HomeMy WebLinkAbout5.674AMENDMENT OF SOLICITATIONIMODIFICATION OF CONTRACT
2.- AMENDMENTIMODIFICATION NO.
ISSUED 13Y
110/01 /2.01.9
CODIc I (?try
NPS, Lawn - obyll MAi30
600 E. Park [avenue
Part Angolos WA 98362-6798
N- NAME AND ADDRESS OF CONTRACTOR (No., :iron, runty, slhM A,1d71P Codd)
PORT ANGELES, CITY OF
321 F 5TH U
PORT ANGELE:,B WA 98362-3206
coat 00'71307"366
4. REOUISITIONlPURCHA$E REQ. NO. 5. PROJECT NO (11 appijcahta)
7. ADMINISTERED DY (11 olhorll)rin Ifo,)) 6J CODGi_—
DO1:, NPS, PWR - 01,YM MAJ10
600 E. Park Avenue
Parc An )ele:; WA 98362.-6792
tx) GA. AMEND41ENT OF SOLICITATION NO.
9ta: DATrp (Srr17rM 11)
10h O.
MODIFICATION OF CONTRACT/ORDER N�
x P1.4PX00566
100. DATED (SEE ITEM 13)
o2r1.1-/2014
170 he aboVo numboted solicitation IS ernonded as sol to, th 0 Itonl 14, Tho hour ;,ori rlydo spix4ml for receipt of Offers (-)la omended. f::Ue not extended.
Offers must acknowledge raeelilt of this a!Troodiooni prior Ii, thn hour orid dale sporifiod In Ina solieitellon or as amended , by one of the following motllods: (e) By completing
Items 8 anti 15, and relurnlnp copio� of ihlr mnendmont. (h) Sy m.knoviledging receipt of lhla amandmonton oseb copy of the offer subnlilled ; or (C) By
Snparai0 leUer Or tel0f�fan) WhlCh In0ludea a rafdlaiiCe re Isla aelicil3liw)1 Ond aalnndment numhnr,, FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT
TI IF PLAGI: DESIGNATED FOR THE RECEIPT OF OFF L'RS PRIOR TO TI IC I1OUR AND DATr SPF„CIFIF.D MAY RF,$UCI' IN REJkCTION OF YOUR OFFER Pay
virtue of this onlondmenl y,in iiwsire In change an offer already submitted, such change may be mado by foloquim or lollo, provided wash tolrgrdm or tenor mnkes
fefOrenCe l0 the SeliCitallen_3nd IhianimmidanniL and ir rkj�oivec(.pdo to the moning hour and date saocitiod.
12. ACCOUNTING AND APPROPRIATION 13ATA (11 te,quirc.d)
Sc'e sche-dulfe
13 THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO, AS DESCRIBED IN ITEM 14.
A, Till$ CHANGE URDLR Ili ISSUED PUR$UANT TO: (S)xeity aulhoii(y) TI [F_ CHANGE$ $F,T FORTH IN ITEM 14 ARE MADE IN THE CONTRAO'f
ORDER NO IN ITEM 104.
B. THEABOVE NUMBERED CONTRACT/ORDER IS MODINI O TO RF.F,LFCT THE ADMINISTRATIVE CHANCE$ (such as changes in paying odic",
applopnalion date, etc.) SCT FORTH IN ITEM 14, PURSUANT TO THF AUTHORITY OF FAR 43.103(0).
Cxerc-igc an Option yo)r :).n5',with FAT) •117--09
acr clrciance w'
D.OTHLRjSpealyrypeofn)oo;acano,i)lnusidlionly) —
E, IMPORTANT: Contractor Ll i8 not. Dili!) mquirod to sign this document and return _ , 1copiws to the i! awing effic,i,
14. DESCRIPTION OF AMENDMENTIMODIrICA1'IION (Oillanizcd by UCF coclion hoedinps, including solicltahoNoontraol subjecl matter Whores fonsihlc )
c.ontract Inodii:.iCiitioll iihelYJL:',4:i oial'_.iol y( -1a); ;E')llr of" the contract for Fiscal Year 2015
(c?Lic�c_1i 5.vr-
from (ret:vl:)t)r 1., 2014 thr=ough Sopt:embor 30, 2015), T,ijle TtOITA 000:0 :i.:13 added as a
new line, .ite=m in tho r,rnouni, of 5:37, 000. A.11 other i;eriils and conditions re;)iv i.n :i.rl full force
and ef'fer"t.
OLD CONTRACT PRI.C:., r'34, 000 / TNCRIAsr.: $34,000 / NEM CONTRACT PRTC.E, ;putt O()0
!'aylllP)1t 7't31;i'lli:
PP3Q
F013: Dr_ stination
CUr,t:;irulc�d ...
Lxcopt as provided heroin, all terms and condition: of rhw dutwoent
roleroneod in Item 0 A or 10A,
as horotofore changed, lemaiils ufCnongod and io full forco and offoo.
154. NAME AND TI TLr Or SIGNIT Oylx) or print)
10A. NAME AND TITLE OF CONTRACTING OrFICGR (Tyix,� wr p,int)
PHA[ DRA FULLER
158. CON,I�2ACTOT 1 W R
1150
1 TA`ff b UI ERICA
16C. DAfL>/IGfJf/D
�_y� 1 (s Hoof x,o..tyrl�pNHbs )r rurlhoq,c„1lu si„-` ?
110/-7/0A
r.' -rt) . �,�,1 c c_ntr,r f o rii(xw)
NSN 75,10-01-162-6070
STANDAR[) FORM 30 (REV. 10.03)
P(QVIOUS 00111011 U11US8010
Prm;6hod by GSA
FAR (40 CFR) 53.243
REFERENCE NO. OF DOCUMENT BEING CONTINUED AGE OF
CONTINUATION SHEET P14PX00566/0001 ,2 I 2
NAME OF OFFEROR OR CONTRACTOR
PORT ANGELES, CITY OF
ITEM NO.
(A)
SUPPLIES/SERVICES
(B)
QUANTITY
(C)
UNIT
(D)
UNIT PRICE
(E)
AMOUNT
(F)
Period of Performance: 10/01/2013 to 09/.30/2015
0002.0
OPTION YEAR FOUR is hereby exercised in
0.00
accordance with the terms and conditions and
prices of original contract no. P11PX81844. The
lump sum amount for this line item is $34,000,
invoiced quarterly at $8,500 per quarter.
Period of Performance: 10/01/2014 to 09/30/2015
INVOICE & PAYMENT. Payment will continue to be
made by Electronic Funds Transfer on a Net -30
basis. Invoices shall continue to be prepared and
submitted electronically through the IPP system.
REMINDER: Vendor shall upload their business
invoice as an attachment to their IPP invoice
before clicking "submit" in IPP. Point of contact
for invoices/payments is still Clair Kirkman at
(360) 565-3021 or email at Clair—Kirkman@nps.gov.
NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)
Sponsored by GSA
FAR (48 CFRI 53.110
5, A7q
AM.ENDMEN' OF SOLICITATION/TUODIFICATION OF CONTRACT PAGE OF PAGES
2
PRoJECT NO. f/t app{cabb)2, AMENDMENI/MODIFICATION NO
0002
6,ISSUEO BY cooE
NPS, PWR - OLYM MABO
600 E. Park Avenue
Port Angeles wA 98362-6'15'7
8. NAME ANO ADDRESS OF CONTRACTOR (rvo , srea, tunty, state aN ztP c<*b)
PORT ANGELES, CITY OE
Attn: Steve Ronlcerg
321 E 5rH ST
PORT ANGELES WA 983 62_320 6
coDE 0071307366
7. ADMTNTSTEREO BY ffothet han lbn 6)CODE
AMENOMENT OF SOLICITATION NO,
98. OA..EO $EE I'EM 11)
lOA- MODIFICATION OF CONTRACT/OROER NO
P16PX0 0? B 4
1oB. OATED (SEE /7Etr'r3)
03/14/2016
ES TOAME OMENTS OF SOLICITANONS
1. CONIRACTID COOE
3. EFFECTIVE DATE
See Block 16C
PPY
FACILIry CODE
nfteabove numbered solicnalion is amended as set fo.o| in ll€rn 14. The hour and date sp€a'fi€d fo. receipt of Ofiers n is extended. E is nol exlended
Items Sand 15. and retuming _ copies of lie am€fldment; (b) By admorledging receipl of flis amendment on each copy of lhe ofier subma[ed : o. (c) By
s€parale letler or telsgram which incl'rdes a reference lo the sdidtation and amendment numbers. FAILURE OF YOUR ACKNOV\TLEOGEMENT TO BE RECEIVEO AT
THE PIACE DESIGNATED FORTHE RECEIPT OF OFFERS PRIORTO THE HOURANO OATE SPECIFIED MAY RESULT lN REJECTION OF YOUR OFFER lfby
virtre or this amendment you desirc to change an orer dready submitied , such cnange may be made by telegram or letter. provided each lelegram or letier rnates
reference to lhe solicitaliofi and lhis amendme.t, and is received oriof lo tie oDenino hou. and diale soecined.
