Current Contract Information Form



State of Washington

Current Contract Information

Change Notice No. 10

Effective date: March 15, 2017

|Contract number: |04005 |Replaces Contract: |16798 |

|Commodity code: |5840 |

|Contract title: |Marine Radar; Satellite Compass System; Universal Automatic Identification System & GPS Maintenance |

| |And Repair |

|Purpose: |Interim Contract Extension. |

|Term: |April 1, 2017 |through: |June 30, 2017 |

|For use by: |Department of Transportation – Washington State Ferries, Department of Corrections, Political |

| |Subdivisions and Non-Profit Corporations. |

|Contract type: |This contract is designated as mandatory use. |

|Scope of contract |This contract is awarded to one contractor(s). |

|Contractor : |Harris Electric, Inc. |Contact: |Kandi Herrington |

|Address: |4020 23RD AVE W |Phone: |(206) 282-8080 |

| |Seattle, WA 98199 |FAX: |(206) 301-0918 |

|Email: |kherrington@ |

| |Fed. I.D. No.: |91-0862393 |

| |Supplier No.: |31276 |

|Ordering information: |See page 2 Note III |

|Ordering procedures: |See page 2 Note II |

|Special Conditions: |See page 3 |

|Payment address: |See Contractor Address Above |

|Order placement address: |See Contractor Address Above |

This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

|Contracts Specialist: |Corey Larson |

|Phone: |(360) 407-9407 |

|Fax: |(360) 586-2426 |

|Email: |corey.larson@des. |

Visit our Internet site: gov

|Minimum orders: |None |

|Payment terms: |Net 30 days |

|Shipping destination: |Freight On Board (FOB) Destination aboard vessel |

|Freight: |Prepaid and included in unit pricing |

|Contract pricing: |See Attachment “A”. |

|Term worth: |$1,846,500.00 |

|Current participation: |$0.00 MBE |$0.00 WBE |$1,846,500.00 OTHER |$0.00 EXEMPT |

| |MBE 0% |WBE 0% |OTHER 100% |Exempt 0% |

|Recovered material : |None |

Notes:

I. State Agency: Submit Order directly to the Contractor for processing.

II. Only authorized purchasers included in the Master Contracts Usage Agreement (MCUA) may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A current list of Washington authorized users is available on the MCUA List. Contractors shall not process state contract orders from unauthorized users.

III. Contract Terms: This Document includes by reference all terms and conditions published in the original IFB, including Standard Terms and Conditions, and Definitions, included in the Competitive Procurement Standards published by DES (as Amended).

Special Conditions:

1. Contract History:

|3/10/17 |Change Notice No. 10: |

| |Effective March 15, 2017. Interim Contract Extension effective 4/1/2017 through 6/30/2017 to enable the Washington State |

| |Ferries to utilize this contract to complete projects budgeted within Fiscal Year 2015-2017. All other terms, conditions and|

| |pricing remain unchanged. |

|3/31/16 |Change Notice No. 9: |

| |Extends contract 04005 with Harris Electric Inc. for an interim period starting 9/23/2016 through 3/31/2017 with the intent |

| |to provide contract coverage until a replacement contract is awarded, whichever occurs earlier in time under existing terms, |

| |conditions and pricing. |

|2/25/15 |Change Notice No. 8: |

| |Extends contract 04005 with Harris Electric Inc. for an interim period starting 4/1/2016 through 9/30/2016 with the intent to|

| |provide contract coverage until a replacement contract is awarded, whichever occurs earlier in time under existing terms, |

| |conditions and pricing. |

|5/12/15 |Change Notice No. 7: |

| |Extends contract 04005 with Harris Electric Inc. for an interim period starting 6/15/2015 through 3/31/2016 with the intent |

| |to provide contract coverage until a replacement contract is awarded, whichever occurs earlier in time under existing terms, |

| |conditions and pricing. |

|10/28/13 |Change Notice No. 6: |

| |Price Adjustment of 3.96% effective 10/29/2013 and, a .74% Contract Management Fee effective 7/1/2013 as listed in Attachment|

| |“A”. All other terms, conditions and pricing remains unchanged. |

|5/7/13 |Change Notice No. 5: |

| |Extends contract 04005 with Harris Electric Inc. for another two (2) year term starting 6/15/2013 through 6/14/2015. |

|6/15/11 |Change Notice No. 4: |

| |Extends contract 04005 with Harris Electric Inc. for another two (2) year term starting 6/15/2011 through 6/14/2013. |

| |Price Adjustments effective 6/15/2011 as listed in Attachment “A”. |

|6/15/09 |Change Notice No. 3: |

| |Extends contract 04005 with Harris Electric Inc. for another two (2) year term (6/15/09 to 6/14/11). |

| |New Price Adjustments effective June 15, 2009 as listed in Attachment “A”. Services to be performed through June 14, 2009 |

| |are to remain unchanged. |

| |Clarification: |

| |New vessels are to include leased vessels. Refer to Specifications, section 2c of Attachment “B”. |

| |Travel time which commences during normal working hours (S.T.) but continues into overtime hours (O.T.) due to time of |

| |departure from the vessel will be billed in quarter hour increments, beginning at S.T. and continuing as O.T. Refer to |

| |Special Conditions, #11 Inspection Duration; section A.5 Scheduling. |

|11/14/08 |Add contractor’s email address. |

|4/2/08 |Update contract specialist information. |

|12/19/07 |Update contract specialist and alternative contact information. |

|6/15/07 |Change Notice No. 2: Extends contract 04005 with Harris Electric Inc. for another two (2) year term (6/15/07 to 6/14/09). |

| |Prices for services to be performed are to remain unchanged until August 2007. At such time prices will be revised August |

| |15, 2007 as listed in Attachment “A”. Specifications and Statement of Work are provided in Attachment “B”. All other terms |

| |and conditions remain unchanged. |

|9/15/06 |Change Notice #1: Revises prices for labor rates and trip charges as provided under Section 6.3, Price Adjustment Clause in |

| |contract bid document. Prices for services to be performed are listed in |

| |Attachment “A”. Specifications and Statement of Work are provided in Attachment “B”. All other terms and conditions remain |

| |unchanged. |

|6/15/05 |Contract Award |

2. Contactor documents to be on file with this contract are as follows:

➢ Performance Bond required: $10,000.00 within Fifteen (15) days after Contractor receipt of Contract Award Notice. (Note: Performance Bond to be concurrent from June 15, 2005 through June 14, 2007.)

➢ Certificate of Insurance: Contractor to furnish to the State Procurement Officer, a copy of a valid certificate of insurance for U.S. H&L (See Specifications, Section III, Paragraph D) within Fifteen (15) days after Contractor receipt of award notice.

➢ U.S. Longshore and Harbor Workers: It is a mandatory requirement of this contract that the contractor will have in place U.S. Longshore and Harbor Workers' Insurance (U.S. L&H). Longshoreman’s and Harbor Workers' Insurance is required for all on-site personnel. Exceptions to "on-site personnel" is limited exclusively to office clerical, secretarial, security or data processing employees who are not covered by a State Workers Compensation Act, 33 USCA & 902 (3). Bidder to furnish a copy of their U.S. H&L Insurance certificate within fifteen (15) day after bid award.

➢ Personnel (Fidelity) Bonds: All contractor employed service technicians must be bondable. Within Fifteen (15) days after notice of award, contractor must post bonds for all employees who will work aboard vessels in the amount of $25, 00.00 per individual. Employees hired during contract performance must also be bonded prior to dispatch to vessels. Contractor is responsible to maintain a current listing with Washington State Ferries concerning status of Technicians and their bonding. (Bonds will be in the contract file maintained by the Office of State Procurement.)

3. Contractor to perform routine quarterlies, semi-annual and annual maintenance as outlined at Attachment "B" Specifications and Statement of Work.

4. Contractor, prior to processing of invoice, must provide each agency’s accounts payable department (addresses shown at Attachment "B", Section XIV) a copy of current applicable parts price list(s). With invoice for routine inspections and overhauls, contractor shall provide a list of the procedural and technical specifics performed. See Attachment "B", Specifications, Section XIV.

5. WORK ORDER VALIDATION:

A. All Work Orders must be signed by the Vessel's Captain, or Senior Officer aboard, upon completion of the work. Contractor to maintain a breakdown of repair parts and labor by vessel.

(Note: Service technician(s) shall not remove any unserviceable parts from the vessel until verified and then released by the vessels Captain or Senior Officer aboard. Any item or system disturbed in the process of assigned task shall be returned to the condition it was found. If a deficiency is discovered upon initial inspection of site, or equipment, it must be reported immediately to WSF representative in charge, or to the Operations Center. Failure to do so could result in the responsibility for repair automatically assigned to Contractor.)

6. CONTRACT USAGE REPORTS:

A. Contractor shall continue to submit to the State reports of sales against this contract to the Contract Administrator.

B. Said reports shall be provided on a quarterly basis, or if required sooner by the Contract Administrator.

7. SAFETY:

A. It shall be the responsibility of the Contractor to provide safety training to their employees. This shall include but not be limited to High Voltage Work and Work Aloft.

B. The Washington State Ferries have as Fall Restraint System aboard the vessels to protect employees while working aloft. It shall be the responsibility of the Contractor to provide or acquire harnesses to hook into the existing system for the protection of their employees while working aloft.

C. The Washington State Ferries have a Lock-Out / Tag-Out Safety procedure that requires the isolation of components and systems that will have work performed upon them, from power supplies to prevent injury. The placement and removal of these Lock-Out / Tag-Out identifiers shall be under the direct management of the Chief Engineer of the vessel. All work must be coordinated through the vessel’s Chief Engineer or representative thereof. Due to the nature of marine electronics work is often required with a power supply present in such cases all work must be detailed to the Chief Engineer.

D. The employees of the Contractor shall also be subject to all existing safety standards utilized while working on board the vessel. The employees of the Contractor shall also be subject to all existing safety standards enforced by the shipyards where the vessel is located. This information can be requested from the Chief Engineer and or Project Engineer or shipyard Facility Foreman.

