Site Assessment: It shall be the Contractor's responsibility to make a thorough survey of the existing condition/site of the tank(s) and to assess accessibility requirements at a site visit, there shall be no extra charges allowed for additional accessibility (equipment/time/labor) requirements, except for exceptional conditions that are approved by the Purchaser. There shall be no charge to the Purchaser for site assessment and familiarization.

CONTRACTOR VEHICLES AND EQUIPMENT

Contractor shall provide all necessary vehicles, equipment and personnel for services as defined herein. There shall be no additional costs to the Purchaser for different types or sizes of pumping trucks with the exception of extraordinary equipment as defined herein. When nature of the service requires extraordinary equipment, supplies, or subcontractors (i.e. vacuum truck or booster pump truck and a person(s) to run the booster truck), then Contractor shall be reimbursed for actual costs for providing extraordinary equipment and/or personnel, but Contractor shall obtain prior approval from Purchaser.

TRANSPORTATION COMPANY

Contractor shall provide all necessary transportation to transport waste including short-haul, long-haul and over-water transportation for those service area(s) bid, all associated cost are included in the bid prices, with the exception of cost associated with ferries and barges. A few service locations may require the use of a Purchaser provided barge or the use of a state ferry for access. During the contract term if any changes to the transportation company(s) listed in the bid, then the Contractor shall notify the Department of Enterprise Services. There shall be no surcharges for fuel.

MILEAGE CHARGE

For service locations that exceed 35 miles within the service area (county) from the Contractor transporter’s facility to the Purchaser’s service location, a Mileage charge may apply. The charge for mileage shall be calculated from the above stated 35 mile radius, shortest one way to the job site. The charge per mile will be based on the Washington State Office of Financial, Reimbursement Rates posted at website for Private Owned Vehicles (POV) Mileage Rate that was in effect on the day of service. Per Diem and mobilization charges are not allowed under this contract, unless otherwise noted in the contract. Contractor shall notify Purchaser when a mileage charge applies prior to the providing service.

DISPOSAL FACILITIES

Bidder to provide with bid response a list of disposal facilities that will be used under this contract. During the contract term, if any changes to the list of disposal facility(s) in the bid, then the Contractor shall notify the Department of Enterprise Services. An alternate treatment facility may be chosen by the State or the Contractor providing such facility is mutually agreed upon by both parties.

INVOICING AND PROOF OF SERVICE

Contractor shall within thirty (30) days of service submit an invoice that shall include the following information:

• Purchaser’s agency name

• Purchaser’s shipment site address

• Date and Time of Service

• Purchaser’s on-site representative for the service

• Contract number and Purchaser's (generator's) order number

• Detailed description of the services and supplies provided

• Description of wastes, including quantity, unit prices and extended totals

• State and local sales taxes, as required by Washington State Department of Revenue

• Address where payment is to be mailed

• Copy of the Disposal facility proof of delivery receipt

• State/EPA Identification number (ID#) for Disposal facility, if available

CONTRACTOR PERFORMANCE

a) General Requirements: The state, in conjunction with other 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.

b) Performance Requirements: The Purchaser has an immediate requirement for the services specified herein. Bidder is urged to give careful consideration to the service specifications and requirements contained herein and Bidder’s ability to meet service deadlines.

c) Cost of Remedying Defects: All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials will be charged against the Contractor. The state reserves the right to require Contractor to repair all damages or provides full compensation as determined by the state. Contractor shall be responsible for any damage done to the tanks, covers and access areas while performing services under this contract.

MINIMUM SPECIFICATIONS

1 GENERAL REQUIREMENTS

CONTRACTOR QUALIFICATIONS

The following are minimum Contractor qualifications to be considered for award of this contract:

1. Bidder has two years of experience providing services similar in scope as described herein.

2. Bidder has equipment and personnel to meet service time frame as described herein.

3. Bidder employs contractor representative(s) and technical trained personnel, with practical experience in assisting customers for services as described herein.

