state of michigan central procurement services …solid waste (from air sampling and draeger tubes)...

53
STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909 CONTRACT CHANGE NOTICE Change Notice Number 4 to 071B7700170 Contract Number VARIOUS Douglas Glaser [email protected] Loren Rhoad Portage, MI 49002 HOSPITAL NETWORK HEALTHCARE SERVICES CV0013382 269-329-3501 6212 American Avenue STATE Program Manager Contract Administrator CONTRACTOR SW DTMB [email protected] $350,000.00 September 18, 2017 September 30, 2019 MEDICAL WASTE AND DISPOSAL - STATEWIDE April 30, 2018 INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE 0 - 0 Year PAYMENT TERMS DELIVERY TIMEFRAME Net 30 ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING P-Card PRC Other Yes No MINIMUM DELIVERY REQUIREMENTS DESCRIPTION OF CHANGE NOTICE OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE September 30, 2019 CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE N/A $0.00 $350,000.00 Effect July 1, 2019, the MIOSHA laboratory, located at 7707 Rickle Street, Lansing, MI 48917, a MIOSHA facility, is hereby added to the contract per attached "Veolia MIOSHA Lab Waste Pricing," inclusive specific rates for this location, as quoted by David Shepis of Veolia on 6/20/19. All other terms, conditions, specifications, and pricing remain the same. Per Agency and Vendor agreement, and DTMB Central Procurement Services approval. INITIAL EXPIRATION DATE INITIAL EFFECTIVE DATE N/A DESCRIPTION CONTRACT SUMMARY

Upload: others

Post on 24-Jul-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICEChange Notice Number 4

to071B7700170Contract Number

VARIOUS

Douglas Glaser

[email protected]

Loren Rhoad

Portage, MI 49002

HOSPITAL NETWORK HEALTHCARE SERVICES

CV0013382

269-329-3501

6212 American Avenue STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

SW

DTMB

[email protected]

$350,000.00

September 18, 2017 September 30, 2019

MEDICAL WASTE AND DISPOSAL - STATEWIDE

April 30, 2018

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

0 - 0 Year

PAYMENT TERMS DELIVERY TIMEFRAME

Net 30ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ NoMINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ September 30, 2019CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

N/A

$0.00 $350,000.00

Effect July 1, 2019, the MIOSHA laboratory, located at 7707 Rickle Street, Lansing, MI 48917, a MIOSHA facility, is hereby added to the contract per attached "Veolia MIOSHA Lab Waste Pricing," inclusive specific rates for this location, as quoted by David Shepis of Veolia on 6/20/19.

All other terms, conditions, specifications, and pricing remain the same. Per Agency and Vendor agreement, and DTMB Central Procurement Services approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

N/A

DESCRIPTION

CONTRACT SUMMARY

Page 2: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

AGENCY NAME PHONE EMAILMulti-Agency and Statewide Contracts

Program Managersfor

CHANGE NOTICE NO. 4 TO CONTRACT NO. 071B7700170

MDOC Stephanie Smoyer 517-780-5618 [email protected]

Page 3: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Category Container QuantityWeight per

container (lbs)total weight (lbs) Pick-up Frequency Cost Per Pick-up Notes Response to comp Q's

Nitric/Hydrochloric Acid -Metals 2.5L 12 9 108 Once / Year $747 +$242 OR DPK????1 x 55DF HPN, 1 x 14HPN labpacks for incineration

Acid concentrations 3% to concentrated, most common metals are Al, Mo, Mn, Be, Cd, Co, Ni, Fe, Cr, Zn, Pb, Cu

Nitric/Hydrochloric Acid -Metals 4.0 L 7 10 70 Once / Year With line 2

Hexavalent chrome waste from Liquid Chromatography 4L 17 10 170 Once / Year 2 x $322 2 x 55DM and DPK labpacks for consolidation Mainly aqueous, some MeOH

Liquid Chromatography waste(acetonitrile and MeOH) 4L 7 6.5 45.5 Once / Year With line 4

Non Halogenated waste from Gas Chromatography 4L 3 6.5 19.5 Once / Year $7471 x 55DM Gal HPN Labpack for incineration Mainly CS2/DMF Assumes CS2 is carbon disulfide

Halogenated from Gas Chromatography (toluene) 500 ml 1 2.5 2.5 Once / Year With line 4 above Mainly MeCl2, and MeOHAuto sampler waste( in Paint Cans) 1 gallon 11 3.5 38.5 Once / Year With line 6 above (assumes flammables) autosampler vials from Chromatography AnalysesSolid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling media tubesalkaline batteries 44 Once / Year $60.28 ($1.37/lb) + $17.40 trans 1 x 5DF batteries for recyclelithium batteries 1.25 Once / Year $29 min plus ($6.96/lb) + $17.40 trans 1 x 5DF batteries for recycleNi Cad batteries 36 Once / Year $44.64 ($1.24/lb) + $17.40 trans 1 x 5DF batteries for recycleLead acid batteries 15 Once / Year $29 min ($0.33/lb) + $17.40 trans 1 x 5DF batteries for recycleprojecter bulbs(contain Hg) 1 Once / Year $5.43 +$17.40 trans 1 x 5DF Lamps for recycle

asbestos waste 75 75 Once / Year $254 + $29 transAssumes 55 gal metal drum; landfill disposal.

Bulk samples, microscope slides, some is friable and it is double bagged.

Pump Oil varies varies varies varies Once / Year With line 4 above (assumes <3 x 1 gal containers)Electromagnetic Sensors varies varies varies varies Once / Year $0.52/lb + 17.40 trans 1 x 5DF electronic for recycle

Quote SummaryDisposal Quantity Subtotal

HPN labpacks2 x 55 HPN @ $7471 x 14 HPN @ $242 $1,736

DCN Labpacks 1 x 5 DCN @ $98 $98DPK Labpacks 2 x 55DPK @ $322 $644

Batteries

1 x 5 Alk @ ~$77.681 x 5 Li @ ~$46.401 x 5 NiCad @~$62.041 x 5 Lead Acid @ $46.40 $232.52

Electronics 1 x 5 Elect. @ $46.40 $46.40Asbestos 1 x 55DM @ $283 $283

Time and materials

Labor2 man team, est. 6 hours onsite @ $110/hr $660

Mobilization 2.6 hours @$80/hour $210.60Supply- 55 gal DM 4@$40 $160Supply- 55 gal DF 1@$40 $40Supply- 14 gal DF 1@ $18 $18Supply - 5 gal DF 7@$15 $105

Supply- Vermiculite 9@$25 $225E manifest Fee 2@$20 $40

Estimated Total $4,498.52

Page 4: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

STATE OF MICHIGANCENTRAL PROCUREMENT SERVICESDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICEChange Notice Number 3

to071B7700170Contract Number

VARIOUS

Douglas Glaser

[email protected]

Loren Rhoad

Portage, MI 49002

HOSPITAL NETWORK HEALTHCARE SERVICES

CV0013382

269-329-3501

6212 American Avenue

517-898-3982STATE

Pro

gra

m

Manager

Contra

ct

Adm

inistra

tor

CO

NTRACTO

R

SW

DTMB

[email protected]

$350,000.00

September 18, 2017 September 30, 2019

MEDICAL WASTE AND DISPOSAL - STATEWIDE

April 30, 2018

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

0 - 0 YearPAYMENT TERMS DELIVERY TIMEFRAME

Net 30ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ PRC ☐ Other ☐ Yes ☒ NoMINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ September 30, 2019CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

N/A

$0.00 $350,000.00

Effect June 17, 2019, the Walter Reuther Psychiatric Hospital, located at 30901 Palmer Road, Westland MI 48186, a DHHS facility, is hereby added to the contract per attached Schedule B - Pickup Locations and Pricing. Specific rates for additional items for this location is also attached, as quoted by David Shepis of Veolia on 5/13/19.

Please note the Contract Administrator has been changed to Doug Glaser, [email protected], 517-898-3982.

All other terms, conditions, specifications, and pricing remain the same. Per Agency and Vendor agreement, and DTMB Central Procurement Services approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

N/A

DESCRIPTION

CONTRACT SUMMARY

Page 5: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 6: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 7: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 8: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 9: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 10: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 11: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 12: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 13: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 14: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 15: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 16: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling
Page 17: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

STATE OF MICHIGANENTERPRISE PROCUREMENTDepartment of Technology, Management, and Budget525 W. ALLEGAN ST., LANSING, MICHIGAN 48913

ORP.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICEChange Notice Number 2

to071B7700170Contract Number

VARIOUS

Steve Rigg

[email protected]

Loren Rhoad

Portage, MI 49002

Hospital Network Healthcare Services, LLC

CV0013382

269-329-3501

6212 American Avenue

(517) 249-0454STA

TE

Program

Manager

Contract

Adm

inistrator

CO

NTR

AC

TOR

SW

DTMB

[email protected]

$350,000.00

September 18, 2017 September 30, 2019

MEDICAL WASTE AND DISPOSAL - STATEWIDE

April 30, 2018

INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE

0 - 0 Year

PAYMENT TERMS DELIVERY TIMEFRAME

Net 30ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ NoMINIMUM DELIVERY REQUIREMENTS

DESCRIPTION OF CHANGE NOTICEOPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☐ September 30, 2019CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

N/A

$0.00 $350,000.00

Effect August 7, 2018, the DJ Jacobetti and Grand Rapids Veterans Homes with DMVA are hereby added to the contract per attached Schedule B - Pickup Locations and Pricing. Specific rates for additional items for these two locations are also attached. All other terms, conditions, specifications, and pricing remain the same. Per Agency and Vendor agreement, and DTMB Central Procurement Services approval.

INITIAL EXPIRATION DATEINITIAL EFFECTIVE DATE

N/A

DESCRIPTION

CONTRACT SUMMARY

Page 18: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Schedule B – Pickup Locations and Pricing

Name Address 1 City State Zip Frequency Pickup

location Price Per Container

Price Per

Pound Price Per Stop

Department of Military and Veterans Affairs

1 Grand Rapids

Home for Veterans

3000 Monroe Ave NE

Grand Rapids MI 49505 Every 2

weeks

Pharmacy (2) 4.3 cubic

feet containers

See Additional

Rates Sheet For Grand

Rapids

N/A N/A

2 Grand Rapids

Home for Veterans

3000 Monroe Ave NE

Grand Rapids MI 49505 Every 2

weeks

Maintenance Department (2) 96-gallon containers

$75.00 each N/A

N/A unless the scheduled stop

is not cancelled; then

$50.00

3 Grand Rapids

Home for Veterans

3000 Monroe Ave NE

Grand Rapids MI 49505 As

Needed

Dental Clinic (1) 2.5-gallon Amalgam Kit

2-gal mail back kit

$135.00; 5-gal mail back kit $175.00

N/A N/A

4 DJ Jacobetti

Home for Veterans

425 Fisher St Marquette MI 49855 As Needed

Maintenance Department (1) 4.3 cubic

feet container

$60.00 each N/A

N/A unless the scheduled stop

is not cancelled; then

$100.00

5 DJ Jacobetti

Home for Veterans

425 Fisher St Marquette MI 49855 As Needed

Maintenance Department (1) 18-gallon Sharps Box

$60.00 each N/A

N/A unless the scheduled stop

is not cancelled; then

$100.00

6 DJ Jacobetti

Home for Veterans

425 Fisher St Marquette MI 49855 As Needed

Maintenance Department (1) 2-gallon

Mercury Mail-Black Box

2-gal mail back kit

$135.00; 5-gal mail back kit $175.00

N/A N/A

Page 19: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

DJ Jacobetti Home for Veterans

Category (Additional rates 8/3/2018) Value Material Pickup Charge

(additional geographies CBC) Marquette: $1200

EPA e-Manifest fee $20/Manifest PCB Ballasts

Disposal method is incineration, PT. Arthur, TX $1.40/lb; $253 minimum per container

Additional transport cost: $80/55 gal

$58/any drum <55 gal Non-PCB Ballasts

Disposal method is recycle $0.40/lb

Additional transport cost: $35/55 gal $29/30 gal

$23/<30 gal T&D - Nonhazardous / Universal Waste

Pharmaceuticals for Incineration 18 gal containers and smaller, 3 gal max total

liquid content

$150.00 / 18 gal drum

T&D – Nonhazardous / Universal Waste Pharmaceuticals for Incineration

Containers 19 to 55 gal containers, 3 gal max total liquid content

$173.00 /DM (19-55 gal)

T&D Aerosols Flammable aerosols for Fuels Blending. Paints,

lubricants, cleaners

$224/55DM $178/30DM $121/15DM $92/5DM

T&D Aerosols Non-standard aerosols for incineration, not

suitable for blending. Includes expanding foams, non-flammable, small diameter, pepper sprays.

$476/55DM $374/30DM $247/15DM $190/5DM

T&D - Oil Filters Non-Terne plated used oil filters for

recycle/reclaim. Price valid for all outer containers up to 55 gallon size.