E. The responsibility to research any and all safety provisions is the responsibility of the vendor / technician.

8. SECURITY:

A. Vendor/Contractor Employee I.D. Cards. The successful Bidder will provide Security ID for its employees to identify themselves as personnel of the Vendor. Vendor/contractor employees are to present picture identification, and sometimes two pieces of picture I.D., to a WSF Terminal Seller every time they seek entry onto WSF property. The identification must comply with U.S. Coast Guard I.D. requirements, in that it must:

• Contain the full name of the individual;

• Contain a photograph clearly depicting the person’s current facial features;

• Contain the name of the issuing organization; and

• Be laminated, or constructed of some other material so as to be tamper resistant.

• NOTE: Most states’ drivers’ licenses fulfill U.S.C.G. identification requirements and are therefore acceptable means of identification at WSF.

B. Restricted Areas. All areas on WSF terminals and vessels that are not considered public access areas shall be designated with conspicuous signs as restricted areas. All restricted area signs are scheduled to be in place by July 1, 2004. Restricted areas will be locked, barricaded or otherwise physically delineated. Vendor/contractor employees needing to enter a restricted area to provide services will need to be granted access by a WSF employee.

C. Vendor/contractor employees may be asked to present picture identification prior to entering a restricted area even if they previously showed identification upon entrance to the terminal. Vendor/contractor employees should not attempt to enter a restricted area without the permission/direction of a WSF representative. An unauthorized person in a restricted area constitutes a reportable breach of security that must be communicated to the U.S. Coast Guard National Response Center in Washington, D.C.

D. Vendor/Contractor Employee Identification Lists. Vendors/contractors are to submit to WSF and maintain an accurate list of all employees who will be working on WSF property. The list must also contain the name of the company or government agency, contact person(s), and contact phone number(s) that is/are good for any time period when one of their employees may be working at a WSF facility. Specifically, the above vendor/contractor information must be sent to:

Mr. Edmund (Ned) Kiley

Washington State Ferries Security Officer

2911 Second Avenue

Seattle, WA 98121-1080

Or emailed to: kileyn@wsdot.

E. Vendor/Contractor Parking Pass. Should a vendor/contractor’s services require parking on a WSF terminal, the Terminal Seller will issue the employee a disposable parking pass that, when displayed, allows the vehicle to be parked at the terminal on the day of issue for the time duration services are being provided. A pass must be obtained each time the vendor’s vehicle enters the facility. Any vehicle not displaying a parking pass is subject to tow at owner’s risk and expense.

9. WORK STANDARDS:

A. All work performed by the vendor is expected to meet the work standards and guidelines set forth at the installation site, which shall be confirmed through and accepted by the WSF Inspector or WSF Eagle Harbor Facility Foreman; this shall encompass all WSF supervised and operated facilities, and all commercial yards where work for WSF vessel construction, repair, and maintenance is performed.

B. Each Installation shall be under direction of Washington State Ferries Port Captains, Port Engineers, and Vessel Engineering, or representatives thereof, and contracted installation employees shall be directly reportable the WSF Inspector or site Supervisor.

C. All Installations shall meet or exceed current U. S. C. G. standards and requirements; these U. S. C. G. standards and requirements shall be the responsibility of the Vendor to determine and uphold. Any installations failing to pass U. S. C. G. Inspection shall be corrected to U. S. C. G. requirements; if this results from failure to confirm regulations or negligent or sub-standard work, costs will be the responsibility of the Vendor. Unforeseen costs, beyond the responsibility of the Vendor, can be reimbursed with documentation. Completion of an Installation must satisfy of Washington State Ferries Port Captains and Vessel Engineering, or representatives thereof, and pass approval of the WSF Inspector or WSF Eagle Harbor Facility Foreman and the U. S. C. G.

D. The Contractor shall return to its original location any items, or equipment, that needs to be displaced, or removed, to facilitate the installation; under certain circumstances and at the approval of the WSF site and vessel authority’s items may be located to new position. Items of an extraordinary nature (i.e. cabinetry, paneling, insulation, etc.), that require removal shall be identified to the WSF Inspector or WSF Eagle Harbor Facility Foreman. If the Contractor is involved with such relocation and replacement it may be a billable item with proper documentation. If items are not identified, the replacement shall be the responsibility of the Vendor. Any questionable items shall be alerted to the WSF Inspector or WSF Eagle Harbor Facility Foreman prior to removal.

E. The Vendor shall provide a Rate per Man Hour for items that are required to be relocated with the current Radar installation; any relocation shall include continuous wiring, cabling, practices, and standards observed in the Radar Installation, which costs can be reimbursed with documentation.

F. When in a commercial yard, the installation shall be conducted on a “not to interfere” basis with other yard Contracted Work. It will be the responsibility of the Vendor to contact the lead WSF Inspector to determine the potential of interference with any emerging, or any conflicting, Contract Work.

G. It will additionally be the responsibility of the Vendor to contact the lead WSF Inspector to identify the task to accomplish the installation and coordinate the time schedule for the installation.

H. It is additionally the vendor’s responsibility to arrange for, and pay for, crane lifts, or any other work associated with installation/removal of radar’s on a not to interfere basis with the shipyard work. The use of cranes for lifting and removing Radar related items may be coordinated with the WSF Inspector; scheduling and costs will be the responsibility of the Vendor, but costs can be reimbursed with documentation.

I. Commercial Yard, or Washington State Ferry Repair Facility, personnel must perform all “Hot Work”. The scheduling and costs for any required “Hot Work” that has not been previously identified may be the responsibility of the Vendor; but costs can be reimbursed with documentation.

J. The Vendor must keep their workspace clean and free of any potential safety hazards. In as much that any hazards to safety may be left unattended, or should develop, it shall be clearly marked by the Vendor and reported to the WSF Inspector. General clean up shall be on a daily basis with a total clean up upon completion, any debris removal costs shall be the responsibility of the Vendor. The costs of any clean up, that are related to the installation that is from the negligence or oversight of the vendor and failure to perform such clean-up shall be assessed to the vendor.

10. NON-REPAIRABLE ITEMS & REPAIR OR REPLACE CLAUSE:

A. All items shall be repaired in a manner that will cause the minimum disturbance to the vessels operating schedule. Repairs must be made within the provisions of section 4 c of the specifications. Non-repairable items (NRI’s)) are items that cannot be repaired. All items shall be deemed repairable; unless through some extreme circumstance WSF personnel, or accident involving the equipment by means of maritime hazard, damage the equipment by means of an external source. Water damage, impact damage, external (non-equipment induced) fire, or deliberate tampering would be exemplar of extreme circumstance. Any NRI shall be returned upon determination of the item being a NRI. Unless these items are an exchange items they must be returned to the state on a monthly basis.

B. Whereas the estimated costs, including labor, of repair exceed 70% of the value of an item the vendor shall notify the WSF Port Captains Office of the situation and a determination of repair or replace shall be made.

11. INSPECTION DURATIONS:

A. Radars-Annual Inspections will be allotted a specified amount of time to conduct the work necessary to confirm, and adjust equipment, to the proper operational levels. Annuals will be allotted two (2) hours per radar to perform the associated work. Quarterlies will be allotted one and half (1½) hours per radar to perform the associated work:

1. UAIS/ Satellite Compasses - The UAIS/ Satellite Compasses units will be inspected on an Annual basis and will be allotted a specified amount of time to conduct the work necessary to confirm, and adjust equipment, to the proper operational levels and verify transmission, reception, and transfer. Annuals will be allotted one (1½) hour per UAIS and Satellite Compasses unit to perform the associated work.

2. GPS / FMD-1832- These units will be inspected on an Annual basis and will be allotted a specified amount of time to conduct the work necessary to confirm, and adjust equipment, to the proper operational levels. Annuals will be allotted one half (½) hour per each unit to perform the associated work.

3. ACTUAL DURATION-Where the actual time for the work performed does not equal the time allotted; only the actual time worked shall be charged. The time charged will be verified by the time indicated aboard and departing the vessel on the servicing report. Where an inspection is completed mid sailing, the technician is encouraged to perform one of the shorter duration inspections, or perform a required repair if one should exist.

Due to regulations payment cannot be awarded for non-work periods during scheduled inspections; time aboard vessel in response to equipment’s failure is a billable item (vendor is encouraged to perform related work, or inspection, if time allows--failure to repeatedly utilize remaining time may result in contract termination).

4. OUT OF SERVICE VESSELS-WSF may elect to place a vessel on Out of Service status due to anticipated extended lay-up periods. Vessels in this status will have adjusted servicing schedules as agreed upon by WSF and the vendor.

5. SCHEDULING-Scheduling of Inspections shall be during straight time hours unless completion of task or sailing schedules causes the work to carry over into the overtime rates. Travel to a job shall always be at straight time values. Return trips from a job may carry over into the overtime rates and shall be calculated in one-quarter (¼) hour increments. Whereas the travel costs to out distant ports may be more costly than the costs to complete a series of inspections at overtime rates, the overtime work is encouraged with pre-notification to the WSF Port Captains Office.

Travel time which commences during normal working hours (S.T.) but continues into overtime hours (O.T.) due to time of departure from the vessel will be billed in quarter hour increments, beginning at S.T. and continuing as O.T.

