PERFORMANCE WORK STATEMENT (PWS)
Septic Pump-Out Services at HAHD
Part 1
General Information
1. General: This is a non-personal services contract to provide pump out of sewer holding tanks, sewer systems and septic tanks and dispose of off-site at HAHD. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, supervision, and other items and non-personal services necessary to pump out sewer holding tanks, sewer systems and septic tanks and dispose of off-site as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.
1.2 Background: This project is located on the upper reach of the Green-Duwamish River in King County, 63.76 river miles above the mouth in Seattle. It is in the city of Tacoma's municipal watershed, 35 road miles east of Tacoma, 6 miles upstream from Palmer, and 24 miles from Mud Mountain Dam. This project is protected from public access. The facility provides flood protection within the Green-Duwamish watershed.
1.3 Objectives: To keep wastewater holding tanks for the Administration and Maintenance buildings at HAHD pumped down to prevent overtopping and ground contamination.
1.4 Scope: The contractor shall accomplish pump out of sewer holding tanks, sewer systems and septic tanks and dispose off-site. Normal pump-outs will be as needed during the contract year and not to exceed (NTE) eight (8) pump-outs per year. Contractor will have seven (7) days from notification to perform services. Emergency pump-outs will be as needed during the contract year and not to exceed (NTE) four (4) pump-outs per year. Contractor will have five (5) days from notification to perform emergency services.
Specifications: Sewer Holding Tank at HAHD 7,000 gallon max capacity; Septic Tank at HAHD - 300-500 gallon max capacity.
1.5 Period of Performance: The period of performance shall be for one (1) base year and four (4) option years. Normal pump-outs will be AS NEEDED DURING THE CONTRACT YEAR NOT TO EXCEED (NTE) eight (8) pump-outs per year. Emergency pump-outs will be AS NEEDED DURING THE CONTRACT YEAR NOT TO EXCEED (NTE) four (4) pump-outs per year. The Period of Performance reads as follows:
Base Year: August 25, 2025 August 24, 2026
Option Year I : August 25, 2026 August 24, 2027
Option Year II: August 25, 2027 August 24, 2028
Option Year III: August 25, 2028 August 24, 2029
Option Year IV: August 25, 2029 August 24, 2030
Specifics on performance are included in Part 5 Specific Tasks.
1.6 General Information
1.6.1 Quality Control: NA
1.6.2 Quality Assurance: NA
1.6.3 Recognized Holidays: Contractor WILL NOT provide services on the following federal holidays:
New Year's Day Labor Day
Martin Luther King Jr.'s Birthday Columbus Day
President's Day Veteran's Day
Memorial Day Thanksgiving Day
Juneteenth Day Christmas Day
Independence Day
1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:00 a.m. to 3:30 p.m., Monday thru Friday, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must always maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.
1.6.5 Place of Performance: The work to be performed under this contract will be performed at US Army Corps of Engineers (USACE), Howard A. Hanson Dam, 41900 Green River Headworks Road, Ravensdale, WA 98051. Before entering the Tacoma Public Utilities (TPU) watershed, the Contractor must check in at the Headworks Gate at 36932 SE Green River Headworks Rd, Ravensdale, WA 98051, before driving 4 miles up a primarily dirt road to HAHD.
1.6.6 Type of Contract: The government will award a firm-fixed price contract.
1.6.7 Security Requirements: Contractor personnel performing work under this contract shall adhere to the security procedures for Howard A. Hanson Dam.
a. Contractor personnel performing work under this contract shall adhere to the HAHD and Tacoma Public Utilities (TPU) security procedures. Access to the project site is controlled by a manned security gate. Contractor shall coordinate with on site personnel and TPU security to secure regular access to the project site.
b. Pre-screen candidates using E-Verify Program. The Contractor MUST pre-screen candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Contractor must ensure that the candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible candidates MUST be provided to the COR no later than three (3) business days after the initial contract award. When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file.
1.6.7.1 Physical Security: NA
1.6.7.2 Key Control: NA
1.6.7.3 Lock Combinations: NA
1.6.8 Special Qualifications: NA
1.6.9 Post Award Conference/Periodic Progress Meetings: NA
1.6.10 Contracting Officer Representative (COR): NA
1.6.11 Key Personnel:
- The follow personnel are considered key personnel by the government: Warren Douglas, Dam Equipment Mechanic Supervisor (206-316-3070) or Steven (Steve) Bjerk, Dam Equipment Mechanic Lead (206-316-3074). The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 0700-1530, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons.
b. Invoices for payment must be sent to:
U.S. Army Corps of Engineers
Mud Mountain Dam
Attn: Anne Holdener
30525 SE Mud Mountain Road
Enumclaw WA 98022
or anne.holdener@usace.army.mil
1.6.12 Identification of Contractor Employees: NA
1.6.13 Contractor Travel: NA
1.6.14 Other Direct Costs: NA
1.6.15 Data Rights: NA
1.6.16 Organizational Conflict of Interest: NA
1.6.17 PHASE IN /PHASE OUT PERIOD: NA
SEE ATTACHED SOLICITATION, PWS, AND QASP FOR ADDITIONAL IFORMATION.