Current Contract Information Form



State of Washington

Current Contract Information

Effective date: March 22, 2010

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 the Office of State Procurement at the numbers listed below.

|Contract number: |15903 |Commodity code: |9768 |

|Contract title: |Oil and Bilge Waste Management for Marine Vessels |

|Purpose: |Contract Extension for three months or until a new contract replacement |

|Current extension period: |March 25, 2010 |through: |June 30, 2010 or until replaced |

|Contract type: |This contract is designated as mandatory use for the Washington State Ferries and convenience use for other customers. |

|For use by: |The primary purchaser will be the Washington State Ferries (WSF). The contract is available to political subdivisions |

| |that are members of the State of Washington Purchasing Cooperative (WSPC). |

|Scope of contract |This contract is awarded to one contractor. |

|Contractor: |Emerald Services, Inc. |Customer Service & |Chuck Simison |

| | |Order placement: | |

|Address: |9010 E. Marginal Way So. |Phone: |206-832-3026 |

| |Seattle, WA 98108 |Fax: |206-832-3030 |

|Web site: | |Email: |chucks@ |

|WA Tax No. |601-434-423 |Alternate Contact |Roger |

|Federal ID No.: |91-1578671 |Phone: |206-832-3000 |

|Supplier No.: |W495 |Fax: |206-832-3030 |

| | |Email: | |

| | |Emergency 24 hours: |206-832-3000 |

|Ordering information: |See page 2 and Notes section. |

|Product available: |Purchased Services for pumping and disposal of used oil, oily bilge water, and oily debris from marine vessels. |

|Related product contracts: |#03505, Hazardous Waste Handling and Disposal Services, #00504 On-Site Stabilization Services for Hazardous Materials, |

| |#01708, Fuel Analysis Services, #32206 Environmental Consulting Services, #01807, Laboratory Analysis Services |

|Office of State Procurement: |

|State Procurement Officer: |Mark T. Gaffney, CPPB |Customer Services | |

|Phone Number: |(360) 902-7424 |Phone Number: |(360) 902-7400 |

|Fax Number: |(360) 586-2426 |Fax Number: |(360) 586-2426 |

|Email: |mark.gaffney@ga. |Email: |CSMail@ga. |

Visit our Internet site:

|Payment address: |9010 East Marginal Way, Seattle, WA 98108, Suite 200 |

|Payment terms: |Net 30 days |

|Shipping destination: |Free On Board (FOB) Destination |

|Freight: |Prepaid and included |

|Contract pricing: |See Price Sheets |

|Term worth: |$245,000/year |

|Performance bond: |$25,000.00 |

|Current participation: |$0 MBE |$0 WBE |$245,000 OTHER |$0 EXEMPT |

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

Notes:

I. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non-contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor.

If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

II. Ordering: State Agencies to submit Order directly to Contractor for processing. Political Subdivisions to submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

III. Authorized Purchasers: Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) listings published and updated periodically by OSP 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 list of Washington members is available on the Internet . Contractor shall not process state contract orders from unauthorized users.

IV. 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 OSP (as Amended).

SPECIAL CONDITIONS:

1. Effective March 22, 2010, Contract Extension until June 30, 2010 or when replaced with a new contract.

2. Effective March 24, 2009, Contract Extension for one year.

3. Effective November 3, 2008, Revised Price Schedule, changed the Transfer Standby Service Fee and updated Contractor information.

4. Effective May 31, 2007, Revised Pricing Schedule and Contractor Information.

5. Effective March 23, 2007, Contract extended for two years.

6. Effective February 23, 2007, Items Addition: Service Charge for providing a Spill Response Provider to meet requirements of the Facility Oil Transfer Rules of Washington State, Department of Ecology and U.S. Coast Guard. NRC Environmental Services, Inc. has been added as a subcontractor to this contract. The charge for this service shall be a ‘pass through only without markup’, and indicated on invoice as a separate line item, “Transfer Standby Service Fee.” Payment terms will be the same as other charges on this contract. This item addition is subject to existing terms, conditions, and specifications. See Price Schedule for pricing.

Effective April 21, 2005, Items Addition: Service Charges for Pumping Used Oil from Drums on Shore, Disposal charge for Recyclable Antifreeze and Special Pumping Requests Charges. Administrative Change: To update State Procurement Assistant.

All other terms, conditions, pricing, and specifications remain unchanged.

Contract award, effective March 25, 2004.

Price Sheet

|Item |Description |Unit |Unit Price |

|A |Gas Free Certification: | | |

|1 |Island County |Ea |484.00 |

|2 |Jefferson County |Ea |599.50 |

|3 |King County |Ea |429.00 |

|4 |Kitsap County |Ea |462.00 |

|5 |Pierce County |Ea |429.00 |

|6 |San Juan County |Ea |803.00 |

|7 |Skagit County |Ea |539.00 |

|8 |Snohomish County |Ea |489.50 |

|B |Island, Jefferson, King, Snohomish, Skagit Counties | |  |

|1 |Pump-on-Board Vessel | |  |

| |Price per hour: Truck, Driver and one Laborer | | |

|a |Normal Working Hours Service Request charge: |Hr |123.86 |

|b |Outside Normal Working Hours Service Request charge: |Hr |172.11 |

|c |Pump Used Oil from Drums on shore. Price includes: Truck, Driver and all related labor costs. Used Oil will be |Trip |80.00 |

| |credited to Customer at $0.25/ gallon. Contractor will schedule the service work within two (2) weeks of | | |

| |customer notification for service. | | |

|d |Special Pumping Requests outside of those services as defined in the contract, Portal to Portal. |Hr |80.00 |

|2 |Pump Ship to Shore | | |

| |Price per hour: Truck, Driver and one Laborer | | |

|a |Normal Working Hours Service Request charge: |Hr |123.86 |

|b |Outside Normal Working Hours Service Request charge: |Hr |172.11 |

| |Other Costs: | | |

|3 |Standby Rate per quarter hour (Normal Hours) charge: |QHR |25.94 |

|4 |Standby Rate per quarter hour (Outside Normal Hours) charge: |QHR |38.00 |

|5 |Extra Laborer (Normal Hours) per hour charge: |Hr |48.54 |

|6 |Extra Laborer (Outside Normal Hours) per hour charge: |Hr |70.99 |

|7 |Disposal of Used Oil Filters – 55 gal drum unit charge: |Ea |78.00 |

|8 |Disposal of Oily Debris – 55 gal drum unit charge: |Ea |126.00 |

|9 |Disposal of Recyclable Antifreeze (min. 50 gal/drum). Includes all pick-up and disposal related costs. |Ea |80.00 |

| |Contractor will schedule the service work within two (2) weeks of customer notification for service. | | |