Attachment “A” - Price Sheets

Attachment “B” - Specifications

Attachment “C” - Procedural Technical Specifics

Attachment “D” - Service Shop Locations and service Personnel

ATTACHMENT “A”

PRICE SHEET-PRICES EFFECTIVE THROUGH JUNE 14, 2013

I. LABOR RATES:

|1. |Hourly Servicing rate: |$73.81 |8:00 Am To 4:30 Pm Monday through Friday |

|2. |Overtime Servicing Rate: |$106.04 |16:30-0800 Hours Monday-Sunday & Holidays |

|3. |Evening, Weekend & Holiday Rate: |$106.04 |16:30-0800 Hours Monday-Sunday & Holidays |

II. TRIP CHARGES (inclusive of mileage and travel labor rates):

|FERRY TERMINAL |PER-TRIP CHARGE |OVERTIME & WEEKEND RATE |

|Bremerton |$0.00 |$231.83 |

|Pier 52 (Colman Dock) |$81.09 |$110.20 |

|Anacortes |$291.09 |$407.52 |

|Edmonds |$125.79 |$191.29 |

|Keystone |$0.00 |$253.66 |

|Mukilteo |$179.85 |$253.66 |

|Point Defiance |$116.44 |$159.06 |

|Port Townsend |$233.91 |$270.30 |

|Fauntleroy |$83.17 |$110.20 |

|Eagle Harbor |$127.87 |$159.06 |

|Everett Yards |$179.85 |$253.66 |

|Tacoma Yards |$116.44 |$159.06 |

|Bellingham Yards |$324.36 |$428.32 |

|Seattle Yards |$69.65 |$110.20 |

|Southworth |$0.00 |$160.10 |

|Vashon Head |$0.00 |$134.11 |

|FERRY TERMINAL |ROUND TRIP CHARGE (STEILACOOM) |ROUND TRIP CHARGE |

| | |(MCNEIL) |

|DEPT. OF CORRECTIONS |$149.70 |$179.85 |

|MCNEIL ISLAND CORR CENTER | | |

III. DECOMMISSIONING and RE-COMMISSIONING CHARGES:

|1. |Charges to disconnect Radar as vessels go out of service: |$239.00 |

|2. |Charges to re-connect Radar as vessels go into service |$457.00 |

|3. |Other information deemed appropriate by bidder: | |

IV. PARTS PRICE LISTS/DISCOUNTS

|Item |Description |Reference Parts List No. |Effective Date: |Bid % |

| | | | |Discount |

|1. |FURUNO FR-2125 SPU Processor Board (Part | | | |

| |Number 008-530-840) |Exchange . | |15 %. |

|2. |FR-2125 ARP 26 Board (Part Number 008-517-170X) |Exchange . | | 15 %. |

|3. |FURUNO FR-2125 Video Plotter Board 250 | | | |

| |Part Number 008-528-450) |Exchange . | |15 %. |

|4 |FURUNO FR-2125 Interface Board (Part | | | |

| |Number 008-517-640) |Exchange . | |15 %. |

|5 |FURUNO FR-2125 Power Supply (Part Number | | | |

| |008-517-620) |Exchange . | |15 %. |

|6 |FURUNO FR-2125 CRT (Part Number 000- | | | |

| |140-777) |No Exchange | |15 %. |

|7 |FURUNO FR-2125 Magnetron (Part Number | | | |

| |000-140-762) |No Exchange | |15 %. |

|8 |FAR-2127 SPU Processor Board (Part Number | | | |

| |008-536-460) |Exchange . | |15 %. |

|9 |FAR-2127 Interface Board (Part Number 008- | | | 15 %. |

| |539-630) |Exchange . | | |

|10 |FAR-2127 Power Supply (Part Number 008- | | | |

| |536-430) |Exchange . | |15 %. |

|11. |FAR-2127 Display 21" Flat Screen MU 201 CR | | | |

| | |No Exchange | |15 %. |

|12. |FURUNO FAR-2127 Magnetron (Part Number | | | |

| |000-140-762) |No Exchange | |15 %. |

ATTACHMENT “B”, SPECIFICATIONS

|Description |Check If As |Describe Fully If Not As Specified |

| |Specified | |

|1. SCOPE AND INTENT | | |

|This contract is for the purchase of a vendor provided maintenance and repair program for the FURUNO equipment listed below, and any other | | |

|Navigational Equipment acquired during the term of this contract. The maintenance and repair program provided by the vendor shall include all | | |

|necessary supplies, parts and labor to properly maintain the reliable operation and maximum performance of the equipment located on board all WSF| | |

|vessels. | | |

|The Vendor shall, in addition to regular Servicing and Maintenance, be capable of performing any required systems alterations, additions, or | | |

|upgrades, to the existing Radars and Navigational Systems on Washington State Ferries. Any alterations, additions, or upgrades shall be a | | |

|cooperative effort between Washington State Ferries and the Vendor. These designs shall meet or exceed current U. S. C. G., Manufacturers, and | | |

|any other standards and requirements for Radar and Navigational Systems. | | |

|When such alterations, additions, or upgrades, are made to the existing systems the Vendor shall provide to Washington State Ferries drawings and| | |

|schematics to reflect the proposed Radar and Navigational System after the changes have been completed. Further details are in No. 13-DRAWINGS | | |

|below. | | |

|Equipment: WSF utilizes the following FURUNO Radar systems; the FR-2110, FR-2125, FAR-2127, FMD1832, and one FR-8110, and four FR-1510. WSF | | |

|also utilizes FURUNO GPS units GP 500 MK II, GP80, GP80D, GP90D, and FBX II DGPS upgrades; one or two per boat. Additionally, this contract will| | |

|incorporate servicing the UAIS units FA-100S, and the interconnecting relay systems. This contract will also incorporate servicing the SC-110 | | |

|Satellite Compass system, on per boat. Other components encompass signal; splitters relays and amplifiers as deemed necessary for proper | | |

|operation of equipment. All pricing, servicing, parts, travel expenses, etc., shall be of similar terms as the radar standards if not otherwise | | |

|described. | | |

|Response: Due to the critical nature of WSF operation, and the need of an operational Radar or Navigational, WSF will require the awarded bidder | | |

|to respond within 30 minutes to the callout for service and an additional 3 ½ hours, for a total of four hours to respond to the vessel; unless | | |

|it is one of the extreme out ports. Failure to meet these time limitations may result in the dispatch of another qualified bidder | | |

| Coverage: If multiple callouts occur simultaneously and the primary bidder cannot respond to all callouts in the time limits identified in F| | |

|of this SCOPE section, WSF reserves the right to contact another qualified bidder. Failure to respond will result in terms listed in Section | | |

|3.5, Special Terms and Conditions, Performance Guarantee, Paragraph E-Failure to Respond. | | |

|2. EQUIPMENT | | |

|A. EQUIPMENT LIST | | |

|Each of the twenty-nine (29) vessels currently operated by the Washington State Ferries utilizes portions or all of the following Radar and | | |

|Navigational equipment. | | |

|FURUNO FR-2125 two each per vessel. | | |

|FURUNO FR-2125 BB two each per vessel. | | |

|FURUNO FR-2110 two each per vessel. | | |

|FURUNO FAR-2127 BB two each per vessel. (3 vessels have this). | | |

|FURUNO FMD-1832 two each per vessel. | | |

|FURUNO FA-100S two each per vessel. | | |

|FURUNO GP-90D two each per vessel. (Eventually four per vessel). | | |

|FURUNO GP-80D two each per vessel. (Eventually four per vessel). | | |

|FURUNO GP-500 MK II two each per vessel. | | |

|FURUNO SC-110 FR-2125 two each per vessel. | | |

|FURUNO FR-1510 one each per vessel. (2 vessels have this). | | |

|FURUNO FR-8110 one each per vessel. (1 vessel has this). | | |

|Other Radars and Navigational acquired and installed by Washington State Ferries on their vessels during the contract period shall automatically | | |

|be included in and covered by this contract. This will also cover any new or chartered vessels acquired by this agency during the contract | | |

|period. Additional time required performing any required service and/or maintenance on newly assigned vessels will be assumed at the rate | | |

