Performance Work Statement (PWS)
Toilet/Septic Pumping and Related Services
Chief Joseph Dam, Bridgeport, WA 98813-1120
PART 1: GENERAL INFORMATION
1. Introduction
1.1. Description of Services: This is a non-personal services contract to provide waste removal of vault toilets, septic tanks, holding tanks, Government owned portable toilets and portable toilet rentals at Chief Joseph Dam (CJD). 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. The contractor shall perform to the standards prescribed in this contract.
The guidelines and conditions identified below represent the Government’s minimum requirements and do not relieve the Contractor of responsibility of complying with all federal, state and local laws pertaining to the performance and accomplishment of the services identified throughout this contract. Any reference to a federal, state or local law or regulation within this contract is for emphasis only and does not relieve the Contractor of the obligation to be aware of and comply with all applicable federal, state and local county laws and regulations.
1.2. Description/Objective: The Contractor shall remove outhouse waste by pumping CJD managed vault toilets, septic/holding tanks and portable toilets in the locations listed in Attachment 2, Estimated Pumping Frequency.
Table. Quantities are estimated amounts and are not guaranteed, the Contractor will only be paid for work performed. Except where otherwise stated, the Contractor shall supply all labor, equipment and materials necessary for pumping vault toilets and leaving them in a clean and sanitary condition for public use.
1.3. Special Qualifications: The Contractor shall obtain all necessary licenses and/or permits required to perform this work. The Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract.
1.4. Place of Performance: The work to be performed under this contract will be performed at Chief Joseph Dam Project, USACE fee owned areas in association with the Dam and developed recreation areas along Rufus Woods Lake.
1.5. Period of Performance: The period of performance shall be for one (1) base period and four (4) twelve (12) month option periods. Requests for services will be placed by the Government as the need arises during the performance period. Service requests are most expected April thru October, however may be requested at any time throughout the contract period.
Base Year Performance Periods: Dates vary by work location:
•Recreation Area Vault Toilets, Holding Tanks: 20 July 2025 – 19 July 2026
•Government Owned Portable Toilets: 20 July 2025 – 19 July 2026
•Contractor Owned Portable Toilets: 20 July 2025 – 19 July 2026
•Office Buildings Holding and Septic Tanks: 1 September 2025 – 19 July 2026
•Powerhouse Treatment Plant: 1 September 2025 – 19 July 2026
Option Year Performance Periods: Dates cover all work locations:
Option Year One: 20 July 2026 - 19 July 2027
Option Year Two: 20 July 2027 – 19 July 2028
Option Year Three: 20 July 2028 – 19 July 2029
Option Year Four: 20 July 2029 – 19 July 2030
1.6. Hours of Operation: Contractor is responsible for conducting business Monday thru Thursday, 7:00am and 5:00pm. No services will be performed on weekends, Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings.
1.6.1. Recognized Holidays:
New Year’s Day Labor Day
Martin Luther King Jr.’s Birthday Columbus Day
President’s Day Veteran’s Day
Memorial Day
Juneteenth Thanksgiving
Independence Day Christmas Day
1.7. Direct and Indirect Costs: All costs incurred by the Contractor related to the performance of contract work are the responsibility of the Contractor.
1.8. Safety Requirements: The Contractor shall conform to applicable OSHA, and State of Washington, standards, as well as the Corps of Engineers Safety Requirements Manual (EM 385-1-1), available here: https://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf It is the Contractor’s responsibility to be familiar and comply with all applicable safety standards. Safety Exposure Report; in accordance with the provisions of EM 385-1-1, Section 01 Program Management, Paragraph 01.D Accident Reporting and Recording, sub-paragraph 01.D.05, the Prime Contractor shall report all accidents and shall provide a monthly record of all exposure and accident experience incidental to the work.
The Contractor shall be responsible for any personal injury to the Contractor, their employee, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by the Contractor's employees' fault or negligence.
1.9. Access and General Protection/Security Policy and Procedures: Contractor and all associated subcontractor’s employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by Government representative, as NCIC and TSDB are available). 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.