$109/DM

Empty/punctured refrigerant cylinders for recycle

Must have rupture disc or valve removed; open to atmosphere.

$58/each

Electronics

$0.54/lb (mixed electronics) $0.75/lb (CRT monitors only)

Transportation- Electronics $115/pallet $29/55DM

T&D – Oils

Used or unused oils for Fuels blending $115/55DM $103/30DM $58/5DM

Tritium exit signs Shipped in Veolia ReurnPak. Restrictions apply-

must be intact and not leaking, manufacturers info intact.

$218/each sign

Pharmaceutical mail back container For non-DEA pharmacueticals. Option for Marquette location to limit mobilization and

transport costs.

$198/5 gal pail

Page 20: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Grand Rapids Home for Veterans

Category (Additional rates 8/3/2018) Value EPA e-Manifest fee $20/Manifest

PCB Ballasts Disposal method is incineration, PT. Arthur, TX

$1.40/lb; $253 minimum per container Additional transport cost:

$80/55 gal $58/any drum <55 gal

Non-PCB Ballasts Disposal method is recycle

$0.40/lb Additional transport cost:

$35/55 gal $29/30 gal

$23/<30 gal T&D - Nonhazardous / Universal Waste Pharmaceuticals for Incineration

18 gal containers and smaller, 3 gal max total liquid content

$150.00 / 18 gal drum

T&D – Nonhazardous / Universal Waste Pharmaceuticals for Incineration

Containers 19 to 55 gal containers, 3 gal max total liquid content

$173.00 /DM (19-55 gal)

T&D Aerosols Flammable aerosols for Fuels Blending. Paints,

lubricants, cleaners

$224/55DM $178/30DM $121/15DM

$92/5DM T&D Aerosols

Non-standard aerosols for incineration, not suitable for blending. Includes expanding foams, non-flammable, small diameter, pepper sprays.

$476/55DM $374/30DM $247/15DM $190/5DM

T&D - Oil Filters Non-Terne plated used oil filters for

recycle/reclaim. Price valid for all outer containers up to 55 gallon size.

$109DM

Empty/punctured refrigerant cylinders for recycle

Must have rupture disc or valve removed; open to atmosphere.

$58/each

Electronics

$0.47/lb (mixed electronics) $0.65/lb (CRT monitors only)

Transportation- Electronics $115/pallet $29/55DM

T&D – Oils Used or unused oils for Fuels blending

$115/55DM $103/30DM

$58/5DM Tritium exit signs

Shipped in Veolia ReurnPak. Restrictions apply- must be intact and not leaking, manufacturers

info intact.

$218/each sign

Lamps - Recycle 4 Foot (non shatter-shield): $0.33 ea

Page 21: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Grand Rapids Home for Veterans

8 Foot (non shatter-shield): $0.74 ea. HID Lamps: $1.60 ea.

U-Shaped/Circular/CFL: $0.74 Incandescent: $1.27 / bulb

Batteries – Recycle (Minimum disposal charge of $35 /

container)

Alkaline: $1.12 /lb Lithium Ion/Lithium Metal: $5.37/lb

Lead Acid: $0.33 /lb Nickel-Cadmium/Metal Hydride: $1.05

/lb Material Pickup Charge

(All other areas listed are CBC) Grand Rapids / Holland: $300.00 Labor – Supervisor and Technician

(First hour Included in Pickup Charge) $120.00 / Hour

Environmental Security Surcharge (Applied to Total Invoice)

3%

Materials / Supplies 55 gal metal open/closed top Recon: $40.00

30 gal open/closed top Poly Recon: $30.00

14 gal fiber open top: $18.00 5 gal poly open/closed/fiber: $15.00

Vermiculite: $25.00 PIH Box: $18.00

6 gal Combo Package: $40.00 4 Foot Lamp Drum: $25.00 8 Foot Lamp Drum: $25.00 4 Foot Lamp Box: $12.00 8 Foot Lamp Box: $15.00

Page 22: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

STATE OF MICHIGAN ENTERPRISE PROCUREMENT Department of Technology, Management, and Budget 525 W. ALLEGAN ST., LANSING, MICHIGAN 48913 P.O. BOX 30026 LANSING, MICHIGAN 48909

CONTRACT CHANGE NOTICE Change Notice Number 1

to Contract Number 071B7700170

CONTRACT SUMMARY MEDICAL WASTE AND DISPOSAL - STATEWIDE

INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE INITIAL AVAILABLE OPTIONS EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

September 18, 2017 April 30, 2018 0 - 0 Year April 30, 2018 PAYMENT TERMS DELIVERY TIMEFRAME

Net 30 N/A ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-Card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ No MINIMUM DELIVERY REQUIREMENTS

N/A DESCRIPTION OF CHANGE NOTICE

OPTION LENGTH OF OPTION EXTENSION LENGTH OF EXTENSION REVISED EXP. DATE

☐ ☒ 1 year 6 months September 30, 2019 CURRENT VALUE VALUE OF CHANGE NOTICE ESTIMATED AGGREGATE CONTRACT VALUE

$150,000.00 $200,000.00 $350,000.00 DESCRIPTION

Effective April 10, 2018, this contract is hereby extended through September 30, 2019 and is hereby increased by $200,000.00. Veolia is herby added as a subcontractor for Hazardous Waste per Attachement A. This contract may be renewed without Administrative Board approval to coincide with any future renewals of option years and extensions through HPS Master Agreement contract #419 addendums. Renewal and extension is at the sole discretion of the State and will automatically extend the term of the contract. The State will document its exercise of renewal options and extensions via Contract Change Notice. All other terms, conditions, and pricing remain the same. Per Vendor and Agency agreement, DTMB Procurement approval, and State Administrative Board approval on April 10, 2018.

Hospital Network Healthcare Services, LLC

6212 American Avenue

Portage, MI 49002

Loren Rhoad

269-329-3501

[email protected]

CV0013382

Program

Manager

VARIOUS SW

Contract

Adm

inistrator

Steve Rigg DTMB

(517) 249-0454 [email protected]

STATE

CO

NTR

AC

TOR

Page 23: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Attachment A – Pricing Addendum for Hazardous Waste Removal with Veolia

Category Price

Labpack Chemicals - Direct Incineration 5 gal: $92.00 14 gal: $149.00

Labpack Chemicals - Repack for Incineration

5 gal: $115.00 14 gal: $264.00 30 gal: $402.00 55 gal: $715.00

Labpack Chemicals - Depack for Consolidation (non-reactive, non-polymerizing, non-odiferous, > 8oz size)

5 gal: $75.00 14 gal: $138.00 30 gal: $213.00 55 gal: $316.00

Disposal – Isooctane HPLC vials ($2.40/lb…$106.00 disposal minimum) $2.40/lb

Transportation – HPLC vials to Port Arthur, TX ($80.00 / 55-gal drum…$58 / <55 gal drum) $80.00

Disposal T&D – Aqueous Thimerosal Waste ($0.92 lb…$106.00 min. $58 trans per 5-30 gal) $164.00

Disposal T&D – EHEC Test Waste (3-gal x 1 gal bottle per inner) 14 gal: $164.00

Inorganic Mercury Compounds – Retort (Larger Containers are CBC) 5 gal: $354.00 Organic Mercury Compounds – Incineration (Case by Case, and require prior approval to ship) 5 gal: $354.00

Mercury Articles/Debris – Retort (Larger containers are CBC) 5 gal: $354.00

Elemental Mercury (Larger than 5 gal pails are case by case, require prior approval to ship) $37.00 /lb

Bulked Solvents - Fuels Blending (>7000 BTU, <5% halogens, <20% water, 0-12" solids,0% debris) $115.00 / 55 gal

Glycols/Coolants – Recycle (Must be DOT and RCRA Non-Hazardous) 55 gal: $155.00

Lamps - Recycle

4 Foot (non-shatter-shield): $0.33 ea 8 Foot (non-shatter-shield): $0.74 ea. HID Lamps: $1.60 ea. U-Shaped/Circular/CFL: $0.74 Incandescent: $1.27 I bulb

Disposal – Specialty Lamps $5.50 x est 10 = $55.00

Batteries – Recycle (Minimum disposal charge of $30 I container)

Alkaline: $1.12 /lb Lithium Ion/Lithium Metal: $5.37/lb Lead Acid: $0.33 /lb Nickel-Cadmium/Metal Hydride: $1.05 /lb

Material Pickup Charge (All other areas listed are CBC) Metro Detroit: $230.00 Lansing: $288.00 Grand Rapids I Holland: $345.00

Labor - Supervisor and Technician (First hour Included in Pickup Charge) $120.00 I Hour

Environmental Security Surcharge (Applied to Total Invoice) 3%

Materials I Supplies

55-gal metal open/closed top Recon: $40.00 30 gal open/closed top Poly Recon: $30.00 14 gal fiber open top: $18.00 5 gal poly open/closed/fiber: $15.00 Vermiculite: $25.00 PIH Box: $18.00 6 gal Combo Package: $40.00 4 Foot Lamp Drum: $25.00 8 Foot Lamp Drum: $25.00 4 Foot Lamp Box: $12.00 8 Foot Lamp Box: $15.00

Page 24: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Services Provided Through Veolia ES Technical Solutions we will arrange for analytical, collection, management, transportation, disposal and/or recycling services for your waste materials (“Waste Material(s)”) described in Waste Profile Sheets (“Profile Sheet(s)”). You warrant that the Profile Sheet will contain a true and correct description of your Waste Material and that such Waste Material will conform to this description. This Agreement provides these services exclusively through Hospital Network Healthcare Services and Veolia ES Technical Solutions.

If your Waste Material does not conform to the descriptions in the Profile Sheet (“non-conforming waste”), we can, at our option, return it to you or require you to remove and dispose of the non-conforming waste at your expense, and reimburse us for any expenses we have incurred. In the event we perform services on your premises, you will provide us with a safe workplace, and if we request that work areas be secured, you will be solely responsible for securing such work areas and for preventing anyone other than our personnel from entering the designated work areas.

Scope of Work for Hazardous Waste Removal through Veolia Pricing includes the following activities: • Mobilization to and from State of Michigan Agency project service locations in the lower peninsula of Michigan.

Mobilization includes field crew and vehicle. • Classification, segregation and/or packaging of bulk and/or lab pack Waste Materials, as quantified on the

generator's submitted inventory, by hazard class in accordance with Department of Transportation (DOT), EPA, state and local regulations.

• DOT approved drums, absorbent, safety equipment, non-sparking tools, personal protective equipment (Level C), etc. tocomplete project.

• All necessary Waste Material drum labeling, manifesting, permitting and any other paperwork as required by law.• Transportation of the Waste Materials to the transfer/disposal facility.• Ultimate disposal at a Veolia approved Chemical Treatment Facility, Incinerator, or Recycling Facility.

Miscellaneous Conditions All work performed will be in strict compliance with all federal, state and local regulations and laws.

State of Michigan Agencies I Hospital Network must also comply with all applicable laws and regulations pertaining to generators of hazardous waste. Veolia will not accept improperly identified or unidentified materials.

Certain chemicals offered for disposal may be excluded for management in this project scope and quotation. Due to their highly reactive nature (chemical explosives, temperature-controlled materials, peroxide formers, shock sensitive materials, radioactive materials, unstable materials), innovative disposal technologies have been developed to specifically address these areas.

Should such reactive materials not previously identified on the generators submitted inventory be encountered during the scope of this project, Veolia will identify these items and prepare a separate quotation to encompass all aspects of specialized handling, labor, packaging, transportation and disposal or provide a Service Change Order for approval.

Mobilization of crews to your project site will be scheduled on a shared route/project basis and is subject to availability of project crews, required equipment and geographic location. Veolia can provide expedited or dedicated pick up services upon request, which may result in additional service fees.

An Energy and Security Surcharge of 3% will be applied to all non-transportation services. A fuel surcharge will be applied to direct trailer shipments. The fuel surcharge is a variable rate that is indexed weekly to the DOE National Average Fuel Price. Dependent upon the method of disposal and the location of the facility, applicable hazardous waste taxes and/or surcharges imposed by the state will be charged.

Materials that do not conform to generator certified waste information profile sheets may incur additional processing fees depending on the required treatment technology for the non-conforming waste or will be rejected back to the generator's site at the expense of the generator. Any generator supplied container offered for shipment that does not comply with UN/DOT specifications will not be accepted for off-site transport. Waste materials shipped in salvage drums will be subject to additional handling fees.

Any additional services performed at the request of the customer, not listed contractually, will be noted on a Service Change Order and be charged according to the above pricing. Your invoice will reflect all services provided as agreed to by this pricing and all subsequent service.

The foregoing is an estimate only. Actual costs are contingent upon total material removed, freight and manpower hours.

If a Purchase Order Number must be referenced for invoice payment, please include this information with your acceptance signature. Veolia Payment Terms of Net thirty (30) days supersedes all payment terms as listed on customer's issued purchase order.