|similar to type and quantity. | | |

|EQUIPMENT DISTRIBUTION | | |

|WASHINGTON STATE FERRIES | | |

| | | |

|FERRY NAME TYPE OF RADAR ON BOARD QTY. | | |

| | | |

|CATHLAMET FURUNO FR-2125 2 EA. | | |

|FURUNO FAR-2127 DC 2 EA. | | |

| | | |

|CHELAN FURUNO FR-2125 2 EA. | | |

|FURUNO FAR-2127 DC 2 EA. | | |

| | | |

|CHINOOK FURUNO FR-2110 1 EA. | | |

|FURUNO FR-8110 1 EA. | | |

|ELWHA FURUNO FR-2125 2 EA. | | |

|FURUNO FAR-2127 DC 2 EA. | | |

| | | |

|EVERGREEN STATE FURUNO FR2110P 2 EA. | | |

|FURUNO FR-2125 2 EA. | | |

| | | |

| | | |

|HIYU FURUNO FR-2110 1 EA. | | |

| | | |

|HYAK FURUNO FR-2110P 2 EA. | | |

|FURUNO FR-2125 2 EA. | | |

| | | |

|ILLAHEE FURUNO FR-2125 BB Custom Screen 2 EA. | | |

|FURUNO FAR-2127 DC (After 4/05) 2 EA. | | |

| | | |

|ISSAQUAH FURUNO FR-2125 2 EA. | | |

|FURUNO FR-2110P 2 EA. | | |

| | | |

|KALEETAN FURUNO FR-2125 2 EA. | | |

|FURUNO FAR-2127 DC 2 EA. | | |

| | | |

|KITSAP FURUNO FR-2125 2 EA. | | |

|FURUNO FR-2110P 2 EA. | | |

| | | |

|KITTITAS FURUNO FR-2110 2 EA. | | |

|FURUNO FAR-2127 DC 2 EA. | | |

| | | |

|KLAHOWYA FURUNO FR-2125 2 EA. | | |

|FURUNO FR-2110P 2 EA. | | |

| | | |

|KALAMA FURUNO FR-1510 1 EA. | | |

|FURUNO FR-2110 1 EA. | | |

| | | |

|KLICKITAT FURUNO FR-2125 2 EA. | | |

|FURUNO FR-2110P 2 EA. | | |

| | | |

|NISQUALLY FURUNO FR-1510 2 EA. | | |

|FURUNO FR-2110P 2 EA. | | |

| | | |

| | | |

|PUYALLUP FURUNO FR-2125 DC 2 EA. | | |

|FURUNO FR-2110P 2 EA. | | |

| | | |

|QUINAULT FURUNO FR-2125 BB Custom Screen 2 EA. | | |

|FURUNO FR-2110P 2 EA. | | |

| | | |

|RHODODENDRON FURUNO FR-2125 BB Custom Screen 2 EA. | | |

| | | |

|SKAGIT FURUNO FR-1510 1 EA. | | |

|FURUNO FR-2110 1 EA. | | |

| | | |

|SEALTH FURUNO FR-2125 DC 2 EA. | | |

|FURUNO FAR-2127 DC 2 EA. | | |

| | | |

|SNOHOMISH FURUNO FR-2125 BB 2 EA. | | |

| | | |

|SPOKANE FURUNO FR-2125 2 EA. | | |

|FURUNO FR-2110P 2 EA. | | |

| | | |

|TACOMA FURUNO FR-2125 DC 2 EA. | | |

|FURUNO FR2110P 2 EA. | | |

| | | |

|TILLIKUM FURUNO FR-2125 2 EA. | | |

|FURUNO FR-2110P 2 EA. | | |

| | | |

|WALLA WALLA FURUNO FR-2125 2 EA. | | |

|FURUNO FAR-2127 DC (After 6/05) 2 EA. | | |

| | | |

|WENATCHEE FURUNO FR-2125 DC 2 EA. | | |

|FURUNO FR-2110P 2 EA. | | |

| | | |

|YAKIMA FURUNO FR-2125 2 EA. | | |

|FURUNO FAR-2127 DC (After 4/05) 2 EA. | | |

| | | |

|LANDING RADARS-FMD-1832 @ 2 EA. 4 TOTAL 99/143 | | |

| | | |

| | | |

|DEPARTMENT OF CORRECTIONS | | |

|(MCNEIL ISLAND CORRECTIONS CENTER)-Confirmed | | |

| | | |

|VESSEL TYPE OF RADAR QTY. ON BOARD | | |

| | | |

|MCNEIL FURUNO FMD 1932 MK II 1 EA. | | |

| | | |

|NEIL HENLY FURUNO FMD 1932 MK II 2 EA. | | |

| | | |

|MILLEWA FURUNO GAAS FET Front-end 1 EA. | | |

|Four-tone Daylight Display | | |

| | | |

|KIMBERLY FURUNO 1942 1 EA. | | |

| | | |

|MEDIC 1 RAYMARINE Pathfinder +RL70 1 EA. | | |

| | | |

|W.L. CALLAHAN FURUNO GAAS FET Front-end | | |

| | | |

|PEGGY N FURUNO FMD 1932 MK II 1 EA. | | |

| | | |

|6 FA-10 Class A UAIS Systems | | |

|1 GP-32 GPS System | | |

| | | |

|Other marine radars acquired and installed by any of these agencies on their vessels during the contract period shall automatically be included | | |

|in and covered by this contract. | | |

|This will also cover any new vessels or leased vessels acquired by any of these agencies during the contract period. Additional time required to| | |

|perform required maintenance on newly assigned vessels will be assumed at the rate similar to type and quantity. | | |

|Fly Away Packs, required by WSF, are stipulated for WSF vessel only. Vessels of other agencies are not covered by those requirements, unless | | |

|they are agreed upon by the Agency and awarded Vendor. Accounting Addresses area listed below. | | |

|A. Washington State Ferries | | |

|Accounts Payable Office | | |

|2911 –2nd Ave | | |

|Seattle, Washington 98121-1012 | | |

|B. Department of Corrections | | |

|Mc Neil Island Corrections Center | | |

|Accounts Payable Office | | |

|P.O. Box 900 | | |

|Steilacoom, Washington 98388 | | |

|3. COMPETENCY OF VENDOR | | |

|The Vendor must be regularly engaged in the maintenance and repair of Marine Radars and Navigational equipment and must maintain a full service | | |

|shop within ninety (90) miles of the Washington State Seattle Ferry Terminal (Colman Dock). Vendor shall list their service shop location(s) | | |

|including contact person and telephone number at Section IV, Attachment "3A" Service Shop Location and Service Personnel. | | |

|B. At the time of bid opening, bidder must be a manufacturer's authorized dealership/service and repair facility for the brands and models of | | |

|Radars and Navigational equipment listed in the equipment list. This direct relationship with the equipment manufacturer is necessary to assure | | |

|that the Contractor is kept current on all service bulletins and upgrade information on each of the Radars and Navigational systems. It shall be| | |

|the Contractors responsibility to inform Washington State Ferries, and any other participating agencies, of any Radars and Navigational systems, | | |

|or component or parts within the entire Radars and Navigational system, identified in service bulletins, and what alterations may need addressing| | |

|by Washington State Ferries. A copy of service bulletins and updates, of any type or form, shall be forwarded to the Port Captain’s Office, | | |

|South Region Operations, at Coleman Dock, P-52. The Contractor shall be provided access to all database information regarding serial number, | | |

|software, and specifics for each Radars and Navigational system and their history as available. | | |

|C. It is important that the Radars and Navigational systems on board each of the vessels be properly maintained in safe and satisfactory | | |

|operating condition at all times. For this reason, the vendor must employ and / or supervise a minimum of five (5) experienced and qualified | | |

|full-time service technicians, residing in the Greater Seattle area. Technicians must be factory authorized and trained to service and be | | |

|familiar with and capable of efficiently repairing Radars and Navigational systems equipment, and accessory components, as listed above. Bidders| | |

|are to identify and list their service technicians and provide copies of their factory training certificates at Section IV, Attachment "3A" | | |

|Service Shop Locations and Service Personnel. | | |

|Technician Qualifications: WSF requires that all technicians that work on the Radar systems be in possession of currently and valid FCC licenses | | |

|and valid manufacturer signed, or issued certificate, or letter of authorization that professes the qualification of a technician to work FURUNO | | |

|Equipment. This is necessary to ensure that warranty items, and warranty terms are not violated, and that warranty periods are not invalidated.| | |

|Failure to produce a valid document at the time of award will prohibit any technician from performing work on WSF vessels until such time that a | | |

|document is produced. | | |

|NOTE: Bidder will furnish a photocopy of the certificates/letters when submitting bid. | | |

|4. MANNER AND TIME OF CONDUCTING WORK | | |

|A. All work shall be performed only by qualified service technicians directly employed and supervised by the vendor. | | |

|Vendor must provide emergency repair service on an around-the-clock (24-hour) basis seven (7) days per week, including holidays. Repair service | | |

|must be provided to the vessel within four (4) hours of request. Vendor must provide and maintain at least two (2) emergency telephone numbers | | |

|of dispatch personnel who can guarantee repair service within the four (4) hour maximum specified above. Contractor must be capable of responding| | |

|to the vessel with, accompanying the service technician, a complete set of repair parts and equipment (“Fly Away Pack see item 6) for the Radar | | |

|and Navigational Systems within four (4) hours of notification of need. Emergency 24 hour telephone numbers are to be listed on Attachment 3A. | | |

|C. Any and all non-emergency maintenance that requires the disabling of the Radar and Navigational Systems during operational periods shall be at| | |

|the discretion of the Master of the vessel. Maintenance of a system disabling nature shall be conducted during lay-up and layover periods. | | |

|Where possible, Annual Inspections shall be conducted during yearly vessel lay-up periods. Whereas Annual Inspections and servicing cannot wait | | |

|until such lay-up periods the work shall be performed underway with the approval of the Master and Chief Engineer, not withstanding any existing | | |

|conditions that may preclude such servicing.. Annual Inspections, regardless of the time performed, are not to be considered other than regular | | |

|servicing hours. | | |

|5. ANNUAL INSPECTIONS AND OVERHAULS | | |

|A. The Vendor shall conduct inspections of the radar navigation equipment at the Request of WSF. Additionally, the vendor shall conduct annual | | |

|equipment inspections and necessary overhauls to maintain the equipment at peak operating efficiency and to incorporate any manufacturer advised | | |

|equipment modifications and updates. Bidders are to enclose with their bid, at Section IV, Attachment "3" Supplemental Information a list of the| | |

|procedural and technical specifications and individual tasks to be performed on each piece of equipment during these inspections. The estimated | | |

|time required to perform each specified task will be included on this Attachment. | | |

|It shall be the Vendor’s responsibility to provide to Washington State Ferries, and all of the Vendor’s technicians, accurate and updated records| | |

|reflecting the most recent Inspections and Annual Overhaul. This is to provide current equipment status to technicians in the field. | | |

|C. An Annual inspection shall, in as much as possible, occur during shipyard lay-up periods shortly before to returning to service. When this | | |

|cannot occur the inspection will be conducted, at a maximum, within the 90-day period following the 12 months from the previous inspection. | | |

|Because certain portions of a repair may satisfy many components of an Annual inspection, an Annual inspection may be performed if it is within | | |

|the three (3) month (quarter) window from the due date of the needed Annual Inspection, or with approval of the WSF Port Captains Office. | | |

|Defining provisions are listed in part E of this section. | | |

|In addition to Annual Inspections, the Radar systems (excluding the landing radars) will receive Quarterly Inspections. These quarterly | | |

|Inspections are addressed in the Section I-Part 2 SCOPE Part 4 Paragraph 1 and Section II Part 22 Inspection durations. These inspections shall | | |

|occur approximately every ninety (90) days. These inspections are to monitor potentially deteriorating components and confirm proper operation of| | |

|the radar systems. These are essentially preventative maintenance servicing calls and are thorough checks that are only slightly less complete | | |

|than the Annual Inspections. Directions towards these servicing protocols can be obtained through the Manufacturer or WSF. | | |

|Many tasks that are utilized to analyze and repair on service call for a Radar may satisfy portions of a Quarterly Inspection. When an | | |

|unscheduled service call occurs the technician shall execute the repair and, if possible, perform any additional procedures required to satisfy | | |

|the needs of an Inspection. This shall be identified as a “Spot Quarterly Inspection”. If possible, Spot inspections should be confirmed with | | |

|WSF prior to commencement. | | |

|The items conducted to facilitate the repair shall be identified on the Invoice separate of the additional items to complete the Spot Quarterly | | |

|Inspection. The additional charges of time and parts for a Spot Inspection will be identified on the invoice. | | |

|When an unscheduled service call occurs, and the associated work requires the technician to be detained on the vessel (because of Sailing | | |

|Schedule), where sufficient time is available to conduct a Spot inspection and the time of service falls within 30 days of the anticipated | | |

|Quarterly, or 60 days from the last, due date the technician may perform a Spot Inspection. | | |

|For scheduling purposes, and to realign an Inspection that follows an accelerated Spot Quarterly, a Quarterly inspection can be extended to 120 | | |

|days. | | |

|When the above-described situations occur that are just outside of the minimum interval, the Vendor or Technician shall contact the Washington | | |

|State Ferries Port Captains Office to advise of the opportunity for such repair and for possible acceptance. | | |

|This work may be omitted if Technician’s services are required on another Washington State Ferries the Technician is unable to perform the work | | |

|due to extreme circumstance and noted. | | |

|This work may be omitted if the additional procedures necessary to complete a Spot Inspection would cause the technician to be on a vessel’s | | |