12. ACCOUNTING ANO APPROPRIATION OAIA fn.egu,red.,
01
Net Increase:$34,000.00
CHECKONE
x
13, THIS ITE ONLYAPPUES TO ITODIFICATION OF CONTRACTS/ORDERS. ITi'ODIFIESTHE CONTRACT/ORDER NO. AS DESCR]AED IN ITEI I4-
A. THIS CHANGE ORDER lS ISSUED PURSUANT TO: (S,€rify auborily) THE CHANGES SET FORTII lN ITEM 14 ARE MAOE lN THE CONTRACT
ORDER NO.IN IIEM 1OA
B. THE AAOVE NUMBERED CONTRACT/ORDER lS MODIFIEO TO REFLECT THE ADMINISTRATIVE CHANGES (sucn as danEqs in paing ofr@,
apryo@ianon date, etc-) SEI FORTH lN ITEM 111, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C, THIS SUPPLEMENIALAGREEMENT IS ENTEREO INTO PURSUANT TO AUIHORITY OE
Exercise opt.ion year in accordance L,ith EAR 52.21'7-09
D ER $pe or modincanon and aukority)
E.IIPORTANT: Contractor -is nol. l!is required !o sign lhis d@menl and retum 1
14. OESCRImON OF AMENDMENT/I,IODIHCAnON (Or!E izod by UCF $dion heedl/lgs, in&dng s,r.rffionMad sfrircl natv,ntee ba"d,/p-)
This modification exercises option year one of the contract for Eiscal Year 2ol-l (effective
from October 1, 2016 through SepterJcer 3Ot 201'7). Contract Llne Item Nunber 00020 is
changed from being included as a non-funded optional line item to being lncluded as an
active, funded line item in the amount of $34,000. A1l- other terms and conditions remain in
fu1l fo.ce and effect.
OID CONTRACT PRICE: $34,000
NET INCREASE: $34,000
NEW CONTRACT PRICE: S68,000
Conti-nued ...
ExcePl as ptovid€d h€roin, allterms and conditions ofthe doormenl r€fsrsncsd in lt€rn I Aor l0A, as heretofore .hanged. rE nains un.nanged gld in tullforce aru e6ect
1 54. NAME AND TrTLE OF SIGNER (TW or $int)164. NAME ANDTITLE OF CONTRACTING OFFICER (B"e orpr,ir,
lA^, S
158. CO 16C OATE SIGNED15C, DATE SIGNEO
tf ruhort (lrgtutuE ol Conbadinq Oriq)
1
L
NSN 754{!01,1524070
Previous edilion unusabl€
t tlt+?ot,et Cner Phaedra l-ulf er
I4 REoutstloN/PURct-tASE REo. No.
looaottz', zs
copies io he issuing omce.
2/a/ t
STATES
STANOARD FORM 30 (REV, 1O{3)
FAF (48 CFR) 53.243
OF
lzfT'
NAME OT OFFEROR OR CONIRACTOR
PORT ANGELES, CITY OF
ITEM NO
(A)(F)
QI,ANTITY
(c)
UNIT
(D)
UNIT PRJCE
(E)(B)
SUPPLIES/SERVICES
Invoice Review Required: Y
Delivery: 09/30/201'l
Pal.ment Terms:
PP3 O
Defivery Location Code: 0 0 0981925 6
NPS, Oltanpic NP
600 E Park Avenue
Port Angeles IIA 98362 US
Account Assiq.m: K G/1, Account: 6100.252R0
Business Area: P000 Commitment Item: 252R00 Cost
Center: PPPWOLYMV1 Eunctional Area:
PPMPSASI z . YC000 0 Eund: 171P103601 Fund Center:
PPPWOLYMV1 PR Acct Assign: 01
FOB: Destination
Period of Performance: 10/07/2015 Lo 09/30/2ol'7
INVOICE & pAYMENT, Palment \^'i11 continue to be
made by Electronic Eunds Transfer on a Net-30
basi6, naking four quarterly invoice palrments for
each year of the contract. Invoices shall
continue to be prepared and submitted
electronically through the IPP system. REMINDER:
Vendor shall upload their business invoice as an
attachment to their IPP invoice before clicking
"submit" in IPP- Point of contact for
invoices /palments is Phaedra Euller at (360)
565-3009 or emai.L phaedra_fullerenps . gov.
oPTtoNAL FORM 3it6 (/t€6)
lnerenerce ro oF DocuMEN I BEING coNr INUED
cONTtNUITtoN SHEETIo r ooroorea zoooz
5 ,b7q
ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGES
IMPORTANT: M3rk all
l DATE OF OROER 6 SHIPTO
1
b, DELIVERY
11w,th conlracl endo, orcler numbers
3. ORDER NO-
P14PXo0566 NPS, Ol]mpic NP
b STREETADORESS
600 E Park Avenue
A NAME OF CONSIGNEE
N/A
. ztP coDE
98362
5. ISSUING OFFICE (/Cd&Ess @.res.ptd€,t8 b)NPS, PWR _ OLYM MABO
500 E. Park Awenue
Port Angeles WA 98362-6'198
A. l{AX OF CONTRACTOR
PORT ANGEIES, CITY OF
7TO
8 TYPE OF OROER
. STFEET ADORESS
321 E sTH ST
d CITY
PORT ANGELES
9 ACCOUNTING AND APPROPRIATION DATA
01
11 BUSINESS CtASSTFICATION (Ch@k ap./-o,/i,.. hor(as],
- a SMAIL X b OTHER THAI SMAU - c OTS/\DV NTAGED
. ]i. - g. TIPMENOWNED SUALL BUS|TIESS (V\OSB)
SER!'ICEOEAALED - EIIGEI.E UI{DER TIIE
'AOSB
PROGFA
d WOMEN{WNED e HUBZon€
h Eolr/osB
r7- SCHEDULE (se€ r€y€.5. ro. F..iGrbn.)
Eac€d 16. blhg irstructir's o.' t|€
r3rrss€, ti! (blivry q&r is
srtiod ro i}sfi-dirE cdlt in€d or1
nis sid€ ont ol lh6 brm 'ld !r
issr€d 6rt'jecl to tl'€ tfin! 'lddrditidB ol u'o aDov€-rumb..€d
10, REOUISITIONING OFFICE
NPS, OLY!{PIC NP
12 F.O.B. POtm
Destination
13. PLACE OF 15 OISCOUNTTERMS
PP3O
a INSPECTION
Desti.nat ion
2 CONTFACT NO (nan )
4 REOUISITION/REFERENCE NO
0040118985
c CITYPort Angeles
d STATE
WA
6 STAIE
!JA
i ztP cooE
98362-3206
Plea6€ tumi.h th€ lollo.,ing o.1 t'€ l€rhs
rrld.6.l(!itbh6.p€oIEd on both sid€s .,
rhk ofthr and ql U'€ €ttdled shet, it
anv irEludim d.liw e6 indiEr6d
f a. PuRCHASE
REFERENCE YOUR
b. ACCEPTANCE
Destination /A
14 GOVERNMENI&ANO 15 OELIVERTOFOB POINT
ON OR BEFORE /DAt9'09/30/2014
SI,PPLIES OR SER'VICES
(b)
QUAI'IT|IY
ORDERED
(c)
UNII
(d)
UNIT
PRICE AI'OUNI
o
(OLYM) Exercise contract option year threefor vendor to continue providing
af ter-hours dispatch/eme!gency
comunications services for Ot]4!pic
National Park, wA,
Continued
1B SHIPPING POIMT 19 GROSS SHIPPING \AIEIGI{I 20 TNVOTCE NO
21. MA|L TNVOTCE rO:
Invoice Processing Platform System
$34,000.00
$34,000.00
b. STREET ADDRESS
(or P.O. Box)
US Depaltment of Treasury
http: / /w$w. ipp, gov
iTEM NO
(.)
22 UNITED STATES OF
AMERICABY fgg"sturE)
Z3 N,,,E (tyd)
PHAEDRA EULLER
TITLE: COTTTRACTING/oRDERING OFFICER
OUANTITY
ACCEPIEO
(s)
17(0
GRAI'IO
TOTAL
AUDbREEO FOi LOCIL REPROOUCION
PREVIOIJS EOMON NOI USTA.E
OrIloi|AL FORX L7 n- D!2'.lld u, 6sraF o crR 5! 21il
ORDET, rOR SUPPLIES OR SERVICES
wilh conlract 6ndy'or ordd numbers.
PAGE OF PAGES
1 11
IMPORTANT: Ma'K aII
I OATE OF OROER
7. TO:
.. M,JE OF COI{TRAGToR
PORT ANGELES, CITY OF
3, ORDER NO.
P14PX00565
a. iIAME Of COIISIGNEE
NPS, OLynpic NP
b, STREETAODR€SS
600 E Park Avenue
t sHtP vtA
N/A
10. REOUISITIONING OFFICE
NPS, OLY!,IPIC NP
Eo. vorenon'a:o fl .. r0s&."
I h EDvrosB
17. SCHEDULE t5..,tr6. tor R44 ott )
6 SHIP IO
8 TYPE OF ORDER
.. ZP CODE
94362
E u. oeuveav
c STREET AOORESS
321 E sTH ST
d, CITY
PORT ANGELES
A. ACCOTJI{TINGATD APPROPRIAI1oN DATA
01
1r. BusrNEss ctAsSFrcAn.N GtEr,* Dp.opti.b !et($))
Ia.s A[ E] r orHER IHAN sr4alL f] c.osAov r{r GEo
f I r. i-'l s u,oEN-()!lNEo stlall BusNEs{l (\'()sa)* seRrct-otslgLeo .- ELlGtBt E UNoER THE tatDsa PRoGIllra
Exc.9t b. brnhg hsttr.dst! dl tx
lavrr!€, Ua di,IltY adt ir
6di€d lo ilstu.{d! oq iEd o.1
$b sido qty d t$ lqln ild L
iss€d lqbi€ct k u5l m.!nd
ddi0d. ol tl. rlovs{iflb.Gd
12. F.O.B. POlMr
0egtination
13, PI.ACE OF 16. OTSCOUNTTERiIS
PP3O€. INSPECTION
Destination
2, COMIRACT NO I/"'Y'
4, REOUISMON'REFER€NCE NO,
0040118985
d, STATE
WA
a CIrYPort Angelee
Plllle ftrirh lho foloMng on lh. btmt
ad .ondlior!.p€df.d o. boh !i&! ot
lh ! o.d.r ,rd m tha a[*n6d stb€I, il
!d. inctu&lo dgliwl .5 indicatgd.