4. Bidder has capacity of providing routine services and emergency services as described herein.

PUMPING AND CLEANING SERVICE TYPES

1. Grease Collection Tanks: Contractor shall pump entire contents of the waste in the tank, clean inlet and outlet baffles, and wash or scrape surfaces to eliminate cake-on substances and oily residue.

2. Septic Tank/Vault: Contractor shall pump, clean or remove wastewater and sludge from septic tank/vault, pump chambers, clean baffles, cesspools and drywells as necessary. If requested by customer, the Contractor shall dig out tank portals and after pumping replace soil as necessary for the service. Dig out and soil replacement time shall be figured based on the applicable Contractor’s Job Service Charge.

3. Sewage Ejector Pump Pit and Lift Stations: Contractor shall pump, clean and remove sewage from sewage pump pit. Inspect pump float system and confirm proper operation.

4. Oil and Water Separator: Contractor shall clean the sludge trap and separator of sludge and low viscosity liquid. The separator to be completely emptied and cleaned out.

5. Pressure Jet Line Washing: Contractor shall pressure clean main line (outfall) pipes from the source (cleanout and floor drains) to the grease storage tank, pipes are approximately 4 inches to 6 inches in diameter.

SERVICE EXPECTATIONS

Contractor shall provide the following:

1. Service Requirements

a. Completion of small volume (under 10,000 gallons) waste service request within five (5) business days of notice.

b. Completion of large volume (over 10,001 gallons) waste service request within a ten (10) business days of notice.

2. Ordering and Scheduling a Job

a. Receive all service requests under this contract by telephone, fax, or email.

b. Set-up a job schedule within one (1) business day of Purchaser’s notification.

c. Notify immediately the Purchaser, if a scheduled service time will be delayed. If Contractor can not perform within the service requirements as identified herein, then the Purchaser may cancel the service order with no cost to the Purchaser.

d. Provide notification of the scheduled service with adequate time for the Purchaser to prepare. A 24-hour notification is customary and may be required. Notification shall be made during Purchaser’s business hours.

e. For State facilities, Normal business (working) days/hours shall be Monday through Friday, 8:00 AM to 5:00 PM (Pacific Time), excluding Washington State government holidays as defined in RCW 1.16.050 () or unless otherwise requested and mutually agreed.

f. Provide 24hours/7days emergency pumping service within four (4) hours of notification. If a Contractor is called out on an emergency but unable to arrive on-site within the time frame because of traffic delays, then the Contractor shall immediately notify the Purchaser of the delay and the anticipated arrival time.

g. Ordering Information: Purchaser is to provide necessary site information when ordering that is: receiving person contact information (business phone, cell phone, fax number, and emergency/after-hours phone numbers, as necessary), driving directions, delivery address and instructions, delivery time/days, drawings or site maps (as necessary), security restrictions, and any service truck restrictions.

3. Managing Jobs

a. Coordinate requested service with the Purchaser’s designated representative(s) and follow any safety and security requirements of the Purchaser.

b. Supervise, direct the work, and be solely responsible for all portions of the work as identified herein.

c. Contractor shall complete the entire job within one (1) calendar day, except for unanticipated site conditions or large volume job which in that case the remaining balance must be worked on daily until the job is complete, unless otherwise agreed to by the Purchaser. Once a job is commenced the work will not be interrupted, unless agreed to by the Purchaser

d. Contractor will work with Purchaser to establish a regular pumping maintenance schedule.

e. Provide a job plan detailing the equipment and personnel necessary to complete the job and the estimated cost prior to starting the job.

f. For large pumping jobs, the Contractor shall provide adequate equipment and personnel to efficiently and economically complete the job.

4. Service Sites

a. Service Locations: Contractor is advised to visit Purchaser’s service location(s) for the purpose of job and site familiarization.

b. Job Site Accessibility: To avoid unnecessary site delays, Purchaser shall provide the following for the service work: ready access to pumping site, adequate room for maneuvering and pumping, easy access to tank connection, and a clearly identified pumping location. If a pumping site is not adequate for requested service, then the Contractor is to immediately notify the Purchaser.

c. Site Utilities: Purchaser to provide as necessary access to water connections, electrical power, and lighting to ensure service work can be performed in a safe environment. Backflow prevention shall be the responsibility of the Contractor in accordance with Department of Health standards.

d. Crew Identification: Contractor’s employees shall display their company name badge when requested and it shall be visible on the outside of their clothing while on the job when possible.