|final sailing to the opposite side of Puget Sound, or an Island, without return transportation to the mainland. | | |

|Additionally this work may be omitted, if the additional procedures necessary to complete a Spot Inspection would cause the technician to be | | |

|detained on the vessel (because of Sailing Schedule) for more than forty-five (45) minutes in excess of Inspection time required to complete the | | |

|work. | | |

|Frequent failure to conduct Spot Quarterly Inspections, when the opportunity does exist, may be deemed as an abuse of contractual intent and may | | |

|constitute grounds for contract termination. | | |

|Washington State Ferries holds the right to modify the provisions, implementation, and/or frequency of regularly scheduled Inspections if deemed | | |

|excessive or unnecessary for proper operation. Washington State Ferries in agreement with the Manufacturer, Coast Guard, and the Vendor would | | |

|determine whether such situation exists. Any hardships may be applied for within stipulations of this contract. | | |

|Annual Inspections shall be conducted in the manner described in Section III, SPECIFICATIONS "4C". Washington State Ferries will make all | | |

|attempts possible to provide the Vendor with the anticipated Lay-Up schedule for the ensuing year. These schedules do change and the Vendor will| | |

|be notified of such changes as they occur. | | |

|Annual Inspections shall occur once yearly and, ideally, within the same quarter (three-month interval) that it was performed the previous year, | | |

|unless otherwise directed by Washington State Ferries. | | |

|Many tasks that are utilized to analyze and repair a Radar System may satisfy portions of an Annual Inspection. When an unscheduled service call| | |

|occurs and satisfies the stipulations identified in “C” of this Subsection, and within the time interval identified in “I” of this Subsection | | |

|(above), the technician shall execute the repair and, if possible, perform any additional procedures required to satisfy the needs of an Annual | | |

|Inspection. This shall be identified as a “Spot Annual Inspection”. | | |

|All of the items and stipulations identified for Spot Quarterly Inspections apply to Spot Annual Inspections. However, prior to conducting a | | |

|Spot Annual Inspections the Vendor or Technician shall contact Washington State Ferries Operation Center, and or the Port Captain’s Office (South| | |

|Region Operations), to advise of the opportunity for such repair and for possible acceptance. | | |

|When an unscheduled service call occurs, and the associated work requires the technician to be detained on the vessel (because of Sailing | | |

|Schedule), where sufficient time is available to conduct a Spot inspection and the time of service falls within 120 days of the anticipated | | |

|Annual, or 9 months from last, due date the technician may perform a Spot Inspection. | | |

|For scheduling purposes, and to realign an Inspection that follows an accelerated Spot Annual, an Annual inspection can be extended to 15 months.| | |

|All other guidelines and directions do apply. | | |

|The intent of the Annual and Spot Annual Inspections is to improve the operation and operational effectiveness lifetime over the lifetime of the | | |

|Radar System. | | |

|L. Preventative Maintenance and Inspections | | |

|1. Radars-The Radar will be maintained in a manner such to identify any anomalies in operation, degradation of signal, or return alignment or | | |

|distancing. The Radar will be inspected on an Annual basis to incorporate a full analysis of all of the readings and monitoring of levels as | | |

|specified by the manufacturer and any additional checks as deemed relevant by either WSF or the awarded bidder. This shall include the proper | | |

|entry and or confirmation of vessel statistics in the proper areas. In addition to the Annual Inspections, Quarterly Inspections shall be | | |

|performed to monitor the equipment in between Annual Inspections; and are portions that are included within the Annual inspections. These | | |

|quarterly inspections will encompass all of the vital checks of the parts that may change or vary on a regular basis, and include parts that are | | |

|subject to wear and degradation. This Quarterly Inspection will also check the levels of ARPA tracking voltages and sensitivity, and | | |

|confirmation of the proper levels of STC and FTC suppression curves. The technician shall also referrer to the equipment logs for notes on any | | |

|abnormal behavior or anomalies the have occurred since the last inspection or servicing. The Master, upon completion of either inspection, must | | |

|confirm the satisfactory radar operation. The Department of Correction Marine Operations requests Annual servicing only of their vessels. | | |

|Landing Radars will be inspected Annually only. | | |

|2. Global Positioning Systems (GPS)-The GPS will be inspected on an Annual basis and encompass inspection of all internal and external | | |

|connections of the data cables, power supplies and signal cables. This will include inspection of the antennae mounts and all connectors. Any | | |

|multi-plexers, data hubs, signal splitters, amplifiers, and relays for associated with the GPS system. Inspections of these ancillary items will| | |

|include any tests for operation or transfer and connectivity to the proper systems. | | |

|3. Universal Automatic Identification Systems. The UAIS will be inspected on an Annual basis and encompass inspection of all internal and | | |

|external connections of the data cables, power supplies and signal cables. This will include inspection of the antennae mounts and all | | |

|connectors. Any multi-plexers, data hubs, signal splitters, amplifiers, and relays for associated with the UAIS system. Inspections of these | | |

|ancillary items will include any tests for operation or transfer and connectivity to the proper systems. Interconnectivity to the charting | | |

|systems on the radar and any other equipment will also be confirmed for full functionality. | | |

|4. Satellite Compass- The Satellite Compass will be inspected on an Annual basis and encompass inspection of all internal and external | | |

|connections of the data cables, power supplies and signal cables. Any connectors. Any multi-plexers, data hubs, signal splitters, amplifiers, | | |

|and relays for associated with the Satellite Compass system. Inspections of these ancillary items will include any tests for operation or | | |

|transfer and connectivity to the proper systems. | | |

|5. Batteries-Any system that includes batteries will be at proper intervals. Most equipment on WSF utilizes Lithium batteries and can be | | |

|confirmed in the manufactures servicing guides, estimated life cycle for batteries is 5 years. WSF will request that these batteries be replaced| | |

|every four (4) years. WSF requests that a tag or label be placed on the equipment with the last replacement date, and the time for next | | |

|replacement. | | |

|6. Logging-The information for these inspections will be placed in the Radar Log, and any other appropriate equipment log. A copy of these | | |

|inspections will be left on the vessel, and another copy of these inspections will be forwarded to the WSF Port Captain Office, in addition to | | |

|any copies that are forwarded to the WSF Accounting Department. | | |

|7. Additional Equipment- Any equipment that is added or installed, that is related to the navigational equipment, may be requested to be included| | |

|into a servicing schedule. This servicing will be at a rate equal to the other equipment maintained under this contract; unless circumstances | | |

|agreeable between WSF and the vendor prove an additional expense is warranted-time involved may vary dependant upon complexity of the system. | | |

|8. Out Of Service- Vessels that are out of service or in shipyards will be exempt from quarterly inspections. Annual inspections should be | | |

|coordinated as much as possible with vessel lay-up periods. When the lay-up does not match up with the 12 month Annual Inspection schedule, WSF| | |

|may allow adjustments to this schedule. | | |

|9. Annual Inspections- Annuals should occur within the quarter that it is scheduled. When situations occur, as described in 8, this Annual | | |

|Inspection may be adjusted by one quarter forward. The Vendor shall monitor and also notify WSF when Lay-Up period exists with the following | | |

|quarter; in such cases the Annual may be delayed until the Lay-up period. Frequent failure to notify WSF of this potential delay option may | | |

|result in termination of the contract. | | |

|6. SUPPLIES AND REPAIR PARTS | | |

|A. Vendor must maintain a complete set of replacement repair parts. Repair parts must be locally stocked in the Greater Seattle area throughout | | |

|the term of the contract, to allow for immediate parts replacement in case of equipment failure. | | |

|A complete set of replacement repair parts as defined by Washington State Ferries is as follows. | | |

|Each and every part and component of the Radar, and the entire Navigational System (excluding the Gyrocompass System), including, but not limited| | |

|to, the Repeaters (Landing Radars), Universal Automatic Identification System, Global Positioning Systems, Differential Global Positioning | | |

|Systems, UPS Systems, Power Conditioners, Power Supplies, Filters, Splitters, Amplifiers, Cabling, Connectors, Housings, Mounts, Enclosures, | | |

|Satellite Compass Unit, and any other parts that are included within the Navigational System. This is to provide for the immediate access to | | |

|any part, no matter how obscure or infrequently replaced, for replacement at any time. | | |

| The types of parts, and quantity, to be kept on hand in inventory are to reflect the number and types of units in service. Parts that are | | |

|determined to require frequent replacement will be stocked as inventory to accurately reflect demand and a fleet of aforementioned size. Parts | | |

|determined to be of frequent replacement constitute any part replaced more than 6 times yearly throughout the fleet and shall reflect the | | |

|anticipated rate of replacement. Parts subsequently identified to be of frequent replacement shall be immediately carried at a level to reflect | | |

|the needs of a fleet of this size for Radars and above described units. The bidder through experience, research, or inquiry, from a | | |

|documentable source, will provide a list of frequently used parts. | | |

|Repetitious failure to affect immediate repair through failure of stocking, and anticipating, adequate inventory may result in denial of | | |

|reimbursement for return transportation cost to repair the equipment, and may be grounds for contract termination. All reasonable variances may | | |

|be applied for and will be accepted for consideration with documentation. | | |

|E. The bidder shall be required to carry and maintain at least three (3) “Fly Away Packs” (completes service packs), one for the FR-2110 until | | |

|the final removal, one for the FR-2125, and one for the FAR-2127; these are potentially available from the manufacturer or may be constructed by | | |

|the bidder. These packs, to be carried by the service technician, are to contain virtually all of the necessary parts to affect a repair of the | | |

|specified Radar in one service call. Parts identified as frequent replacements shall be stocked at adequate levels in addition to the “Fly Away | | |

|Pack”, so that coverage of frequently utilized parts will not create a gap in repair response. The “Fly Away Pack” is a supplemental unit and | | |

|does not relieve the bidder of the responsibility to adequately stock replacement parts. | | |

|Procurement of these packs shall be the responsibility of the bidder. Upon obsolescence of model, provisions regarding “Fly Away Pack” for the | | |

|specific model must be mutually determined. Bidder will be informed of anticipated equipment alterations and removal schedules. | | |

|Re-acquisitions of replacement parts for the Fly Away Pack are considered to be reimbursed in the charges for the parts utilized to affect the | | |

