Hazardous Waste Disposal Services

From: Maine Division of Procurement Services(State)
MA - 22040400000000000103

Basic Details

started - 11 Sep, 2023 (7 months ago)

Start Date

11 Sep, 2023 (7 months ago)
due - 26 Sep, 2024 (in 5 months)

Due Date

26 Sep, 2024 (in 5 months)
Contract

Type

Contract
MA - 22040400000000000103

Identifier

MA - 22040400000000000103
Maine Division of Procurement Services

Customer / Agency

Maine Division of Procurement Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sep 16, 2022, 8:27 AM MA 18P 22040400000000000103 State of Maine NEW Master Agreement Effective Date: 09/26/22 Expiration Date: 09/26/23 Master Agreement Description: Pharmaceutical and Medical Hazardous Waste Disposal Services Buyer Information Justin Franzose 207-624-7337 ext. justin.franzose@maine.gov Issuer Information Christine Violette 207-441-7282 ext. christine.violette@maine.gov Requestor Information Christine Violette 207-441-7282 ext. christine.violette@maine.gov Agreement Reporting Categories Authorized Departments ALL Vendor Information Vendor Line #: 1 Vendor ID Vendor Name VC1000017219 CLEAN HARBORS ENVIRONMENTAL SERVICES, INC. Alias/DBA Vendor Address Information 42 LONGWATER DR NORWELL, MA 02061 US Vendor Contact Information DocuSign Envelope ID:
B3C78654-094D-4850-BAB0-D835ADFADFD6 MA 18P 22040400000000000103 Sep 16, 2022, 8:27 AM KRISTIE FORTIE 781-792-5281 ext. 247 ACCOUNTSRECEIVABLE@CLEANHARBORS.COM Commodity Information Vendor Line #: 1 Vendor Name: CLEAN HARBORS ENVIRONMENTAL SERVICES, INC. Commodity Line #: 1 Commodity Code: 47500 Commodity Description: Pharmaceutical and Medical Hazardous Waste Disposal Services Commodity Specifications: As per the specifications attached and made part of this MA. Commodity Extended Description: Pharmaceutical and Medical Hazardous Waste Disposal Services Quantity UOM Unit Price 0.00000 0.000000 Delivery Days Free On Board Contract Amount Service Start Date Service End Date 0.00 09/26/22 09/26/23 Catalog Name Discount 0.0000 % Discount Start Date Discount End Date Terms and Conditions Agreement Terms and Conditions T&C #: 165 T&C Name: T&C Details: Net 30 Please see authorized signatures displayed on the next page DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 MA 18P 22040400000000000103 Sep 16, 2022, 8:27 AM Each signatory below represents that the person has the requisite authority to enter into this Contract. The parties sign and cause this Contract to be executed. State of Maine - Department of Administrative and Financial Services Signature Date Jaime C. Schorr, Chief Procurement Officer Vendor Signature Date Print Representative Name and Title DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 Robert Sherman 9/16/2022 District Vice President 9/16/2022 RIDERS  The following riders are hereby incorporated into this Contract and made part of it by reference: (check all that apply) ☒ Rider A – Scope of Work and/or Specifications ☒ Rider B – Terms and Conditions ☐ Rider C - Exceptions ☒ Bid Cover Page and Debarment Form ☒ Debarment, Performance, and Non-Collusion Certification ☐ Price sheet (attach excel spreadsheet to post on website) ☒ Other – Included at Department’s Discretion DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 RIDER A Scope of Work and/or Specifications The purpose of this master agreement is to procure hazardous waste disposal services, per the specifications attached and hereby incorporated into this contract. Any State of Maine agency is authorized to utilize this master agreement to submit delivery orders for hazardous waste disposal services. All quotations and delivery orders will be subject to the prices, terms and conditions of this master agreement. When State of Maine agencies submit delivery orders, each individual delivery order will include the shipping address specifying the location where hazardous waste removal services are required by the agency. Clean Harbors will perform hazardous waste disposal services for various types of waste, including but not limited to the following: • Pharmaceuticals • Chemicals, such as acetone, isopropyl alcohol, methylene chloride, inorganic salts, RCRA- regulated sample solids, and hexanes • Explosive classes 1.1, 1.2 and 1.3 • Radioactive material • NORM/TENORM radioactive material • Recyclables • Xray film • Aerosols • Liquid sanitizer • Gel sanitizer • Hand sanitizer • Wipes • Expired products • Miscellaneous Products: Clean Harbors shall quote hazardous waste removal services for other miscellaneous product categories on a per occurrence situation. DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 RIDER B TERMS AND CONDITIONS 1. DEFINITIONS: The following definitions are applicable to these standard terms and