5. Service Charges

a. Pumping and Disposal: Pumping and Disposal of wastes is the responsibility of the Contractor there shall be no additional cost to the Purchaser for related activities, except those charges identified herein (e.g. extra hoses, extra laborer, etc.). The cost for pumping shall include all related expenses, trucks/equipment, operator and cost for disposal of waste.

b. Gallons Pumped: Contractor will be paid for actual gallons pumped based on the tank liquid capacity at the outfall line of the tank within a five percent (5%) overage margin and based on the contract price, with the exception of 100 gallons or less, which is paid on a flat price rate. There are some service locations that require pumping while the tank collection system is in use, at these locations the Contractor shall provide a pre-approved job plan before providing service at that location, it is acknowledge that the Contractor may not be able to completely pump the entire contents of the tank in these circumstances. In emergency circumstances where the tank has failed or inflow exceeds the normal tank capacity, then the Contractor shall be paid for the actual gallons pumped, but shall receive prior Purchaser approval before providing service. Purchaser will confirm in writing the total gallons pumped at the time of pumping, unless otherwise approved by the Purchaser. Contractor’s service trucks are to have an external tank indicator showing the approximate quantities contained and pumped, unless Contractor provides Purchaser an approved alternative method to confirm the quantities.

c. Pressure Jet Line Washing: Contractor has two charge line items for this service, an equipment charge that includes truck/equipment and driver, and a separate pressure jet line washing labor charge for the work, charges applies only to on-site work.

d. Job Service Charge: Job Service charge includes one laborer, vehicle and driver as a part of the job service charge. Job Service charges applies when additional work is not consider included in the service request (e.g. digging out for septic tanks, emergency service requests, etc.), but still necessary for the completion of the service request. Job Service charge is figured on an hourly basis. Minimum Job Service charge is 30 minutes and applies to on-site work.

e. Extra Laborer: Contractor shall provide additional laborer(s) if the service request requires extra laborers for safety reasons or additional laborers are necessary for a particular job site or job size.

f. Standby Charge: Standby charge would apply if Contractor arrives at job site at the agreed scheduled time and date, and is unable to accomplish work due to no fault of Contractor. Typically, DOC facilities have security procedures that could create delays at their facilities, in these cases stand-by time may apply. Contractor will be compensated for costs associated with wait times after initial fifteen (15) minutes. Standby charge will be figured on fifteen minute wait time increments. Contractor shall notify Purchaser of standby charges prior to invoicing for them.

g. Emergency Service: Contractor shall be paid for gallons pump or service provided, and the on-site time to do the job according to the Job Service charge rate.

h. Extra Charges: Contractor is responsible to obtain prior Purchaser’s written approval to charge for Job Service, Extra Laborer, Emergency Service Call, and Extra Hoses before the start of the job.

i. Ferry Fees: If Contractor is required to ride a state-owned vessel, Contractor shall any pay tolls and fees as required. Fares shall be reimbursed provided proper documentation is presented to the Purchaser with the invoice that relates to a specific job. Standby Ferry Charge applies to ferry time delays and the time on a ferry.

j. Ferry Delays: In few cases because of emergencies or weather conditions the ferries may be temporarily shut down, this might cause Contractor’s personnel and equipment to be required to remain on the ferries between terminals or might be required to remain on a ferry over night or find another return route, if this is the case, the state will pay the state Per Diem per person or compensate the Contractor for additional mileage and labor expenses.