|10 |Disposal of Used Oil per gallon charge: |Gal |-0.25 |

|11 |Disposal of Oily Bilge per gallon charge: |Gal |0.12 |

|12 |Disposal of Used Oil with Oily Bilge Water per gallon charge: |Gal |0.10 |

|13 |Disposal of Water per gallon charge: |Gal |0.12 |

|14 |Disposal of Sludge per gallon charge: |Gal |1.15 |

|15 |Power Washing (Per Person Per Hour, Normal hours) charge: |Hr | |

| | | |$67.00 |

|16 |Power Washing (Per Person Per Hour, Outside Normal hours) charge: |Hr |$90.00 |

| |Pierce County | | |

|17 |Pump-on-Board Vessel | | |

| |Price per hour: Truck, Driver and one Laborer | | |

|a |Normal Working Hours Service Request charge: |Hr |115.40 |

|b |Outside Normal Working Hours Service Request charge: |Hr |159.41 |

|c |Pump Used Oil from Drums on shore. Price includes: Truck, Driver and all related labor costs. Used Oil will be |Trip |80.00 |

| |credited to Customer at $0.25/gallon. Contractor will schedule the service work within two (2) weeks of customer| | |

| |notification for service. | | |

|d |Special Pumping Requests outside of those services as defined in the contract, Portal to Portal. |Hr |80.00 |

|18 |Pump Ship to Shore | | |

| |Price per hour: Truck, Driver and one Laborer | | |

|a |Normal Working Hours Service Request charge: |Hr |115.40 |

|b |Outside Normal Working Hours Service Request charge: |Hr |159.41 |

| |Other Costs: | |  |

|19 |Standby Rate per quarter hour (Normal Hours) charge: |QHR |23.82 |

|20 |Standby Rate per quarter hour (Outside Normal Hours) charge: |QHR |34.82 |

|21 |Extra Laborer (Normal Hours) per hour charge: |Hr |48.54 |

|22 |Extra Laborer (Outside Normal Hours) per hour charge: |Hr |70.99 |

|23 |Disposal of Used Oil Filters – 55 gal drum unit charge: |Ea |78.00 |

|24 |Disposal of Oily Debris – 55 gal drum unit charge: |Ea |126.00 |

|25 |Disposal of Recyclable Antifreeze (min. 50 gal/drum). Includes all pick-up and disposal related costs. |Ea |80.00 |

| |Contractor will schedule the service work within two (2) weeks of customer notification for service. | | |

|26 |Disposal of Used Oil per gallon charge: |Gal |-0.25 |

|27 |Disposal of Oily Bilge per gallon charge: |Gal |0.12 |

|28 |Disposal of Used Oil with Oily Bilge Water per gallon charge: |Gal |0.10 |

|29 |Disposal of Water per gallon charge: |Gal |0.12 |

|30 |Disposal of Sludge per gallon charge: |Gal |1.15 |

|31 |Power Washing (Per Person Per Hour, Normal hours) charge: |Hr |$63.00 |

|32 |Power Washing (Per Person Per Hour, Outside Normal hours) charge: |Hr |$86.00 |

| |Kitsap County | | |

|33 |Pump-on-Board Vessel | | |

| |Price per hour: Truck, Driver and one Laborer | | |

|a |Normal Working Hours Service Request charge: |Hr |110.14 |

|b |Outside Normal Working Hours Service Request charge: |Hr |146.09 |

|c |Pump Used Oil from Drums on shore. Price includes: Truck, Driver and all related labor costs. Used Oil will be |Trip |80.00 |

| |credited to Customer at $0.25/gallon. Contractor will schedule the service work within two (2) weeks of customer| | |

| |notification for service. | | |

|d |Special Pumping Requests outside of those services as defined in the contract, Portal to Portal. |Hr |80.00 |

|34 |Pump Ship to Shore | |  |

| |Price per hour: Truck, Driver and one Laborer | | |

|a |Normal Working Hours Service Request charge: |Hr |110.14 |

|b |Outside Normal Working Hours Service Request charge: |Hr |146.09 |

| |Other Costs: | | |

|35 |Standby Rate per quarter hour (Normal Hours) charge: |QHR |22.51 |

|36 |Standby Rate per quarter hour (Outside Normal Hours) charge: |QHR |31.49 |

|37 |Extra Laborer (Normal Hours) per hour charge: |Hr |48.54 |

|38 |Extra Laborer (Outside Normal Hours) per hour charge: |Hr |70.99 |

|39 |Disposal of Used Oil Filters – 55 gal drum unit charge: |Ea |78.00 |

|40 |Disposal of Oily Debris – 55 gal drum unit charge: |Ea |126.00 |

|41 |Disposal of Recyclable Antifreeze (min. 50 gal/drum). Includes all pick-up and disposal related costs. Contractor|Ea |80.00 |

| |will schedule the service work within two (2) weeks of customer notification for service. | | |

|42 |Disposal of Used Oil per gallon charge: |Gal |-0.25 |

|43 |Disposal of Oily Bilge per gallon charge: |Gal |0.12 |

|44 |Disposal of Used Oil with Oily Bilge Water per gallon charge: |Gal |0.10 |

|45 |Disposal of Water per gallon charge: |Gal |0.12 |

|46 |Disposal of Sludge per gallon charge: |Gal |1.15 |

|47 |Power Washing (Per Person Per Hour, Normal hours) charge: |Hr |$61.00 |

|48 |Power Washing (Per Person Per Hour, Outside Normal hours) charge: |Hr |$81.00 |

| |San Juan County | | |

|49 |Pump-on-Board Vessel | | |

| |Price per hour: Truck, Driver & one Laborer | | |

|a |Normal Working Hours Service Request charge: |Hr |102.28 |

|b |Outside Normal Working Hours Service Request charge: |Hr |127.35 |

|c |Pump Used Oil from Drums on shore. Price includes: Truck, Driver and all related labor costs. Used Oil will be |Trip |80.00 |

| |credited to Customer at $0.25/gallon. Contractor will schedule the service work within two (2) weeks of customer| | |

| |notification for service. | | |

|d |Special Pumping Requests outside of those services as defined in the contract, Portal to Portal. |Hr |80.00 |