|repair as identified on the Service Invoices. Parts must be returned to the manufacturer for exchange if available. This will be documented by | | |

|invoice to WSF upon replacement of utilized part. Replacement parts shall be reordered from the manufacturer, the day of use or the beginning of| | |

|the next working day. Due to the proximity of the manufacturer, replacements shall be procured within forty-eight (48) hours, or two working | | |

|days, from time of reorder. Exceptions require notification to the Port Captain’s Office, South Region Operations, at Coleman Dock, P-52 with | | |

|follow up correspondence noting reason for delay. | | |

|Seldom replaced parts should be part of the “Fly Away Pack”. In the event of multiple casualties requiring repair by the same seldom replaced | | |

|part(s), W.S.F. will pay the shipping costs for twenty-four (24) hour delivery of the part(s) and replacement(s) for the “Fly Away Pack” with | | |

|documentation citing both vessels involved and work order numbers. | | |

| These packs are to be exclusively utilized upon Washington State Ferries to ensure parts availability at all times. These packs are to be | | |

|maintained with new or exchange parts from the manufacturer. Incorrect use of these packs outside W.S.F. vessels may be grounds for contract | | |

|termination. | | |

|Return transportation costs for repair of a malfunction (un resolved service call/same vessel or work order) caused by failure to initially | | |

|supply adequate parts will be the responsibility of the contractor. All reasonable variances may be applied for and will be accepted for | | |

|consideration with documentation. | | |

|Due to the critical nature of the need for the full functionality of the Navigational System, and the minimization of down time, all parts shall | | |

|be tested for proper operation within factory defined specifications and parameters prior to installation or replacement upon any vessel. This | | |

|shall include all parts used to maintain any portion of the system. This will require the Vendor to maintain fully operational components of the| | |

|Navigational System in their servicing center for the testing of parts prior to installation. This unit may be used to satisfy a portion of the| | |

|replacement parts on hand, and shall be replenished similar to the Fly Away Pack described earlier. | | |

|Bidders shall also identify parts that are available for exchange and the exchange refund rate. Each price list must be identified along with | | |

|its effective date and a copy must be attached to and returned with Attachment 2. Parts that are deemed Non Repairable Items that are eligible | | |

|for exchange will be exchanged. | | |

|No parts shall be borrowed or robbed from other vessels in the WSF fleet to satisfy a spare part requirement. Should the need arise to do this | | |

|on an emergency basis, the Port Captain’s Office must be notified in advance to give their consent. This must be a last resort and must not be | | |

|substituted for poor planning of ordering and carrying the required inventory of shore based spares. | | |

|Frequent failures that result in the above described, and discouraged, process may result in grounds for contract termination. | | |

|Due to the timeliness and the necessity to repair equipment as quickly as possible, parts replaced in the process of affecting the repair may not| | |

|have failed. Replaced parts deemed to still be operational and functional can be re-used or replaced on the equipment from which they were | | |

|removed; in so much that the part does not compromise the future operation, or the life expectancy of the part is such that immanent failure from| | |

|life-cycle completion is near. | | |

|7. PERFORMANCE WARRANTY | |See Travel Time Bid Sheet |

|All work performed by the vendor must be warranted for parts and labor for a minimum period of ninety (90) days from completion of repair work | | |

|and or the cessation of the contract. If parts replaced carry a longer factory warranty than 90 days, then the longer warranty will apply. | | |

|Vendor must maintain manufacturer warranties and factory technical updates for all gyro compass equipment covered by this contract. | | |

|8. LOCATION OF WORK | | |

|Work location will be on board ferry vessels located in the waters of Puget Sound or while moored at their respective terminals, Eagle Harbor | | |

|Repair Facility, or commercial shipyard. Service technicians shall be dispatched with the necessary repair parts and servicing equipment to | | |

|perform inspections and repairs. Transportation to and from ferry terminals or docks, excluding ferry tolls, shall be the responsibility of the | | |

|vendor. | | |

|9. PERSONNEL BONDS | | |

|All vendor employed service technicians must be bondable. Within ten (10) days after notice of contract award, vendor must post bonds for all | | |

|employees who will work aboard vessels in the amount of $25,000 per individual. Employees hired during contract performance must also be bonded | | |

|prior to dispatch to vessels. (Bonds will be in the contract file maintained by the Office of State Procurement.) | | |

|10. MILEAGE CHARGES | | |

|Mileage and Travel charges, including Labor charges, are included in the round-trip charges identified on the bid sheet. Maintenance and repair | | |

|costs for failures to the navigational systems are included on the bid sheet. | | |

|From among those service shop locations listed at Section IV, Attachment 3A, bidders are to specify at Section IV, Attachment "2" the distance to| | |

|the service shop location closest to each ferry terminal. This information shall be used for the repair and requested work by WSF. The round | | |

|trip mileage from this shop location and labor, or the per trip charge, specified shall be used for invoice purposes regardless of the actual | | |

|dispatch shop utilized for a specific service call. | | |

|While in transit to remote terminals and vessels, where the connections and layovers may require detainment of the technician, the exact time of | | |

|arrival at the terminal where detained, the arrival time to the desired vessel, the departure from the desired vessel, and the re-embarking on | | |

|the vessel to return to the port of original embarkation (whereto the travel charges are calculated) must be noted upon the invoice. The vendor | | |

|may apply for the time hours of detainment upon verification of provided receipt and invoice defining such detainment. This charge is applicable| | |

|for emergency servicing, and approved Annual Inspections that cannot wait until a yard period, and only for vessels that do not return to the | | |

|mainland. This charge must be prior approved by the WSF Port Captains Office. | | |

|11. WORK ORDER | | |

|A. Vendor will ensure that the time arriving on board a vessel and the departure time are properly indicated on a pre-numbered Work Order. | | |

|Vendor will ensure that the Ship’s Captain, or the Senior Officer on board, upon completion of the work properly signs all Work Orders. This | | |

|signature will confirm that the vendor's service technician had worked on the vessel's Radar or Navigational equipment. | | |

|Further details regarding Work Orders and Invoicing are listed at No. 16 below | | |

|12. MANUALS AND SCHEMATICS | | |

|Vendor shall ensure their service technicians have read and are familiar with equipment maintenance manuals and schematics. WSF encourages the | | |

|technicians to bring the schematics, servicing, and maintenance Manuals to repair the equipment; as failure to repair the equipment on the first | | |

|servicing may result in the denial of the second travel charge. The Washington State Ferries will do it’s best to ensure that proper operational| | |

|manuals, and other pertinent manuals are available for inspection on board each vessel. | | |

|13. DRAWINGS | | |

|When alterations are to be made to the existing Radar or Navigational systems, the Vendor may be required to generated and provide drawings to | | |

|Washington State Ferries depicting proposed changes. In such cases these alterations must meet U.S. Coast Guard requirements, and Washington | | |

|State Ferries Vessel Design approval. These drawings shall include and identify the components, cabling specifications and lengths, | | |

|interconnects, breakers, penetrations, power sources, panels utilized, and any other regularly included Radar or Navigational items. | | |

|In such instances, the Vendor may be required to submit to the U.S. Coast Guard an Electrical Drawing, and Cable Guide Drawing, for approval of | | |

|the system changes. Drawings may be made by class where no variations exist; however, individual application must be made for each vessel. | | |

|Approval must be received, from the U.S. Coast Guard, prior to the commencement of the actual work on each vessel. | | |

|These drawings shall be billed by Invoice to Washington State Ferries at an identified rate in SECTION IV ATTACHMENT 2, not to exceed the regular| | |

|service hourly rate, and not to exceed a 2-hour charge on a general basis. Invoices that are anticipated to exceed the 2-hour time limit will | | |

|require prior approval, justification, and clarification from Washington State Ferries. | | |

|14. PARTS PRICE LISTS | | |

|Bidders are to identify at Section IV, Attachment "2" Parts Price Lists, the specific parts lists to be utilized for this contract for each piece| | |

|of FURUNO Radar equipment. A copy of each reference parts price list shall be enclosed by the bidder at Section IV, Attachment "8". These prices| | |

|are provided in the case of items that have been deemed unrepairable due to external causes. Bidders are encouraged to identify percentage | | |

|discounts off these price lists for contract pricing purposes. Bidders are to identify on Attachment 2 Parts Price Lists, their one fixed percent| | |

|(%) discount off each manufacturer's latest dated retail parts price list. Bidders shall also identify, on Attachment 2, parts that are | | |

|available for exchange and the exchange refund rate. Each price list must be identified along with its effective date and a copy must be | | |

|attached to and returned with Attachment 2. | | |

|15. TROUBLE-SHOOTING CHECK LIST | | |

|Bidders are to enclose with their bid, labeled as Attachment "3B", a trouble-shooting checklist for the radar equipment identified in the | | |

|"Equipment List" above. This trouble-shooting checklist will be utilized by the Ship's Captain and crew to identify deficiencies or equipment | | |

|malfunctions prior to placing a service call to the vendor. | | |

|16. VENDOR INVOICING PROCEDURES | | |

|Attach to each invoice a copy of the pre-numbered Work Order. | | |

|A. WORK ORDERS must show the following minimum information to be considered complete: | | |

|The identity of the vessel and the WSF terminal, yard, or dock. | | |

|The name of the Equipment manufacturer and model number and Serial Number. | | |

|A complete description of breakdown and / or description of the repairs or service work completed; including the repair parts, components, and | | |

|software upgrades (including version number) used during the servicing. | | |

|In addition to the Accounting copy, additional copies of the work performed/problem analysis, repair parts, components replaced/repaired/used, | | |

|reason for non-completion (estimated date for completion), confirming tests, observations, shall be generated. | | |

|One copy shall be a ‘Ships Copy’ to be left with the Master/State Employee if available, or with the Ships Log Book. | | |

|An ‘Operations Copy’ may be placed in a W.S.F. in-house mailer or forwarded by the Vendor to the WSF Port Captains Office; delay in receipt may | | |

|delay processing of invoices. | | |

|4. Arrival time on the vessel and departure time from the vessel (i.e. arrived 0800 hours, departed 1100 hours). | | |

|The signature of the vessel captain, or senior officer, following completion of work. A copy of the work order must be left with the state | | |