6. Miscellaneous Job Site Requirements

a. Electrical Switches: At the start of a job, all electrical switches that could be activated accidentally shall be locked out. Contractor shall notify Purchaser before deactivating any electrical switches or systems. When job is completed, all electrical switches and system components shall be returned to an operable state.

b. Cleaning Materials: Flammable solvents or other flammable cleaning aids shall not be used.

c. Pumping Service Range: Contractor shall provide service within one hundred fifty (150) feet of the pumping location, beyond 150 feet Contractor may charge by the linear foot for extra hoses to reach the job location.

d. Repair or Replacement Work: Any repair and replacement work of Purchaser’s equipment/tanks/lines shall not be considered a part of this contract.

7. Job Completion

a. Job Clean-up: Contractor shall leave the work area in clean, safe and operable condition upon completion of service activity. All access panels cover plates and protective insulation shall be properly replaced.

b. Inspection Form: Contractor shall file inspection forms as required by local health department for service provided.

c. Service Inspection Report: Contractor shall note any site problems, hazardous conditions or defective equipment found during the job by documenting it on the Contractor’s Work Order and relaying the same information to the Purchaser’s representative for corrective action. There shall be no charge to the Purchaser for service inspections.

d. Job Documentation: After pumping and cleaning is completed, Contractor shall supply the Purchaser supporting service documents, with service company name, the service location, date-cleaned and amount of material pumped.

e. Contractor’s Job Log: Each invoice shall be accompanied with a copy of the job log. The job log shall include: the arrival date and time, number of gallons pumped, any standby time, any extra laborers, any extra hoses, any other charges, signature of the Contractor’s authorized employee, and the signature of the Purchaser’s on-site representative.

DISPOSAL OF WASTE

1. Contractor shall dispose of waste in accordance with federal, state and local laws, permits and regulations.

2. Prior to any disposal activities, the Contractor shall contact the local health jurisdiction in the county(s) where management will occur to determine management options available.

3. All waste shall be only transported, stored, recycled, destroyed or disposed of within the continental United States; unless no national capacity exists for a waste material. Before any waste can be shipped outside of the United States, the Contractor shall obtain Purchaser’s written approval prior to shipping waste.

4. Typically, waste management method for grease, septic and sewage is treatment followed by land application at permitted land application sites or transfer to a permitted waste water treatment facility. However, depending on the quality and source of the waste materials, other management alternatives may be necessary in accordance with federal, state, and local laws and regulations. If the Purchaser requests incineration of aforementioned waste material, then the Contractor shall have prior written approval from the Purchaser and shall be reimbursed for any additional disposal fees above the normal cost for disposal under this contract.

5. If the Contractor determines that the waste material does not conform to Purchaser’s description or is materially different than its description, then the Contractor has the right to refuse to handle the waste materials. If a shipment is refused by the Contractor, then Purchaser shall be obligated to pay Contractor’s cost of transportation to and from site by the Contractor.

SPILL AND RELEASE RESPONSIBILITIES

Contractor is solely responsible for any and all spills, leaks or releases, which occur as a result of or are contributed to by the actions of its agents, employees, or subcontractors. In the event of a spill, leak, or release the Contractor agrees to take the following actions:

1. Evacuate and warn those persons that may be affected by the spill.

2. Immediately contact Emergency Response Agencies (i.e. call 911), except at DOC facilities the Contractor shall contact the Shift Command, who will contact appropriate Emergency Response Agencies.

3. Contact Purchaser representative and provide all notifications and reports as specified by local, state and federal laws, regulations and standards.

4. Clean up the spill in a manner that complies with local, state and federal laws, regulations and standards.

1 SPECIAL MINIMUM SPECIFICATIONS FOR DEPARTMENT OF CORRECTION FACILITIES

a) Mandatory Security Background Clearance

All Contractor’s employees or subcontractors who provide services at DOC facilities shall have successfully pass a security background clearance in order to obtain access to a DOC facility. Each DOC location requires the necessary security clearance (NCIC/WACIC) before any individual is allowed on site.

Contractor shall submit required personnel information with adequate time for completion of a security background clearance, generally five (5) business days ahead of a scheduled site visit is required.