conditions: a. The term “Buyer” or “State” shall refer to the Government of the State of Maine or a person representing the Government of the State of Maine. b. The term “Department” or “DAFS” shall refer to the State of Maine Department of Administrative and Financial Services. c. The term “Bureau” or “BGS” shall refer to the State of Maine Bureau of General Services. d. The term “Division” shall refer to the State of Maine Division of Purchases. e. The term “Contractor”, “Vendor”, or “Provider” shall refer to the organization that is providing goods and/or services through the contract to which these standard terms and conditions have been attached and incorporated. f. The term “Contract” or “Agreement” shall refer to the contract document to which these standard terms and conditions apply, taking the format of a Buyer Purchase Order (BPO) or Master Agreement (MA) or other contractual document that is mutually agreed upon between the State and the Contractor. 2. WARRANTY: The Contractor warrants the following: a. That all goods and services covered by this Contract will conform to the specifications, drawing samples, symbols or other description specified by the Division, and b. That such articles are of good quality, and free from defects whether patent or latent in material and workmanship, and c. That all workmanship, materials, and articles to be provided are of the best grade and quality, and d. That it has good and clear title to all articles to be supplied by it and the same are free and clear from all liens, encumbrances and security interest. Neither the final certificate of payment nor any provision herein, nor partial nor entire use of the articles provided shall constitute an acceptance of work not done in accordance with this agreement or relieve the Contractor liability in respect of any warranties or responsibility for faulty material or workmanship. The Contractor shall remedy any defects in the work and pay any damage to other work to the extent caused thereby, which shall appear within one year from the date of final acceptance of the work provided hereunder. The Division of Purchases shall give written notice of observed defects with reasonable promptness. 3. TAXES: Contractor agrees that, unless otherwise indicated in the order, the prices herein do not include federal, state, or local sales or use tax from which an exemption is available for purposes of this order. Contractor agrees to accept and use tax exemption certificates when supplied by the Division as applicable. In case it shall ever be determined that any tax included in the prices herein was not required to be paid by Contractor, Contractor agrees to notify the Division and to make prompt application for the refund thereof, to take all proper steps to procure the same and when received to pay the same to the Division. DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 4. PACKING AND SHIPMENT: Deliveries shall be made as specified. No charges for boxing, carting, or storage shall be assessed unless agreed upon, in writing, by the parties. Articles shall be suitably packed to secure lowest transportation cost and to conform to the requirements of common carriers and any applicable specifications. Order numbers and symbols must be plainly marked on all invoices, packages, bills of lading, and shipping orders. Bill of lading should accompany each invoice. Count or weight shall be final and conclusive on shipments not accompanied by packing lists. 5. DELIVERY: Delivery should be strictly in accordance with delivery schedule. If Contractor's deliveries fail to meet such schedule, the Division, without limiting its other remedies, may direct expedited routing and the difference between the expedited routing and the order routing costs shall be paid by the Contractor. Articles fabricated beyond the Division’s releases are at Contractor’s risk. Contractor shall not make material commitments or production arrangements in excess of the amount or in advance of the time necessary to meet delivery schedule, and, unless otherwise specified herein, no deliveries shall be made in advance of the Division’s delivery schedule. Neither party shall be liable for excess costs of deliveries or defaults due to the causes beyond its control and without its fault or negligence, provided, however, that when the Contractor has reason to believe that the deliveries will not be made as scheduled, written notice setting forth the cause of the anticipated delay will be given to the Division. If the Contractor’s delay or default is caused by the delay or default of a subcontractor, such delay or default shall be excusable only if it arose out of causes beyond the control of both Contractor and subcontractor and without fault of negligence or either of them and the articles or services to be furnished were not reasonably obtainable from other sources in sufficient time to permit Contractor to meet the required delivery schedule. 