|employee signing it. | | |

|B. INVOICES If they are a separate document from the work order, must have the original copy of the work order attached and must show the | | |

|following additional information to be considered complete. The Vendor is encouraged to list pricing on the invoices for servicing. | | |

|1. For each repair part or component used, the manufacturer's part number, retail list price, the bid discount and the contract price should be | | |

|listed. Parts that have an exchange, or core refund value for remanufacture, shall be identified. | | |

|2. Separately itemize all charges and attach any required documentation, such as ferry toll receipts. | | |

|3. Washington State Sales Tax should not be added to invoices for work done on board WSF vessels (referenced RCW 82.08.0285) except to the extent| | |

|that statute provides otherwise. | | |

|4. Contractor shall be responsible for the correctness of each work order, Service Report, and Invoice. Incorrect work invoices will be returned | | |

|unpaid to the Contractor for correction and reissue. Repetitious incorrect invoicing may be grounds for contract termination. Invoices shall be| | |

|mailed to the following address: | | |

|Washington State Ferries | | |

|Accounts Payable Office | | |

|2911- 2nd Ave. | | |

|Seattle, Washington 98121 | | |

|5. Ensure that invoices are properly itemized and completed. | | |

|6. Maintain breakdown of repair parts and labor by vessel. | | |

|7. Any items not addressed, or specified, within the contract will need to be addressed upon each occurrence. So as to not delay the processing | | |

|of contract inclusive items, any billing outside of the contract specified charges should be invoiced separate of contract inclusive items. A | | |

|copy of the non-contract specified charges (i.e. non-maintenance) should be additionally forwarded to the WSF Port Captain’s Office, for review | | |

|and to expedite the processing of the Invoice. | | |

|17. LOG BOOKS, RECORDS AND REPORTING PROCEDURES | | |

|Contractor and all service technicians shall comply with applicable USCG and any other regulatory body regarding records and reporting | | |

|procedures; including the recording of repairs in the vessel's "Radar Log Book”, or specific Equipment Log Books if constructed. Upon completion| | |

|and entry into the “Radar Log Book”, and completion of the original Work Order, the dated signature of the vessel Captain or Senior Officer, if | | |

|aboard, must appear both in the log book and on the original work order. Two copies of the Work Order/Work performed shall be provided to | | |

|Washington State Ferries; one for a Ships Copy to be left on the vessel, and one to be sent by the Vendor to Washington State Ferries Port | | |

|Captains Office. See 16, above, for other work order requirements. | | |

|The Vendor shall also maintain records for all work conducted and supplied to Washington State Ferries upon request at no additional costs. An | | |

|end of the month list of Invoice Numbers as well as a Servicing summary, by vessel, shall also be provided to Washington State Ferries. | | |

|Washington State Ferries also encourages the Vendor to maintain parallel files by vessel to construct servicing histories. | | |

|The Vendor shall keep all records of work performed on WSF vessels. Any documentation of work performed, equipment replaced and or installed, or | | |

|any contract related items (within the scope of the equipment serviced as described in the contract) shall be provided to WSF upon request at no | | |

|charge. | | |

|Additionally, the Vendor or any person employed thereby may be requested to attend meetings for contract clarification, or to explain work done, | | |

|or develop strategies regarding the equipment, at no additional costs to WSF. These meetings shall not exceed four times yearly up to sixteen | | |

|hours. Any excess of these 16 hours may be submitted to WSF for billing, prior to the actual meeting, for approval. | | |

|Washington State Ferries utilizes Tracking and Monitoring system form for many Equipment related Events. An “Event” is defined as any one or | | |

|more of the following items: Annual Inspection, Casualty, and Repair. The technician may be requested to provide certain specific information | | |

|during and after the service call or “Event” to any of the following: a Deck Officer, an Engineering Officer, and/or representative of Washington| | |

|State Ferries. | | |

|Certain situations may require the technician to complete portions of this form (i.e. scheduled Annual Inspection where no deck crew is aboard. | | |

|A sample of these form is will be provided as implemented. | | |

|Full explanation and direction are available upon request and will additionally be provided upon contract award. | | |

|18. DISPOSAL OF STATE PROPERTY | | |

|All equipment removed and replaced will remain property of the State. In cases where exchanges are available, the exchange will be documented in| | |

|writing to the State, and a copy of the exchange purchase order will be forwarded to the Port Captain’s Office, at the time of the exchange. All| | |

|other disposition of removed or replaced equipment shall be made through arrangement with the WSF Port Captain’s Office. | | |

|19. SAFETY AND SECURITY | | |

|It shall be the responsibility of the Contractor to provide safety training to their employees. This shall include but not be limited to High | | |

|Voltage Work, Fall Restraint, Lock-Out /Tag Out, and Security Provisions as provided in the Scope Section of this document. The employees of the| | |

|Contractor shall also be subject to all existing safety standards utilized while working on board the vessel. | | |

|20. WORK STANDARDS | | |

|All work performed by the vendor shall be expected to meet the work standards and guidelines set forth at the site in which maintenance is | | |

|performed and shall be confirmed through the Master, Chief Engineer, WSF Inspector or WSF Eagle Harbor Facility Foreman; this shall encompass all| | |

|WSF supervised and operated facilities, and all commercial yards where work for WSF vessel construction, repair, and maintenance is performed. | | |

|Any alterations or upgrades to the Radar and Navigational system shall be under direction of Washington State Ferries Port Captains Office, Port | | |

|Engineers Office, and Vessel Engineering, or representatives thereof. Contracted servicing employees shall be directly reportable to the WSF | | |

|Master on Watch, Chief Engineer, Inspector, or site Supervisor. | | |

|Any alterations or upgrades shall meet or exceed current U. S. C. G. standards and requirements; these U. S. C. G. standards and requirements | | |

|shall be the responsibility of the Vendor to determine and uphold. Any alterations or upgrades failing to pass U. S. C. G. Inspection shall be | | |

|corrected to U. S. C. G. requirements; if this results from failure to confirm regulations or negligent or sub-standard work, costs will be the | | |

|responsibility of the Vendor. Completion of any alterations or upgrades must satisfy the Washington State Ferries Port Captains Office, Port | | |

|Engineers Office, and Vessel Engineering, or representatives thereof, and pass approval of the WSF Master on Watch, Chief Engineer, WSF | | |

|Inspector, or WSF Eagle Harbor Facility Foreman. | | |

|When items require displacement or removal to facilitate any alterations or upgrades, it shall be the responsibility of the Vendor to notify the | | |

|proper personnel. Any questionable items shall be alerted to at least one of the following prior to removal or displacement: the Washington | | |

|State Ferries Port Captains Office, Port Engineers Office, and Vessel Engineering, or representatives thereof, and WSF Inspector or WSF Eagle | | |

|Harbor Facility Foreman. The Vendor shall provide a Rate per Man Hour for items that are required to be relocated with the alteration or | | |

|upgrade; any relocation shall include continuous wiring and cabling, where proper marine practices and standards are observed. Costs, which can | | |

|be documented, may be reimbursable under these work provisions with prior approval. | | |

|When in a commercial yard, any alterations or upgrades shall be conducted on a “not to interfere” basis with other yard Contracted Work. It will| | |

|be the responsibility of the Vendor to contact the lead WSF Inspector to determine the potential of interference with any emerging, or any | | |

|conflicting, Contract Work; it is additionally the Vendors responsibility to notify WSF personnel for the need of all hot work, crane lifts, or | | |

|any other work associated with any alterations or upgrades of the Radar or Navigational System on a “not to interfere” basis with other shipyard | | |

|work. Commercial yard personnel must perform all “Hot Work”; the scheduling and costs for any required “Hot Work”. The use of cranes for | | |

|lifting and removing Radar or Navigational related items may be coordinated with the WSF Inspector; scheduling and costs may be the | | |

|responsibility of the Vendor, but costs can be reimbursed with documentation. | | |

|21. SANITATION AND CLEAN UP | | |

|The Vendor must keep their workspace clean and free of any potential safety hazards. In as much that any hazards to safety may be left | | |

|unattended, or should develop, it shall be clearly marked by the Vendor and reported to the WSF Inspector. General clean up shall be on a daily| | |

|basis with a total clean up upon completion, any debris removal costs shall be the responsibility of the Vendor. | | |

|STATE HOLIDAYS | | |

|Listed below are the Washington States legal holidays as designated by stature Revised Code of Washington (RCW) 1.16.050: | | |

|State Holidays: New Year Day Labor Day | | |

|Martin Luther King Jr. Veterans Day | | |

|Presidents Day Thanksgiving Day | | |

|Memorial Day Friday immediately following Thanksgiving Day | | |

|Independence Day Christmas Day | | |

|These are the recognized dates that will be accepted as Holidays for the purpose of defining working days. These days shall be considered the | | |

|same as weekend days and will not be included in any of the response times that identify a specified period of time or working days. | | |

ATTACHMENT “C”

RADAR INSPECTION FORM FR-2110

VESSEL NAME: ____________________________ DATE: _____________ TIME: _________

QUARTERLY INSPECTION _______

RADAR MODEL: FR-2110 RADAR NUMBER: (Check One) ANNUAL INSPECTION** _______

| | | | | (1A-Port)_____ |(1B-Star.)_____ |

| | | | | (2C-Port)_____ |(2D-Star.)_____ |

SERIAL NUMBER: _____________________ Contact vessel to confirm location, conditions, and receive permission

to conduct Inspection. Vessel Phone: ___________________

1. Report to Master/Officer On Watch to notify of arrival, and confirm performance of Inspection.

2. Identify circuits and post any “Lock-Out” signs or barriers, and locate Radar Log Books.

2. Turn Off Radar, remove necessary covers.

FR-2110 Remove screws on Front Display Cover, lift cover, lock with stay.

FR-2110 Remove SPU Board and flip DIP Switch # 4 on S1 to open Initial Settings.