In all correspondence regarding this quotation, please refer to Veolia Reference Number: Optional if QTC number is available.

Page 25: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

NOTICE OF CONTRACT NOTICE OF CONTRACT NO. 071B7700170 .

between THE STATE OF MICHIGAN

and

CO

NTR

AC

TOR

Hospital Network Healthcare Services, LLC

STA

TEP

rogr

amM

anag

er

Statewide SW

6212 American Avenue

Portage, MI 49002

Loren Rhoad

Con

tract

Adm

inis

trato

r Steve Rigg DTMB

269-329-3501 (517) 284-7043

[email protected] [email protected]

******7075

CONTRACT SUMMARY

DESCRIPTION: Medical Waste and Disposal - Statewide INITIAL EFFECTIVE DATE INITIAL EXPIRATION DATE INITIAL AVAILABLE

OPTIONS

EXPIRATION DATE BEFORE CHANGE(S) NOTED BELOW

9/18/2017 4/30/2018 none PAYMENT TERMS DELIVERY TIMEFRAME

Net 30 N/A ALTERNATE PAYMENT OPTIONS EXTENDED PURCHASING

☐ P-card ☐ Direct Voucher (DV) ☐ Other ☐ Yes ☒ No MINIMUM DELIVERY REQUIREMENTS

N/A MISCELLANEOUS INFORMATION

Effective 9/18/2017 this Contract is established to secure the services of a qualified Contractor to pick-up and dispose of Medical Waste for the State of Michigan.

The terms and conditions of this Contract are those of HPS Contract #419 and this Contract Agreement. In the event of any conflicts between the specifications and terms and conditions indicated by the State and those indicated by the Vendor, those of the State take precedence.

ESTIMATED CONTRACT VALUE AT TIME OF EXECUTION $150,000.00

STATE OF MICHIGAN ENTERPRISE PROCUREMENT Department of Technology, Management & Budget 525 W. Allegan St. P.O. Box 30026 Lansing, MI 48909

Page 26: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Version (6/2016) 1

This STANDARD CONTRACT (“Contract”) is agreed to between the State of Michigan (the “State”) and Hospital Network Healthcare Services (“Contractor”), a Michigan limited liability company. This Contract is effective on August 1, 2017 (“Effective Date”), and unless terminated, expires on April 30, 2018.

The parties agree as follows:

1. Duties of Contractor. Contractor must perform the services and provide the deliverables described in Schedule A – Statement ofWork (the “Contract Activities”). An obligation to provide delivery of any commodity is considered a service and is a ContractActivity.

Contractor must furnish all labor, equipment, materials, and supplies necessary for the performance of the Contract Activities, andmeet operational standards, unless otherwise specified in Schedule A – Statement of Work.

Contractor must: (a) perform the Contract Activities in a timely, professional, safe, and workmanlike manner consistent with standards in the trade, profession, or industry; (b) meet or exceed the performance and operational standards, and specifications of theContract; (c) provide all Contract Activities in good quality, with no material defects; (d) not interfere with the State’s operations; (e)obtain and maintain all necessary licenses, permits or other authorizations necessary for the performance of the Contract; (f)cooperate with the State, including the State’s quality assurance personnel, and any third party to achieve the objectives of theContract; (g) return to the State any State-furnished equipment or other resources in the same condition as when provided when nolonger required for the Contract; (h) not make any media releases without prior written authorization from the State; (i) assign to theState any claims resulting from state or federal antitrust violations to the extent that those violations concern materials or servicessupplied by third parties toward fulfillment of the Contract; (j) comply with all State physical and IT security policies and standardswhich will be made available upon request; and (k) provide the State priority in performance of the Contract except as mandated byfederal disaster response requirements. Any breach under this paragraph is considered a material breach.

Contractor must also be clearly identifiable while on State property by wearing identification issued by the State, and clearly identifythemselves whenever making contact with the State.

2. Notices. All notices and other communications required or permitted under this Contract must be in writing and will be consideredgiven and received: (a) when verified by written receipt if sent by courier; (b) when actually received if sent by mail without verificationof receipt; or (c) when verified by automated receipt or electronic logs if sent by facsimile or email.

If to State: If to Contractor: Steve Rigg 525 W. Allegan St. 1st Floor NE PO Box 30026 Lansing, MI 48909 [email protected] 517-284-7043

Loren M. Rhoad 6212 American Avenue Portage, Michigan, 49002 [email protected] 269-329-3501

3. Contract Administrator. The Contract Administrator for each party is the only person authorized to modify any terms of thisContract, and approve and execute any change under this Contract (each a “Contract Administrator”):

State: Contractor: Steve Rigg 525 W. Allegan St. 1st Floor NE PO Box 30026 Lansing, MI 48909 [email protected] 517-284-7043

Loren M. Rhoad 6212 American Avenue Portage, Michigan, 49002 [email protected] 269-329-3501

STATE OF MICHIGAN

STANDARD CONTRACT TERMS

Page 27: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Version (6/2016) 2

4. Program Manager. The Program Manager for each party will monitor and coordinate the day-to-day activities of the Contract (each a “Program Manager”):

State: Contractor: Varies by agency. See contract cover page or most recent change notice.

Loren M. Rhoad 6212 American Avenue Portage, Michigan, 49002 [email protected] 269-329-3501

5. Performance Guarantee. Contractor must at all times have financial resources sufficient, in the opinion of the State, to ensure performance of the Contract and must provide proof upon request. The State may require a performance bond (as specified in Schedule A) if, in the opinion of the State, it will ensure performance of the Contract.

6. Insurance Requirements. Contractor must maintain the insurances identified below and is responsible for all deductibles. All

required insurance must: (a) protect the State from claims that may arise out of, are alleged to arise out of, or result from Contractor's or a subcontractor's performance; (b) be primary and non-contributing to any comparable liability insurance (including self-insurance) carried by the State; and (c) be provided by a company with an A.M. Best rating of "A" or better, and a financial size of VII or better.

Required Limits Additional Requirements Commercial General Liability Insurance

Minimal Limits: $1,000,000 Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $2,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations Deductible Maximum: $50,000 Each Occurrence

Contractor must have their policy endorsed to add “the State of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees, and agents” as additional insureds using endorsement CG 20 10 11 85, or both CG 2010 07 04 and CG 2037 07 0.

Automobile Liability Insurance

Minimal Limits: $1,000,000 Per Occurrence

Contractor must have their policy: (1) endorsed to add “the State of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees, and agents” as additional insureds; and (2) include Hired and Non-Owned Automobile coverage.

Workers' Compensation Insurance

Minimal Limits: Coverage according to applicable laws governing work activities.

Waiver of subrogation, except where waiver is prohibited by law.

Employers Liability Insurance

Minimal Limits: $500,000 Each Accident $500,000 Each Employee by Disease $500,000 Aggregate Disease.

If any of the required policies provide claims-made coverage, the Contractor must: (a) provide coverage with a retroactive date before the effective date of the contract or the beginning of Contract Activities; (b) maintain coverage and provide evidence of coverage for at least three (3) years after completion of the Contract Activities; and (c) if coverage is canceled or not renewed, and not replaced with another claims-made policy form with a retroactive date prior to the contract effective date, Contractor must purchase extended reporting coverage for a minimum of three (3) years after completion of work. Contractor must: (a) provide insurance certificates to the Contract Administrator, containing the agreement or purchase order number, at Contract formation and within 20 calendar days of the expiration date of the applicable policies; (b) require that subcontractors maintain the required insurances contained in this Section; (c) notify the Contract Administrator within 5 business days if any

Page 28: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Version (6/2016) 3

insurance is cancelled; and (d) waive all rights against the State for damages covered by insurance. Failure to maintain the required insurance does not limit this waiver. This Section is not intended to and is not be construed in any manner as waiving, restricting or limiting the liability of either party for any obligations under this Contract (including any provisions hereof requiring Contractor to indemnify, defend and hold harmless the State).

7. Reserved.

8. Reserved.

9. Independent Contractor. Contractor is an independent contractor and assumes all rights, obligations and liabilities set forth in this

Contract. Contractor, its employees, and agents will not be considered employees of the State. No partnership or joint venture relationship is created by virtue of this Contract. Contractor, and not the State, is responsible for the payment of wages, benefits and taxes of Contractor’s employees and any subcontractors. Prior performance does not modify Contractor’s status as an independent contractor.

10. Subcontracting. Contractor may not delegate any of its obligations under the Contract without the prior written approval of the State. Contractor must notify the State at least 90 calendar days before the proposed delegation, and provide the State any information it requests to determine whether the delegation is in its best interest. If approved, Contractor must: (a) be the sole point of contact regarding all contractual matters, including payment and charges for all Contract Activities; (b) make all payments to the subcontractor; and (c) incorporate the terms and conditions contained in this Contract in any subcontract with a subcontractor. Contractor remains responsible for the completion of the Contract Activities, compliance with the terms of this Contract, and the acts and omissions of the subcontractor. The State, in its sole discretion, may require the replacement of any subcontractor.

11. Staffing. The State’s Contract Administrator may require Contractor to remove or reassign personnel by providing a notice to Contractor.

12. Background Checks. Upon request, Contractor must perform background checks on all employees and subcontractors and its employees prior to their assignment. The scope is at the discretion of the State and documentation must be provided as requested. Contractor is responsible for all costs associated with the requested background checks. The State, in its sole discretion, may also perform background checks.

13. Assignment. Contractor may not assign this Contract to any other party without the prior approval of the State. Upon notice to Contractor, the State, in its sole discretion, may assign in whole or in part, its rights or responsibilities under this Contract to any other party. If the State determines that a novation of the Contract to a third party is necessary, Contractor will agree to the novation and provide all necessary documentation and signatures.

14. Change of Control. Contractor will notify, at least 90 calendar days before the effective date, the State of a change in Contractor’s

organizational structure or ownership. For purposes of this Contract, a change in control means any of the following: (a) a sale of more than 50% of Contractor’s stock; (b) a sale of substantially all of Contractor’s assets; (c) a change in a majority of Contractor’s board members; (d) consummation of a merger or consolidation of Contractor with any other entity; (e) a change in ownership through a transaction or series of transactions; (f) or the board (or the stockholders) approves a plan of complete liquidation. A change of control does not include any consolidation or merger effected exclusively to change the domicile of Contractor, or any transaction or series of transactions principally for bona fide equity financing purposes. In the event of a change of control, Contractor must require the successor to assume this Contract and all of its obligations under this Contract.

15. Ordering. Contractor is not authorized to begin performance until receipt of authorization as identified in Schedule A – Statement

of Work.

16. Acceptance. Contract Activities are subject to inspection and testing by the State within 30 calendar days of the State’s receipt of them (“State Review Period”), unless otherwise provided in Schedule A. If the Contract Activities are not fully accepted by the State, the State will notify Contractor by the end of the State Review Period that either: (a) the Contract Activities are accepted, but noted deficiencies must be corrected; or (b) the Contract Activities are rejected. If the State finds material deficiencies, it may: (i) reject the Contract Activities without performing any further inspections; (ii) demand performance at no additional cost; or (iii) terminate this Contract in accordance with Section 23, Termination for Cause.

Within 10 business days from the date of Contractor’s receipt of notification of acceptance with deficiencies or rejection of any Contract Activities, Contractor must cure, at no additional cost, the deficiency and deliver unequivocally acceptable Contract Activities to the State. If acceptance with deficiencies or rejection of the Contract Activities impacts the content or delivery of other non-

Page 29: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Version (6/2016) 4

completed Contract Activities, the parties’ respective Program Managers must determine an agreed to number of days for re-submission that minimizes the overall impact to the Contract. However, nothing herein affects, alters, or relieves Contractor of its obligations to correct deficiencies in accordance with the time response standards set forth in this Contract.

If Contractor is unable or refuses to correct the deficiency within the time response standards set forth in this Contract, the State may cancel the order in whole or in part. The State, or a third party identified by the State, may perform the Contract Activities and recover the difference between the cost to cure and the Contract price plus an additional 10% administrative fee.

17. Delivery. Contractor must deliver all Contract Activities F.O.B. destination, within the State premises with transportation and handling charges paid by Contractor, unless otherwise specified in Schedule A – Statement of Work. All containers and packaging becomes the State’s exclusive property upon acceptance.

18. Risk of Loss and Title. Until final acceptance, title and risk of loss or damage to Contract Activities remains with Contractor. Contractor is responsible for filing, processing, and collecting all damage claims. The State will record and report to Contractor any evidence of visible damage. If the State rejects the Contract Activities, Contractor must remove them from the premises within 10 calendar days after notification of rejection. The risk of loss of rejected or non-conforming Contract Activities remains with Contractor. Rejected Contract Activities not removed by Contractor within 10 calendar days will be deemed abandoned by Contractor, and the State will have the right to dispose of it as its own property. Contractor must reimburse the State for costs and expenses incurred in storing or effecting removal or disposition of rejected Contract Activities.