6. FORCE MAJEURE: Neither party shall be responsible for failure to perform an obligation by a party under this Agreement in the event that performance of that obligation by that party is prevented by an act of God, act of war, riot, fire, explosion, flood or other catastrophe, sabotage, severe shortage of fuel, power or raw materials, change in law, court order, national defense requirement, epidemic, or strike or labor dispute, provided that any such event and the delay caused thereby is beyond the control of, and could not reasonably be avoided by, that party. The State may, at its discretion, extend the time period for performance of the obligation excused under this section by the period of the excused delay together with a reasonable period to reinstate compliance with the terms of this Agreement. 7. INSPECTION: All articles and work will be subject to final inspection and approval after delivery, notwithstanding prior payment, it being expressly agreed that payment will not constitute final acceptance. The Division of Purchases, at its option, may either reject any article or work not in conformity with the requirements and terms of this order, or re-work the same at Contractor’s expense. The Division may reject the entire shipment where it consists of a quantity of similar articles and sample inspection discloses that ten (10%) percent of the articles inspected are defective, unless Contractor agrees to reimburse the Division for the cost of a complete inspection of the articles included in such shipment. Rejected material may be returned at Contractor’s risk and expense at the full invoice price plus applicable incoming transportation charges, if any. No replacement of defective articles of work shall be made unless specified by the Division. DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 8. INVOICE: The original and duplicate invoices covering each and every shipment made against this order showing Contract number, Vendor number, and other essential particulars, must be forwarded promptly to the ordering agency concerned by the Vendor to whom the order is issued. Errors and omissions on statements will be considered just cause for withholding settlement without losing discount privileges. All accounts are to be carried in the name of the agency or institution receiving the goods, and not in the name of the Division of Purchases. All payments shall be made within thirty (30) days of receipt of an error-free invoice. 9. ALTERATIONS: The Division reserves the right to increase or decrease all or any portion of the work and the articles required by the bidding documents or this agreement, or to eliminate all or any portion of such work or articles or to change delivery date hereon without invalidating this Agreement. All such alterations shall be in writing. If any such alterations are made, the contract amount or amounts shall be adjusted accordingly. In no event shall Contractor fail or refuse to continue the performance of the work in providing of articles under this Agreement because of the inability of the parties to agree on an adjustment or adjustments. 10. NON-CONFORMING WASTE: If the work involves the transportation and disposal of waste, the Division shall provide Vendor with a description of said waste ("Waste Profile"). Upon approval by Vendor, the Waste Profile shall be incorporated into and become a part of this Agreement. Waste materials discovered by Vendor to be non-conforming, if in Vendor’s possession, shall be prepared for lawful transportation by Vendor and returned to the District within a reasonable time after rejection by Vendor, unless the parties agree to an alternative and lawful manner to dispose of the waste materials. The District shall pay Vendor at agreed rates for the handling, loading, preparing, transporting, storing and caring for and, if applicable, disposing of such non-conforming waste materials. In the event that Vendor discovers non- conforming waste, Vendor shall, unless required to do otherwise by its permit or applicable law, notify the District prior to incurring additional costs. Title, risk of loss and all other incidents of ownership to non-conforming wastes shall remain at all times with the District. Waste materials shall be considered non-conforming if the waste materials are not properly packaged or labeled; or if the waste materials contain constituents or have characteristics or properties not disclosed on the Waste Profile. Notwithstanding anything to the contrary, Vendor shall be solely responsible for any and all losses, liabilities, claims, penalties, forfeitures, suits, and the cost and expenses incident thereto (including cost of defense, settlement and reasonable attorneys’ fees) which the District may hereafter incur, or pay out as a result of death or bodily injuries to any person, destruction or damage to any property, contamination of or adverse effects on the environment or any violation of applicable federal, state and local laws, regulations, by-laws or ordinances arising out of or related to non-conforming waste materials. 