For emergency pumping requests, the Contractor shall maintain a ready pool of personnel cleared for access. Some DOC facilities may require security clearance to be updated every ninety (90) days.

b) Security Briefings at DOC Facilities

All Contractors' employees or subcontractors who provide service at a DOC facility may be required to attend a brief "DOC Security Briefing" prior to being allowed to work inside a facility for the first time. The briefing will consist of, but not be limited to, tool control, key control, association with offenders, staff escorts, use of cell phones, pagers, cameras, tobacco products, alcohol, weapons, ammunition, contraband management, vehicle(s) and parking, searches, and emergency procedures.

c) Working hours and Unscheduled Schedule Delays

There may be situations that require the Contractor to work other than normal hours, and to suspend, postponed, or reschedule work. These situations are normal for a large institutional Purchaser(s) on this contract. When the Contractor’s access to a work area conflicts with a Purchaser’s operational requirement, the Contractor shall reschedule the work to minimize the disruption, this may require performing the work at times other than normal duty hours.

d) Repair or Replace

Contractor shall submit a detailed job quote, if requested, that includes a Scope of Work to the Plant Manager or designee for any repair or replacement work required to keep the equipment operating properly and efficiently. Any repair and replacement work shall not be considered a part of this contract.

PREVAILING WAGES

The prevailing wages are: State of Washington, DEPARTMENT OF LABOR AND INDUSTRIES

Prevailing Wage Section – Telephone (360) 902-5335

PO Box 44540, Olympia, WA 98504-4540

PREVAILING WAGES listed below include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key, to view Benefit Code notes, double click on hyperlink or go to:

TRUCK DRIVERS – Effective 3/3/10 – Benefit Code Key

|Classification |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: ASOTIN |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: BENTON |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: CHELAN |

|OTHER TRUCKS |$11.00 |1 |  |  |

|Counties Covered: CLALLAM |

|OTHER TRUCKS |$46.47 |1T |5D |8L |

|Counties Covered: CLARK |

|OTHER TRUCKS |$21.14 |1 |  |  |

|Counties Covered: COLUMBIA |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: COWLITZ |

|OTHER TRUCKS |$28.05 |1 |  |  |

|Counties Covered: DOUGLAS |

|OTHER TRUCKS |$16.60 |1 |  |  |

|Counties Covered: FERRY |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: FRANKLIN |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: GARFIELD |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: GRANT |

|OTHER TRUCKS |$27.84 |1 |  |  |

|Counties Covered: GRAYS HARBOR |

|OTHER TRUCKS |$46.47 |1T |5D |8L |

|Counties Covered: ISLAND |

|OTHER TRUCKS |$46.47 |1T |5D |8L |

|Counties Covered: JEFFERSON |

|OTHER TRUCKS |$46.47 |1T |5D |8L |

|Counties Covered: KING |

|OTHER TRUCKS |$46.47 |1T |5D |8L |

|Counties Covered: KITSAP |

|OTHER TRUCKS |$18.37 |1 |  |  |

|Counties Covered: KITTITAS |

|OTHER TRUCKS |$16.14 |1 |  |  |

|Counties Covered: KLICKITAT |

|OTHER TRUCKS |$12.60 |1 |  |  |

|Counties Covered: LEWIS |

|OTHER TRUCKS |$32.52 |1 |  |  |

|Counties Covered: LINCOLN |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: MASON |

|OTHER TRUCKS |$28.52 |1 |  |  |

|Counties Covered: OKANOGAN |

|OTHER TRUCKS |$28.59 |1 |  |  |

|Counties Covered: PACIFIC |

|OTHER TRUCKS |$21.54 |1 |  |  |

|Counties Covered: PEND OREILLE |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: PIERCE |

|OTHER TRUCKS |$30.20 |1 |  |  |

|Counties Covered: SAN JUAN |

|OTHER TRUCKS |$14.65 |1 |  |  |

|Counties Covered: SKAGIT |

|OTHER TRUCKS |$46.47 |1T |5D |8L |

|Counties Covered: SKAMANIA |

|OTHER TRUCKS |$27.57 |1 |  |  |

|Counties Covered: SNOHOMISH |

|OTHER TRUCKS |$38.52 |1R |5A |  |

|Counties Covered: SPOKANE |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: STEVENS |