|50 |Pump Ship to Shore | | |

| |Price per hour: Truck, Driver & one Laborer | | |

|a |Normal Working Hours Service Request charge: |Hr |102.28 |

|b |Outside Normal Working Hours Service Request charge: |Hr |127.35 |

| |Other Costs: | |  |

|51 |Standby Rate per quarter hour (Normal Hours) charge: |QHR |20.54 |

|52 |Standby Rate per quarter hour (Outside Normal Hours) charge: |QHR |26.81 |

|53 |Extra Laborer (Normal Hours) per hour charge: |Hr |40.68 |

|54 |Extra Laborer (Outside Normal Hours) per hour charge: |Hr |52.25 |

|55 |Disposal of Used Oil Filters – 55 gal drum unit charge: |Ea |78.00 |

|56 |Disposal of Oily Debris – 55 gal drum unit charge: |Ea |126.00 |

|57 |Disposal of Recyclable Antifreeze (min. 50 gal/drum). Includes all pick-up and disposal related costs. |Ea |80.00 |

| |Contractor will schedule the service work within two (2) weeks of customer notification for service. | | |

|58 |Disposal of Used Oil per gallon charge: |Gal |-0.25 |

|59 |Disposal of Oily Bilge per gallon charge: |Gal |0.12 |

|60 |Disposal of Used Oil with Oily Bilge Water per gallon charge: |Gal |0.10 |

|61 |Disposal of Water per gallon charge: |Gal |0.12 |

|62 |Disposal of Sludge per gallon charge: |Gal |1.15 |

|63 |Power Washing (Per Person Per Hour, Normal hours) charge: |Hr |$56.00 |

|64 |Power Washing (Per Person Per Hour, Outside Normal hours) charge: |Hr |$69.00 |

| |Trip Charges are for Pumping Service Requests | | |

|65 |Anacortes |Ea |$ 760.00 |

|66 |Outside Normal Working hours for item 65 |Ea |$ 1,063.00 |

|67 |Bainbridge Is., Bremerton, Eagle Harbor, Vashon Is., Southworth |Ea |$ 720.00 |

|68 |Outside Normal Working hours for item 67 |Ea |$ 965.00 |

|69 |Clinton |Ea |$ 738.00 |

|70 |Outside Normal Working hours for item 69 |Ea |$ 1,042.00 |

|71 |Kingston |Ea |$ 652.00 |

|72 |Outside Normal Working hours for item 71 |Ea |$ 878.00 |

|73 |Port Townsend |Ea |$ 944.00 |

|74 |Outside Normal Working hours for item 73 |Ea |$ 1,324.00 |

|75 |Seattle Pier 52, Lake Union, Harbor Island, Fauntleroy |Ea |$ 489.00 |

|76 |Outside Normal Working hours for item 75 |Ea |$ 691.00 |

|77 |Point Defiance, Tahlequah |Ea |$ 464.00 |

|78 |Outside Normal Working hours for item 77 |Ea |$ 648.00 |

| |Miscellaneous Locations: | | |

|79 |Bellingham |Ea |$ 678.00 |

|80 |Outside Normal Working hours for item 79 |Ea |$ 848.00 |

|81 |Edmonds, Mukilteo, Everett |Ea |$ 738.00 |

|82 |Outside Normal Working hours for item 81 |Ea |$ 1,042.00 |

|83 |Keystone |Ea |$ 630.00 |

|84 |Outside Normal Working hours for item 83 |Ea |$ 882.00 |

|85 |San Juan Islands: Friday Harbor, Shaw, Orcas, Lopez |Ea |$ 1,411.00 |

|86 |Outside Normal Working hours for item 814 |Ea |$ 1,899.00 |

|87 |Sidney B.C. Canada |Ea |$ 1,601.00 |

|88 |Outside Normal Working hours for item 87 |Ea |$ 2,164.00 |

| |Transfer Standby Service Fee | | |

|89 |Transfer Standby Service Fee (Direct Pass through cost), includes up to of 4 hours, after 4 hours the charge will|Ea |$450.00 |

| |be $112.50/hour charged in full hour increments. For pre-positioning of 1-hour response charge will be | | |

| |$175.00/hour. | | |

| | | | |

| |The service charge is for providing a Spill Response Provider to meet requirements of the Facility Oil Transfer | | |

| |Rules of Washington State, Department of Ecology and U.S. Coast Guard. The charge for this service shall be a | | |

| |‘pass through only without markup’, and indicated on invoice as a separate line item as, “Transfer Standby | | |

| |Service Fee.” Payment terms will be the same as other charges on this contract. Vendor is to provide to the | | |

| |customer with the invoice a written confirmation from the contractor that supplied the service. This item | | |

| |addition is subject to existing terms, conditions, and specifications. | | |

The following contract provisions were excerpted and abridged from the contract IFB and Amendment:

SPECIAL TERMS AND CONDITIONS

1 CONTRACTOR QUALIFICATIONS

The following are minimum Contractor qualifications to be considered for award of this contract:

a) Bidder has three years of experience providing services similar in scope as described herein.

b) Bidder maintains equipment and personnel to meet service time frame as described herein.

c) Bidder employs full-time contractor representative(s) and technical trained personnel, with practical experience in assisting customers and two years of experience providing services as described herein.

d) Bidder is capable of providing service and emergency service at locations as described herein.

e) Bidder has not been cited for a violation of federal, state or local environmental regulations for the past three years.

2 CONTRACTOR’S REPRESENTATIVE

Bidder shall identify representatives in bid response.

A. Designation: Bidder shall furnish contact information and service areas for representative(s) as required in bid.

B. Responsibility: Representative(s) shall function as the primary point of contact, shall ensure supervision and coordination and shall take corrective action as necessary to meet contractual requirements.

C. Availability: Representative(s), or designee(s), shall be available during normal working hours (Monday through Friday, 8AM to 5PM Pacific Standard Time) and return customer’s call by the next business day.

3 PERFORMANCE GUARANTEE

Bidder shall indicate the form of performance guarantee they intend to provide if awarded with their bid response. Contractor shall furnish the state with a performance guarantee within fifteen (15) calendar days after receipt of notice of award on a state approved form. Forms available at the Office of State Procurement. Said guarantee shall be:

• Bond on a form furnished by the state and completed by an approved surety

Note: Certified or cashier’s checks are held by the state for the contract term and any subsequent extensions, and do not yield interest payable to the contractor.

Amount: The performance guarantee shall be for an amount which is not less than $25,000.00 for the term of the contract and shall be conditioned upon the faithful performance of the Contractor.

Noncompliance: Failure to provide the required guarantee will result in contract cancellation and forfeiture of any bid guarantee.

Discontinuance: Based on Contractor performance during the initial contract term, the state reserves the right to continue/discontinue performance guarantee requirements in subsequent extensions. Delivery, timely correct invoices, problem resolution, etc., will be prime considerations.

4 BID PRICES

Bidder shall bid all service locations identified herein; bids received without pricing for each location will be rejected as non-responsive.

Unless otherwise stipulated, all bids must include unit prices and extensions where applicable and be otherwise in the format requested.