1.10. The following resources are available to assist USACE contractors in their outreach efforts:
U.S. Department of Labor Veterans employment: www.vets.gov/
Federal veteran employment information: www.fedshirevets.gov/index.aspx
Veterans’ Employment and Training Service (VETS): http://www.dol.gov/vets/
Veterans Opportunity to Work (VOW) Program: http://benefits.va.gov/vow/
U.S. Army Warrior Transition Command Employment Index: https://wtc.army.mil/modules/employers/index.html
Hiring Our Heroes initiative: www.uschamberfoundation.org/hiring-our-heroes
Guide to Hiring Veterans:
www.whitehouse.gov/sites/default/files/docs/white_house_business_council guide_to_hiring_veterans_0.pdf
PART 2: CONTRACT ADMINISTRATION
2. General Information/Quality Assurance:
2.1. Administration: The Government makes no guarantee as to the total amount of services to be required and reserves the right to require no services during the contract performance period.
2.1.2. Protection of Government Facilities: The Contractor will be responsible for restoring any Government facilities and property damaged as a result of Contractor’s operations, to include natural features. Reasonable care
will be used to avoid damage to existing structures, equipment, facilities, and vegetation in the areas serviced. Any damage will be repaired, or the items replaced at no cost to the Government.
2.1.3. Maintenance and Repair Services: The Contractor shall be responsible for all repairs to rented portable toilets and hardware associated with it. All repairs should be completed within three (3) business days after reported by the Government or noticed by the Contractor employee. If the toilet is severely damaged or unsightly it should be replaced. The Contractor shall provide maintenance and repair services to portable units, to include furnishing replacement parts as needed. Replacement parts shall include but not limited to, doors, door handles, door latches, door hinges, door springs, toilet paper dispensers, toilet seats, vent screens, vent pipes, tanks, and urinals. If the unit must be removed for repairs, Contractor shall provide a replacement unit at the time it removes the unit needing repair.
2.2. Quality Assurance: Inspection will be done by a Government Representatives:
The Government will consider the work acceptable when the contracted services meet the standards described in this PWS. If the work does not meet these requirements, the contractor will be notified to take corrective action. Payments for services will be made according to these requirements. Any additional cost, for the corrective action, will be the responsibility of the contractor.
2.3. Environmental Protections: This paragraph prescribes actions required for the prevention of environmental pollution during and as the result of operations under this contract. For the purpose of this specification, environmental pollution is defined as the presence of chemicals, physical or biological elements, or other agents which adversely affect human health or welfare, unfavorably alter ecological balances, affect other species, or degrade the utility of the environment for aesthetic and recreational purposes. In order to prevent and to provide for abatement and control of any environmental pollution arising from activities in performance of this contract, the Contractor shall comply with all applicable Federal, State, and local laws and regulations concerning environmental pollution control and abatement.
2.3.1. Disposal of Waste Materials: Upon completion of all services, the Contractor shall remove all parts, debris, trash, waste, or any other materials resulting from work under this contract at their expense. The Contractor shall supply and dispose of all chemicals or substances used in the sanitary treatment of toilet waste. If any waste material is released to the environment, including ground, air or water, the Contractor will remove, transport, and properly dispose of the material and restore the area to its original condition. Collected waste shall be treated and disposed of in compliance with all applicable Federal State, and Local laws, ordinance, and regulations.
2.3.2. Vehicles and Equipment: All vehicles and equipment must be equipped and operated in compliance with all applicable State laws governing safety, pollution control, licensing and operation. Waste tanks shall be recharged with a sufficient quantity of chemical to ensure an odorless unit.
2.3.3. Spillage on Roads: The Contractor shall take extreme care to prevent any spillage of the waste tank contents. In the event a spillage does occur, the Contractor shall thoroughly clean the entire area contaminated by the spill, in accordance with Occupational Safety and Health Administration (OSHA), Base Health and Safety, and current Federal, State and Local laws, ordinances, and regulations.
2.3.4. Disposal of Cleaning Water: At no time shall the Contractor dispose of wastewater by dumping it on the ground anywhere within the contract area. Cleaning water shall be properly managed and disposed as waste materials.
2.4. Vandalism: The contractor is responsible for protection from vandalism of contractor owned equipment. The Contractor shall be responsible for repair or replacement of Contractor-provided materials and equipment which are stolen or damaged.
PART 3: SPECIFIC TASKS
3. Pumping and Related Services:
3.1. Recreation Area Vault Toilet(s) and Septic/Holding Tank(s): There are twelve (12) single 1,000-gallon capacity and two (2) double 2,000-gallon capacity vault toilets, one (1) 600-gallon capacity, two (2) 1,000 gallon. capacity and one (1) 1,250-gallon capacity holding tanks at various locations on USACE managed recreation land for public use.