|OTHER TRUCKS |$36.71 |1V |5D |8M |

|Counties Covered: THURSTON |

|OTHER TRUCKS |$46.47 |1T |5D |8L |

|Counties Covered: WAHKIAKUM |

|OTHER TRUCKS |$39.83 |1B |5A |  |

|Counties Covered: WALLA WALLA |

|OTHER TRUCKS |$28.59 |1 |  |  |

|Counties Covered: WHATCOM |

|OTHER TRUCKS |$14.48 |1 |  |  |

|Counties Covered: WHITMAN |

|OTHER TRUCKS |$27.84 |1 |  |  |

|Counties Covered: YAKIMA |

|OTHER TRUCKS |$36.16 |2G |6I |  |

GENERAL LABORERS – Effective 3/3/10 – Benefit Code Key

|Classification |Prevailing |Overtime |Holiday |Note |

| |Wage |Code |Code |Code |

|Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN ,PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA |

|AND WHITMAN |

|GENERAL LABORER |$31.41 |1M |5D |  |

|Counties Covered: CHELAN, DOUGLAS, KITTITAS AND YAKIMA |

|GENERAL LABORER |$31.61 |1H |5D |  |

|Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN ,SKAGIT, SNOHOMISH, THURSTON AND |

|WHATCOM |

|GENERAL LABORER |$40.03 |1H |5D |  |

|Counties Covered: CLARK, COWLITZ, KLICKITAT, SKAMANIA AND WAHKIAKUM |

|GENERAL LABORER |$36.06 |1M |5D |  |

|Counties Covered: MASON |

|ALL CLASSIFICATIONS |$26.02 |1 |  |  |

DEPARTMENT OF ENTERPRISE SERVICES

PERFORMANCE REPORT

To DES Customers:

Please take a moment to let us know how our services have measured up to your expectations on this contract. Please copy this form locally as needed and forward to the DES Master Contracts and Consulting Manager. For any comments marked unacceptable, please explain in remarks block.

|Procurement services provided: |Excellent |Good |Acceptable |Unacceptable |

|Timeliness of contract actions | | | | |

|Professionalism and courtesy of staff | | | | |

|Services provided met customer needs | | | | |

|Knowledge of procurement rules and regulations | | | | |

|Responsiveness/problem resolution | | | | |

|Timely and effective communications | | | | |

Comments:

|Agency: | |Prepared by: | |

|Contract No.: |05406 |Title: | |

|Contract Title: |Waste Pumping Services |Date: | |

| | |Phone: | |

Send to:

Master Contracts & Consulting Manager

Department of Enterprise Services

PO Box 41017

Olympia, Washington 98504-1017

PRODUCT/SERVICE PERFORMANCE REPORT

Complete this form or go on-line at to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this report.

Contract number and title: 05406, Waste Pumping Services

Supplier’s name: Supplier’s representative:

|PRODUCT/SERVICE: |

| |Contract item quality higher than required | |Damaged goods delivered |

| |Contract item quality lower than required | |Item delivered does not meet P.O./contract specifications |

| |Other: | | |

|SUPPLIER/CONTRACTOR PERFORMANCE: |

| |Late delivery | |Slow response to problems and problem resolution |

| |Incorrect invoice pricing | |Superior performance |

| |Other: | | |

|CONTRACT PROVISIONS: |

| |Terms and conditions inadequate | |Additional items or services are required. |

| |Specifications need to be revised | |Minimum order too high |

| |Other: | | |

Briefly describe situation:

|Agency Name: |Delivery Location: |

|Prepared By: |Phone Number: |Date: |Supervisor: |

| | | | |

Send To:

PURCHASING MANAGER

DEPARTMENT OF ENTERPRISE SERVICES

PO BOX 41017

OLYMPIA WA 98504-1017

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

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

Google Online Preview   Download