All pricing shall include the costs of bid preparation, servicing of accounts and all contractual requirements. The state reserves the right to request clarification and justification of Bidder’s prices if they significantly vary from industry norm/standard and other Bidders.

All bid pricing is to be FOB Destination, freight prepaid and included.

5 ADDITION OF NEW SERVICE LOCATIONS

New service locations for a state agency or political subdivision may be added at any time during the term of this contract. The contract price listed for the closest WSF service location with the best price shall apply to the new service location, providing the new location is within 25 miles. Pricing for a new service location that is farther than 25 miles from an already listed contract location will be established through direct discussions between the Contractor and the State Procurement Officer to determine the applicable price. However, pricing must be consistent with other service locations listed in the contract.

6 PRICING AND ADJUSTMENTS

During contract period, pricing shall remain firm and fixed for at least 365 calendar days after effective date of contract.

Adjustments in pricing will be at the discretion of the State Procurement Officer and shall:

a. Be the result of increases incurred after contract commencement date.

b. Not produce a higher profit margin than that on the original contract.

c. Clearly identify the items impacted by the increase.

d. Be filed with State Procurement Officer a minimum of 90 calendar days before the effective date of proposed increase.

e. Be accompanied by documentation acceptable to the State Procurement Officer sufficient to warrant the increase.

f. Any change in pricing will remain firm and fixed for at least 365 calendar days after the effective date of a price change.

During the contract period, any price declines at the manufacturer's level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date.

During the contract period, should the contractor enter into pricing agreements with other customers providing greater benefits or pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing.

7 MATERIALS AND WORKMANSHIP

The Contractor shall be required to furnish all materials, equipment and/or services necessary to perform contractual requirements. Materials and workmanship in the construction of equipment for this contract shall conform to all codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials shall be manufactured in accordance with the best commercial practices and standards for this type of equipment.

8 HOURS OF LABOR AND PREVAILING WAGES

In compliance with RCW 49.28, Contractor agrees that no worker, laborer, or mechanic in the employ of the Contractor or subcontractor shall be permitted or required to work more than eight (8) hours in any one calendar day, or forty (40) hours in any one calendar week, provided that in cases of extraordinary emergency such as danger to life or property, the hours of work may be extended but in such cases the rate of pay for time employed in excess of the above shall be at the prevailing overtime rate of pay. Except, contracts will not require the payment of overtime rates for the first two hours worked in excess of eight (8) hours per day when the employer has obtained the employee’s agreement (as defined in WAC 296-127-022) to work a four-day, ten-hour work week.

This bid is subject to prevailing wage requirements (reference RCW 39.12 and WAC 296-127). Wages to be paid workers, laborers or mechanics, pursuant to this contract shall not be less than the prevailing rate of wage in the same trade or occupation in the locality within the state where the labor is performed. By submission of a properly signed and completed bid, bidder agrees to comply with all provisions of these chapters.

The Department of Labor and Industries will publish prevailing wage rates on the first business day of February and August of each year. The wage rates will become effective thirty (30) days following publication. For all contracts, the prevailing wage rates, which are in effect on the bid opening date, are the wage rates that must be paid for the duration of the contract.

The appropriate labor classifications and prevailing wage rates are identified herein. Questions should be directed to the Industrial Statistician, Department of Labor and Industries, Employment Standards Division, PO Box 44540, Tumwater, WA 98504-4540 (Telephone (360) 902-5334) or the State Procurement Officer. These wage rates are made part of this contract as though fully set forth herein.

The Contractor must submit to the Industrial Statistician of the Department of Labor and Industries a “Statement of Intent to Pay Prevailing Wages.” A copy of the approved intent statements must be submitted to the payment agency in order to receive the first progress payment on this contract. Following final acceptance of the project, Contractor must submit to the Industrial Statistician an “Affidavit of Wages Paid.” An approved affidavit must be submitted to the payment agency before they are authorized to release the retained funds.

Each “Statement of Intent to Pay Prevailing Wages” or “Affidavit of Wages Paid” submitted for approval to the Industrial Statistician must be accompanied with the current filing fee.

Vocationally handicapped workers, i.e., those individuals whose earning capacity is impaired by physical or mental deficiency or injury, may be employed at wages lower than the established prevailing wage. The Fair Labor Standards Act requires that wages based on individual productivity be paid to handicapped workers employed under certificates issued by the Secretary of Labor. These certificates are acceptable to the Department of Labor and Industries. Sheltered workshops for the handicapped may submit a request to the Department of Labor and Industries for a special certificate, which would, if approved, entitle them to pay their employees at wages, lower than the established prevailing wage.

Prevailing wage requirements do not apply to:

a. Sole owners and their spouses.

b. Any partner who owns at least 30% of a partnership.

c. The president, vice-president, and treasurer of a corporation if each one owns at least 30% of the corporation.

d. Workers regularly employed on monthly or per diem salary by state or any political subdivision created by its laws.

A copy of the approved Statement of Intent to Pay Prevailing Wages shall be posted at the job site with the address and telephone number of the Industrial Statistician, where a complaint or inquiry concerning prevailing wages may be made. If a dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation, and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive and binding on all parties involved in the dispute.

9 INSURANCE

General Requirements: Contractor shall, at their own expense, obtain and keep in force insurance as follows until completion of the contract. Within fifteen (15) calendar days of receipt of notice of award, the Contractor shall furnish evidence in the form of a Certificate of Insurance satisfactory to the state that insurance, in the following kinds and minimum amounts has been secured. Failure to provide proof of insurance, as required, will result in contract cancellation.

Contractor shall include all subcontractors as insured’s under all required insurance policies, or shall furnish separate Certificates of Insurance and endorsements for each subcontractor. Subcontractor(s) must comply fully with all insurance requirements stated herein. Failure of subcontractor(s) to comply with insurance requirements does not limit Contractor’s liability or responsibility.

All insurance provided in compliance with this contract shall be primary as to any other insurance or self-insurance programs afforded to or maintained by State.

a) Specific Requirements:

Employers Liability (Stop Gap): The Contractor will at all times comply with all applicable workers’ compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable and will maintain Employers Liability insurance with a limit of no less than $1,000,000.00. The state will not be held responsible in any way for claims filed by the Contractor or their employees for services performed under the terms of this contract.

Commercial General Liability Insurance: The Contractor shall at all times during the term of this contract, carry and maintain commercial general liability insurance and if necessary, commercial umbrella insurance for bodily injury and property damage arising out of services provided under this contract. This insurance shall cover such claims as may be caused by any act, omission, or negligence of the Contractor or its officers, agents, representatives, assigns, or servants.