Elr. PuRclras€
REFERENCE YOUR
6 STATE
WA
t ztP coDE
98362-3206
15. OELiV€R TO E.OB POlm
ON OR BEFORE TOab,
09 / 30 /2014
/A
14, GOVERNMENT B/L NO,
b. ACCEPTA{CE
Destination
UNIT
PRICE
(.)
AMOUNT
(0
quArnrY
OROEREO
(o)
UNTI
(d)
SUPPLIES OR SERVICES
{b)
(OLYM) Exercise contlact opt
for vendor to continue Ploviding
af ter-hours dispatch/emergency
conununications services for OI)EIrpic
National Park,9lA.
th reeion year
Continued
20. rworcE No.19, GROSS SHIPPTNG I/\EIGHT18, SHIPPING POINT
21 . MA|L llWOlCE rO:
$34,000.00
Invoice Processing Platfortn Systern
s34,000.00
b STREETAOORESS
(or P.o Bd)
US Departnent of Treasury
http: //www. ipp. gov
ITEM NO,
(6)
22- UNITED SIAIES Of
ATTERtCABY lsigrat{e,
23-NNIE (lfd)
PHAEDRA FI'LLER
TI'LE: COI{IRACTINGIoROER]IiG Of FICER
ouAl{rfl
ACCEPTED
(s)
17('
GFIAND
TOIAL
(
,.t tlloRrz€o FoR toc^! REPROOTJCTTOI{
PREVXIJS ED|IION iIOI USTETE
oPnOnAf FORiI !,|7 rE aln
5. rsSUlNG OFFrcE fl&sss c'res.Dh(cnca lo)
NPS, PWR . OLYM MABO
600 E. Park Avenue
Polt Angeles 9lA 98362-6798
ORDER FOR SUPPLIES OR SERVICES
SCHEDULE - CONTINUATION
PAGE NO
OATE OF ORDER
ITEM NO
00010
with co.trad sid/or ordsr ru6b6s
TOTAL CARRIED FOR!\ARO TO 1 SI PAGE
OROER NO,
P14 PXo 05 6 6
Ot,A TTTY
ACCEPfEO
rc)
NO
(b)
SUPPLIES/SERVICES OUANTTTY
ORDEREO
(c)(d)
UNIT UI{IT
PRlcE
(€)
34, 000 . 00
Admin Office:
DOI. NPS, PVJR - OLYM MABO
600 E. Park Avenue
Port Angeles VIA 98362-6798
Account Assig nent: K G/L Account:
6100.252R0 Business Area: P000 Co(Enitment
Iten: 252R00 Cost Center: PPPAOTYMV1
Functional- Area: PPMPRLElZ. t00000 E\rnd:
144P103601 E\rnd Cente!: PPPWOLYI4V1 PR Acct
Assign Line: 01
Period of Performance: 70/0f/2473 to
o9/30 /20L5
History/Sumtrary: O!iginal contract
P11PX81844 could not continue to be
modified aDd vJil1 be closed out, replaced
with this contract, P14PX00565, for option
years three and four. The terms and
conditioDs of the original contract, as
revised, are fuI1y incorporated into thj-s
contract and shal1 remain in ful"l force and
effect.
OPTION YEAR THREE is hereby exelcised in
accoldance with the terms and conditions
and prices of original contract no.
P11Px81844. The lump sum anount for this
Iine item is S34,000, invoiced qualterly at
$8,500 per qualte! (lefer to the contract
Price Schedule in Section B of the attached
terms and conditions). Option Year Thr:ee is
in effect from October 1, 2013 through
SepterJcer 30, 2014.
It Approval Nl]m: N
Period of Perforftance: lOlO7/20L3 Lo
09/30 /20t4
amount of award! S34,000.00. The
for this award is shown in box
Palments wiLl be nade by Electronic funds
Transfer on a Net-30 basis. Invoices sha1l
be prepared and submitted electronically
thlough the Dept, of Intelio!'s "IPP"
systeE (lefer to the nIPPn clause).
The total
obligation
Continued
AUTIjoRIZED FOR LOCAL REPODTrcION
PREVIOIJS EDTloN NOT I/SAAIE
OPnOrlAL fOU !a! ol.. .ac)
E*u. r e 6^i (.t cFR) ts2ri(t
s 00r
ORDER FOR SUPPLIES OR SERVICES
SCHEOULE . CONTIN N
contracl aftyo. ord€r rumb€rs
PAGE NO
DATE OF OROER
ITEM NO
AUTHOiIED FOR L"CAL
ORDER NO
P14 PXo 05 6 6
OUAITITY
ACCEPIEO
(s)
TOTAL CARRIEO FORIAARD TO 1 ST PAGE
CONTRACT NO
UNITSUPPLIESTSERVICESQUANNry
ORDEREO
UNTT
PRICE fl
17 (i) .
OPTIOIAL FORII i4A ,a- @8,PftEvrolJs Eomo{ NoT usa![E
Contract no. P14Px00565, Terms & Conditions (Clauses)
A. SUMMARYOFCHANGES
Some clauses have been changed from the original contracr @l lPX818,l4) as follows:
(a) Clause no. 52.204-06, Data UDiversal Numbering System (DUNS) which was included by full text in the original contract is
hereby removed because this clause is only required to be included in solicitations (request for quotes/proposals) and not required to
be included in contract awards. However, vendor is still responsible for maintaining a DIINS number.
(b) Ctause no. 52.204-07, Central Conractor Registration which was included by full text in the original contract is her€by
removed because this clause is only required to be included in solicitations (request for quotevproposals) and not required to be
included in contract awards. However, vendor is still responsible for maintaining electronic r€gistration in the System for Award
Management (SAM) daubase, which replaced Central Contractor Registration (CCR).
(c) The January 201 I version ofClause no. 52.213-04, Terms and Conditions-Simplified Acquisitions (Other Than Commercial
Items) which was included by ftll text in tbe original contract is no longer applicable, and is replaced by rhe January 2014 version of
the clause, inserted herein in full text in Section [.1.
(d) Clause no. 52,243-01, Changes-Fixed Price, Alternate III, which was included by full text in the original contract was
included by mistake because Altemate III was not applicable. This contract replaces Ahemate II] with Alternat€ I, inserted her€in in
full text in Section I.4.
(e) The original mntr-act included in Special Section H the full text of Executive Order 13513, Prohibition on Text Messaging
and Using Electronic Equipment Supplied by the Govemment While Driving, dated October 2009. The Federal Acquisitior
Regulation added clause no. 52.2223-l E, Encouraging Contractor to Ban Text Messaging While Driving, dated August 201 I as the
clause to insert in all solicitations and mntracts, in Section l, rather than including the executive order in Section H. This contract
incorporates by full text the clause at 52.223-18, in Section I.5.
(0 Department oflnterior Electronic Invoicing and Payment RequiremenlsJnvoic€ Processing Platform (IPP) is hereby added as
new clause in section 1.6, applicable to this contract for option years three and four.
Contract no. P14PX00566, Terms & Conditions (Clauses)
B.I SCHEDULEOF SERVICES AND PRICES
Prices for the base year and four option years were awarded as firm-fixed prices at time ofaward, based on the Memorandum of
Undentanding which established the process by which Olympic National Park's annual share for receiving PENCOM service is
calculated.
Should the City ofPort Angeles, PENCOM, decide to increase Olympic N*ional Park's annual share for service, they shall notiry the
Contracting Ofiic€r in writing, and in advanc€ oftbe effective period for the increase. As long as the method of determining the
increase followed the procedures outlined in the Memorandum ofUnderstanding, including Addendum l, the Contracting Officer will
equitably adjust the contract to incorporate the new annual share via a contract modification. The modification will be issued in
accordance with contract clause 52.243-01, Changes-Fixed Price, Altemate I, ard shall requfue signatue ofboth parties.
The Govemment will continue to make quarterly inyoic€ payments at the beginning ofeach quarter; however, if service stops within
the quanerly period in which paymenl was made, the Goy€mment shall be reimbursed for services not performed.
Each fiscal year is comprised offour quan€rs. Each quarter is three months- Quarterly periods are based on the Govemment's fiscal
year, no the calendar year. Pricing per fiscal year is as follows:
BASE YEAR (Fiscal Year 20 I I ) - - Contract Pl IPX8l844
$25,500 ($8,500 per quarter) for thrce quarteB, from 0l/01/201l, - 0913012011
Quarter 2: January I, 201 I - March 31, 201 I
Quarter 3: April l, 201 I - June 30, 201 I
Quarter 4: July l, 201 I - September 30, 201 I
OPTION YEAR ONE (Fiscal Year 2012) - - Coutract P I I PX8l844:
$34,000 ($8,500 per quaner) for four quaners, from I 0/0 I /20 I I - 091301201,2
Quarter l: October l, 201I - December 3l, 201 I
Quarter 2: January l, 2012 - March 31, 2012
Quarter 3: April 1,2012 - Jluul,e 30,2012
Quart€r 4: July I , 20 I 2 - September 30, 20 I 2
OPTION YEAR TWO (Fiscal Year 2013) - - Contract Pl I PXE ! E44:
$34,000 ($t,500 per quarter) for four quarten, from 10/01/2012 - 09l31l2}l3
Quarter l: October I ,2012 -Decnmber 31,2012
Quarter 2: January l, 2013 - March 31, 2013
Quarter 3: April l, 2013 - June 30, 2013
Quarter 4: July l, 2013 - September 30, 2013
o PTION YEAR THREE (Fiscal Year 2014) - - Con ct P14PX00566:
$34,000 ($8,500 per quarter) for four quarters, from l0/01/20I3 - 0913012014
Quarter l: October 1, 2013 - December 31, 2013
Quarter 2: January l, 2014 - March 3l,20l4
Quarter 3: April l, 2014 - June 30, 2014
Quarter 4: July l, 2014 - September 30, 2014
OPTION YEAR FOIJTR Giscal Year 20l5) - - Conr-acr PI4PX00566:
$34,000 ($8,500 per quarter) for four quanen, Aom l0/0 U2014 - 0913012015
Quaner l: October l, 2014 - D€cemb€r 31, 2014
Quarter 2: January 1, 2015 -March 3 l, 201 5
Quarter 3: April l, 2015 - Jrme 30, 201 5
Quarter 4: July l, 201 5 - September 30, 201 5
SECTION B.. SUPPLIES OR SERVICES AND PRICES
Contract no. P14PX00556, Terms & Conditions (Clauses)
SECTION H -- SPECIAL CONTRACT REQUIREMENTS
H.l DSC-17 WAGE RATES (January 1999)
U.S. Department oflibor Service Cont-act Act wage determiration no. 05-2559, revision 16, dated 06/2512013, is incorporated into
this conlract as Attachment no. l, as referenced in Section J. This wage determination supersedes any previous version included in
original conn-act Pl IPx818,14.