4. Note: ON TIME:_______________ TRANSMIT TIME:_______________

4. While warming-up radar; check screen images; test Gain, STC, FTC, and Plotting on all Pulse lengths/Ranges.

(Note any characteristics that may denote deterioration or potential malfunction. ________________________

6. Inspection. Confirm/Adjust PTU Board VOLTAGES (3). (Consult WSF Guide Book, see pages 4-5)

|FR-2110 CONDITIONS: ST-BY, 48 NM Range All Voltages referenced to chassis. (see pages 4-5) |

| Board- |PTU9105 | | | | | | | Amount |

| Measuring Points | Voltage | Rating Range |Adjustment Point | | Reading | Reset to | Corrected |

| (+) |

| Board- |TU9105 | | | | |

| Measuring Points | Voltage | Rating Range | | Reading |

| (+) | (-) | | | | |

| DTB2 # 1 |to Chassis | (TX-HV) | 310 |to 350 VDC | _______ |

| J114 # 4 |to | +32 |

| |Cha| |

| |ssi| |

| |s | |

| | | | | | | | |

| (+) | (-) | | |

| Pulse length/Range | Measuring Points |Voltage Rating | | Check Point |

| | (+) | (-) | | | |

| Short 1 |All: Pin # 13 Pin # 5 |1.5 to 3.5 VDC | |All: Plug P801 |

| Short 2 | Same |1.5 to 3.5 VDC | | Same |

| Medium 1 | Same |2.8 to 4.5 VDC | | Same |

| Medium 2 | Same |3.5 to 5.0 VDC | | Same |

| Long | Same |4.2 to 5.5 VDC | | Same |

** 16.) [ANNUALLY] Confirm/Adjust DIODE MONITOR VOLTAGE. (see GB page 11)

| FR-2110 CONDITIONS: ST-BY, Short 1 Range | |Check at Connector J601 |

| |

| Board- |INT9113 | |

| Frequency | Range |Check Point | Rating P.R.R. |

| Short |TP402 |1980 to 2420 Hz 2200 |

|1 | | |

| Short | |1980 to 2420 Hz 2200 |

|2 | | |

| Middle | | 900 to 1100 Hz 1000 |

|1 | | |

| Middle | | 900 to 1100 Hz 1000 |

|2 | | |

| Long | | 540 to 660 Hz 600 |

| | | | |

| Waveform | Any |Check Point | ( |

| | |TP402 | ((( (( V |

| | | | ( |

| | | |V: 4 to 12 V |

| | | |( : 3.5 to 10 ( |

RADAR INSPECTION FORM FR-2110

25.) Confirm/Adjust VIDEO INPUT from INT BOARD with Oscilloscope. If does not conform check TP404 (see GB page 13)

| FR-2110 CONDITIONS: A/C AUTO OFF, Minimum Setting A/C RAIN A/C SEA, Initial Conditions (page 13) |

| Board-| INT-9113 PCB | | | | Amount |

| Test Point |Trigger | Adjustment Point | Rating | Receiver Noise | Reading | Reset to | Corrected |

| | | | | | | | |

| TP 406 | TP 11 | VR 402 |4.2 V Max. |600-800 mV | _______ | _______ | |

**26.) [ANNUALLY] Confirm/Adjust VIDEO PRESET. (see GB page 14)

|FR-2110 CONDITIONS: A/C AUTO OFF, Minimum Setting A/C RAIN A/C SEA, Initial Conditions (page13) |

| Board- |

| Board- |

| Board- |

| Board- | ARP18P9002 | | | | |Amount |

| Measuring Points | | Rating Range | Adjustment Point | Reading | Reset to | Corrected |

|(+) | (-) | | | | | | |

| TP 6 |to TP 7 | | + 0.09 to 0.13 VDC | R 104 | _______ | _______ | _______ |

30.) Confirm/Adjust ARP QUANTITIZED (Digital) VIDEO. (see GB page 21)

Adjust Controls as listed.

Open INITIAL SETTINGS Menu (pages 18-19); Press the keys RADAR MENU, then 0, 0, 2, 0. Next Press 6 to Select VIDEO SIGNAL, and Press 6 to Select “DGTL” Digital, then press ENTER.

Screen Image should display faint random return. (see GB page 21)

| FR-2110 CONDITIONS: TX, 24 NM Range, A/C SEA & A/C RAIN fully Counter-Clockwise, |

| Board- | ARP18P9002 | GAIN fully Clockwise Echo Stretch OFF, IR Interference Reject OFF |

| | Did Video Require Correction | Increased | Decreased |

|Adjustment Point | Yes | No | | | | |

| R 103 | _______ | _______ | | | _______ | _______ |

31. Press 6 to Select VIDEO SIGNAL, and return to the normal setting by Pressing 6 to Select “ANALOG”, then press ENTER.

31. Confirm/Adjust MAIN BANG SUPPRESSION levels. (see GB page 17 and 15 see Guidebook)

RADAR INSPECTION FORM FR-2110

| FR-2110 |CONDITIONS: TX on a Long Pulse Range 10 minutes, Adjust sensitivity to show slight amount of |

| Tuning Control Panel |noise. Select 0.25 NM Range. Adjust A/C SEA to suppress sea clutter. |

| |Did Video Require Correction | | | | |

| Adjustment Point | Yes | No | | Increased | Decreased |

|VR 301 (MBS-L) | ______ | ______ | | _______ | _______ |

|Additional Needed | CONDITIONS: Set to Initial Conditions on page 13 Guidebook. |

|Board Version |INT-9114-1PCB / INT-9114-2 PCB | Was Adjustment Required | Increased | Decreased |

| | Adjustment Point | Adjustment Point | Yes | No | | |

| | VR 4 | VR 1 | ______ | ______ | _______ | _______ |

**33.) [ANNUALLY] Confirm/Adjust Sweep Timing. (see GB page 22)

CONDITIONS: Follow recommendations in Guide Book, and set Range to 0.25 NM as listed.

Open INITIAL SETTINGS Menu (18-19); Press the keys RADAR MENU, then 0, 0, 2.

Press the No. 3 key and select TIMING ADJ (Timing Adjustment).

Make any necessary adjustments with VRM rotary control dial.

Press the ENTER key to register the change. Was a change required? YES_______ NO_______

**34.) [ANNUALLY] Confirm/Adjust Heading/Bearing. (see GB page 23)

CONDITIONS: Follow recommendations in Guide Book, and set Range to 0.25 NM as listed.

Open INITIAL SETTINGS Menu (18-19); Press the keys RADAR MENU, then 0, 0, 2.

Press the No. 3 key and select HD ALIGN (Heading Alignment).

Make any necessary adjustments with EBL rotary control dial.

Press the ENTER key to register the change. Was a change required? YES_______ NO_______

35. Before securing check screen images, test Gain, STC, FTC, and Plotting on all Pulse lengths/Ranges.

36. Turn off Radar. Clean out any accumulations of dirt of any form around anode cap and inside of radar.

Remove SPU Board flip Dip Switch # 4 to original position to exclude Initial Settings access.

37. Replace covers and secure in place.

37. Turn Radar On and check on all Ranges to confirm operation.

38. Fill out appropriate Radar Log Book and forms

39. Inform Master/Officer On Watch of completion of Inspection servicing and signature.

Technician (print name):_________________________ Signature: ___________________________ Date: ____________

Master/ Officer On Watch (print name):_________________________ Signature: _____________________ Date: ____________

Bidder's Company Name Harris Electronic, Inc.___

ATTACHMENT “D”

Marine Radar; Satellite Compass System; Universal Automatic Identification System & GPS Maintenance And Repair

SERVICE SHOP LOCATIONS AND SERVICE PERSONNEL

I. SERVICE SHOP LOCATIONS

Bidder shall list below the name and address of service shops to be utilized in the performance of this contract:

|1. |Name: |Harris Electronic, Inc. |Contact Person: |Mike Rocueford |

| |Address: |4020 23RD AVE W |Telephone No.: |206-282-8080 |

| |City/State: |Seattle, WA | | |

| |Zip Code: |98199 | | |

II. EMERGENCY 24 HOUR TELEPHONE NUMBERS

(See Section 3.11.II.)

|Number: |206-282-8080 |

|Number: |_________ |

III. TECHNICAL SERVICE PERSONNEL: (See Section 3.11. III)

Bidders shall list below the names of their service technicians to be utilized in the performance of this contract (minimum of five (5)). A copy of each of their FCC license and bond must be attached to this attachment.

|1. |Ted Cusber |5. |Keith Ostby |

|2. |Shawn Kidwell |6. |Trevur Comstock |

|3. |Joe Krause |7. |Mike Rudd |

|4. |Kelly Maxwell | | |

Bidders Company Name: Harris Electronic, Inc.

OFFICE OF STATE PROCUREMENT

PERFORMANCE REPORT

To DES Customers:

Please take a moment to let us know how our services have measured up to your expectations on this contract. Please copy this form locally as needed and forward to the Office of State Procurement Chief Procurement Officer. For any comments marked unacceptable, please explain in remarks block.

|Procurement services provided: |Excellent |Good |Acceptable |Unacceptable |

|Timeliness of contract actions | | | | |

|Professionalism and courtesy of staff | | | | |

|Services provided met customer needs | | | | |

|Knowledge of procurement rules and regulations | | | | |

|Responsiveness/problem resolution | | | | |

|Timely and effective communications | | | | |

Comments:

Agency: Prepared by:

Title:

Contract No.: 04005 Date:

Contract Title: Phone:

Send to:

Chief Procurement Officer

Department of Enterprise Services

PO Box 41017

Olympia, Washington 98504-1017

PRODUCT/SERVICE PERFORMANCE REPORT

Complete this form to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this report.

Contract number and title:

Supplier’s name: Supplier’s representative:

|PRODUCT/SERVICE: |

| |Contract item quality higher than required | |Damaged goods delivered |

| |Contract item quality lower than required. | |Item delivered does not meet P.O./contract specifications |

| |Other: | | |

|SUPPLIER/CONTRACTOR PERFORMANCE: |

| |Late delivery | |Slow response to problems and problem resolution |

| |Incorrect invoice pricing. | |Superior performance |

| |Other: | | |

|CONTRACT PROVISIONS: |

| |Terms and conditions inadequate | |Additional items or services are required. |

| |Specifications need to be revised | |Minimum order too high. |

| |Other: | | |

Briefly describe situation:

|Agency Name: |Delivery Location: |

|Prepared By: |Phone Number: |Date: |Supervisor: |

| | | | |

Send To:

Corey Larson

Contracts Specialist

Department of Enterprise Services

PO Box 41017

Olympia, WA 98504-1017

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download