The insurance shall also cover bodily injury, including disease, illness, and death and property damage arising out of the Contractor’s premises/operations, independent contractors, products/completed operations, personal injury and advertising injury, and contractual liability (including the tort liability of another assumed in a business contract), and contain separation of insured's (cross liability) conditions.

Contractor waives all rights against the State for the recovery of damages to the extent they are covered by general liability or umbrella insurance.

The limits of liability insurance shall not be less than as follows:

|General Aggregate Limits (other than products-completed operations) |$2,000,000 |

|Products-Completed Operations Aggregate |$2,000,000 |

|Personal and Advertising Injury Aggregate |$1,000,000 |

|Each Occurrence (applies to all of the above) |$1,000,000 |

|Fire Damage Limit (per occurrence) |$ 50,000 |

|Medical Expense Limit (any one person) |$ 5,000 |

|Pollution Liability Coverage |$2,000,000 |

Business Auto Policy (BAP): In the event that services delivered pursuant to this contract involve the use of vehicles, or the transportation of clients, automobile liability insurance shall be required. The coverage provided shall protect against claims for bodily injury, including illness, disease and death; and property damage caused by an occurrence arising out of or in consequence of the performance of this service by the Contractor, subcontractor, or anyone employed by either.

Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a combined single limit not less than $1,000,000 per occurrence. The business auto liability shall include Hired and Non-Owned coverage.

Contractor waives all rights against the State for the recovery of damages to the extent they are covered by business auto liability or commercial umbrella liability insurance.

b) Additional Provisions: Above insurance policies shall include the following provisions:

Additional Insured: The State of Washington and all authorized contract users shall be named as an additional insured on all general liability, umbrella, excess, pollution and property insurance policies. All policies shall be primary over any other valid and collectable insurance.

Notice of policy(ies) cancellation/non-renewal: For insurers subject to RCW 48.18 (Admitted and regulated by the Washington State Insurance Commissioner) a written notice shall be given to the State forty-five (45) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract.

For insurers subject to RCW 48.15 (Surplus Lines) a written notice shall be given to the State twenty (20) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract.

If cancellation on any policy is due to non-payment of premium, the State shall be given a written notice ten (10) calendar days prior to cancellation.

Identification: Policy(ies) and Certificates of Insurance must reference the state’s bid/contract number.

Insurance Carrier Rating: The insurance required above shall be issued by an insurance company authorized to do business within the State of Washington. Insurance is to be placed with a carrier that has a rating of A- Class VII or better in the most recently published edition of Best’s Reports. Any exception must be reviewed and approved by the Risk Manager for the State of Washington, by submitting a copy of the contract and evidence of insurance before contract commencement. If an insurer is not admitted, all insurance policies and procedures for issuing the insurance policies must comply with RCW 48.15 and WAC 284-15.

Excess Coverage: The limits of all insurance required to be provided by the Contractor shall be no less than the minimum amounts specified. However, coverage in the amounts of these minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits.

Pollution Coverage: Contractor shall obtain coverage for the duration of the contract for pollution legal liability, including investigation and legal defense costs, for bodily injury and property damage, including loss of use of damaged property or of property that has not been physically damaged or destroyed. Such coverage must provide coverage for both on-site and off-site clean-up costs and cover gradual and sudden pollution.

Maritime Laws and Coverage: Contractor is responsible for providing insurance to comply with Longshoremen‘s and Harbor Workers’ Act and Jones Act if applicable to the work or services provided under this contract.

10 SAFETY AND ENVIRONMENTAL REQUIREMENTS

a) Compliance with Laws and Regulations

The Contractor agrees to comply with the conditions of the following laws and regulations, as may be amended, and any standards and regulations which may be promulgated. The Contractor agrees that both services and items furnished under this contract will comply with said laws, standards and regulations. The Contractor further agrees to indemnify and hold harmless the State from all damages assessed against the State as a result of the Contractor’s failure to comply with these laws, standards and regulations.

1. Federal Resources Conservation and Recovery Act of 1976 (RCRA). Hazardous and Solid Waste Act of 1984 *HSWA and 40 CFR and Liability Act of 1984 (HSWA) and 40 CFR parts 260-280.

2. Washington State Hazardous Waste Management Act of 1976 and the Washington State Dangerous Waste Regulations (WAC 173-303).

3. Federal Hazardous Material Transportation Regulations (49 CFR).

4. Federal Comprehensive Environmental Response, Compensation and Liability Act of 1980 (CERCLA and Superfund Amendment Reauthorization Act of 1986) (SARA).

5. Federal Occupational Safety and Health Act of 1970 (OSHA).

6. Washington Industrial Safety and Health Act of 1972 (WISHA).

7. Federal Clean Air Act (CAA).

8. Washington State Model Toxics Control Act, RCW 70.105D, WAC 173-340 (MTCA).

b) Spill and Release Responsibilities

Contractor is solely responsible for any and all spills, leaks or releases, which occur as a result of or are contributed to by the actions of its agents, employees, or subcontractors. In the event of a spill, leak, or release the Contractor agrees to take the following actions:

1. Evacuate and warn those persons that may be affected by the spill.

2. Clean up the spill in a manner that complies with local, state and federal laws, regulations and standards.

3. For spills, which occur on property owned or operated by the State, government municipality or contract user, notify the appropriate Incident Commander.

4. For spills, which occur elsewhere than State, government municipality or contract user owned or leased property; provide all notifications and reports as specified by local, state and federal laws, regulations and standards.

c) Site Safety Plan

Bidder to submit with bid response your company’s standard site safety plan that you would provide at a typical response site.

Standard Site Safety Plan shall consist of:

1) Introduction (information required by 29 CFR 1910.120)

2) Hazard Recognition (explosion risk, chemical exposure)

3) Personal Protective Equipment to be used on the job

4) Site Control (stabilization work area, contamination control area, command control area)

5) Communications activities (notification of emergency response needs, fire, police medical aide, owner representative)

6) Decontamination procedures (used in the event of an emergency/contingencies)

7) Contingencies (Fire, detonation, spill, injury etc.)

8) Personnel/Responsibilities Methodology (how is the work performed)

11 FACILITY AUDIT RELATED EXPENSES

The state reserves the right to audit any site that is offered by the Bidder-Contractor. Audits will be coordinated by the Office of State Procurement and conducted by members of the Statewide Hazardous Waste Committee. The Committee Members will pay all expenses (through their agencies) related to any audit. The Committee Member will submit an expense report to the SPO. All expenses and related forms are subject to State of Washington Office of Financial Management guidelines related to travel. Committee Member’s labor is donated to the committee by the Member’s agency. GA will, within 30 days, reimburse the Committee Member by means of a state warrant. GA will invoice the Contractor for the amount of the expense report and will have 30 days to pay the GA invoice.