11. TERMINATION: The Division may terminate the whole or any part of this Agreement in any one of the following circumstances: a. The Contractor fails to make delivery of articles, or to perform services within the time or times specified herein, or b. If Contractor fails to deliver specified materials or services, or c. If Contractor fails to perform any of the provisions of this Agreement, provided that Contractor does not cure any such failure within 15 days of written notice, or d. If Contractor so fails to make progress as to endanger the performance of this Agreement in accordance with its terms, or e. If Contractor is adjudged bankrupt, or if it makes a general assignment for the benefit of its creditors or if a receiver is appointed because of its insolvency, or f. Whenever for any reason the State shall determine that such termination is in the best interest of the State to do so. DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 In the event that the Division terminates this Agreement in whole or in part, pursuant to this paragraph with the exception of 8(f), the Division may procure (articles and services similar to those so terminated) upon such terms and in such manner as the Division deems appropriate, and Contractor shall be liable to the Division for any excess cost of such similar articles or services. 12. NON-APPROPRIATION: Notwithstanding any other provision of this Agreement, if the State does not receive sufficient funds to fund this Agreement and other obligations of the State, if funds are de-appropriated, or if the State does not receive legal authority to expend funds from the Maine State Legislature or Maine courts, then the State is not obligated to make payment under this Agreement. The Department will use best efforts to ensure that funds have been duly appropriated when executing a Purchase Order, and, to the extent possible, will notify Provider upon learning of an event of non-appropriation impacting a Purchase Order executed pursuant to this Agreement.. 13. COMPLIANCE WITH APPLICABLE LAWS: Contractor agrees that, in the performance hereof, it will comply with applicable laws, including, but not limited to statutes, rules, regulations or orders of the United States Government or of any state or political subdivision(s) thereof, and the same shall be deemed incorporated herein by reference. Contractor shall comply with applicable regulations pertaining to copyrights and rights in data. Contractor shall provide access to the grantee, the subgrantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers and records of the Contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. Contractor shall retain all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed. Contractor shall comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act, (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000), and mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with Energy Policy and Conservation Act (Pub. L. 94- 163, 89 Stat. 871). 14. INTERPRETATION: This Agreement shall be governed by the laws of the State of Maine as to interpretation and performance. 15. DISPUTES: The Division will decide any and all questions which may arise as to the quality and acceptability of articles provided and installation of such articles, and as to the manner of performance and rate of progress under this Contract. 16. ASSIGNMENT: None of the sums due or to become due nor any of the work to be performed under this order shall be assigned nor shall Contractor subcontract for completed or substantially completed articles called for by this order without the Division’s prior written consent, which shall not be unreasonably withheld. No subcontract or transfer of agreement shall in any case release the Contractor of its obligations and liabilities under this Agreement. 