State of Washington

Current Contract Information

Revision Date: March 10, 2010

Contract number: / 15104 / Commodity code: / 4540 Waste Disposal Equipment
Contract title: / REFUSE MANAGEMENT EQUIPMENT
Purpose: / Administrative Update to update the Contract Specialist information.
Contract Term / January 12, 2010 / through: / January 11, 2011
Original award date: / January 12, 2005 / Maximum Term: / Not to exceed 6 years of award date
Contract type: / “Convenience” / Estimated Annual Worth: / $512,000.00
For use by: / All State Agencies, Political Subdivisions of Washington (WSPC), Qualified Non-profit Corporations, Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and Technical Colleges).
Scope of contract / This document establishes contract coverage for the service and supply of Refuse Management Equipment which includes but is not limited to Large-Capacity Trash Compactors, Load Dumpers, Balers, Material Handling Containers as well as an array of complementary equipment and related services. Contract pricing for the Refuse Management Equipment is to be based on a discount off the manufacturers’ most current price schedule and all of the manufacturer’s refuse management products (with the exception of vehicles) will be incorporated into the resulting contract. Pricing for “standard” installation of Compactors and Balers is to be firm as is the hourly rate for the optional non-standard installation services.
Contractor: / GK Industrial Refuse Systems / Sales: / Brent Wakeman
Phone: / 800 295-5543
Email: /
Web Address: / www.gk-irs.com
Includes Products
Manufactured by: / K-Pac / Max-Pak / Capital Industries
Ameri-Kart / Sani-Tech / RJM
Ordering: / See pages 4 & 5

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 our office at the numbers listed below.

Contracts Specialist: / Dave Scott / Alternate Contact: / Christine Schoepfer
Phone Number: / (360) 902-7416 / Phone Number: / (360) 902-7193
Fax Number: / (360) 586-2426 / Fax Number: / (360) 586-2426
Email: / / Email: /

Visit our Internet site: http://www.ga.wa.gov/purchase or search all contracts at: https://fortress.wa.gov/ga/apps/ContractSearch/ContractListing.aspx?t=4

Current Contract Information Refuse Management Equipment 15104

Payment address:
Billing Address:
Orders Sent to: / GK Industrial Refuse Systems
3207 C Street NE
Auburn, WA 98002
Minimum orders: / None.
Delivery time: / See Order Fulfillment Requirements section 1.4b)
Prompt payment discount: / 1% net 10 days
Credit Cards Accepted: / Visa & MasterCard
Contract pricing: / See Pages 8-12
*Note The state reserves the right to bid separately for large purchase requirements or contract for a specific item or group of items.
Freight: / Compactors, Balers and Augers: Fixed pricing (see page 8)
Products not requiring installation: FOB destination freight prepaid & included
(e.g. material handling carts)
Current participation: / $0.00 MBE / $0.00 WBE / $512,000.00 OTHER / $0.00 EXEMPT
MBE 0% / WBE 0% / OTHER 100% / Exempt 0%

Notes:

  1. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non-contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor. If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price.

If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

  1. State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: 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) 902-7415.

III.  Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) and State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by OSP and DAS 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 at: https://fortress.wa.gov/ga/apps/coop/Default.aspx .

IV.  Contract Terms: This Document includes excerpts of terms and conditions published in the original IFB, including Standard Terms and Conditions, and Definitions, included in the Competitive Procurement Standards published by OSP (as Amended).

  1. Any existing mandatory use contracts for items that may be encompassed in the scope of this contract offering will be considered the first source of supply for state agency purchasers.

1.1  OVERVIEW

The state has a need for a “turn-key” supplier and service provider of interoperable refuse management equipment. The intent of this contract is to provide customers with fully operational refuse management equipment throughout the State of Washington.

Market research indicates that a trash hauling bill is an often overlooked potential savings opportunity. Unfortunately the most common method of throwing loose trash into a bin is also the most expensive. Most full bins contain only 25% actual material and 75% wasted air space due to boxes and hollow spaces in the loose pile of trash. Often these bins are not even full when they are dumped on a routine schedule. Full or not the customer is still obligated to pay the same amount for hauling. Many facility managers have discovered that a compactor is central to an efficiently designed refuse handling system that reduces costs substantially, and can easily pays for itself within a few years. Here are some of the benefits of compactors and balers:

BENEFITS OF COMPACTION

·  Cost Reduction – Monthly savings of 25%-50% when collection bill exceeds $1000

·  Reduces Fire Hazards - May save on insurance.

·  Discourages Scavengers - Keeps scavengers out of your container.

·  Saves Labor & Reduces risk of injuries

·  Reduces Insect/Rodent Problems - No need to call the exterminator.

·  Odor Control - Sealed containers optional odor control devices cut the odor..

·  Saves Outside Parking Space - Fewer containers means more parking.

·  Extends Pavement Life - Less heavy loaded traffic and fewer pick-ups.

·  Stops Pilferage - A security chute keeps employees and others from pilfering.

·  Prevents Unauthorized Access To You Trash - Safely sealed containers.

·  Prevents Unauthorized Disposal - Prevents others from using you bin

·  Fewer Trips - More is disposed of in fewer trips.

·  Fewer Cleanup Problems - Tightly sealed container.

·  Bin Damage/Fires - A sealed container reduces vandalism opportunities.

1.2  CONTRACT ADDITIONS

During the term of this contract, with mutual agreement with the Contractor, the state may add related products to this contract provided Contractor maintains the same pricing structure/profit margin as was established on the original contract. Contract additions will be prompted by customer demand and at the discretion of the procurement officer.