Contract no. P14PX00565, Terms & Conditions (Clauses)
SECTION I -. CONTRACT CTAUSES
I.l 52.213-04, TERMS AND CONDITIONS-SIMPLIFIED ACQUISTIONS (OTHER THAN
COMMERCIAL ITEMS) (January 2104)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference:
( I ) The clauses listed below implement provisions of law or Executive order:
(i) 52.222-3,Convict Labor (June 2003) (E.O. I1755).
(ii') 52-222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. I 1246).
(iii) 52.222-26,E4ual Opporrunity (M 2007\ <E.O.11246).
(iru) 52.222-50, Cnibating Trafficking in Persons (Feb 2009) (22 U.S.C.7l0(g)).
(v) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.o.s, proclamations, and statutes administered by fie
Office ofForeign Assets Conrrol ofthe Department ofthe Treasury).
(vi) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(vii) 52.2334, Applicable Law for Breach ofContract Claim (Ocr 2004) (Pub. L. 108-77, 108-78).
(2) Listed below are additional clauses that apply:
(i) 52.232-l,Payments (Apr l9E4).
(ii) 52.232-8, Discounts for Prompt Paymenr (Feb 2002).
(iiD 52.232-l I, Extras (Apr l9t4).
(iy') 52.232-25,Prcmpt Paym€nr (Jul 2013).
(v) 52-232-39, Urctforceability of Unauthorized Obligations (Jun 2013).
(vi) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 20 l3)
(vii) 52.233-1, Disputes (July 2002).
(viii) 52.2114-6, Subcontracts for Commercial ltems (Jul20l3).
(ix) 52.253-1, Compurer GeBerared Forms (Jan l99l).
(b) The Conaactor shall comply with the following FAR clauses, incorporated by reference, unless the circumstarces do not apply:
( I ) The claus€s listed below implement provisions of law or Executive order:
(i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JuL 2013) (Pub. L. 109-282) (31
U.S.C. 6l0l note) (Applies to conEacts valued at $25,000 or more).
(ii) 52.222-19,Child Labor-{ooperation with Aufiorities and Remedies (Jan 2014) (E.O. 13126). (Applies to contracts for
supplies exceeding the mioo-purchase threshold.)
(iii) 52.?22-20, W alsh-Healey Public Contracts Act (Oct 20lO) (41 U.S.C. 35-45) (Applies to supply contracts over $l5,O0O
in the United States, Puerto Rico, or the U.S. Virgin Islands).
(iv) 52.222-35"Equal Opportunity for Veterans (Sep 20I0) (38 U.S.C. 4212) (applies to contracts of $100,000 or more).
(v) 52-222-36, Affirmative Action for Worken with Disabilities (Oct 2010) (29 U.S-C. 793). (Applies to contracts over
$15,000, unless the work is to be performed outside the United Srares by employees recruited outside the United States.) (For
purposes ofthis clause, United Stales includes the 50 States, the District of Columbiq Puerto Rico, the Northem Mariana
Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.)
(vi) 52.222-37 , Employment Reports on Vetemns (Sep 2010) (38 U.S.C. 4212) (applies to contrac8 of $ 100,000 or more).
(vii) 52.22241, Sewice Conaad Act of 1965 (Nov 2007) (41 U.S.C. 351, e, req.) (Applies to service contracts over $2,500
that arc subject to the Service Contract Act and will be performed in the United States, District of Columbi4 Pueno Rim, the
Northem Mariana Islands, American Samo4 Guarn, the U.S. Virgin Islands, Johnston Island, Wake Island, orthe outer
mntinental shelf lands.)
(viii) 52.223-5, Pollution Prevention ard Righl-to-Know Information (MAy 201 I ) (E.O. 13423) (Applies to sewices
performed on Federal facilities).
(ix\ 52.223-15,Energr Efficiency in Enerry-Consuming Products (DEc 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to
23.204, applies to contracts when eners/-consuming products listed in the ENERGY STAR@ Program or Federal Energy
Management Program (FEMP) will be-
(A) Delivered;
(B) Ac4uired by the Contractor for use in performing services at a Federally-contolled facility;
Contract no. P14PX00566, Terms & Conditions (Clauses)
(C) Fumished by the Contractor for use by the Govemment; or
(D) Specified in the design ofa building or work, or incorporated during irs construction, renovation, or mai enanc€.)
(x) 52.225-1, Buy American Act-Suppties (Feb 2009) (41 U.S.C. l0a-10d) (Applies to contracts for supplies, and to
cootracts for services involving the fumishing ofsupplies, for use in the United States or its outlying arcas, ifthe value ofthe
supply contract or supply portion ofa servic€ contract exceeds the micro-purchase threshold and the acquisition-
(A) Is sa aside for small business concems; or
(B) CaDnot be set aside for small business concems (see 19.502-2), and does nol exceed $25,000).
(n) 52.232-33, Payment by Elecftonic Funds Transfer-System for Award Management (Jul 2013). (Applies wh€n the
payment will b€ made by electronic funds transffl (EFT) and the payment offce us€s the System for Award Managem€nt
(SAM) database as its source ofEFT information.)
(xii) 52.232-34, Payrnent by Elecrronic Funds Transfer--Other than System for Award Management (JuL 2013). (Applies
when the payment will be made by EFT and the payment offic€ does nol use the SAM darabase as ils sourc€ ofEFT
information.)
(xiii) 52.247-64,Prcference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (,t6 U.S.C. App. 1241). (Applies
to supplies transport€d by ocean vessels (except for the types of subcontracts listed al 47.504(d).)
(2) Listed below are additional clauses that may apply:
(i) 52.209{, Protecting rhe Governmer 's Interest When Subcontracting with Contractors Debar ed, Suspended, or Proposed
for Debarment (AUG 2013) (Applies to contracts over $30,000).
(ii) 52.21l-17, Delivery ofExcess Quantities (Sept 1989) (Applies to fixed-price supplies).
(iii) 52-226-6,Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. I 10-247) (Applies to
contracts greater than $25,000 that provide for thc provision, the service, or the sale offood in the United States.)
(iv) 52.247-29,F.o.b. Origin (Feb 2006) (Applies to supplies ifdelivery is lo.b. origin).
(v) 52.247-34, F.o-b. Destination (Nov 1991) (Applies to suppties ifdelivery is f.o.b. destinaion).
(c) FAR 52.252-2, Clauses lncorpord.ed by Reference (Feb,t998r. This cortract incorporates one or more clauses by reference, with
the same force and effect as ifthey were given in fult text- Upon reques! the Contracting Ofncer will make their full text available.
Also, the firll text ofa clause may be a..€ssed electronically at thivthese address(es):
httpr://www.acquisition.gov/far
http://www.ios.doi.pam/aindex.html
(d) Insryctioty'Acceptance-The Co\ta.tDt shall tender for scceptance only those items that mnform to the requirements ofthis
mntract. The Govemment reserves the right to inspect or test any supplies or s€rvices that have be€n tendered for accePtance. The
Goyemment may require repair or replacement ofnonconforming supplies or reperformance of nonmnforming servic€s at no increase
ill co ract price. The Govemment must exercise its postacceptance rights-
(1) Within a reasonable period oftime after the defect was discovered or should have been discovercd; and
(2) Before any substantial change occurs in &e condition ofthe item, unless the change is due to the defect in the item.
(e) F-xcusable delays. The Contractor shall be liable for default unless nonperformance is caused by ao occurrence beyond the
reasonable mntrol ofthe Contractor and without its fault or negligenc€, such as acts ofGod or the pubtic enemy, aots ofthe
Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe
weather, and delays ofcommon carriers. The Contr-dctor shall notiry the Contracting Officer in writing as soon as it is reasonably
possible after the commencement ofany excusable delay, setting forth the futl particulars in connection therewith, shall remedy sucb
occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer ofthe cessation ofsuch
occltrrEnce,
(f) Terminationfor lhe Governmenl's convenience, The Govemment resewes the right to terminate this contmct, or any part hereof,
for its sole convenience. In the evenl ofsuch terminalion, the Contractor shall immediately stop atl work hereunder and shall
immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms ofthis contract the Contractor
shall be paid a percentage ofthe conu'act price reflecting the percentage ofthe work performed prior to the notice ofterminatioo, Plus
reasomble charges that the Contractor can demonstrat€ to the satisfaaion ofthe Govemment, using its standard record keeping
syst€m, have resulted from the termination. The Contractor shall not be required to comply with the mst accounting standards or
contract cost principles for this purpose. This paragraph does not give the Govemment any right to audit the Contractor's records. The
Contmctor shall not be paid for any work performed or coss incuned thal reasonably could have been avoided.