12 REPORTS

Contractor must provide the following report(s) to Office of State Procurement:

Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report shall be submitted in the format provided by the Office of State Procurement. You can get the report at . Reports are due thirty (30) days after the end of the calendar quarter.

Contract Activity Reports

Contractor shall provide quarterly activity reports with a Year to Date (YTD) column for each service location supplied through this contract. If there is no sales activity in a month, then the Contractor is not required to submit a Contract Activity Report. Reports shall provide information in the following specific information:

a. Contract number

b. Customer name and Agency

c. Service location

d. Date ordered and Date completed

e. Total Gallons Pumped for oily bilge water

f. Total Gallons Pumped for Used Oil

g. Total Pounds/Gallons Recycled/Disposed (separately for used oil filters and oily debris)

g. Place of Disposal/Recycling

h. Names of Drivers and Laborers

i. Total Dollars invoiced to Purchaser

Contract Activity Reports are due thirty (30) days after the end of the calendar quarter. Contractor shall supply the report in Microsoft Excel spreadsheet format or a format approved by state. Monthly reports are to be emailed to the State Procurement Officer (SPO) and Washington State Ferries (WSF) Account representative. Additional reports may be required by the SPO or WSF to obtain information needed for IFB design, contract negotiation, or any other SPO determined need.

End of Section

13 SPECIFICATIONS

MINIMUM SPECIFICATIONS

FOR DISPOSAL OF FERRY VESSEL OIL FILTERS/OILY DEBRIS AND

PUMPING/DISPOSAL OF FERRY BILGE WATER / USED OIL

1. SERVICE EXPECTATION

Contractor shall in accordance with local, state and federal regulations remove and dispose of used oil, used oil filters, oily debris from the State’s hazardous storage lockers located at terminal locations of Washington State Ferries (WSF), power washing and bilge water and/or oily water, as specified herein. Contractor must provide all equipment, personnel and supplies necessary to perform the requirements as identified herein. WSF’s Web site:

2. EQUIPMENT REQUIREMENTS

Bidder shall provide with bid a list of equipment available to service this contract. The following is a list of minimum Contractor owned/leased equipment:

a) 5,000 gallon capacity, United States Coast Guard (U.S.C.G.) or United State Department of Transportation (USDOT) approved truck(s)

b) U.S.C.G. approved 3”, 250 – PSI hoses, 300 feet

c) 3 inch cam locks

d) U.S.C.G./EPA Approved oil absorbent pads and containers for spill protection including equipment leaks

e) Power wash equipment, mobile and able to be brought to the job site.

f) Storage drums for oil filters and oily debris that are leak proof and have secure tops to prevent spilling.

g) Trucks and equipment that are capable of loading and unloading drums for transport.

3. LICENSES

Contractor shall furnish OSP and WSF with copies of all required licenses within fifteen (15) calendar days after receipt of notice of award. Contractor must have appropriate licenses and permits as required by U.S.C.G., Federal, State and local agencies for the services as identified herein and maintain them throughout the entire term of the contract.

4. WORK LOCATIONS

Bidders are advised to visit terminals and ride ferry routes for the purpose of familiarization and bidding. Bidders to refer to Specification section for the table: Primary Terminal Tie-up Slip and Pumping Locations Information, the table lists locations of work including terminal slip information and pumping locations. In few cases and generally because of emergencies, Contractor’s personnel may be required to remain on the vessels between terminals and equipment may be required to remain on a vessel over night.

5. FERRY FARES – REIMBURSEMENT

If Contractor is required to ride a state-owned vessel, Contractor shall any pay tolls and fees as required. Fares will be reimbursed provided proper documentation is presented to the State with the invoice that relates to a specific job.

6. STATE PROVIDED UTILITIES

WSF will provide fresh water and electrical power at a sufficient flow, and adequate lighting to ensure contractual work can be performed in a safe environment.

7. WORKING HOURS SERVICE REQUEST TYPES

a) Normal Hours: 7 am to 5 pm Monday through Saturday.

b) Outside Normal Hours: 5 pm to 7 am Monday through Saturday, and all of Sunday and State legal holidays.

8. ROUTINE AND EMERGENCY SERVICE REQUESTS

For Routine service requests WSF will give the Contractor a minimum of 48 hours notice. For Emergencies the Contractor is expected to respond within 8 hours. Charge for an Emergency Service Requests is the same as the charge for Outside Normal Working Hours.

9. PUMPING AND EXTRA LABORER CHARGE

Bidder shall identify bid price for pumping either Pump-On-Board or Ship-to-Shore charge for both types of working hours service requests in bid response on the “Price Sheet”.

The bid price for pumping includes a Truck and Driver and one laborer. Contractor will normally be allowed to board vessels but there is no assurance; therefore, pumping from a dock may be required, and depending on the ferry or location, the number of necessary workers may vary.

Bidder to identify bid price for Extra Laborer charge in bid response on the “Price Sheet”, when an additional laborer(s) is needed for the job. If used oil or bilge water is pumped from a tie-up slip and several hundred feet of hose has to be run, then an extra laborer(s) is needed to safely do the job, if this is the case, then the Contractor shall receive prior approval from the Staff Chief Engineer or Port Engineer before employing extra labor and charging the customer.

10. STANDBY CHARGE

Bidder shall identify bid price for Standby Charge in bid response on the “Price Sheet”. Due to restrictive scheduling requirement by WSF, vessels may be unavailable as anticipated when work is to be accomplished. Stand-by charges shall be approved by WSF prior to invoicing. If Contractor arrives at job site at the agreed scheduled time and date and is unable to accomplish work due to no fault of Contractor, then the Contractor will be compensated for costs associated with waiting times over one (1) hour. Compensation will be figured on a per quarter hour waiting time period price.

11. TRIP CHARGE

Bidder shall identify bid price for Trip Charge in bid response on the “Price Sheet”. Contractor may charge a trip charge per terminal location, as identified herein, for requested service. Trip charge shall cover all Contractor’s expenses while in transit to and from contractor’s facility (round trip) including labor, mileage, waiting in line to catch the ferry, riding the ferry to and from pumping destination, and truck dumping and wash out at the disposal recycle facility.

12. INSPECTION

For disposal of used oil and filters all work performed must be inspected and approved by a WSF Chief Engineer or Terminal agent or their designees. For Bilge Water pumping all work performed must be inspected and approved by a WSF Chief Engineer or designee.

13. USED OIL FILTER AND OILY DEBRIS REMOVAL

Bidder shall identify a bid price for Used Oil Filters and Oily Debris Disposal charge in their bid response on the “Price Sheet”, said prices shall include all associated cost, including storage drums, removal, recycling and transportation costs. Said materials will be stored in drums provided by Contractor. Contractor shall replace a storage drum when picking up a storage drum. Contractor shall leave empty drums equal to the number of drums removed. Drums should be leak proof and have tops that can be secured so as to prevent spillage.