1.3  SERVICE EXPECTATIONS

The contractor is to:

a)  Ensure that those who endeavor to utilize this contract are authorized Washington State Purchasing Cooperative (WSPC) members.

b)  Assist purchasers in making the most cost effective value based purchases which includes (at no additional charge):

1)  Visiting the customer site and providing a refuse management analysis and equipment recommendations.

2)  Providing customers with a detailed list of contract items including current contract pricing and part numbers.

3)  Identifying (via a detailed written checklist) any site preparation work that needs to be completed (e.g. concrete dimensional pad, electrical requirements, etc.) by the customer prior to delivery and installation of the equipment.

Note: The customer is to return the completed checklist indicating the site preparation work has been completed as prescribe before the contractor is to dispatch the installation crew. If the customer has wrongly indicated that the required site preparation work has been completed the contractor may bill the customer for idle labor costs as a result of the delays.

c)  The contractor shall designate a customer service representative who will be responsible for but not limited to:

1)  Logging requests for service, ensuring repairs are completed in a timely manner, dispatching service technicians, and processing warranty claim documentation.

2)  In the event of an order or repair fulfillment delay, the contractor is to provide customers with regular and timely status updates.

3)  Act as the lead and liaison between the manufacturer and customer in resolving warranty claims for contract items purchased.

d)  If the customer issues a request for service (for compactors or balers, load dumper), a qualified and authorized service technician is to respond (on-site) within 3-business-days and repairs are to be completed within 15-business-days from the date the service request. If the equipment to be serviced is covered by the warranty agreement and cannot be repaired within 15-business-days of the request for service, the contractor is to provide (at no charge to the customer) an appropriately sized interim dumpster until the repairs are completed.

1.4  ORDER FULFILLMENT REQUIREMENTS

Authorized purchasers may place orders against this contract either in person, electronically, fax or by phone. Once an order is issued, the following shall apply:

a)  For the purpose of price verification and auditing purposes, upon receipt of a purchase order for compactors or balers, the contractor is to send the purchaser an order confirmation notification that identifies the manufacturer’s surcharges (if applicable) as well as the manufacturer’s most current list prices for the equipment ordered. Additionally, upon the request of the purchaser, the contractor is to supply manufacturer’s list pricing or other documentation needed to verify contract pricing compliance.

b)  It is understood that the contractor will make every effort to ensure the expeditious delivery of all contract orders. Failure to fulfill quoted delivery schedules may subject the contractor to non liquidated damages as appropriate. Furthermore, a pattern of prolonged delivery delays may be cause for contract termination.

c)  Product damaged as a result of contractor negligence will either be replaced or repaired (and expedited at contractor’s expense). Alternatively, or if the customer prefers, incidental damages can be noted on the receiving report and deducted from final payment in the amount of the projected repair cost.

d)  The Contractor is responsible to verify delivery conditions/requirements prior to the delivery.

1.5  REPORTING REQUIREMENTS

The successful bidder will be required to provide the following reports to Office of State Procurement in a timely manner.

a)  Sales and Subcontractor Report

Ongoing quarterly customer usage reports will be an important factor impacting in the decision to extend or renew a contract. Therefore, quarterly Sales and Subcontractor Reports shall be submitted in the format provided by the Office of State Procurement. Bidders may retrieve the report electronically at https://fortress.wa.gov/ga/apps/CSR/login.aspx. 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.

b)  State Procurement Officer (SPO) Product Report

This report will be designed by the SPO to obtain information needed for contract negotiation, future IFB design, or any other SPO determined need. At a minimum the contractor must be able to provide an annual Excel worksheet that includes the total contract sales (by line item), list pricing and contract pricing, product description and part number.

c)  Report manufacturer’s list pricing and surcharge notifications

Should a manufacturer update list pricing or adjust surcharges, the contractor is to forward to the State Procurement Officer the manufacturer’s new list pricing and/or copies of surcharge notifications immediately upon receipt.

1.6  EQUIPMENT DELIVERY & “STANDARD” INSTALLATION REQUIREMENTS

Pricing for items not requiring installation (e.g. material handling containers etc.) are to be FOB destination freight prepaid and included. The “Standard” Deliver/Installation table that follows includes the non-standard installation hourly rate for installation services that fall outside of the scope of standard installation (e.g. installation and fabrication of security refuse collection chutes). The table also includes firm pricing for “Standard” delivery and installation of Self-Contained Compactors, Stationary Compactors and Balers. “Standard” delivery and installation of fully operational large compactors and balers shall include but is not limited to:

a)  Coordinating schedules with the appropriate customer personnel including the customer supplied electrician and the personnel who are to be trained to use the equipment.

b)  Verifying (via the contractor provided site preparation checklist identified in section 1.3- d-3) that all site preparation work has been completed by the customer prior to dispatching the delivery/installation crew.

c)  Transporting equipment and installation crew to the customer designated job site. Note: Any travel expenses are to be included in the standard delivery and installation bid price.

d)  Supplying (at no additional cost to the customer) any equipment (e.g. boom trucks, flatbeds, cranes, delivery vehicles, fork lifts, specialized tools etc.) needed to properly transport and set compactors or balers in place in accordance with industry standards, practices and manufacturer’s guidelines/requirements.

e)  Installing all other complementary equipment/hardware/accessories (e.g. hoppers, load dumpers, understructure hardware etc.) not requiring custom fabrication/installation (e.g. refuse collection chutes attached to the customer’s building).

f)  Installing compactor guides and stops as applicable and in accordance with industry standards, practices and manufacturer’s guidelines/requirements.

g)  Setting and seating the compactor’s remote power unit in accordance with industry standards and practices. Note: The customer is to provide the electrician need to connect the remote power unit.