Contract no. P14PX00566, Terms & Conditions (Clauses)
(g) Termination for car.,rse. The Govemment may terminatc this contract, or any part hereof, for cause in the event ofany default by the
Contractor, or ifthe Contmctor fails to comply with any contract terms and conditions, or fails to provide the Govemment, upon
request, with adequate assurances of future performance. In the eveat oftermination for cause, the Govemment shall not be liable to
the Contactor for any amount for supplies or services not accepte4 ard the Contractor shall be liable to the Govemment for any and
all rights and remedies provided by law. If it is determined that the Govemment impropcrly terminated this conlrdct for defaul! such
terminarion shall be deemed a termination for convenience.
(h) Waftanty. TlJ,e Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the
particular purpose described in this contract.
1.2 52.217-08, OPTION TO EXTEND SERVICES (November 1999)
The Govemment may require continued performance ofany services within $e limits and at the rates specified in the contract. These
rates may be adjusted only as a result ofrevisions to prevailing labor rates provided by the Secretary ofLabor. The option provision
may be exercised more than once, but the tota[ extension of perfomance hereunder shall not exceed 6 months. The Contracting
Ofiicer may exercise the option by written notice to the Contractor within the term ofthe contract.
I.3 52.217-09. OPTION TO EXTEND THE TERM OF THE CONTRACT (March 2000)
(a) The Government may extend the term ofthis mntact by $,ritten notice to the Contractor within the performance period ofthe
contract; provided that the Goyemment gives the Contractor a preliminary written notice of its intent to exterd at least 30 days before
the contract expires. The preliminary notice does not commit the Government to an extension.
(b) Ifthe Govemment exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration ofthis cortract, including the exercise ofany options under this clause, shall not exceed 60 months.
1.4 52.243-01, CHANGES-FIXED PRICE (August 1987), Alternate I
(a) The Conaacting Officer may at any time, by written order, and without notice to the sureties, ifany, make changes within the
general smpe oflhis contract in any one or more ofthe following:
(l) Description of servic€s to be perfomed.
(2) Time ofperformance Q:e., hours ofthe day, days ofthe week, etc.).
(3) Place ofperformance ofthe servic€s.
(b) lfany such change causes an increase or de$ease in the cost of, or the time required for, performance ofany part ofthe work
under this contract, whether or not changed by the ordel the Contracting Officer shall make an equitable adjustment in the cortract
price, the delivery schedule, or both, and shall modify the cont"act.
(c) The Contracior must assert its right to an adjustment under this clause within 30 days from the date ofreceipt ofthe written order.
However, ifthe Contracting Officer decides that the factsjustiry i! the Contracting Officer may receive and act upon a proposal
submitted before final payment ofthe contract.
(d) Ifthe Contractor's proposal includes the cost ofproperty made obsolete or excess by the changc, the Contracting Officer shall have
the right to prcscribe the manner ofthe disposition ofthe property.
(e) Failue to agrce to any adjustrnent shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the
Confiactor from proceeding with the mntract as changed.
Contract no. P14PX00566, Terms & Conditions (Clauses)
I.5 52.223.18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE
DRIVING (August 201l)
\^) Dertnitions. As used in this clause-
"Driving"-
(l) M€n5 operating a motor vehicle on an active roadway with the motor running including while temporarily stationary
because oftraffic, a traffic light, stop sign, or otherwise.
(2) Does not include operating a motor vehicle with or without the motor running when one has pulled over ro th€ side of or ofl
an active roadway and has halted in a location where one can safely remain stationary.
"TeX messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of
shod message s€rvice texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of
electronic data retrievat or electronic data communication. The term does not include glancing at or listening to a navigational
device that is secured in a commercially designed holder affixed to the vehicle, prcvided that the destination and route are
programmed into the device either before driving or while sopped in a location offthe roadway where it is safe and legal to park.
(b) This clause implements Executive Order 13513, Federal l,eadership on Reducing Text Messaging While Driving, dated October I,
2009.
(c) The Contmctor is encouraged to-
(l) Adopt and enforc€ policies that ban text messaging while driving-
(i) Company-ovmed or -rented vehicles or Govemment-owned vehicles; or
(ii) Privately-owned vehicles when on offcial Govemmeot business or when performing any work for or on behalfofthe
Govemment.
(2) Conduct initiatives in a manner commensurate with the size ofthe business, such as-
(i) Establishment ofnew rules and programs or re-evaluation of existing programs to prohibit text messaging while driving;
and
(ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving.
(d) Subcontracts-T\e Contractor shall insert the substance ofthis ctause, including this paragraph (d), in all submntrarts that exceed
the micro-purchase threshold.
I.6 DEPARTMENT OF INTERIOR ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS -
INVOICE PROCESSING PLATFORM (lPP) (September 201l)
Payment requests must be submitted elecfionically through the U. S. Department ofthe Trcasury's lnvoice Processing Platform
System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To
mnstitute a proper invoice, the payment request must comply with the requirements identified in the applicable PromPt Payment
clause included in the contract, or the clause 52.212-4 Contracl Terms and Conditions - Commercial ltems included in commercial
item mntracts. The IPP website address is: https://w$r,,r.ipp.gov.
Under this contrrct, the following docuEeDts are r€quired to be submitted ss an attachment to the IPP invoice: yendort
business invoice (atta ch the business invoice as a ,Ddf attach to the IPP invoice).
VENDOR'S F ILURE TO ATTACH THE I]IRf,D DOCIIMENTATION AS SPECIFIED ABOVE L RESULT IN
The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor
Government Business Poinl ofcontact (as listed in the System for Award Management (SAM) database) will receive enmllment
instructions via email ftom the Federal Reserve Bank ofBoston (FRBB) within 3 - 5 business days ofthe contract award date.
Contractor assistanc€ with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.ftt.org or
phone (866) 973-3131.
Ifthe Contractor is unable to comply with the requirement to use IPP for submining invoices for payment, the Contractor must submit
a waiver request in writinB to the Contracting Officer with its proposal or quotatior.
THE IPP INVOICE BEING REJECTED.
Contract no. P14PX00556, Terms & Conditions (Clauses)
SECTION J -- LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS
J.1 LIST OF ATTACHMENTS
Attachment Tille Total Pages
ll0lU.S. Department of Labor
Service Contract Act wage
Determination no. WD 05-
2559 (revision 16) dated
6t2st13
Contract no. P14PX00566, Attachment 1
WD 05-2559 (Rev.-16) lras first posted on Nw1r. rrdol. gov on 06/25/201,3
REGISTER OF WAGE DETERMINATIONS UNDER
THE SERVICE CONTRACT ACT
By direction of the Secretary of Labor
Diane C. Koplewski
Director
Divlsion of
wage Determinations
U. S. DEPARTMENT OF LABOR
EMPLOYMENT STANDARDS ADMINISTBATION
WAGE AND HOUR DTVI SION
WASHINGTON D. C. 2O27O
2005-2559
16
06/79/2073
wage Determination No. :
Revision No.:
Date Of Revision:
State: washington
Area: Washington Counties of CIaIIam, Glays Harbor, Jefferson, Kitsap, Mason
**Fringe Benefits Required Eo11ov,, the occupational Listing**
OCCUPATION CODE - TI TLE FOOTNCTE RATE
01000 -
01011
01012
01013
01020
01040
010 51
010 52
010 60
0r.070
010 90
01111
01772
0 r. 113
o!L20
0114 1
01191
01192
o1,2 6t
o1262
01263
otz't 0
0r.280
01290
01300
0131 1
or312
01313
01320
0 r.410
07420
015 31
0r.532
01533
01 611
ot612
01 613
Idllinistrativ€ Suppolt and Clerical Occupatione
- Accounting Clerk I
- Accounting Clerk II
- Accounting Cferk If f
- Ad&i-nistrative Assistant
- Court Reporter
- Data Entry Operator I
- Data Entry Operator 11
- Dispatcher, Motor vehicle
- Docr.rment Preparation Clerk
- Duplicating Machine Operator
- General C
- General C
- Genera.l C
- Housing R
- Messenger
lerk I
lerk II
]erk IlI
eferral Assistant
CourierKI
K II
I
II
III
15.56
t1 .41
19.54
23.12
19.01
t4 .31
15. 69
22.39
13.60
13. 60
t2 .68
14.80
),6.82
2L,87
73.25
14.60
16.10
16.87
18.88
21.05
2L.lO
74 .41
16.18
1,1 .49
t-t . 49
19.57
21.81
1?.13
23 .3'7
19.01
13.37
14.50
15. 53
17.01
19. 09
2L.35
- ordex Cler
- order Cler
- Persomel Assistant (Enployment )
- Personnel Asslstant (Enployment )
- Personnel Assistant (Emplo)rnent )
- Production Control cLerk
- Receptionist
- Rental Clerk
- Scheduler, Maintenance
- Secretary I
- Secretary II
- Secretary f Il
- Service Order Dispatcher
- Supply Technician
- Survey Worker
- Travel- clerk I
- Travel Clerk II
- Travel Clerk III
- word Processor I
- Word Processor II
- Word Processor 1II
1
0so00 -
05005
0501-0
05040
0507 0
05110
05130
05160
05190
05220
05250
05280
05310
05340
05370
05400
22.06
27 .36
2t.36
22.42
21, .36
22.14
20.65
27 .36
22,06
2t.36
14.81
22 .82
07000 -
07010
07041
o7042
07070
07130
01270
o'7260
Contract no. P14PX00566, Attachment 1
AlrtoDotive Servic. Occupations
- Automobile Body Repairer, Fiberglass
- Automotive Electrician
- Automotive Glass Instal-fer
- Automotive Worker
- Mobile Equipment Servicer
- Motor Equlpment Metal- Mechanic
- Motor Eguipment Metal Worker
- Motor Vehicle Mechanic
- Motor Vehicle Mechanic Hefper
- Motor Vehicle Upholstery Worker
- Motor Vehlcle Wrecker
- Painter, Automotive
- Radiator Repair Specialist
- Tire Repa.irer
- Transmission Repair Special i st
Eood PreparatioD and Servic€ Occupationa
- Baker
- Cook I
- Cook II
- Dishwasher
- Food Servlce Worker
- Meat Cutter
- Waiter/Waltress
Furnitule I'laintenance and Ropair OccutrEtiong
- Electrostatic Spray Painter
- Furniture Handler
- Furniture Re finlsher
- Furniture Refini-sher Hefper
- Furniture Repairer. Minor
- Upholstere!