The Contractor shall be responsible for hauling all sewage and waste materials in a watertight/leak proof container to prevent contamination to the surrounding area. If there is a heavy concentration of solids on the bottom of the vault toilet or septic tank, apply water to break up and dilute the solids and then pump this diluted waste down again. The Contractor must have the capability to remove garbage/or trash deposited in vault toilets, septic/holding tanks, and portable toilets. Contractor shall add 50 gal of fresh water, supplied by the Contractor, after pumping. All sewage waste must be disposed of in a Washington State approved facility and in accordance with all applicable laws. The Contractor, at their expense, shall repair damages to CJD facilities caused by the Contractor. The Contractor, at their expense, will clean up any sewage or vault trash spilled or smeared outside during the pumping operation and will properly wash the spill area. - See attachments.
3.2. Office Building(s) and Spillway Septic/Holding Tank(s): There is one (1) 3,000 gallon capacity holding tank on the south side of the Lower Spillway, one (1) 1,500 gallon capacity holding tank for the Maintenance Office, one (1) 1,000 gallon capacity holding tank for the Construction Office trailer, one (1) 2,000 gallon capacity septic tank for the Commons Building, one (1) 2,000 gallon capacity septic tank for the Warehouse, one (1) 1,500 gallon capacity septic tank for the Natural Resource Management office building, one (1) 1,500 gallon capacity septic tank for the Administration Building and one (1) 2,000 gallon capacity septic tank for the Upper Spillway Viewpoint. The Contractor shall follow pumping procedure outlined in 3.1. See attachment.
3.3. Powerhouse Treatment Aeration Tank: When the Powerhouse Treatment Plant Aeration Tank is being pumped, the Government will pump tank material to the 810’ Dam elevation where the contractor pumping truck is parked from the 763’ elevation where the tank rests. The truck will be connected using a standard 3” cam and groove connector to receive the material being pumped. The Government will provide personnel to monitor the pumping procedure and start/stop the pumping as necessary. The contractor may be required to provide suction at the same time to facilitate material transfer. The contractor shall ensure all pumped waste is contained and that the immediate area around the transfer outlet is free from any pumped waste. See attachment.
3.4. Contractor Owned Portable Toilet: The contractor shall have a minimum of 25 portable units available upon request by the Government Representative for delivery and placement at CJD. This service is needed on an on-call basis when there is a need for extra toilets for special events. Rental and servicing of portable toilets shall include delivery to site, setup for operation, servicing of toilets, and toilet removal as specified by the Government. The portable toilet unit shall be a standard size unit with a toilet and urinal. A Government Representative will contact the Contractor within 2 business days to coordinate the number of portable toilet units needed, duration of the rental and where the units will be placed. All units must be in good condition and fully operational at all times. Contractor supply items shall include two-ply toilet paper, and deodorant blocks in urinals. Overturned units shall be pumped, cleaned, and re-supplied as needed.
3.4.1. Government Owned Portable Toilets: A Government Representative will call the Contractor when toilets have been put in service or moved to a new location. All in service portable units shall be serviced a minimum of three times a week on Monday, Wednesday, and Friday for the duration of use. Services shall include the complete removal of all waste, debris, and other contaminants from waste tanks, seats, doors, floors, and other exposed interior and exterior surfaces, to include washing, sweeping, dusting, moping, and applying a commercial grade cleaner and disinfectant to interior surfaces. Overturned units shall be pumped, cleaned, and re-supplied as needed.
3.5 Contractor Owned Portable Hand Washing Station: The Contractor shall provide Hand Washing Station upon request by the Government Representative for delivery and placement at CJD. This service is needed on an on-call basis when there is a need for Contractor Owned Portable Toilets for special events. Rental and servicing of portable hand washing stations shall include delivery to site, setup for operation, servicing of stations, and hand washing station removal as specified by the Government. A Government Representative will contact the Contractor within 2 business days to coordinate the number of portable units needed, duration of the rental and where the units will be places. All units much be in good working condition and fully operational at all times. Contractor supply items shall include paper towels, and hand soap.
3.6 Emergency Excessive Trash Removal for Vault Toilets: The Contractor shall be responsible for removing any excessive trash inside of the vault toilet holding tank. The Contractor shall schedule to remove the excessive trash from inside of the vault toilet within 3 business days after it is reported by the Government Representative or noticed by the Contractor employee.
PART 4: ATTACHMENTS
Attachment 1: Performance Requirements Summary / Quality Assurance Surveillance Plan
Attachment 2: Vault Toilet Area Map
Attachment 3: Septic/Holding Tank Area Map
SEE ATTACHED SOLICITATION, QASP, AREA MAPS, AND FREQUENCY CHARTS.