19. Warranty Period. The warranty period, if applicable, for Contract Activities is a fixed period commencing on the date specified in

Schedule A – Statement of Work. If the Contract Activities do not function as warranted during the warranty period the State may return such non-conforming Contract Activities to the Contractor for a full refund.

20. Terms of Payment. Invoices must conform to the requirements communicated from time-to-time by the State. All undisputed amounts are payable within 45 days of the State’s receipt. Contractor may only charge for Contract Activities performed as specified in Schedule A. Invoices must include an itemized statement of all charges. The State is exempt from State sales tax for direct purchases and may be exempt from federal excise tax, if Services purchased under this Agreement are for the State’s exclusive use. Notwithstanding the foregoing, all prices are inclusive of taxes, and Contractor is responsible for all sales, use and excise taxes, and any other similar taxes, duties and charges of any kind imposed by any federal, state, or local governmental entity on any amounts payable by the State under this Contract. The State has the right to withhold payment of any disputed amounts until the parties agree as to the validity of the disputed amount. The State will notify Contractor of any dispute within a reasonable time. Payment by the State will not constitute a waiver of any rights as to Contractor’s continuing obligations, including claims for deficiencies or substandard Contract Activities. Contractor’s acceptance of final payment by the State constitutes a waiver of all claims by Contractor against the State for payment under this Contract, other than those claims previously filed in writing on a timely basis and still disputed. The State will only disburse payments under this Contract through Electronic Funds Transfer (EFT). Contractor must register with the State at http://www.michigan.gov/cpexpress to receive electronic fund transfer payments. If Contractor does not register, the State is not liable for failure to provide payment. Without prejudice to any other right or remedy it may have, the State reserves the right to set off at any time any amount then due and owing to it by Contractor against any amount payable by the State to Contractor under this Contract.

21. Liquidated Damages. Liquidated damages, if applicable, will be assessed as described in Schedule A – Statement of Work.

22. Stop Work Order. The State may suspend any or all activities under the Contract at any time. The State will provide Contractor a

written stop work order detailing the suspension. Contractor must comply with the stop work order upon receipt. Within 90 calendar days, or any longer period agreed to by Contractor, the State will either: (a) issue a notice authorizing Contractor to resume work, or (b) terminate the Contract or purchase order. The State will not pay for Contract Activities, Contractor’s lost profits, or any additional compensation during a stop work period.

23. Termination for Cause. The State may terminate this Contract for cause, in whole or in part, if Contractor, as determined by the

State: (a) endangers the value, integrity, or security of any location, data, or personnel; (b) becomes insolvent, petitions for bankruptcy court proceedings, or has an involuntary bankruptcy proceeding filed against it by any creditor; (c) engages in any conduct that may expose the State to liability; (d) breaches any of its material duties or obligations; or (e) fails to cure a breach within the time stated in a notice of breach. Any reference to specific breaches being material breaches within this Contract will not be construed to mean that other breaches are not material.

If the State terminates this Contract under this Section, the State will issue a termination notice specifying whether Contractor must: (a) cease performance immediately, or (b) continue to perform for a specified period. If it is later determined that Contractor was not

Page 30: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Version (6/2016) 5

in breach of the Contract, the termination will be deemed to have been a Termination for Convenience, effective as of the same date, and the rights and obligations of the parties will be limited to those provided in Section 24, Termination for Convenience.

The State will only pay for amounts due to Contractor for Contract Activities accepted by the State on or before the date of termination, subject to the State’s right to set off any amounts owed by the Contractor for the State’s reasonable costs in terminating this Contract. The Contractor must pay all reasonable costs incurred by the State in terminating this Contract for cause, including administrative costs, attorneys’ fees, court costs, transition costs, and any costs the State incurs to procure the Contract Activities from other sources.

24. Termination for Convenience. The State may immediately terminate this Contract in whole or in part without penalty and for any reason, including but not limited to, appropriation or budget shortfalls. The termination notice will specify whether Contractor must: (a) cease performance of the Contract Activities immediately, or (b) continue to perform the Contract Activities in accordance with Section 25, Transition Responsibilities. If the State terminates this Contract for convenience, the State will pay all reasonable costs, as determined by the State, for State approved Transition Responsibilities.

25. Transition Responsibilities. Upon termination or expiration of this Contract for any reason, Contractor must, for a period of time specified by the State (not to exceed 90 calendar days), provide all reasonable transition assistance requested by the State, to allow for the expired or terminated portion of the Contract Activities to continue without interruption or adverse effect, and to facilitate the orderly transfer of such Contract Activities to the State or its designees. Such transition assistance may include, but is not limited to: (a) continuing to perform the Contract Activities at the established Contract rates; (b) taking all reasonable and necessary measures to transition performance of the work, including all applicable Contract Activities, training, equipment, software, leases, reports and other documentation, to the State or the State’s designee; (c) taking all necessary and appropriate steps, or such other action as the State may direct, to preserve, maintain, protect, or return to the State all materials, data, property, and confidential information provided directly or indirectly to Contractor by any entity, agent, vendor, or employee of the State; (d) transferring title in and delivering to the State, at the State’s discretion, all completed or partially completed deliverables prepared under this Contract as of the Contract termination date; and (e) preparing an accurate accounting from which the State and Contractor may reconcile all outstanding accounts (collectively, “Transition Responsibilities”). This Contract will automatically be extended through the end of the transition period.

26. General Indemnification. Contractor must defend, indemnify and hold the State, its departments, divisions, agencies, offices, commissions, officers, and employees harmless, without limitation, from and against any and all actions, claims, losses, liabilities, damages, costs, attorney fees, and expenses (including those required to establish the right to indemnification), arising out of or relating to: (a) any breach by Contractor (or any of Contractor’s employees, agents, subcontractors, or by anyone else for whose acts any of them may be liable) of any of the promises, agreements, representations, warranties, or insurance requirements contained in this Contract; (b) any infringement, misappropriation, or other violation of any intellectual property right or other right of any third party; (c) any bodily injury, death, or damage to real or tangible personal property occurring wholly or in part due to action or inaction by Contractor (or any of Contractor’s employees, agents, subcontractors, or by anyone else for whose acts any of them may be liable); and (d) any acts or omissions of Contractor (or any of Contractor’s employees, agents, subcontractors, or by anyone else for whose acts any of them may be liable). The State will notify Contractor in writing if indemnification is sought; however, failure to do so will not relieve Contractor, except to the extent that Contractor is materially prejudiced. Contractor must, to the satisfaction of the State, demonstrate its financial ability to carry out these obligations. The State is entitled to: (i) regular updates on proceeding status; (ii) participate in the defense of the proceeding; (iii) employ its own counsel; and to (iv) retain control of the defense if the State deems necessary. Contractor will not, without the State’s written consent (not to be unreasonably withheld), settle, compromise, or consent to the entry of any judgment in or otherwise seek to terminate any claim, action, or proceeding. To the extent that any State employee, official, or law may be involved or challenged, the State may, at its own expense, control the defense of that portion of the claim. Any litigation activity on behalf of the State, or any of its subdivisions under this Section, must be coordinated with the Department of Attorney General. An attorney designated to represent the State may not do so until approved by the Michigan Attorney General and appointed as a Special Assistant Attorney General.

27. Infringement Remedies. If, in either party’s opinion, any piece of equipment, software, commodity, or service supplied by Contractor

or its subcontractors, or its operation, use or reproduction, is likely to become the subject of a copyright, patent, trademark, or trade secret infringement claim, Contractor must, at its expense: (a) procure for the State the right to continue using the equipment, software, commodity, or service, or if this option is not reasonably available to Contractor, (b) replace or modify the same so that it becomes non-infringing; or (c) accept its return by the State with appropriate credits to the State against Contractor’s charges and reimburse the State for any losses or costs incurred as a consequence of the State ceasing its use and returning it.

Page 31: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Version (6/2016) 6

28. Limitation of Liability. The State is not liable for consequential, incidental, indirect, or special damages, regardless of the nature of the action.

29. Disclosure of Litigation, or Other Proceeding. Contractor must notify the State within 14 calendar days of receiving notice of any litigation, investigation, arbitration, or other proceeding (collectively, “Proceeding”) involving Contractor, a subcontractor, or an officer or director of Contractor or subcontractor, that arises during the term of the Contract, including: (a) a criminal Proceeding; (b) a parole or probation Proceeding; (c) a Proceeding under the Sarbanes-Oxley Act; (d) a civil Proceeding involving: (1) a claim that might reasonably be expected to adversely affect Contractor’s viability or financial stability; or (2) a governmental or public entity’s claim or written allegation of fraud; or (e) a Proceeding involving any license that Contractor is required to possess in order to perform under this Contract.

30. State Data. All data and information provided to Contractor by or on behalf of the State, and all data and information derived

therefrom, is the exclusive property of the State (“State Data”); this definition is to be construed as broadly as possible. Upon request, Contractor must provide to the State, or a third party designated by the State, all State Data within 10 calendar days of the request and in the format requested by the State. Contractor will assume all costs incurred in compiling and supplying State Data. No State Data may be used for any marketing purposes.

31. Reserved

32. Non-Disclosure of Confidential Information. The parties acknowledge that each party may be exposed to or acquire communication or data of the other party that is confidential, privileged communication not intended to be disclosed to third parties. The provisions of this Section survive the termination of this Contract.

a. Meaning of Confidential Information. For the purposes of this Contract, the term “Confidential Information” means all information and documentation of a party that: (a) has been marked “confidential” or with words of similar meaning, at the time of disclosure by such party; (b) if disclosed orally or not marked “confidential” or with words of similar meaning, was subsequently summarized in writing by the disclosing party and marked “confidential” or with words of similar meaning; and, (c) should reasonably be recognized as confidential information of the disclosing party. The term “Confidential Information” does not include any information or documentation that was: (a) subject to disclosure under the Michigan Freedom of Information Act (FOIA); (b) already in the possession of the receiving party without an obligation of confidentiality; (c) developed independently by the receiving party, as demonstrated by the receiving party, without violating the disclosing party’s proprietary rights; (d) obtained from a source other than the disclosing party without an obligation of confidentiality; or, (e) publicly available when received, or thereafter became publicly available (other than through any unauthorized disclosure by, through, or on behalf of, the receiving party). For purposes of this Contract, in all cases and for all matters, State Data is deemed to be Confidential Information.

b. Obligation of Confidentiality. The parties agree to hold all Confidential Information in strict confidence and not to copy, reproduce, sell, transfer, or otherwise dispose of, give or disclose such Confidential Information to third parties other than employees, agents, or subcontractors of a party who have a need to know in connection with this Contract or to use such Confidential Information for any purposes whatsoever other than the performance of this Contract. The parties agree to advise and require their respective employees, agents, and subcontractors of their obligations to keep all Confidential Information confidential. Disclosure to a subcontractor is permissible where: (a) use of a subcontractor is authorized under this Contract; (b) the disclosure is necessary or otherwise naturally occurs in connection with work that is within the subcontractor's responsibilities; and (c) Contractor obligates the subcontractor in a written contract to maintain the State's Confidential Information in confidence. At the State's request, any employee of Contractor or any subcontractor may be required to execute a separate agreement to be bound by the provisions of this Section.

c. Cooperation to Prevent Disclosure of Confidential Information. Each party must use its best efforts to assist the other party in identifying and preventing any unauthorized use or disclosure of any Confidential Information. Without limiting the foregoing, each party must advise the other party immediately in the event either party learns or has reason to believe that any person who has had access to Confidential Information has violated or intends to violate the terms of this Contract and each party will cooperate with the other party in seeking injunctive or other equitable relief against any such person.

d. Remedies for Breach of Obligation of Confidentiality. Each party acknowledges that breach of its obligation of confidentiality may give rise to irreparable injury to the other party, which damage may be inadequately compensable in the form of monetary damages. Accordingly, a party may seek and obtain injunctive relief against the breach or threatened breach of the foregoing undertakings, in addition to any other legal remedies which may be available, to include, in the case of the State, at the sole election of the State, the immediate termination, without liability to the State, of this Contract or any Statement of Work corresponding to the breach or threatened breach.

Page 32: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Version (6/2016) 7

e. Surrender of Confidential Information upon Termination. Upon termination of this Contract or a Statement of Work, in whole or in part, each party must, within 5 calendar days from the date of termination, return to the other party any and all Confidential Information received from the other party, or created or received by a party on behalf of the other party, which are in such party’s possession, custody, or control; provided, however, that Contractor must return State Data to the State following the timeframe and procedure described further in this Contract. Should Contractor or the State determine that the return of any Confidential Information is not feasible, such party must destroy the Confidential Information and must certify the same in writing within 5 calendar days from the date of termination to the other party. However, the State’s legal ability to destroy Contractor data may be restricted by its retention and disposal schedule, in which case Contractor’s Confidential Information will be destroyed after the retention period expires.