17. STATE HELD HARMLESS: The Contractor agrees to indemnify, defend, and save harmless the State, its officers, agents, and employees from any and all claims and losses accruing or resulting to any and all contractors, subcontractors, material men, laborers and other persons, firm or corporation furnishing or supplying work, services, articles, or supplies in connection with the performance of this Agreement, and from any and all claims and losses DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 accruing or resulting to any person, firm or corporation who may be injured or damaged to the extent caused by any negligent act or omission, willful or reckless misconduct, or fraud of the Contractor in the performance of this Agreement. 18. LIMITATION OF LIABILITY: The Contractor’s liability to the Division, for damages sustained by the Division, as the result of Provider’s default, or acts, or omissions, in the performance of work under this Agreement, whether such damages arise out of breach, negligence, misrepresentation, or otherwise, shall be limited to three times the value of the Product or Service that is the subject of this Agreement. Notwithstanding the above, Provider shall not be liable to the Department for any indirect or consequential damages. 19. SOLICITATION: The Contractor warrants that it has not employed or written any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement, and it has not paid, or agreed to pay any company, or person, other than a bona fide employee working solely for the Contractor any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon, or resulting from the award for making this Agreement. For breach or violation or this warranty, the Division shall have the absolute right to annul this agreement or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee. 20. WAIVER: The failure of the Division to insist, in any one or more instances, upon the performance of any of the terms, covenants, or conditions of this order or to exercise any right hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such term, covenant, or condition or the future exercise of such right, but the obligation of Contractor with respect to such future performance shall continue in full force and effect. 21. MATERIAL SAFETY: All manufacturers, importers, suppliers, or distributors of hazardous chemicals doing business in this State must provide a copy of the current Material Safety Data Sheet (MSDS) for any hazardous chemical to their direct purchasers of that chemical. 22. COMPETITION: By accepting this Contract, Contractor agrees that no collusion or other restraint of free competitive bidding, either directly or indirectly, has occurred in connection with this award by the Division of Purchases. 23. INTEGRATION: All terms of this Contract are to be interpreted in such a way as to be consistent at all times with this Standard Terms and Conditions document, and this document shall take precedence over any other terms, conditions, or provisions incorporated into the Contract. DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 RIDER C EXCEPTIONS NA DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 Debarment, Performance, and Non-Collusion Certification By signing this document, I certify to the best of my knowledge and belief that the aforementioned organization, its principals, and any subcontractors named in this proposal: a. Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from bidding or working on contracts issued by any governmental agency. b. Have not within three years of submitting the proposal for this contract been convicted of or had a civil judgment rendered against them for: i. fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state or local government transaction or contract. ii. violating Federal or State antitrust statutes or committing embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; iii. are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or Local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and iv. have not within a three (3) year period preceding this proposal had one or more federal, state or local government transactions terminated for cause or default. c. Have not entered into a prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same materials, supplies, equipment, or services and this proposal is in all respects fair and without collusion or fraud. The above-mentioned entities understand and agree that collusive bidding is a violation of state and federal law and can result in fines, prison sentences, and civil damage awards. • Failure to provide this certification may result in the disqualification of the Bidder’s proposal, at the discretion of the Department. To the best of my knowledge all information provided in the enclosed proposal, both programmatic and financial, is complete and accurate at the time of submission. Name: Title: Authorized Signature: Date: DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 9/16/2022 District Vice PresidentRobert Sherman Clean Harbors Disposal Pricing Schedule Report ID: 61800 