09000 -
09010
09040
09080
09090
0 9110
09130
15.16
14.37
15.?5
9.95
11. . 19
21.24
13.40
20.54
16.1.5
20.54
17.86
20 .54
23.10
20.83
24 .6't
18.12
11000 -
1103 0
11060
11090
77722
11150
!1210
t),240
\7260
1127 A
11330
11360
11.98
11.98
1,8 .28
14.53
15.32
15. 07
11.48
13.84
17.18
15. 07
16 ,44
12000 -
12 010
72077
1,201,2
72075
),2020
t2025
L2030
72035
72040
G€n.ra1 Servic€s And Sutpoat Occupationa
- CLeaner, Vehicles
- Elevator Operator
- Gardener
- Housekeeping Aj.de
- Janitor
- Laborer, Grounds Maintenance
- Maid or Houseman
- Pruner
- Tractor q)erator
- Trail Maintenance Worker
- Window Cleaner
llea].th Occupation8
- Anbulance Driver
- Breath Alcohol Technician
- Certified Occupational Therapist Assistant
- Certified Physj.cal Therapist Assistant
- Dental Assistant
- Dental Hygieni st
- EKG Technician
- Electroneurodiagnostlc Technologist
- Emergency Medical Techni cian
45.
,o
08
94
94
2
23.70
12071
12072
L20'7 3
1210 0
721,30
L2L60
12r90
).221O
12227
L2222
L2223
12224
12235
12236
L2250
L2280
r.2305
1237L
12312
12313
123),4
12 315
12316
].231'1
Contract no. P14PX00566, Attachment 1
li-censed Practical Nurse I
Licensed Practical Nurse II
ticensed Practical Nurse III
Medical- Assi"stant
t'tedi cal Laboratory Technici an
Medica.l Record Clerk
Medical Record Technician
Medical Transcript ioni st
Nuclear Medicine Technologist
Nursing Assistant I
Nursing Assistant II
Nursing Assistant f II
Nursing Assistant Iv
optical Dispenser
optical Technician
Pharmacy Technician
Phlebotomist
Radiologic Technologist
Registered Nurse I
Registered Nuxse II
Registered Nurse II, Specialist
Registered Nurse III
Registered Nurse I I1' Anesthetist
Registered Nurse IV
Scheduler (Drug and Alcohof Testing)
20.'78
23.11
20.53
16.33
78.21
18. 13
39.01
12.06
13. 58
14.80
16.6L
20.76
18.57
18.96
16.61
32 .53
29 .46
36. 05
36.05
43.61
43. 61
52.28
25.80
13000 - Inforlation and Alts occuPationE
13011 - Exhibits Specialist I
1-3012 - Exhj-bits Specialist II
13013 - Exhibits Specialist IlI
13041 - Illustrator I
L3O42 - Illustrator II
13043 - Ilfustrator III
7304'7 - Librarian
13050 - Library Aide/clerk
13054 - Library Information Technoloqy Systems
Adninistrator
13058 - Library Technician
13061 - Media speciallst I
13062 - Media SPecialist II
13063 - Medj-a Specialist III
13071 - Photographer I
13012 - Pholographer II
13073 - Photographer I11
73014 - Photographer Iv
13075 - Photographer v
13110 - video Teleconference Techniclan
Inforoation Technology occupationa
- Computer Operator f
- Conputer Operator II
- Co[puter Operator III
- Computer operator rv
- Conputer Operator v
- Computer Programer I
- Computer Progranuner II
- Corputer Progralrmer lII
- Computer Progranmer IV
2t . L't
26.22
32 .0'1
20 .46
25.34
31.00
31.1,2
13. 60
26.06
1a000 -
14041
14042
14043
1,40 4 4
14045
1{071
14012
14073
140?4
18,78
19. 01
2r.29
23.12
20.35
22 ,'16
28 .20
34 .50
4l .'t 4
20 .43
18.22
2't .9'7
, A A1
3
(see 1
{see 1
(see 1
(see 1
Contract no. P14PX00555, Attachment 1
14101 - Computer Systems Anal-yst I
14102 - Computer Systems AnaLyst II
14103 - Computer Systems Analyst III
14150 - Peripheraf Equipment Operator
14160 - Personal Computer Support Technician
19000 - tlachine Tool q)elation And R€I,air Occupationa
19010 - Machlne-Too1 Operator (Too1 Room)
19040 - Tool And Die Maker
l{ateaialB Handling And Pacling Occupationa
- Forklift Operator
- Material Coordinator
- Material Expedlter
- Materi-aL Handling Laborer
- order Fi11er
- Production Line worker (Food Processj-ng)
- Shippj-ng Packer
- Shipping/Receiving Clerk
- Store worker I
- Stock Clerk
- Tools And Parts Attendant
- Warehouse Speciafist
16000 -
16010
16030
16040
160?0
16090
16110
16130
1616 0
161 90
1,6220
76250
9.83
77.12
9.83
9.83
9,83
9.83
9,83
73.24
10.70
Ingtructigaal Occupationa
- Aircre!, Tralning Devices Instructor (Non-Rated)
- Aircrew lraining Devices Instructor (Rated)
- Alr Crew Traj-nlng Devices Instructor (Pilot)
- Computer Based Trainj-ng Specialist / Instructor
- Educational Technologist
- Flight Instructor ( Pilot )
- Graphic Artist
- Technlcal Instructor
- Iechnical Instructor,/Course Developer
- Test Proctor
- Tutor
laundtfl, Dry-Cl€aning, Pr€ssing And R€Iated Occupations
- Assericler
- Counter Attendant
- Dry Cleaner
- Einisher, Flatwork, Machine
- Presser. Hand
- Presser. Machine, Dry cleaning
- Presser, Machine, Shirts
- Presser, Machine, Wearing Apparel, Laundry
- Sewing Machine Operator
- Tailor
- Washer, Machine
(see 1)
(see 1)
(see 1)
1s000 -
15010
15020
15030
15050
1s060
1507 0
15080
15090
15095
15110
75L24
32 .O'7
38.81
a) 6q
32.01
29 .69
49.60
26.41,
32 .32
2l .33
25 .86
29,25
21000 -
21o20
21030
2ro40
21050
21,O71,
21080
27710
2113 0
2L1,40
2t!50
21,210
2L4r0
19,87
21.10
2L . l,O
15,41
t4 , 4't
19. 87
18.13
18,13
15 .39
19 ,42
19. 87
19. 87
23000 -
2301,0
23021
23022
23023
23040
23050
23060
28.50
29 .3-t
30. 25
22 .1, t
2-t .36
24 .91
lrechanics And l.iaint€nanc€ And Repai! Occul,ationa
- Aerospace Structu.ral Welder
- Aircraft Mechanic I
- Aircraft Mechanic 1I
- Aircraft Mechanic III
- Aircraft Mechanic Helper
- Aircraft, Painter
- Aircraft Servicer
4
Contract no. P14PX00566, Attachment 1
23080
2 3110
23120
23725
23r30
23740
231,60
23t87
23182
23183
23260
23290
2331,O
23311
2331,2
23370
23380
23381
23382
23397
23392
Aircraft Worker
Appliance Mechanic
Bicycfe Repaj-rer
Cable Splicer
Carpenter, Maintenance
Carpet Layer
Electric.ian, Maintenance
Electron-ics Technlcian Maintenance
Electronics Techniclan Maintenance
Electronics Technician Maintenance
Fabric worker
Fire Alarm System Mechanic
Fire Extinguisher Repairer
Fuel Distributlon System Mechanlc
Fuel Distribution System operator
ceneral Maintenance worker
Ground Support Equipment Mechanic
I
II
III
26.38
24 .65
L4.81
30.23
26.86
24.19
26.18
29 .58
30. 61
23 .41
26.78
22.12
26.30
2l .13
22 .65
28.50
24.91
26.38
22.72
24.19
26.18
2'7 .43
2-7.81
?n ?a
29 .28
25.88
74.2!
25.88
26 .39
17,86
29.28
30.22
31.11
2-7 .13
25,88
2s.88
,a 11
2-7 .10
26.-78
26.'t8
24 .'19
24 .19
27.36
28 .2!