33. Reserved

34. Reserved 35. Reserved

36. Records Maintenance, Inspection, Examination, and Audit. The State or its designee may audit Contractor to verify compliance

with this Contract. Contractor must retain, and provide to the State or its designee and the auditor general upon request, all financial and accounting records related to the Contract through the term of the Contract and for 4 years after the latter of termination, expiration, or final payment under this Contract or any extension (“Audit Period”). If an audit, litigation, or other action involving the records is initiated before the end of the Audit Period, Contractor must retain the records until all issues are resolved.

Within 10 calendar days of providing notice, the State and its authorized representatives or designees have the right to enter and inspect Contractor's premises or any other places where Contract Activities are being performed, and examine, copy, and audit all records related to this Contract. Contractor must cooperate and provide reasonable assistance. If any financial errors are revealed, the amount in error must be reflected as a credit or debit on subsequent invoices until the amount is paid or refunded. Any remaining balance at the end of the Contract must be paid or refunded within 45 calendar days. This Section applies to Contractor, any parent, affiliate, or subsidiary organization of Contractor, and any subcontractor that performs Contract Activities in connection with this Contract.

37. Warranties and Representations. Contractor represents and warrants: (a) Contractor is the owner or licensee of any Contract

Activities that it licenses, sells, or develops and Contractor has the rights necessary to convey title, ownership rights, or licensed use; (b) all Contract Activities are delivered free from any security interest, lien, or encumbrance and will continue in that respect; (c) the Contract Activities will not infringe the patent, trademark, copyright, trade secret, or other proprietary rights of any third party; (d) Contractor must assign or otherwise transfer to the State or its designee any manufacturer's warranty for the Contract Activities; (e) the Contract Activities are merchantable and fit for the specific purposes identified in the Contract; (f) the Contract signatory has the authority to enter into this Contract; (g) all information furnished by Contractor in connection with the Contract fairly and accurately represents Contractor's business, properties, finances, and operations as of the dates covered by the information, and Contractor will inform the State of any material adverse changes; and (h) all information furnished and representations made in connection with the award of this Contract is true, accurate, and complete, and contains no false statements or omits any fact that would make the information misleading. A breach of this Section is considered a material breach of this Contract, which entitles the State to terminate this Contract under Section 23, Termination for Cause.

38. Conflicts and Ethics. Contractor will uphold high ethical standards and is prohibited from: (a) holding or acquiring an interest that would conflict with this Contract; (b) doing anything that creates an appearance of impropriety with respect to the award or performance of the Contract; (c) attempting to influence or appearing to influence any State employee by the direct or indirect offer of anything of value; or (d) paying or agreeing to pay any person, other than employees and consultants working for Contractor, any consideration contingent upon the award of the Contract. Contractor must immediately notify the State of any violation or potential violation of these standards. This Section applies to Contractor, any parent, affiliate, or subsidiary organization of Contractor, and any subcontractor that performs Contract Activities in connection with this Contract.

39. Compliance with Laws. Contractor must comply with all federal, state and local laws, rules and regulations.

40. Reserved

41. Reserved

42. Nondiscrimination. Under the Elliott-Larsen Civil Rights Act, 1976 PA 453, MCL 37.2101, et seq., and the Persons with Disabilities

Civil Rights Act, 1976 PA 220, MCL 37.1101, et seq., Contractor and its subcontractors agree not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or

Page 33: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Version (6/2016) 8

indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, marital status, or mental or physical disability. Breach of this covenant is a material breach of this Contract.

43. Unfair Labor Practice. Under MCL 423.324, the State may void any Contract with a Contractor or subcontractor who appears on

the Unfair Labor Practice register compiled under MCL 423.322. 44. Governing Law. This Contract is governed, construed, and enforced in accordance with Michigan law, excluding choice-of-law

principles, and all claims relating to or arising out of this Contract are governed by Michigan law, excluding choice-of-law principles. Any dispute arising from this Contract must be resolved in Michigan Court of Claims. Contractor consents to venue in Ingham County, and waives any objections, such as lack of personal jurisdiction or forum non conveniens. Contractor must appoint agents in Michigan to receive service of process.

45. Non-Exclusivity. Nothing contained in this Contract is intended nor will be construed as creating any requirements contract with

Contractor. This Contract does not restrict the State or its agencies from acquiring similar, equal, or like Contract Activities from other sources.

46. Force Majeure. Neither party will be in breach of this Contract because of any failure arising from any disaster or acts of god that

are beyond their control and without their fault or negligence. Each party will use commercially reasonable efforts to resume performance. Contractor will not be relieved of a breach or delay caused by its subcontractors. If immediate performance is necessary to ensure public health and safety, the State may immediately contract with a third party.

47. Dispute Resolution. The parties will endeavor to resolve any Contract dispute in accordance with this provision. The dispute will

be referred to the parties' respective Contract Administrators or Program Managers. Such referral must include a description of the issues and all supporting documentation. The parties must submit the dispute to a senior executive if unable to resolve the dispute within 15 business days. The parties will continue performing while a dispute is being resolved, unless the dispute precludes performance. A dispute involving payment does not preclude performance.

Litigation to resolve the dispute will not be instituted until after the dispute has been elevated to the parties’ senior executive and either concludes that resolution is unlikely, or fails to respond within 15 business days. The parties are not prohibited from instituting formal proceedings: (a) to avoid the expiration of statute of limitations period; (b) to preserve a superior position with respect to creditors; or (c) where a party makes a determination that a temporary restraining order or other injunctive relief is the only adequate remedy. This Section does not limit the State’s right to terminate the Contract.

48. Media Releases. News releases (including promotional literature and commercial advertisements) pertaining to the Contract or

project to which it relates must not be made without prior written State approval, and then only in accordance with the explicit written instructions of the State.

49. Website Incorporation. The State is not bound by any content on Contractor’s website unless expressly incorporated directly into this Contract.

50. Entire Agreement and Order of Precedence. This Contract, which includes Schedule A – Statement of Work, and expressly incorporated schedules and exhibits, is the entire agreement of the parties related to the Contract Activities. This Contract supersedes and replaces all previous understandings and agreements between the parties for the Contract Activities. If there is a conflict between documents, the order of precedence is: (a) first, this Contract, excluding its schedules, exhibits, and Schedule A – Statement of Work; (b) second, Schedule A – Statement of Work as of the Effective Date; and (c) third, schedules expressly incorporated into this Contract as of the Effective Date. NO TERMS ON CONTRACTOR’S INVOICES, ORDERING DOCUMENTS, WEBSITE, BROWSE-WRAP, SHRINK-WRAP, CLICK-WRAP, CLICK-THROUGH OR OTHER NON-NEGOTIATED TERMS AND CONDITIONS PROVIDED WITH ANY OF THE CONTRACT ACTIVITIES WILL CONSTITUTE A PART OR AMENDMENT OF THIS CONTRACT OR IS BINDING ON THE STATE FOR ANY PURPOSE. ALL SUCH OTHER TERMS AND CONDITIONS HAVE NO FORCE AND EFFECT AND ARE DEEMED REJECTED BY THE STATE, EVEN IF ACCESS TO OR USE OF THE CONTRACT ACTIVITIES REQUIRES AFFIRMATIVE ACCEPTANCE OF SUCH TERMS AND CONDITIONS.

51. Severability. If any part of this Contract is held invalid or unenforceable, by any court of competent jurisdiction, that part will be

deemed deleted from this Contract and the severed part will be replaced by agreed upon language that achieves the same or similar objectives. The remaining Contract will continue in full force and effect.

52. Waiver. Failure to enforce any provision of this Contract will not constitute a waiver.

53. Survival. The provisions of this Contract that impose continuing obligations, including warranties and representations, termination,

transition, insurance coverage, indemnification, and confidentiality, will survive the expiration or termination of this Contract.

Page 34: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Version (6/2016) 9

54. Contract Modification. This Contract may not be amended except by signed agreement between the parties (a “Contract Change Notice”). Notwithstanding the foregoing, no subsequent Statement of Work or Contract Change Notice executed after the Effective Date will be construed to amend this Contract unless it specifically states its intent to do so and cites the section or sections amended.

Page 35: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

1 Rev. 5/2016

STATE OF MICHIGAN

SCHEDULE A STATEMENT OF WORK CONTRACT ACTIVITIES

BACKGROUND Various State of Michigan agencies require medical waste be picked up, transported and disposed of in accordance with published regulations and the Michigan Medical Waste Regulatory Act of 1990. SCOPE Contractor shall provide collection, removal, treatment and disposal of Regulated Medical Waste from the facilities listed in this Contract (Schedule B Pickup Locations and Pricing). The price includes all manifests, tape, tape gun, liners, and containers. Types of waste include: sharps, pathological, anatomical, laboratory, pharmaceutical, blood & blood products, and chemotherapy confidential waste items. State of Michigan facilities will be responsible for properly packaging waste material to be picked up by Contractor. Waste not properly packaged will not be accepted and the driver has the right to refuse pick-up of such waste for safety reasons. Contractor must verify/certify that every load of infectious waste has been received at the proper disposal site and legally destroyed. Contractor’s treatment and disposal plan must comply with the Michigan Medical Waste Regulatory Act of 1990. Standard protocol does not allow the Contractor to weigh the waste material at the State facilities. Waste material will be weighed at Contractors facility on scales which are certified and calibrated per regulations. Monthly invoices will list the total weight of material picked up at each facility. “Regulated Medical Waste” which may also be referred to as biomedical waste, potentially infectious waste or red bag waste, includes those wastes defined as such in 49 CFR 173.134, and any other definitions as provided in any other applicable federal, state, county, or municipal laws, regulations and guidelines. “Trace Chemotherapy Waste” includes items which have been contaminated by chemotherapeutic drugs or antineoplastic agents, provided that such item, including vials and syringes, shall be empty as defined in applicable federal, state, county or municipal laws, regulations and guidelines. It is the responsibility of the State agency to segregate trace chemotherapy waste from regulated medical waste and label the transportation containers properly to ensure proper treatment and disposal. “Excluded Waste” shall mean any radioactive, volatile, corrosive, highly flammable, explosive, toxic or hazardous material as defined by applicable federal, state, county or local laws and regulations. (This includes such items as chemicals, preservatives, mercury, batteries, etc.) REQUIREMENTS 1. General Requirements 1.1. Work and Deliverables The medical waste disposal for each location should be on a set weekly or monthly schedule and should be consistent from week to week or month to month as outlined in Schedule B – Pickup Locations and Pricing. Once established, it is the Contractor’s responsibility to adhere to the schedules and to notify the State of Michigan for approval prior to any change. There are no minimum pick up requirements for the Contract. Occasionally the State of Michigan may need additional medical waste disposal service outside of the set schedules established in the contract due to emergency situations. The emergency service could be rendered during the normal scheduled days that the Contractor is in the area. If this occurs, the charge will be standard contract prices. No other emergency pick-up fees apply. 1.2. Training The Contractor provides online US DOT and MIOSHA training materials and after successful completion, a certificate of completion is provided. 2. Acceptance 2.1. Acceptance and Inspection The State will use the following criteria to determine acceptance of the Contract Activities:

a. On-Time Service provided by the Contractor. b. Training has been implemented and is on-going as needed. c. Verification of proper disposal. d. Accuracy of required reports. e. Accuracy of invoices received by the State for payment.