MAINE0XM22 - Maine State of Labor, Equipment and Materials Description UOM Price (USD) FIELD PERSONNEL Chemist HR $66.00 Chemist Overtime HR $98.00 Lead Chemist HR $97.00 Lead Chemist Overtime HR $147.00 SUPPORT EQUIPMENT Box Truck HR $70.00 DOT SHIPPING CONTAINERS* 30 Gal / 120 Litre Closed Poly Drum 1H1/Y1.8/100 EA $121.00 30 Gal / 120 Litre Open Poly Drum 1H2/Y142/S EA $132.00 5 Gal / 20 Litre Closed Poly Drum 1H1/Y1.8/170 EA $32.00 Drum 15 Gal / 60 Litre Poly (1H1/Y1.8/100) EA $76.00 Waste Code Disposal Pricing Waste Code Description UOM Price (USD) A11 METHYLENE CHLORIDE 30DM $463.00 A22K LOW BTU ORGANIC LIQUID 05DM $174.00 A40 ORGANIC LIQUID WITH HALOGENS 55DM $361.00 B22N NITRIC ACID SOLUTIONS LESS THAN 40% 30DM $293.00 B28 OXIDIZER SOLUTIONS 15DM $247.00 B29A LOW PH CYANIDE / SULFIDE SOLUTIONS 05DM $395.00 B36A ACIDIC WASTEWATER REQUIRING HEAVY TREATMENT 30DM $273.00 CBP SOLIDS TO HAZARDOUS LANDFILL 05DM $100.00 CBP SOLIDS TO HAZARDOUS LANDFILL 55DM $329.00 CCRC CORROSIVE INCINERABLES 30DM $974.00 CCRK SOLIDS FOR INCINERATION 05DM $188.00 CCRK SOLIDS FOR INCINERATION 30DM $681.00 CCRKS SLUDGES AND LIQUID/SOLIDS FOR INCINERATION 05DM $179.00 CCRKS SLUDGES AND LIQUID/SOLIDS FOR INCINERATION 30DM $656.00 CCRKS SLUDGES AND LIQUID/SOLIDS FOR INCINERATION 55DM $875.00 CCS CHARACTERISTIC SOLIDS FOR STABILIZATION 05DM $97.00 CCSS SEMI-SOLIDS FOR STABILIZATION 30DM $312.00 CHG MERCURY DEBRIS FOR STABILIZATION OR RETORT 30DM $788.00 D20 REGULATED MEDICAL WASTE 45BX $150.00 D20A RCRA REGULATED MEDICAL WASTE 55DF $518.00 FB1 LIQUID FOR FUEL 30DM $122.00 MAINE0XM22 / STND Page 1 of 4Executed on: 9/15/2022 5:52:22 PM DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 Clean Harbors Disposal Pricing Schedule Report ID: 61800 MAINE0XM22 - Maine State of Waste Code Disposal Pricing Waste Code Description UOM Price (USD) FB2 LIQUID FUEL WITH SOLIDS 30DM $191.00 FB3 SEMI-LIQUID FOR FUEL 30DM $276.00 LCCR LABPACK FOR INCINERATION 05DF $123.00 LCCR LABPACK FOR INCINERATION 30DM $307.50 LCCR LABPACK FOR INCINERATION 55DM $410.00 LCCRA LABPACK ACID & ACID COMPATIBLES FOR INCINERATION 30DM $552.00 LCCRB LABPACK BASIC & BASIC COMPATIBLES FOR INCINERATION 05DM $202.00 LCCRS LABPACK SCINTILLATION VIALS FOR INCINERATION 05DM $262.00 LCCRS LABPACK SCINTILLATION VIALS FOR INCINERATION 30DM $725.00 LCCRS LABPACK SCINTILLATION VIALS FOR INCINERATION 55DM $968.00 LCCS LAB PACKS FOR STABILIZATION 30DM $528.00 LRCT LABPACK REACTIVES FOR INCINERATION LBS $29.00 Minimum Price $300.00 per 5 gallon pail RXHZ RCRA PHARMACEUTICALS 55DM $266.00 RXNH NON RCRA PHARMACEUTICALS 55DM $207.00 Profile Disposal Pricing Profile No Waste Description UOM Price (USD) CH1392652 RESIDUE FROM LEAD WIPE ANALYSIS 05DF $140.00 CH2312331 REGULATED MEDICAL WASTE 45BX $120.00 CH271222 METHYLENE CHLORIDE W/ MIXED FLAMMABLES 05DM $151.00 CH51724 SCINTILLATION VIALS 05DF $262.00 CH971720 WASTE ACID NOS 30DF $293.00 CH975464 PHOSPHORIC ACID WASTE WITH SODIUM PERSULFATE 05DF $140.00 ST006-001 MIXED FLAMMABLES 05DF $48.788 ST006-001 MIXED FLAMMABLES 15DM $97.60 ST006-009 CHLORIDE WASTE WITH HG & TKN 05DF $389.503 ST006-010 GC VIALS W/METHYLENE CHLORIDE/HEXANE 05DF $179.00 MAINE0XM22 / STND Page 2 of 4Executed on: 9/15/2022 5:52:22 PM DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 Clean Harbors Disposal Pricing Schedule Report ID: 61800 MAINE0XM22 - Maine State of Drum Transportation Rates $41.00 per container. Minimum $438.00 per trip. Maximum $0.00 per trip. $158.00 /hour demurrage rate applies after 0.50 hours. Surcharge Pricing Waste Code – Profile(s) Rate Rate UOM Lower Limit Upper Limit Range UOM (CCRC) - ST006-009 Drum surcharge for weight $2.22 Pounds 500.00 501.00 Pounds $4.44 Pounds 501.10 502.00 Pounds $6.66 Pounds 502.10 503.00 Pounds (CCRK) $0.94 per pound over 500 pounds $1.44 Pounds 500.00 0.00 Pounds (CCRKS) - ST006-010 CCRKS Drum Weight Surcharge $1.44 Pounds 500.00 501.00 Pounds (D20) - CH2312331 Weight Surcharge $1.75 4.5 cubic foot box 65.00 66.00 Pounds $3.50 4.5 cubic foot box 67.00 68.00 Pounds $5.25 4.5 cubic foot box 69.00 70.00 Pounds (D20A) Drum weight surcharge $2.10 Pounds 300.00 301.00 Pounds $4.20 Pounds 301.10 302.00 Pounds $6.30 Pounds 302.10 303.00 Pounds (RXHZ) Drum Weight Surcharge $1.32 Pounds 200.00 201.00 Pounds $2.64 Pounds 201.10 202.00 Pounds $3.96 Pounds 202.10 203.00 Pounds (RXNH) Drum Weight Surcharge $0.80 Pounds 200.00 201.00 Pounds $1.60 Pounds 201.10 202.00 Pounds $2.40 Pounds 202.10 203.00 Pounds MAINE0XM22 / STND Page 3 of 4Executed on: 9/15/2022 5:52:22 PM DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6 Clean Harbors Disposal Pricing Schedule Report ID: 61800 MAINE0XM22 - Maine State of GENERAL CONDITIONS 1. Except where superseded by an existing services agreement the following terms and conditions apply to this quoted business. 