24 .68
26.18
30.23
26.18
22.),2
upport Equipment Servicer
upport Equipment Worker
23393 - Gunsmith 11r
2341-0 - Heatj-ng, ventilation And Alr-Conditioning
Mechanic
234L1 - Heating, ventilation And Air conditi.oning
Mechanic (Research Facility )
23430 - Heavy Eguj"pment Mechanic
23440 - Heavy Equj-pment Operator
23460 - Instrument Mechan i c
23465 - Laboratory/ Shelter Mechanic
234'70 - Laborer
23510 - Locksmith
23530 - Machinery Maintenance Mechanic
23550 - Machinist. Maintenance
23580 - Maintenance Trades He1per
23591 - Metrology Technician I
23592 - Metrology Technician II
23593 - Metrology Techniclan III
23640 - Mil-lwright
23110 - office Appliance Repairer
23160 - Painter, Maintenance
23190 - Pipefitter, Ma.intenance
2 3810 - Plunber, Maintenance
23820 - Pneudraulic Systems Mechanic
23850 - Rigger
23810 - Scale Mechanic
23890 - Sheet-Meta1 Worker, Maintenance
23970 - Small Engine Mechanic
23937 - Teleco(utuni,cations Mechanlc I
23932 - Telecorulunications Mechanic II
23950 - Tel-ephone Lineman
23960 - llelder, Combinatlon. Maintenance
23965 - well Dri.L ler
239'7 0 - woodcraft Worker
23980 - woodworker
24000 - Peraonal N€€da Occupationa
245?0 - Child Care Attendant
- Ground S
- Ground S
- Gunsmlth
- cunsmith
I
II
5
t2.29
24580 - Child Care Center CLerk
246fO - Chore Aide
24620 - Famil-y Readiness And support
Coordi-natox
24630 - Homemaker
Contract no. P14PX00565, Attachment 1
Servi ces
12.50
74 .'7 4
18.61
27000 -
21044
2'7001
2'7048
210to
2't030
2-1040
2-t o7 0
2'7rOr
2'11,O2
2'1731,
2'7732
28000 -
28041
28O42
28043
28210
28310
28350
28510
2B5l-5
28630
28690
25000 -
25010
25040
25070
25190
252LO
26.38
26 .38
20.48
29 .39
29 .39
30. 65
Prot€ctiv€ Servico Occupatj.ong
- Afarm Monitor
- Baggage Inspector
- Corrections Officer
- Cour.t Security Officer
- Detection Dog Handler
- Detention Officer
- Firefighter
- Guard I
- Guard II
- Police Officer 1
- Pofice Officer II
Recreation Occupaliona
- CarnivaL Eguipment Operator
- Carnival Equipment Repa irer
- Carnival Equipment Worker
- Gate Attendant/Gate Tender
- Lifeguard
- Park Attendant (Aide )
- Recreation Aide/Health Facility Attendant
- Recreatj-on Specialist
- Sports Official
- Swinu[ing Pool Operator
29OOO - Stevedoring,/Ipngshoreo.n Occupational gervicea
29010 - Blocker And Bracer
29020 - Hatch Tender
29030 - l,1ne Handler
29041 - Stevedore I
29042 - Stevedore II
Plant And 9y8t€D Op€ratj.ona Occupation3
- Boller Tender
- Sewage Pl-ant Operator
- Statlonary Englneer
- Ventilation Equipment Tender
- Water Treatment Plant Operator
T€chnica]. Occupationa
- Air Traffic Control Specialist,
- Air Traffic Controf Specialist,
- Air Traffic Control- Specialist.
- Archeological Technlcian I
- AIcheological Technician 11
- Archeological Technician III
- Cartographic Technician
- CiviI Engineering Techni ci an
- Drafter/CAD Operator I
- Drafter/CAD Operator II
- Dlafter/CAD Operator III
- Drafter/CAD Operator IV
- Engineerinq Technician I
Center (HFO )
Station (HEO)
Terminal (HFO)
(see 2)
(see 2)
(see 2 )
22 .aO
13.73
23 .46)0 a,
15.56
23 .5L
31.09
13.73
33.?0
3'1 .44
12.43
13 .23
10 .o2
74.84
L2 .41
16.01
11.98
18.39
12.-15
27.74
30000 -
30010
30011
30012
30021
30022
30023
30030
30040
30061
30062
30063
30064
30081
38.17
26.32
28 .99
22,2't
24.91
30.86
30.86
2'7 .59
22 .2',7
24 .91,
27.'18
34 .71
20 ,2'7
6
30082 -
30083 -
30084 -
30085 -
3008 6 -
30090 -
30210 -
30240 -
30361 -
3A362 -
30363 -
30364 -
30390 -
304 61 -
30462 -
304 63 -
304 91 -
30492 -
30493 -
304 94 -
30495 -
30620 -
Surface
3062L -
Contract no. P14PX00566, Attachment I
Engineering Technlcian II
Engineeri.ng Technician III
Engineering Technician IV
Englneering Technician V
Engj-neering Technician vI
Environmenta.l Techni.cian
taboratory Techni-cian
Mathematical Technlcian
Parafeqal/Legaf Assistant I
Paralegal,/Legal Assistant II
Parafegal/Lega1 Assistant III
Paralegal/Legal Assj.stant IV
Photo-Optics Technician
Technical vlriter I
Technical Wri-ter II
Technical Writer III
Unexploded ordnance (Uxo) Technician I
Unexploded Ordnance (uxo) Technician fI
Unexploded ordnance (Uxo) Technician III
Unexploded (UXO) Safety Escort
Unexploded (Uxo) SL'eep Personnef
Weather Observer, Combined Upper Air Or
Programs
weather Observer. Senj-or
(see 2)
(see 2)
25.20
37.22
38.19
46 .21
28.97
2'1 .18
30.86
22.25
2'7 .5'.1
40.80
30.86
26 .15
32.'7L
39. 58
24.26
29.35
35.18
24.26
24.26
23.99
25.4r
12 .32
10.88
26.13
1,2 .2 4
73 .02
26.13
19,07
13.73
21, .32
24 .48
),9 .'13
13.87
15.61
28 .'10
13. 59
20 .52
20.04
2L.L4
20.04
31000 -
3102 0
31030
31043
3't 260
3'J,290
31310
313 61
31,362
31363
31364
99000 -
99030
99050
99095
99257
99252
99310
99410
99510
99710
99't17
99730
99810
99820
99830
99831
99832
99840
99841
99A42
Tranaportation/lrobile EquipD€tlt operation Occupationa
- Bus Aide
- Bua Driver
- Driver Courier
- Parking and ],ot Attendant
- Shuttle Bus Driver
- Taxi Driver
- Truckdriver, l,ight
- Truckdri-ver, Medium
- Truckdriver, Heavy
- Truckdriver, Tractor-Trailer
Miacel]'ansous occutltiona
- Cashiex
- Desk Clerk
- Enbalmer
- Laboratory Animal Caretaker I
- Laboratory Animal Caretaker 1I
- Mortician
- Pest Controlfer
- Photofinishing Worker
- Recycling Laborex
- Recycli
- Refuse
- Sales C
- School
- Survey
pecialist
ector
sing Guard
y Chief
ngs
co11
1e rk
Cros
Part
- Surveying Aide
- Surveying Technician
- vendinq Machine Attendant
- vending Machine Repalrer
- vending Machlne Repairer Helper
7
19. 68
71 .32
13.65
18.43
15.?4
18.43
2A .42
22 .63
22 .63
Contract no. P14PX00556, Attachment 1
ALL OCCUPATIONS TISTED ABOVE RECEIVE THE FOLLOWING BENET'ITS:
HEALTH 6 VIELFARE: $3.81 per hour or $152.40 per week or 9660.40 per month
VACATION: 2 weeks paid vacatj-on after 1 year of service with a contractor or successor; 3
vreeks afte! 5 years, and 4 weeks after 15 years. Lenqth of service includes the whofe
span of continuous service with the present contractor or successor, wherever employed,
and vJith the predecessor contractors 1n the performance of 6j-mi1a! work at the same
Federal facj-lity. (Reg. 29 CFR 4.1?3)
HoLIDAYS: A mirimum of ten paid hofidays per year, New Yearrs Day, Martin Luther King
Jrrs Birthday. Washington's Birthday, Memorial Day, lndependence Day, Labor Day. Colunbus
Day, Veteranst Day, Thanksgiving Day, and Christmas Day. (A contractor may substi.tute
for any of the named holidays another day off with pay in accordance hrith a plan
corEnunicated to the empfoyees involved. ) (See 29 CFR 41-l4l
IHE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:
1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does
not apply to any employee who individuafly qualifies as a bona fide executive,
administrative, or professional employee as deflned in 29 C.F.R. Part 541. Because most
Computer System Analysts and Computer Progxalrunels lrho are compensated at a rate not less
than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour
would fikely gualj-fy as exempt compute! professionafs. (29 C.F.R. 541. 400) i.rage rates
may not be listed on this wage determination for all occupatlons irithin those job
famil.ies. In addltion. because this wage determlnatj-on may not list a wage rate for some
or all occupatlons within those job famil-ies if the survey data indicates that the
prevail-ing wagie rate for the occupation equals or exceeds S2?.63 per hour conformances
may be necessary for certain nonexempt employees. For exampLe. if an indivj-duaf employee
is nonexempt but nevertheless performs duties r,rithin the scope of one of the Computer
Systems Analyst or Computer Progranmer occupations for which this i^rage determlnation does
not specify an SCA wage rate, then the wage rate for that employee must be conformed in
accordance with the conformance procedures described j-n the coDformance note included on
this wage determination.
Additionally, because job titles vary widely and chanqe quickly in the computer industry,job titles ale not determinative of the application of the computer professional
exemption. Therefore, the exemptlon applies onl.y to computer employees who satisfy the
compensation requirements and whose prj.mary duty consists of:(1) ?he application of systems analysis techniques and procedures. including
consulting with users, to determine hardware, software or system functional
specificatlons;(2) The design, development, documentation, analysis, creation. testj-ng ormodification of computer systems or programs, incl-uding prototlpes, based on and related
to user or system design specificationsi(3) The desj-gn, documentation, testing. creation or modificatlon of computer programs
related to machine operatlng systems,. or(4) A conilination of the aforementioned duties, the performance of which requlres the
same leve1 of skiL.Ls. (29 C.F,R. 541.400) ,
2) AIR TRAEFTC CONTROLI,,ERS AND WEATITER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you woIK
at night as part of a regular tour of duty, you will earn a night differential and
8
Contract no. P14PX00566, Attachment 1
receive an additional 108 of basic pay for any hours worked between 6pm and 6am. If you
are a full-time employed (40 hours a week) and Sunday is part of your regul-arIy schedufed
workweek, you are paid at your rate of basic pay plus a Sunday premium of 25? of your
basic rate for each hour of Sunday i.,/ork which is not overtime (i.e. occasional work on
Sunday outside the normal tour of duty is considered overtime work) .