Page 36: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

2 Rev. 5/2016

3. Service Levels 3.1. Time Frames Pick up of Regulated Medical Waste will be in accordance to the most recent Schedule B – Pickup Locations and Pricing as provided by the Contractor. 3.2. Packaging State Agency locations requiring service are solely responsible for packaging the regulated medical waste as outlined per the United States Department of Transportation, OSHA, or as defined by any other federal, state, county, or local laws and regulations. These locations must store regulated medical waste in the containers provided by Contractor. Contractor reserves the right to decline to accept for collection, transportation, treatment and/or disposal any “Regulated Medical Waste” which, in Contractor’s judgment, it cannot transport, in a lawful manner or without a risk of harm to public health or the environment. Improperly packaged, leaking, overfilled or damaged containers are subject to rejection or to charges for repackaging and/or special handling. No containers will be picked up that are wet or leaking. Contractor takes title to Regulated Medical Waste during transport. Title to and liability for any Excluded Waste shall remain with customer. Customer understands that Excluded Waste should never be placed in Contractors containers for transportation, treatment, and disposal. 3.4. Liability for Containers and Equipment Customer acknowledges that it has the care, custody and control of containers and other equipment owned by Contractor and provided to Customer as necessary to carry out the terms of this agreement, and accepts responsibility and liability for the equipment and its contents except when it is being physically handled by employees of Contractor. 3.5. Proper Segregation of Waste In order to disinfect and render Regulated Medical Waste unrecognizable and reduce the amount of waste entering the landfills, the Contractor is committed to using a process that grinds Regulated Medical Waste to the point it reduces the volume. Trace Chemotherapy waste must be placed into approved sharps containers or cardboard boxes and labeled using the fluorescent yellow labels indicating alternative processing only. Because of the type of process the Contractor uses, stainless steel tools, prosthetic devices, and other metals containing titanium and other harden metals must not be placed into white labeled waste picked up by Contractor. These materials must be identified with the fluorescent yellow labels. Failure to follow this requirement may result in additional charges for damage to the Contractor's equipment. 3.6. Compliance with Law and Record Keeping In the performance of all services to be provided hereunder, Contractor and Customer agree to comply with all applicable permits, all applicable federal, state, county and municipal laws and ordinances and all lawful orders, rules regulations and guidelines of any duly constituted authority. Contractor has obtained all necessary permits, licenses, zoning and other federal, state or local authorizations required to perform services hereunder and, upon request of Customer, Contractor shall furnish copies thereof to Customer. Contractor and Customer shall keep and retain adequate books and records and other documentation including personnel records, correspondence, instructions, plans, receipts, vouchers, copies of all manifests and tracking records and any other records or reports or memoranda, consistent with and for the periods required by applicable regulatory requirements and guidelines pertaining to performance of the services required by this Agreement. 3.7. Tracking Contractor will utilize an electronic tracking system. Containers are tracked through the use of shipping documents or manifest. The manifest requires signature and date of the State facility representative when the waste is collected, driver’s signature and date when transported, and final signature and date when processed for treatment. Once the waste is treated, the manifests with the full complement of signatures and dates are made available for State review. 3.8. Waste Acceptance Protocol Each location requiring service will need to read, accept, and sign Schedule C – HNHS Protocol. 4. Staffing 4.1. Contractor Representative The Contractor must appoint 1 individual, specifically assigned to State of Michigan accounts, that will respond to State inquiries regarding the Contract Activities, answering questions related to ordering and delivery, etc. (the “Contractor Representative”). The Contractor must notify the Contract Administrator at least 30 calendar days before removing or assigning a new Contractor Representative. Primary Contact: Stan Burland, Senior Manager Waste Division, 269-760-9097 Secondary Contact: Stephanee Rice, Scheduler/Dispatcher Waste Division, 269-329-3508 or [email protected]

Page 37: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

3 Rev. 5/2016

4.2. Customer Service Toll-Free Number The Contractor’s toll-free number is 877-681-1095 for the State to make contact with the Contractor Representative. The Contractor Representative must be available for calls during the hours of 8 am to 5 pm EST. 4.3. Work Hours The Contractor must provide Contract Activities during the State’s normal working hours Monday – Friday, 7:00 a.m. to 6:00 p.m. EST, and possible night and weekend hours depending on the requirements of the project. 4.4. Organizational Chart The Contractor must provide an overall organizational chart that details staff members, by name and title, and subcontractors. 4.5. Disclosure of Subcontractors HNHS and Rapid Green Group (RGG) have formed a Joint Venture to work together to provide transportation and treatment of Regulated Medical Waste. RGG will provide additional transportation assets for HNHS on an as needed basis. RGG is currently approved to transport RMW as Rapid Medical Waste, DEQ # MW0047538. If the Contractor intends to utilize other subcontractors, the Contractor must disclose the following: The legal business name; address; telephone number; a description of subcontractor’s organization and the services it will provide; and information concerning subcontractor’s ability to provide the Contract Activities. The relationship of the subcontractor to the Contractor. Whether the Contractor has a previous working experience with the subcontractor. If yes, provide the details of that previous relationship. A complete description of the Contract Activities that will be performed or provided by the subcontractor. 4.6. Security

The Contractor and its staff will be subject to the following security procedures:

A. No active police warrants or pending charges on any staff assigned to this contract. B. May not be under Federal, State or local jurisdiction as an offender. Must be off of Federal, State or local jurisdiction for

five years from the date of discharge. Felony ex-offenders will not be considered as contracted staff until they have been discharged from all sentences, including parole and probation, and are approved by the Deputy Director of the Correctional Facilities Administration (CFA). MDOC reserves the right to approve or decline applicants who have been involved in the criminal justice system depending on the circumstances.

C. The Contractor must not knowingly hire any new employee, promote any existing employee or enlist the services of any

subcontractor who may have contact with an offender who:

1. Has engaged in sexual abuse in a prison, jail, lockup, community confinement facility, juvenile facility or other institution as defined in 42 U.S.C. 1997;

2. Has been convicted of engaging in, attempting to engage in or conspiracy to engage in sexual activity facilitated by

force, overt or implied threats of force or coercion, or if the victim did not consent or was unable to consent or refuse; or

3. Has been civilly or administratively adjudicated to have engaged in the activity described in Number 2 above.

D. The MDOC may investigate the Contractor's personnel before they may have access to MDOC facilities and systems. The

scope of the background check is at the discretion of the MDOC and the results will be used to determine Contractor personnel eligibility for working within MDOC facilities and systems. The investigations will include Michigan State Police Background checks (ICHAT) and the Law Enforcement Information Network (LEIN), and may include the National Crime Information Center (NCIC) Finger Prints. Proposed Contractor personnel may be required to complete and submit an Rl-8 Fingerprint Card for the NCIC Finger Print Check. Any request for background checks will be initiated by the MDOC and will be reasonably related to the type of work requested.

E. The Contractor must document if a staff member assigned to the Contract is related to or acquainted with an offender

incarcerated and under the jurisdiction of the Michigan Department of Corrections. For staff who are related to or acquainted with an offender, the Contractor’s staff member must complete the Offender Contact Exception Request (CAJ-202) (Exhibit A-9) and submit it to the MDOC Program Manager or designee. The Contractor must ensure its staff complete the form and notify the MDOC Program Manager of any changes throughout the contract term.

F. The Contractor’s staff will be required to enter State facilities. The State may require the Contractor’s personnel to wear

State issued identification badges.

Page 38: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

4 Rev. 5/2016

G. The Contractor must anticipate delays when visiting any facility due to issues within the facility.

All Contractor delivery personnel have pictured identification on their person at all times. They are all subject to annual review with the Department of Corrections for entry via their L.E.I.N. certification process. As a pre-employment condition, all potential candidates are subject to background checks by Contractor’s insurance carrier and legal counsel. Pre-employment drug screenings are also mandatory and random after hire. Contractor’s personnel are uniformed, identifying them by name and company. A list of our delivery personnel is on file with M.D.O.C. and all personnel have DMB Security Clearance. Contractor will make adjustments as needed to comply with the State’s security needs. 4.7. Prison Rape Elimination Act (PREA) The Contractor is subject to the following PREA requirements:

1. Prison Rape Elimination Act (PREA) of 2003: Public Law 108-79, Sept. 4, 2003 The Contractor must comply with the Federal Prison Rape Elimination Act, 28 CFR Part 115. Overfamiliarity, establishing a friendship, mutual attraction or intimate relationship with a prisoner, is strictly prohibited. The Contractor must immediately refer any allegations of sexual abuse or sexual harassment made by a prisoner to the MDOC staff. The Contractor shall ensure compliance with the National Standards to Prevent, Detect and Respond to Prison Rape, effective August 20, 2012 at http://www.gpo.gov/fdsys/pkg/FR-2012-06-20/pdf/2012-12427.pdf. PREA standards will be provided to Contractor upon award of the contract. MDOC Procurement will provide updated copies of this document to the Contractor when changes or updates are made. Overfamiliarity with prisoners is strictly prohibited. If the Contractor does not abide by these standards, it is considered a breach of Contract.

2. Any and all contractors, or subcontractors that may have contact with offenders in accordance with PREA §115.32 must complete PREA training Program A: Correctional Facilities Administration (CFA) Security Regulations (August 2014 edition) prior to entrance in any MDOC facility. Upon completion, the contractor shall submit a signed memorandum to the Contract Administrator documenting who completed the training and on what date. PREA training Program A: Correctional Facilities Administration (CFA) Security Regulations (August 2014 edition) will be provided to Contractor upon award of the contract. MDOC Procurement will provide updated copies of this document to the Contractor when changes or updates are made.

3. Anyone, including contractors or subcontractors who observes sexual abuse/sexual harassment or receives an allegation of sexual abuse /sexual harassment, must report it to an MDOC supervisor immediately, the same day as the allegation or observation was made.

4.8 Vendor Handbook The Contractor will require all its employees providing service to an MDOC correctional facility, to read and sign the MDOC Vendor Handbook upon award of Contract. The purpose of the MDOC Vendor Handbook is to provide the Contractor with general information regarding basic requirements of working within the MDOC, provide notice of work rules and consequences of rule violations. The awarded Contractor must provide copies of each signed Employee Acknowledgement to the MDOC Program Manager, at the completion of the employee’s orientation. MDOC Procurement will provide updated copies of this document to the Contractor when changes or updates are made. 4.9. Meetings The Contract Administrator is responsible for scheduling and facilitating Contractor Progress Meetings. A “Contract Progress Meeting” is intended to assist the State and Contractor in, including but not limited to, reviewing the Contract Compliance Report, addressing outstanding items on the Issue Tracking Log and Contractor Performance in MAIN, reviewing overall contract compliance, discuss market trends that will assist the State in understanding changes in the industry, and solicit contractor recommendations for increasing contract efficiency and reducing costs. Contract Progress Meetings can be held (in person or by conference call) at any time, but at a minimum the Contract Administrator should hold a Contract Progress Meeting at least yearly. The Contract Administrator, Program Manager and any individual identified by the parties should participate. The State may request other meetings as it deems appropriate. 4.10. Reporting The Contractor shall furnish detailed reports to the Program Manager and Contract Administrator monthly and at year-end. Monthly reports shall be received by the tenth (10th) working day following the end of each month and by October 15 of each calendar year, following the State’s fiscal year end. Annually this report will be provided with annualized information. Annual reporting periods shall be from October 1 through September 30. Individual reports shall include agency name, location, pick-up date, total containers, total volume of medical waste picked up by weight, and extended price. Monthly reports shall include totals for the month as well as year-to-date detail. The State will review

Page 39: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

5 Rev. 5/2016

proposed reports submitted by the Contractor and inform them of necessary changes, if required. The State reserves that right to request a change in format and information throughout the term of the Contract period. 5. Ordering 5.1. Authorizing Document The appropriate authorizing document for the Contract will be a Purchase Order. 6. Invoice and Payment 6.1. Invoice Requirements All invoices submitted to the State must include: (a) date; (b) purchase order; (c) quantity; (d) description of the Contract Activities; (e) unit price; (f) shipping cost (if any); and (g) total price. Overtime, holiday pay, and travel expenses will not be paid. 6.2. Payment Methods The State will make payment for Contract Activities by Electronic Funds Transfer (EFT). Within five (5) working days after the end of each calendar month, Contractor shall submit an invoice to the Customer for this service, and the Customer shall, within 45 days of receiving invoice, pay the full amount thereof to Contractor. Payments shall be made to: Hospital Network Healthcare Services ATTN: Accounts Receivable 6212 American Avenue, Portage, MI 49002 7. Pricing 7.1. Price Term Pricing is firm for a 365 day period (“Pricing Period”). The first pricing period begins on the Effective Date. Adjustments may be requested, in writing, by either party and will take effect no earlier than the next Pricing Period. 7.2. Price Changes Contractor may petition Customer to increase its fees for: cost increase associated with new governmental regulations; and increases due to changes in local, state, or federal rules, ordinances or regulations applicable to Contractors operations. Changes in the service frequency and/or container sizes may also result in a rate change. This change must be mutually agreed upon by both parties in writing. Adjustments will be based on changes in actual Contractor costs. Any request must be supported by written evidence documenting the change in costs. The State may consider sources, such as the Consumer Price Index; Producer Price Index; other pricing indices as needed; economic and industry data; manufacturer or supplier letters noting the increase in pricing; and any other data the State deems relevant. Following the presentation of supporting documentation, both parties will have 30 days to review the information and prepare a written response. If the review reveals no need for modifications, pricing will remain unchanged unless mutually agreed to by the parties. If the review reveals that changes are needed, both parties will negotiate such changes, for no longer than 30 days, unless extended by mutual agreement. The Contractor remains responsible for Contract Activities at the current price for all orders received before the mutual execution of a Change Notice indicating the start date of the new Pricing Period. 7.3. Stop Charge Occasionally, a service pick-up truck will be turned away from a Correctional Facility due to a mobilization or other factors that are out of the contract of the Contractor. If Contractor is unable to make a pick-up at any location, Contractor will bill a “Stop Charge” in the amount of $35. The location turning away service will need to work with Contractor to reschedule service.