14. USED OIL FILTERS AND OILY DEBRIS RECYCLING

Used oil filters and oily debris are generated during routine vessel engine maintenance, routine maintenance of other mechanical equipment, and/or cleanup from those maintenance activities or accidental spills. WSF intends to recycle used oil filters and oily debris to the maximum extent feasible in accordance with federal regulations contained in 40 CFR Parts 246, 260, 261, and 264 to 266 and state regulations contained in WAC 173-303.

Under this contract, the Contractor will pick up containers of used oil filters and/or oily debris from the Hazardous Materials Storage Locker at the specified WSF terminal, as requested by WSF personnel. The Contractor will replace each container that is removed from the terminal with an empty 55-gallon drum that meets U.S. DOT requirements contained in 49 CFR Part 171 to 180 for transporting these materials. Empty drums must be marked and labeled by the Contractor as directed by customer. Contractor shall bear all cost associated with marking and labeling drums

15. USED OIL MANAGEMENT

Used oil is generated during routine vessel engine maintenance or routine maintenance of other mechanical equipment. WSF intends to manage this used oil in accordance with federal regulations contained in 40 CFR Part 279 and state regulations contained in WAC 173-303-515.

In order to comply with those rules, WSF personnel will test each batch of used oil for the presence of chlorinated hydrocarbons using a “Chlor-D-Tect” testing kit for used oil. If the Chlor-D-Tect test indicates that the used oil contains less than 1,000 parts per million (ppm) of chlorine, WSF personnel will contact the Contractor to schedule pick up of the used oil. WSF personnel will share the results of their Chlor-D-Tect test with the Contractor. However, the Contractor is responsible to conduct a second test of the used oil using an EPA-approved field test kit or other EPA-approved testing method to confirm that the used oil contains less than 1,000 ppm of chlorinated hydrocarbons prior to loading the oil. If the contractor’s test indicates that the used oil contains greater than 1,000 ppm of chlorinated hydrocarbons, the contractor is not required to accept the used oil and will be compensated for agreed-upon travel time to and from the specified ferry terminal as described elsewhere in this document. If the Contractor cannot accept the used oil because he believes that the oil contains greater than 1,000 chlorinated hydrocarbons, WSF will send a sample of the used oil for laboratory analysis to confirm or rebut the field test results. After review of the laboratory analysis and/or other pertinent information, WSF will then make appropriate arrangements to recycle the used oil pursuant to this contract or dispose of the contaminated oil as Hazardous Waste as required.

16. BILGE WATER MANAGEMENT

Bilge water is generated during routine vessel operation and maintenance. The primary sources of bilge water includes saltwater generated during cleaning of the saltwater strainers, wash water generated from cleaning engine room spaces (this is fresh water), engine cooling water (this is fresh water), and small leaks and drips of fuel or lubricants from engine room equipment. The bilge water is typically composed of a 50/50 mixture of salt and fresh water with less than 5% oily liquids.

WSF intends to manage this waste in accordance with federal regulations contained in 40 CFR Parts 260 to 265 and state regulations contained in WAC 173-303 and will periodically test batches of bilge water to document compliance with these requirements.

17. POWER WASHING

Bidder shall identify bid price for Power Washing Charge in bid response on the “Price Sheet”. When requested, the Contractor shall power wash designated interior spaces or tanks on Washington State Ferries vessels. Contractor shall use biodegradable non-toxic soaps/detergents for power washing that does not create hazardous waste. After satisfactorily washing the areas, they shall be rinsed and pumped dry. Wash water shall not be discharged from a WSF vessel, but shall be contained, treated and disposed of under this contract. Power Washing Charge shall include all labor, equipment and supplies.

When Contractor is working in a Confined Space environment, then the Contractor shall follow customer's Confined Space Safety procedures. When a Contractor's employee has to enter and work in a sewage tank, then the hourly rate will be double the hourly Power Washing rate.

18. GAS FREE CERTIFICATION

Bidder to identify bid price for Gas Free Certification charge in bid response on the “Price Sheet”. When requested, the Contractor shall provide the services of a Marine Chemist to certify that all spaces are free of gasses and safe for Washington State Ferries personnel to enter and accomplish required work, including welding. Contractor shall provide a “gas free” certificate. Gas Free Certification price is for all associated costs, including cost of the Marine Chemist, equipment and mobilization.

19. PRODUCT TRANSFER RECORD

Contractor is to complete a Product Transfer Record (PTR) form each time a product transfer is initiated. WSF will provide the PTR (DOT Form 690-070) for Contractor’s use. A completed (PTR) copy must be submitted with Contractor’s invoice in order to process payment for service.

20. DECLARATION OF INSPECTION

Contractor is to complete a Declaration of Inspection (DOI) Form each time a product transfer is initiated. The contractor is to provide the DOI. Both the contractor and the WSF facility transferring the product shall retain a copy of the form.

21. TRANSPORTATION COMPANIES

Bidder to provide with bid response the company name, address, contact name, phone number, EPA ID number, description of the facilities/equipment/materials/methods used to transport oily bilge water, used oil and oil filters/oily debris, and the company’s emergency response prevention, preparedness, and response plans and their financial responsibility plan. If at anytime during the contract, the Contractor changes Transportation Companies, then the Contactor must immediately inform OSP and WSF.

Bidder is to be in compliant with Hazardous Materials Regulations (HMR; 49 CFR Parts 171-180), Hazardous Materials Transportation Security Requirements (HM-232), as applicable to this bid. State reserves the right to request a copy of the Contractor’s security plan.

22. RECYCLE/DISPOSAL FACILITIES

Bidder to provide with bid response the name, address, contact name, phone number, EPA ID number, and description of the facilities/equipment/materials/methods used to treat/dispose of oily bilge water and treat/recycle/dispose of used oil and oil filters/oily debris. If at anytime during the contract, the Contractor changes Recycling/Disposal Facilities, then the Contactor must immediately inform OSP and WSF.

23. SECURITY MEASURES AT WSF

Bidder is to be advised that WSF will be implementing some new security measures, these security measures may impact Contractors working on state ferries. WSF is not anticipating having these new security measures in place until July 2004. If the new security measures create an undue financial burden for a Contractor, then Office of State Procurement will establish an appropriate price consideration through direct discussions with the Contractor and WSF.