HAZARDOUS PAY DIFFERENTIAL: ArI I percent differenti-af 1s applicable to employees employed
1n a position that represents a high degree of hazard when working lrith or in close
proximity to ordinance. explosj.ves, and incendiary material-s. This includes work such as
screening, blending, dying. mixing, and pressing of sensitive ordinance. explosives, and
pyrotechnlc compositions such as lead azlde, black powder and photoflash powder- A11
dry-house activities involving propeLlants or explosives. Demi litari zation, modiflcation,
renovation, demolition, and maintenance operations on sens.itive ordnance, expfosives and
incendlary materials. Aff operations involving regrading and cleaninq of artillely
ranges.
A 4 percent differential is appficable to employees employed in a position that
represents a l-oh, degree of hazard rrhen working vrith, or in close proximity to ordinance.
(or empLoyees possibly adjacent to) explosives and incendiary materials vrhich involves
potential injury such as laceration of hands, face, or arms of the employee engaged in
the operation, irrj-tation of the skin, minor burns and the likei minimaL damage to
irunediate or adjacent work area or eguipment bej-ng used. Atl oPeratlons involving,
unloading, storage, and hauling of ordinance, explosive, and incendiaxy ordnance material
other than small arms anmunj-tion. These differentials are only applicable to $rork that
has been specificalty designated by the agency for ordinance, expfosj-ves, and incendiary
naterial differentia.l pay.
UNIFORM ALLOWANCE
If employees are required to wear uniforms in the performance of this contract (either by
the terms of the Government contract, by the employer, by the state or local- law, etc.)'
the cost of furnishing such uniforms and maintaini.ng (by laundering or dry cleaning) such
uniforms is an expense that may not be borne by an empl-oyee where such cost r'educes the
hourly rate be1or., that required by the wage determinatlon. The Department of Labol will
accept palment in accordance with the folloi^rinq standards as compliance:
The contractor or subcontracto! is required to furnish all empfoyees with an adequate
number of uniforms without cost or to reinrburse employees for the actual cost of the
uniforms. In addition, where uniform cleaning and maintenance is made the responsibility
of the employee. all contractors and subcontractors subject to Lhis i{age determination
shall (in the absence of a bona fide collective bargaining agreement providinq for a
different amount. or the furnishing of contrary affirmative proof as to the actual cost),
reinburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or
$.67 cents per day) . However, in those instances where the uniforms furnished are made
of "wash and wear" materials, may be routinely washed and dried with other personal
garments. and do not require any specj-al treatment such as dry cl-eaning, daily washing,
or comnercial laundering in order to meet the cleanliness or appearance standards set by
the terms of the Government contract, by the contractor, by law, or by the nature of the
work, there is no requirement that employees be reirnbursed for uniform maintenance costs.
NOTES APP],YING TO THIS WAGE DETERMINATION
Under the policy and quidance contained in AI1 Agency Memorandun No. 159, the wage and
Hour Division does not recognize, for section 4 (c) purposes, prospective erage rates and
fringe benefit provisions that are effectlve only upon such contingencies as "aPproval of
wage and Hour. issuance of a wage determination, incorporation of the waqe determination
9
Contract no. P14PX00556, Attachment 1
in the contract, adjusting the contract price. etc.'r (The relevant CBA section) in the
co]lective bargaining agreement between (the parties) contains contj.ngency language that
wage and Hour does not recognize as reflecting "arm's length negotiation. under section
4(c) of the Act and 29 C.F.R. 5.11(a) of the regulations. This wage determination
therefore reflects the actual CBA wage rates and fringe benefits paid under the
predecessor contracl.
The duties of employees under job titles fisted are those described j-n the "Service
Contract Act Directory of Occupations", Fifth Edition. April 2006. unless otherwise
indicated. Coples of the Directory are available on the lnternet. A li,nks to the
Directory may be found on the wHD home page at http: ,/,/www. dof . gov./esa /vrhd/ or through the
liage Determinatj-ons On-Line (liDot) 9leb sj"te at http:,//wdol.govl.
REQUEST EOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {StandaTd FOTM
1444 (SF 1444) )
The contracting officer shall require that any cLass of service employee which is not
l-isted herein and which 1s to be employed under the contract (i.e., the work to be
performed is not performed by any classifi.catlon listed in the wage determinatlon) , be
classified by the contractor so as to provide a reasonable relationship (i.e.,
approprj-ate 1evel of ski1l comparison) between such unlisted cfassifications and the
cLassifications listed in the wage determination. Such conformed cl,asses of employees
shall be paid the monetary wages and furnished the fringe benefits as are determined.
Such conforming process shal1 be initj-ated by the contractor prior to the performance of
contract work by such unlisted class (es) of employees. The conformed classification,
wage rate, and/or frlnge beneflts shall be retroactive to the corunencement date of the
contract. {See Section 4.6 {C) (vi) }
When multipfe wage determinations are inctuded in a contract, a separate SE 1444 shouLd
be prepared for each wage determination to whi.ch a class(es) is to be conformed.
The process for preparing a conformance request is as follows:
1) When preparing the bid. the contractor identifies the need for a conformed
occupation(s) and computes a proposed rate(s).
2) After contract a$rard. the contractor prepares a written report Iisting in order
proposed classification title(s), a Federal grade eguivalency (FGE) for each proposed
classlfication{s), job description(s). and rationale for proposed wage rate(s), includj.ng
information regarding the agreement or disagreement of the authorized representative of
the employees involved. or where there is no authorized representative, the employees
themselves. This report should be submltted to the contracting officer no later than 30
days after such unlisted cl.ass(es) of employees performs any contract work.
3) The contracting officer reviews the proposed action and promptl-y submj-ts a report of
the aclj-on, togethe! with the agency's reconmendations and pertlnent infolmation
including the position of the contractor and the employees, to the wage and Hour
Division, Employment Standards Administration, U,S. Department of Laborr for review.
{See sectlon 4.6(b) (2) of Regulations 29 CER Part 4).
4) withln 30 days of receipt, the wage and Hour Dj-vlsion approves, modifies, or
disapproves the action via transmittat to the agency contracting officer, or notlfles the
contracting officer that additlonaf time i^,iIf be required to process the request.
5) The contracEing officer transmits the Wage and Hour decision to the contractor.
6) The contractor informs the affected employees.
10
Conformance Process:
Contract no. P14Px00566, Attachment 1
Information required by the Regulations must be submitted on SF 1444 or bond paper'
llhen preparing a ccnformance request, the "service contract Act Directory of occupationsrl
(the bir;ctory) should be used to compare job definitions to insure that duties requested
are not performed by a classification already Listed in the wage determination '
Remernber, it is not the job title, but the required tasks Lhat determine ,hether a class
i-s j-ncluded in an established wage determlnation. Conformances may not be used to
artificially split, conbine, or subdivi-de classifications listed in the wage
determination.
11
PENINSULA COMMUNICATIONS (PENCOM)
DISPATCH AND COMPUTER RECORDS SERVICE AGREEMENT
THIS AGREEMENT is made and entered into by and between the Ciry of Port Angeles,
(hereinafter referred to as "the City''), and the Quileute Tribe, (hereinafter referred to as "Member").
WITNESSETH THAT:
l. The Ageement.The Parties hereto acknowledge the 2004 "Peninsula
Communications (Pencom) Dispatch and Computer Records Service Agreanent," (hereinafter
ret-erred to as "the Agreement"), as the basis for this agreement anci incorporate it herein by this
reference.
2. Scope of Services.In addition to the services provided by the 2004 Agreement,
Member wishes to include fire dispatching services.
3. Bound by Ageement. In consideration of the services to be provided and benefits
received from PenCom, Member agrees to be fully bound by all terms and conditions of the
Agreement, and ro accept and fully perform all duties and obligations of a Member under the
Agreement.
4. Finances. I-n accordance with Section Vll. of the A greement, Member promises to
pay all charges when due. Member agrees to pay an annual fee as set forth in Exhibit A of the
Agreement, PenCom Funding Formula, beginning June 1,2010, and continuing thereafter.
5. Kev Official. Pursuant to Section XI. of the Agreement and Exhibit C, Member
desigrrates the following person as key official for the Quileute Tribe:
Chief €tri-tr{orgaoroth{V }Jr llram }o r{
Quileute Tribe
P.O. tsox 3+9 trli
La Push, WA 98350
Phone: (360) 374-660f 9OaOFax: (360) 174-7+1t 37O t
Email: oldsffiFs.th4@quileutenation.org
br$. tyorf,
6. Duration. This Agreement shall be in effect th " lQ auy ot th*rba-2010 and
shall be perperual and continue year-to-year as defined in Section VI. of the Agreement: Duration,
Termination and Remedies.
q'
I
CITY OF PORT ANGELES
Dated this of
Dan Di Ma
QUILEUTE TRIBE
z0 H oatetoarsfllauy "r /'kh"2010.
o Anna Couns ell
Tribal Council Chairwoman
Attest:
Citl Cluh
Snrrieec Vanark)Se4
as to form:
€
William E. Bloor, City A ttomey
G:[EcAL\AcREEM ENTs & cO N TRACTSU0 I 0 Al@t&C onh.eu.ncon.Q uil. ur. Trib..042 7l 0.*pd
-2-