Page 40: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Schedule B – Pickup Locations and Pricing

Name Address 1 City State Zip Frequency Pick up location Price Per Container

Price Per

Pound

Price Per

Stop Department of Corrections

1 Alger Correctional Facility N6141 Industrial Park Dr Munising MI 49862 every 4

weeks Information Desk in the

lobby $12.25 $0.285 $15.00

2 Baraga

Correctional Facility

13924 Wadaga Rd Baraga MI 49908 every 4 weeks

Front Desk of Administration Building $12.25 $0.285 $15.00

3 Carson City Correctional

Facility 10274 E Boyer Rd Carson

City MI 48811 every 2 weeks

Front desk on East/West and Inside sally port $12.25 $0.285 $15.00

4 Central Michigan

Correctional Facility

320 Hubbard St Saint Louis MI 48880 every 2

weeks East and West are both

outside sally port $12.25 $0.285 $15.00

5 Chippewa

Correctional Facility

4269 W M 80 Kincheloe MI 49784 every 4 weeks

East and West are both outside sally port $12.25 $0.285 $15.00

6 Detroit Detention Center 17601 Mound Rd Detroit MI 48212 every 2

weeks Inside Building 500 $12.25 $0.285 $15.00

7 Detroit Re-Entry Center 17600 Ryan Rd Detroit MI 48212 every 4

weeks Inside sally port $12.25 $0.285 $15.00

8 Duane Waters Health Center 3857 Cooper St Jackson MI 49201 every week Outside Ambulance Bay $12.25 $0.285 $15.00

10 Earnest C Brooks

Correctional Facility

2500 S Sheridan Dr Muskegon Heights MI 49444 every 4

weeks Outside sally port $12.25 $0.285 $15.00

12 Gus Harrison Correctional

Facility 2727 E Beecher St Adrian MI 49221 every other

week North and South Outside sally port $12.25 $0.285 $15.00

13 Bellamy Creek Correctional

Facility 1727 W Bluewater Hwy Ionia MI 48846 every 2

weeks Outside sally port $12.25 $0.285 $15.00

14 Ionia Correctional Facility 1576 W Bluewater Hwy Ionia MI 48846 every 4

weeks Outside sally port $12.25 $0.285 $15.00

15 Richard A Handlon

Correctional Facility

1728 W Bluewater Hwy Ionia MI 48846 every 2 weeks Inside sally port $12.25 $0.285 $15.00

16 G Robert Cotton

Correctional Facility

3500 N Elm Ave Jackson MI 49201 every 2 weeks Outside sally port $12.25 $0.285 $15.00

17 Cooper Street Correctional

Facility 3100 Cooper St Jackson MI 49201 every 2

weeks Inside sally port $12.25 $0.285 $15.00

18 Kinross

Correctional Facility

4533 W Industrial Park Dr Kincheloe MI 49786 every 4 weeks

Outside Administration building $12.25 $0.285 $15.00

19 Lakeland

Correctional Facility

141 1st St Coldwater MI 49036 every 4 weeks Inside sally port $12.25 $0.285 $15.00

20 Macomb

Correctional Facility

34625 26 Mile Rd Lenox MI 48048 every 2 week Warehouse $12.25 $0.285 $15.00

21 Marquette Branch Prison 1960 US 41 S Marquette MI 49855 every 4

weeks Outside Administration

building $12.25 $0.285 $15.00

22 Michigan Reformatory 1342 W Main St Ionia MI 48846 every 2

weeks Inside sally port $12.25 $0.285 $15.00

23 Muskegon

Correctional Facility

2400 S Sheridan Dr Muskegon MI 49442 every 4 weeks

Front desk (healthcare) and outside sally port (custody) $12.25 $0.285 $15.00

24 Newberry

Correctional Facility

13747 E. County Road 428 Newberry MI 49868 every 4

weeks Information Desk $12.25 $0.285 $15.00

25 Oaks Correctional Facility 1500 Caberfae Hwy Manistee MI 49660 every 2

weeks Outside sally port $12.25 $0.285 $15.00

26 Ojibwa

Correctional Facility

5705 Ojibwa Road N Marenisco MI 49947 every 4 weeks Front door of lobby $12.25 $0.285 $15.00

27 Parnall

Correctional Facility

1780 E Parnall Rd Jackson MI 49201 every 4 weeks

Next to Healthcare, inside sally port $12.25 $0.285 $15.00

Page 41: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

28 Saginaw

Correctional Facility

9625 Pierce Rd Freeland MI 48623 every 4 weeks

Outside Administration building $12.25 $0.285 $15.00

29 Special Alternative

Incarceration Facility

18901 Waterloo Rd Chelsea MI 48118 every 12 weeks Inside Medical building $12.25 $0.285 $15.00

30 St Louis

Correctional Facility

8585 N Croswell Rd Saint Louis MI 48880 every 2

weeks Outside sally port $12.25 $0.285 $15.00

33 Thumb

Correctional Facility

3225 John Conley Dr Lapeer MI 48446 every 4 weeks Outside sally port $12.25 $0.285 $15.00

34 West Shoreline

Correctional Facility

2500 S Sheridan Dr Muskegon Heights MI 49444 every 4

weeks Front lobby $12.25 $0.285 $15.00

35 Women's Huron

Valley Correctional Facility

3201 Bemis Rd Ypsilanti MI 48197 every 2 weeks

Dock outside of Healthcare, inside sally

port $12.25 $0.285 $15.00

36 Woodland Center

Correctional Facility

9036 E M 36 Whitmore Lake MI 48189 every 2

weeks Inside the secure

perimeter $12.25 $0.285 $15.00

Michigan State Police

37 Michigan State Police - Crime Lab 103 S James St Grayling MI 49738 every 4

weeks Serology Unit $12.25 $0.285 $15.00

38 Michigan State Police - Crime Lab 6296 Dixie Hwy Bridgeport MI 48722 every 4

weeks Garage $12.25 $0.285 $15.00

39 Michigan State Police - Crime Lab 720 Fuller Ave NE Grand

Rapids MI 49503 every 4 weeks

Storage shed on loading dock $12.25 $0.285 $15.00

40 Michigan State Police - Crime Lab 7320 N Canal Rd Lansing MI 48913 every 4

weeks Chem/Bio waste storage

building $12.25 $0.285 $15.00

41 Michigan State Police - Crime Lab 42145 W. 7 Mile Rd Northville MI 48167 every 4

weeks Stink room (garage

area) $12.25 $0.285 $15.00

42 Michigan State Police - Crime Lab 42800 Merrill Road Sterling

Heights MI 48314 every 4 weeks Garage $12.25 $0.285 $15.00

43 Michigan State Police - Crime Lab 1924 Industrial Parkway Marquette MI 49855 every 4

weeks Garage $12.25 $0.285 $15.00

44 Michigan State Police - Crime Lab 1301 Third Street Detroit MI 48226 every 4

weeks Room 108-1st floor $12.25 $0.285 $15.00

Michigan Department of Agriculture and Rural Development

45 State of Michigan - Agricultural Lab 1615 Harrison Rd East

Lansing MI 48823 every 12 weeks Loading Dock $12.25 $0.285 $15.00

46 State of Michigan - Agricultural Lab 16860 M-32 East Atlanta MI every 12

weeks Shop Door $12.25 $0.285 $15.00

Page 42: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

1

Schedule C

Hospital Network Healthcare Services (HNHS) Waste Acceptance Protocol

Please sign: RETURN THIS PAGE (1) WITH AGREEMENT. The U.S. Department of Transportation, MIOSHA, the Michigan Medical Waste Regulatory Act, and all other applicable federal, state, and local laws and regulations must be adhered to in order to ensure compliance on behalf of Hospital Network Healthcare Services and our customers. The US DOT holds the generators (our customers) responsible to ensure that all waste collected by HNHS is properly classified, described, packaged, marked, and labeled and are in proper condition for transportation according to applicable regulations. Under no circumstances can HNHS accept, transport, treat or dispose of any waste or containers not meeting the specifications outlined in this waste acceptance protocol. Customer also certifies that they will not have any mercury in their medical waste. Please read the attached waste acceptance protocol. If you have any questions, contact your HNHS representative immediately for clarification. Sign this page and return this page only to HNHS and retain the waste acceptance protocol for your files. This is a regulatory requirement and HNHS will be unable to schedule your first pick-up prior to receipt of this form and a signed Medical Waste Service Agreement. Customer Facility: Address: City: Signature: _______________________________ Name: _______________________________ Title: _______________________________ Date: __________ Note: person signing this form acknowledges he/she fully understands the waste acceptance protocol and is the authorized facility representative

Page 43: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

2

Table of Contents

1. Definitions 2. Laws, Regulations and Policies 3. Waste Accepted by Hospital Network Healthcare Services 4. Waste Not Accepted by HNHS

5. Proper segregation of waste

6. Types of containers

7. Proper labeling and marking of containers and bags

8. Incident reporting

9. Proper storage of waste

10. Tracking documents

11. Transportation of waste

12. Treatment of waste

Page 44: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

3

1. Definitions Regulated Medical Waste

• Liquid or semi-liquid blood or other potentially infectious materials • Contaminated items that could release blood or other potentially infectious materials in a

liquid or semi-liquid state if compressed • Items caked with dried blood or other potentially infectious materials and are capable of

releasing these materials during handling • Contaminated sharps • Pathological waste • Trace chemotherapy waste

Note: regulated medical waste may also be referred to as potentially infectious waste, biohazardous waste, medical waste, or red bag waste. Note: regulated medical waste does not include hazardous waste. Hazardous waste must be disposed of by a licensed hazardous waste hauler. HNHS will not accept any hazardous waste. Other potentially infectious materials (OPIM)

• Per OSHA’s Bloodborne Pathogen Standard, OPIM includes the following fluids: o Semen o Vaginal Secretions o Cerebrospinal fluid o Synovial fluid o Pleural fluid o Pericardial fluid o Peritoneal fluid o Amniotic fluid o Saliva in dental procedures o Any body fluid visibly contaminated with blood or impossible to differentiate between

fluids Cultures and Stocks

• Infectious agents and associated biologicals • Biological production waste • Discarded live and attenuated vaccines • Culture dishes and related devices

Pathological waste

• Human organs • Human tissues • Human body parts other than teeth • Products of conception

Sharps • Includes but is not limited to:

o Blades o Broken glass contaminated with blood/body fluid (i.e. slides, pipettes, etc) o Burs o Capillary tubes, used

Page 45: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

4

o Carpules o Dilators, vessel o Endodontic files, broaches, reamers o Guidewires o Introducers o IV tubing with a needle attached o Lancets o Needles o Ortho wire o Scalpels o Scissors o Sharp instruments, disposable o Staples o Stylet o Syringes o Tine test

Decontamination

• Rendering regulated medical waste safe for routine handling as solid waste Secondary containers

• Container provided by HNHS to transport regulated medical waste o Red plastic tub for all waste treated at the HNHS Facility o Fiberboard boxes for Pathological or Trace Chemotherapy Waste (can be placed in

an approved yellow container instead) • Secondary containers must be lined with a HNHS provided properly marked biohazardous

bag, impervious to moisture, and of sufficient strength to preclude ripping, tearing or bursting under normal waste handling conditions. Bags must be tied using the “single knot” technique to prevent leakage or expulsion of contents.

• 28-gallon Rubbermaid tubs must be properly secured by snapping the lid into place tightly. • Boxes must be secured by folding flaps side by side and using a standard shipping tape.

No other tape is acceptable.

2. Laws, Regulations and Policies

• MIOSHA’s Bloodborne Pathogen Standard o Regulates the handling, containment, labeling and storage of regulated medical

waste. o The standard requires utilization of universal precautions in managing all blood,

certain fluids, and contaminated materials as potentially infectious. o It includes specific requirements pertaining to:

Personal protective equipment (PPE) Housekeeping, Work practice controls, Engineering controls, Recordkeeping, Signs and labels, training, HBV vaccination, and Exposure follow-up,

Page 46: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

5

All which must be documented in an on-site Exposure Control Plan. o HNHS is regulated by the “Bloodborne Pathogen Standard”, as are all healthcare

providers and certain other employers with the potential for exposure to blood and body fluids in the work place. HNHS maintains compliance with the standard under a comprehensive “Exposure Control Plan” and training program developed specifically for our medical waste drivers, medical waste handlers and equipment operators.

• Michigan Medical Waste Regulatory Act o Intends to regulate the management of medical waste to ensure that the public

health and the environment are adequately protected. o Mandates how producing facilities (generators of RMW) must handle regulated

medical waste from the point of generation to the point of its ultimate disposal. o HNHS will conduct business in a manner that meets or exceeds the various

requirements of the Michigan Medical Waste Regulatory Act. o HNHS will provide each customer a copy of the Act if requested.