2. Prices active 09/15/2022. 3. Terms: Net 30 Days 4. Interest will be charged at 1.5% per month or maximum allowed by law for all past due amounts. 5. Local, state and federal fees/taxes applying to the generating location/receiving facilities are not included in disposal pricing and will be added to each invoice as applicable. 6. Materials subject to additional charges if they do not conform to the listed specifications. 7. All drums for disposal must be D.O.T. approved containers and in good condition. 8. All containers must be marked with Clean Harbors' profile number. 9. Clean Harbors will provide a manifest and necessary labels for transportation with a charge of $1.25 per label. 10. Electronically submitted profiles will be approved at no charge. Paper profiles will be charged at $75.00 each. 11. Clean Harbors supports many invoice delivery options (E-mail, Electronic Invoicing, EDI, Etc.). Pricing is based on Clean Harbors' standard invoice delivery method of E-mail. If another delivery method is required there could be an additional service fee per invoice. Any alternate delivery method must be reviewed and approved by Clean Harbors prior to acceptance and implementation. 12. Compressed gas cylinders requiring special handling due to inoperable valves will be assessed an additional charge of $400.00 per cylinder. Cylinders larger than medium size will be quoted case by case. This charge may be sent as a supplemental invoice. 13. A variable Recovery Fee (that fluctuates with the DOE national average diesel price), currently at 22.5%, will be applied to the total invoice. 14. Transportation charges to the final disposal facility will be charged in addition to local transportation to our truck to truck hub/local facility and will vary with logistics and routing. 15. Pickups that require same day or next day service may be subject to additional charges. 16. Pickups cancelled within 72 hours of scheduling will be subject to cancellation charges. 17. Transportation charges to the final disposal facility will be charged in addition to local transportation to our truck to truck hub/local facility and will vary with logistics and routing. 18. Out of Service (OSD) for PCB incinerables should be clearly identified in Section 14 of the manifest. Prices for these items are only effective if received within 6 months of the OSD. 19. Standard disposal conversions (excluding minimums) apply to containers other than 5 gallon drums: 6-20g 60%, 21-30g 75%, 31-55g 100%, 56-85g 145%, FBIN 350%, TOT2(300gal TOTE) 500%, TOTE 630%. 20. In the event that legal or other action is required to collect unpaid invoice balances, Customer agrees to pay all costs of collection, including reasonable attorneys' fees, and agrees to the jurisdiction of the Commonwealth of Massachusetts. 21. On June 30, 2018 the EPA activated the E-Manifest system. The EPA will charge the receiving TSDF a fee per manifest. To cover the cost of the E-Manifest, Clean Harbors will charge $20 per manifest on every invoice. 22. CARRAA: The additional excise and sales tax added to the price of diesel fuel at the pump under the California Road Repair and Accountability Act (CARRAA) of 2017 has increased the cost of providing waste management services in the State of California. To off-set this extra cost, Clean Harbors is implementing a 2% CARRAA Fee on every invoice for a California generator. 23. Time over eight (8) hours in the normal workday and all day Saturday is considered overtime and will be billed at 1.5 times the applicable straight time rate for all billable personnel unless otherwise quoted. Sunday and Holidays are considered premium time and will be billed at 2.0 times the applicable straight time rate for all billable personnel unless otherwise quoted. 24. Final invoicing will be based upon the unit rates for those items used in performance of the services and materials shipped for disposal. In the event the unit price of an item required for proper performance of service is not listed in this quotation, the item will be invoiced at list pricing. MAINE0XM22 / STND Page 4 of 4Executed on: 9/15/2022 5:52:22 PM DocuSign Envelope ID: B3C78654-094D-4850-BAB0-D835ADFADFD6

111 Sewall Street 9 State House Station Augusta, ME 04333-0009Location

Address: 111 Sewall Street 9 State House Station Augusta, ME 04333-0009

Country : United StatesState : Maine

You may also like

EW479-162880-D - Hazardous Waste Disposal Services

Due: 14 Sep, 2026 (in about 2 years)Agency: Department of Public Works and Government Services (PSPC)

HAZARDOUS WASTE REMOVAL SERVICES

Due: 30 Apr, 2024 (in 4 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.