24. INVOICING

Invoices to be sent with the following minimum information: (Sample Invoice below)

|State Contract # |Vessel: Hyak | | | | | |

| |Terminal: Eagle Harbor | | | | | |

|Date |Description |Price Sheet Reference Item |Qty |Unit |Unit Price |Total |

|7/9/03 |Ferry Fares | |1 |Trip |24 |24.00 |

| |Ferry Fares | |1 |Trip |24 |24.00 |

| |Trip Charge |63 |1 |Trip |68 |68.00 |

| |Pump-on-Board Vessel, (normal hours) |31a |2.5 |Hours |58.00 |145.00 |

| |Oily Bilge |40 |200 |Gallons |.1175 |23.50 |

| |Sludge |43 |10 |Gallons |3.22 |32.50 |

| |Gas Certificate |A |1 |Each |275 |275.00 |

| | | | | |Total |$591.70 |

25. PREVAILING WAGE

The prevailing wages are: State of Washington, DEPARTMENT OF LABOR AND INDUSTRIES

Prevailing Wage Section – Telephone (360) 902-5335

PO Box 44540, Olympia, WA 98504-4540

Washington State Prevailing Wage Rates for Public Works Contracts. The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers’ wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code.

TRUCK DRIVERS, Effective 8/31/2003 Benefit Code Key

|Classification |Prevailing |Overtime |Holiday |Note |

| |Wage |Code |Code |Code |

|Counties Covered: ISLAND |

|OTHER TRUCKS |$36.47 |1T |5D |8L |

|Counties Covered: JEFFERSON |

|OTHER TRUCKS |$36.47 |1T |5D |8L |

|Counties Covered: KING |

|OTHER TRUCKS |$36.47 |1T |5D |8L |

|Counties Covered: KITSAP |

|OTHER TRUCKS |$18.37 |1 |  |  |

|Counties Covered: PIERCE |

|OTHER TRUCKS |$30.20 |1 |  |  |

|Counties Covered: SAN JUAN |

|OTHER TRUCKS |$14.65 |1 |  |  |

|Counties Covered: SNOHOMISH |

|OTHER TRUCKS |$35.47 |1R |5A |  |

|Counties Covered: SKAGIT | | | | |

|OTHER TRUCKS |$36.47 |1T |5D |8L |

LABORERS, Effective 8/31/2003

|Classification |Prevailing |Overtime |Holiday |Note |

| |Wage |Code |Code |Code |

|Counties Covered: ISLAND, JEFFERSON, KING, KITSAP, PIERCE, SKAGIT, SNOHOMISH |

|GENERAL LABORER |$31.86 |1N |5D |  |

|Counties Covered: SAN JUAN |

|ALL CLASSIFICATIONS |$26.04 |1 |  |  |

|WASHINGTON FERRIES, VESSELS BY CLASS (28 TOTAL FERRIES) |

|Jumbo (5) |Issaquah Class (6) |Steel Electric Class (4) |Super (4) |

|Puyallup |Cathlamet |Illahee |Elwha |

|Tacoma |Chelan |Klickitat |Hyak |

|Spokane |Issaquah |Nisqually |Kaleetan |

|Walla Walla |Kitsap |Quinault |Yakima |

|Wenatchee |Kittitas | |Evergreen State Class (3) |

| |Sealth | |Evergreen State |

|Rhododendron (1) | | |Klahowya |

|Hiyu (1) | | |Tillikum |

|NOTE: Passenger only vessels may empty their used oil into tanks located on the dock or on the maintenance barge at Eagle Harbor. Contractor’s trucks drive |

|onto the dock and pump from these tanks. |

|Passenger Only Class (2) |Passenger Only Fast Ferries (2) |

|Kalama |POFF #1 Chinook |

|Skagit |POFF #2 Snohomish |

|PRIMARY TERMINAL TIE-UP SLIP and PUMPING LOCATIONS INFORMATION |

|1 |Anacortes |2 drive on slips, 2 tie up slips (require approximately 300 feet of hose) |

|2 |Bainbridge Island |1 drive on slips |

|3 |Bremerton |1 drive on slips |

|4 |Clinton |1 drive on slips |

|5 |Eagle Harbor shipyard, |1 drive on slip “e” slip |

| |Bainbridge Island |5 tie up slips “a, b, c, d, & f” slips |

| | |Passenger Ferries (barge), Passengers only tie up dock; vessels pump used oil into tank on dock or |

| | |into maintenance barge. Run hose and pump tank or barge. |

|6 |Kingston |1 drive on slips |

|7 |Point Defiance |1 drive on slip |

|8 |Port Townsend |1 drive on slips |

|9 |Seattle – pier 52 |2 drive on slips |

|10 |Vashon |1 drive on slips, 1 tie up slip, (truck cannot get off the island until next morning.) |

|In very rare instances, the following terminal locations may require service |

|11 |Bellingham |Dock side |

|12 |Edmonds |1 drive on slip |

|13 |Everett |Dock side |

|14 |Fauntleroy |1 drive on slip |

|15 |Friday Harbor |1 drive on slip, 1 tie up slip, (Not used much, but if pumped in P.M., more than likely will get |

| | |stranded on island overnight.) |

|16 |Harbor Island |Various docks/shipyards on Harbor Island |

|17 |Keystone |1 drive on slips |

|18 |Lake Union |Dock side |

|19 |Lopez Island |1 drive on slip |

|20 |Mukilteo |1 drive on slip |

|21 |Orcas Island |1 drive on slip |

|22 |Shaw Island |1 drive on slip |

|23 |Southworth |1 drive on slip |

|24 |Tacoma |Various docks/shipyards in Tacoma Area |

|25 |Sidney B.C. Canada |1 drive on slip |

|Drum Pick-ups |

|The following terminals are the primary WFS’s collection sites |Monthly Estimated Drum Pick-ups |

|for used oil filters/oily debris: |(Actual pick-up requests can vary depending on the activity and need of WSF.) |

|Anacortes |5 |

|Clinton |3 |

|Eagle Harbor |3 |

|Fauntleroy |3 |

|Kingston |4 |

|Pier 52, Seattle |6 |

|Pt. Townsend |2 |

|Tahlequah |1 |

|Winslow |1 |

|Total Monthly Estimate( can vary depending on need) |28 |

OFFICE OF STATE PROCUREMENT

PERFORMANCE REPORT

To OSP 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 Purchasing Manager. 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: | |

|Contract No.: |15903 |Title: | |

|Contract Title: |Oil and Bilge Waste Management for Marine Vessels |Date: | |

| | |Phone: | |

Send to:

Purchasing Manager

Office of State Procurement

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: 15903, Oil and Bilge Waste Management for Marine Vessels

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:

STATE PROCUREMENT OFFICER

OFFICE OF STATE PROCUREMENT

PO BOX 41017

OLYMPIA WA 98504-1017

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

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

Google Online Preview   Download