• United States Department of Transportation (USDOT) o USDOT regulates the transportation of medical waste in both interstate and

intrastate commerce. o USDOT is responsible for the protection of public safety and regulates the following:

Proper packaging Proper labeling Shipping papers Proper training

o USDOT holds all parties to the transportation process responsible including the healthcare facility in which the waste was generated.

o HNHS is a contract carrier under USDOT regulations and is responsible for the following: Reporting incidents that occur during transport Proper handling of broken or leaking containers Correctly processing shipping papers Assuring that only authorized packaging is used in transport Creating and maintaining an emergency response system Assuring the correct labeling of packaging Training its own HazMat employees Displaying the correct vehicle markings Proper loading and unloading of vehicles Compliance with the Federal Motor Carrier Safety Standards Reject containers that are not properly packaged or labeled

o HNHS is also a distributor of some of the packaging and containers for regulated medical waste and cultures and stocks and is responsible for: Meeting the requirements and specifications for non-bulk containers and

liners Testing non –bulk containers and liners Inspection, testing, retesting, maintenance and repair of reusable non-bulk

containers Meeting the requirements of bulk transportation containers Maintaining the exemption status of the bulk containers

3. Waste Accepted by HNHS

Page 47: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

6

HNHS’s waste acceptance practices and policies are based upon federal, state, and local laws defined for regulated medical waste. For the purpose of this document regulated medical waste also means biohazardous waste, biomedical, potentially infectious, infectious waste, and red bag waste.

o Regulated medical wastes that are generated in the diagnosis, treatment, and immunization of humans and animals or related research, in the production and testing of biologicals, and in the preparation and administration of antineoplastic/cytoxic agents.

o Laboratory waste includes but is not limited to: Human or animal specimen cultures from medical and pathology laboratories Cultures and stocks of infectious agents from clinical research and industrial

laboratories (CDC Biohazard Levels I, II, III) Waste from production of bacteria, viruses, spores, discarded vaccines and

biologicals from healthcare or research, and dishes or devices used to transfer, inoculate, and mix cultures

o Human surgical specimens, tissues, organs, placentas, and limbs. All preservatives must be decanted.

o Liquid or semi liquid blood or body fluids o Medical waste grossly contaminated with blood or body fluids in a manner that blood or

body fluid could release in a liquid or semi-liquid state if compressed o Items caked with blood or body fluid that is capable of releasing during handling o Sharps waste includes but is not limited to (see definitions for broader listing):

Needles, syringes, scalpels, blades, dental wires, guide wires Laboratory glassware such as slides, pipettes, blood tubes, vials, bottles,

contaminated broken glass Contaminated unbroken glass articles which could be broken during transport

thus rendering them sharps waste o Trace Chemotherapy waste including sharps, syringes, IV tubing, empty vials/bottles,

and other discarded items generated in the preparation and administration of cytotoxic/antineoplastic drugs. Only empty bags/containers are acceptable. Chemotherapy wastes with greater than trace amounts constitute a hazardous waste by RCRA regulations and criteria and must be handled by a hazardous waste hauler. Secondary containers used to ship trace chemotherapy waste must be labeled “chemotherapy waste” HNHS will provide proper labels. Yellow color coded chemotherapy containers will also be acceptable.

4. Waste Not Accepted by HNHS

o Hazardous waste including but not limited to: o Mercury or mercury containing devices or reagents. Some examples include:

Thermometers Sphygmomanometers Bougie dilators GI tubes Florescent light bulbs Miller Abbot tubes Dilators B5/Zenkers stains (laboratory)

o Solvents, paints, paint thinners o Batteries of any kind o Chemicals such as (but not limited to)

Page 48: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

7

Formaldehyde Formalin Ova-parasite Fixative Acids Alcohol Acetone Waste oil Thimerosal Bulk chemotherapy waste

o RCRA listed hazardous pharmaceuticals o Radioactive waste o Any item listed as a hazardous waste by local, state, or federal regulations o Any item listed as hazardous on its material safety data sheet o Compressed gas cylinders, canisters, inhalers, and aerosol cans o Items too large to be placed into a USDOT certified container for transport o Large or heavy objects incapable of shredding such as sheet plates or prosthetic

pieces. 5. Proper segregation of waste

o Soft regulated medical waste o All soft, non sharps regulated medical waste must be packaged at point of origin

and placed into at least one properly marked biohazardous bag, impervious to moisture, and of sufficient strength to preclude ripping, tearing or bursting under normal waste handling conditions. Bags must be tied using the “single knot” technique to prevent leakage or expulsion of contents.

o Waste must be placed by generator into HNHS provided plastic tubs or fiberboard boxes for transport off-site. Tubs must be properly secured by tightly snapping the lid into place and boxes must be secured using a shipping tape.

o Sharps waste

o All sharps waste must be segregated at the point of origin and placed in properly labeled, rigid, puncture resistant containers which, when sealed, are leak resistant and cannot be easily opened.

o Sharps containers can be placed inside plastic tubs or fiberboard boxes with other regulated medical waste. Sharps containers should be locked and placed into the plastic tub/box in the upright position.

o Do not overfill sharps containers in order to avoid associated hazards.

o Waste requiring alternative treatment o Trace chemotherapy waste must be placed into fiberboard boxes or placed into

generator supplied yellow color-coded trace chemotherapy waste containers. In order to ensure safe handling and proper clean-up techniques in the

event of a spill, as required by OSHA, trace chemotherapy waste must be segregated from other regulated medical waste and properly labeled.

Container must be labeled “chemotherapy waste” o Pathological waste must be placed into HNHS provided fiberboard boxes.

Boxes must be yellow color-coded labeled.

Page 49: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

8

Preservative agents must be decanted and separated (by the generator) prior to being packaged for HNHS collection and treatment and the preservative liquids regarded as hazardous waste.

6. Types of containers

o Reusable plastic tubs and lids o Containers and lids are decontaminated by exposure to a tub washing process

utilizing approved disinfectants and hot water at the HNHS treatment facility before being returned to customers

o Reusable tubs will be used for waste treated by HNHS. o Disposable fiberboard boxes

o These containers are designed to be destroyed with the contents. o Disposable sharps containers

o Container and their contents are treated by the Sanitec system or alternative treatment. Treatment is dictated by the type of waste, i.e., chemotherapy sharps waste will be treated with alternative treatment.

7. Proper labeling and marking of containers and bags

• Biohazard bags must be red in color and/or labeled with the word “Biohazard” and the international biohazard symbol

• Sharps containers must be labeled with the words “Sharps Waste” or with the word “Biohazard” and the international biohazard symbol

• Secondary containers provided by HNHS will be labeled in accordance with all applicable federal, state, and local regulations, with the word “Biohazard”, the international biohazard symbol, and the words “Regulated Medical Waste, UN 3291”. In addition, generators are required to use appropriate containers for chemotherapy waste, pathological waste, cultures and stocks.

• HNHS will provide PGII certified containers for collection of cultures and stocks properly labeled with the UN string from the manufacturer imprinted on the container.

• Generators of the waste will place a bar code label identifying the generator. This sticker will include name of generator, address, and phone number. This bar code will also assist HNHS in tracking the waste thru final disposal.

• Non-conforming containers CANNOT be accepted, transported, or treated by HNHS regardless of the contents. Non-conforming containers may include but is not limited to any container that bears a label with the words or symbols reflecting:

o Hazardous Chemicals o Hazardous Drugs o Hazardous Waste o Radioactive Materials o Radioactive Waste

8. Incident reporting

• When a reportable incident occurs, USDOT requires the transporter discovering the incident to report it to the USDOT in Washington, DC. The reporting system is two part:

o An immediate telephone report for serious accidents creating public safety concerns

Page 50: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

9

o A detailed written report, using form 5800.1, as a follow up to a telephone report or as a stand alone report for incidents that do not create immediate emergency situations.

o If there is a release of infectious substances, HNHS must also contact the Center of Disease Control

• Details of the written report include: o Generators name and address o Transporters name and address o The name and telephone number of the individual reporting the incident o Type of packaging involved o The cause of packaging failure or release of contents o The result of the failure (spill, leakage, packaging damage, etc)

• Generators role in incident reporting o Transporter is obligated to report generators name, and address as the offeror, or

shipper of the waste. o Failures such as overloading/overfilling, incompatible materials or punctured boxes

can be avoided if the generators follow proper packaging procedures Note: HNHS will provide generators with USDOT training every three years. 9. Storage of regulated medical waste by generator

• A central storage area must be dedicated by the generator for waste to be collected by HNHS. This area must meet the following requirements:

o Secured to deny access by unauthorized persons, animals, rodents, insects, and natural elements

o Warning signs should be posted to prevent unauthorized access such as “caution-biohazrdous waste storage area—unauthorized persons keep out”

• Waste to be transported off-site shall not be subjected to trash chutes, compaction, or grinding prior to collection/treatment by HNHS

• If regulated medical waste is stored outside, it must be placed in an enclosed, locked structure weighing at least 500 pounds and properly labeled.

• Regulated medical waste CANNOT be stored for more than 90-days. 10. Tracking documents

• Shipping papers o All waste transported from the generating facility for treatment will be accompanied by a

tracking document. o Tracking documents will include, but are not limited to the following information:

Name, address, and telephone number of transporter Name, address and telephone number of generator Type and quantity of waste transported The words “Regulated Medical Waste, 6.2 UN3291. PGII”

o Name and signature of an authorized representative of the healthcare facility. By signing the shipping papers certification statement this individual is certifying the following: Named materials are properly classified, described, packaged, marked, and

labeled

Page 51: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

10

Named materials are in proper condition for transportation according to the applicable regulations of the Department of Transportation

In agreement to volumes transported o HNHS’s driver must also sign the shipping papers and leave a copy with the generator

at the time of waste collection. Under no circumstance can a driver accept waste without an authorized signature from the facility

o The shipping papers will be in the custody of the HNHS driver hauling the regulated medical waste to its treatment destination at all times

o The name, address, telephone number, and the signature of an authorized representative of the permitted treatment facility receiving the waste

o The date the regulated medical waste is collected from the generator’s facility, the date the waste is received by the transfer station (if applicable) and the date the waste is received by the treatment facility.

o The original copy of the shipping paper will be mailed back to the generator by HNHS on a monthly basis detailing receipt and treatment of regulated medical waste collected.

o HNHS will keep signed copies of all shipping papers as required by federal, state, and local regulations

o HNHS will have a 24-hour emergency response number located on each shipping paper 11. Transportation of regulated medical waste

• Permitted Vehicles o HNHS operates all vehicles with permits required for regulated medical waste transport

to the treatment facility. • Driver Authority

o HNHS drivers are trained and responsible for the collection and tracking of all waste containers generated on their assigned routes on any given day. This responsibility includes: Monitoring the proper containment, closure, and labeling of each tub, box, or

sharps container prior to pick up Properly scanning bar codes into the automated tracking system Properly filling out the shipping papers and leaving a copy with the generator

o HNHS drivers are authorized to reject containers which do not meet specifications. Some cause for rejection include but is not limited to Odor Leakage Damaged containers Improper packaging Incorrect labels Non-conforming waste Improper segregation

o Emergency spill response HNHS permitted vehicles are equipped with emergency spill kits, and drivers are

trained in emergency response spill procedures as required the by USDOT regulations. Written emergency response spill and hazardous material procedures are available in the cab of each vehicle

HNHS maintains an Emergency spill response telephone number 24-hous a day. o All policies and practices for transportation of regulated medical waste provided by

HNHS are in full compliance with applicable USDOT, federal, state, and local laws and regulations.

Page 52: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

11

12. Treatment of waste

• All regulated medical waste transported, collected and treated by HNHS with the exception of those wastes required to be treated by alternative means according to federal, state, or local regulations.

• HNHS will contract with a commercial company for treatment of all waste that HNHS cannot process.

• HNHS will have a back up contract with a commercial company to transfer all regulated medical waste if the HNHS system is shut down for maintenance for an extended period of time.

• HNHS’s waste treatment facility is operated in accordance with all applicable federal, state, and local laws/regulations and maintains all required permits and licenses.

Page 53: STATE OF MICHIGAN CENTRAL PROCUREMENT SERVICES …Solid Waste (from air sampling and Draeger tubes) 1 10 10 Once / Year $98 1 x 5DF DCN for incineration also some expired air sampling

Dear Valued Customer:

We would like to introduce you to our added service which many of you have requested. We will furnish your sharps container at your request and deliver it at your next regularly scheduled pick-up. We carry four (4) sizes, two (2) with wall mount brackets if desired that include mounting hardware. The cost to you for this service will be the price of the container. These items will be added to your medical waste invoice. If you have any questions, please call 269-329-3508.

We hope this will save you time and money. Please select from the options below:

Yes, I would like you to replace my sharps container(s) on your regularly scheduled visit to our facility. No, I would rather provide my own container. I have (___) number of containers left. When they are gone, I would like you to provide this service. I will let you know when to start bringing the container(s) with you.

Container sizes and price: (check container size) Small sharps container w/screw on lid $6.90 3 quart container (wall mountable) $7.10 Wall mountable bracket for 3 quart container (required) $12.00 5 quart container (wall mountable) $7.25 Wall mountable bracket for 5 quart container (optional) $12.00 3 gallon container $14.00

6% Michigan sales tax will be added to the amount of the purchase. Prices are subject to change without notice.

Please complete and sign if you would like to use our sharps containers. Facility Name__________________________________ Address: __________________________________ __________________________________ Telephone: __________________________________ Contact person: _______________________________

____________________________________________ (Signature) Date: _________________________ Request may be mailed to: HNHS – Sharps Program 6212 American Avenue Portage, MI 49002 or Fax to: 269-329-8200

#4 (3 Gal.)

#3 (5 Qt.)

#2 (3 Qt.)

#1 (Small)