HomeMy WebLinkAbout4.355 Original ContractAMENDMENT OF SOLICITATION /MODIFICATION OF CONTRACT
2 1 /MODIFICATION NO 3 EFFECTIVE DATE 4 REQUISITION /PURCHASE REQ NO 5 PROJECT NO (If applicable)
4,{ 02/05/2004 See Lines
CODE I 95000
6 15ZfJED BY
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles, WA 98362 -6798
8. NAME AND ADDRESS OF CONTRACTOR (No street, county, State and Zip Code)
City of Port Angeles
321 E 5th Street,P 0 Box 1150
Port Angeles, WA 98362
CODE (FACILITY CODE 1
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods
(a) By completing Items 8 and 15, and returning copies of the amendment, (b) By acknowledging receipt of this amendment on each copy of the offer
submitted, or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers FAILURE OF YOUR ACKNOWLEDGMENT
TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT
IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or
letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified
12 ACCOUNTING AND APPROPRIATION DATA (If required)
See Line Item Detail
CHECK ONE A
Q
The above numbered solicitation is amended as set forth in Item 14 The hour and date specified for receipt of Offers
D OTHER (Specify type of modification and authority)
E IMPORTANT Contractor
NSN 7540 -01- 152 -8070
PREVIOUS EDITION
UNUSABLE
Is not,
Except as provided herein all terms and conditions of the document referenced in Item 9A or
15A NAME AND TITLE OF SIGNER (Type or print)
Glenn A.0 t Irecior', D ept.uF QJb4C r ()lorts
JCONI]�tAC1WR /OFF &R) 15C D TE SIGNED
15B
4 4/1/
(Signature of person authorized to sign)
17 ADMINISTERED BY (If other than Item 6)
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles, WA 98362 -6798
11 THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
13 THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS /ORDERS
IT MODIFIES THE CONTRACT /ORDER NO AS DESCRIBED IN ITEM 14
B THE ABOVE NUMBERED CONTRACT /ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as
changes in paying office, appropriation date, etc SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43 103(b)
C THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF
X
is required to sign this document and return
2
1 CONTRACT ID CODE
9A AMENDM T QF
9B DATED (SEE ITEM 11)
(X) 10A MODIFICATION OF CONTRACT /ORDER
NO C9500010245
(X) 10B DATED (SEE ITEM 13)
is extended,
THIS CHANGE ORDER IS ISSUED PURSUANT TO (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN
THE CONTRACT ORDER NO IN ITEM 10A Federal Acquisition Regulation 52 243 01 "Changes, Fixed Price Alternate I (Apr 1984)
copies to the issuing office
10A as heteiofore chanoeo remains unchanged and In full force and effect
16A NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Sandra A Thomas
16B Unit States Sta of America
13Y yL4 Z•n K'} rt tr'�
(Signature of Contracting Officer)
q, -355 -2aO4
Page
1 of 18
-CODE' 951100
DUPLICATE ORIGINAL
is not extended
14 DESCRIPTION OF AMENDMENT /MODIFICATION (Organized by UCF section headings, including solicitation /contract subject matter where feasible
See Attached
16C DATE SIGNED
1/9/c
STANDARD FORM 30 (REV 10 -83)
Prescribed by GSA FAR (48 CFR)
53 243
STATEMENT OF WORK
"DESCRIPTION OF WORK
It is the intent of this contract to provide reasonable ieimbuisement to the City of Port Angeles for direct costs incurred studying and
preparing water supply mitigation options associated with the Elwha River ecosystem restoration
The contract will provide the mechanism to reimbursement to the City for diect costs incurred pnoi to January 1, 2003. as follows
A Contract Line Item 0001 Direct Subcontractor Costs Associated With Elwha Dam Project
1 CH2M Hill
2 CH2M Hill
3 CH2M Hill
4 CH2M Hill
5 CH2M Hill
6 CH2M Hill
7. CH2M Hill
8 CH2M Hill
9 CH2M Hill
10. CH2M Hill
11. CH2M Hill
12. CH2M Hill
13 CH2M Hill
14 Foster, Pepper Sheffelman
15 Foster, Pepper Sheffelman
16. Foster, Pepper Sheffelman
17. Foster, Pepper Sheffelman
18. Foster, Pepper Sheffelman
19 Foster, Pepper Sheffelman
20. Foster, Pepper Sheffelman
21 Foster, Pepper Sheffelman
22 Foster, Pepper Sheffelman
23. Preston, Gates Ellis L L P
24. Thomas Pors, Attorney
25. Thomas Pors, Attorned
26. KP Consulting Serrices
27 KP Consulting Seri -ices
B. Contract Line Item 0002 Dnect Labor Costs Associated With the Elwha Dam Project
1. City Attorney's Office
Cr aig Knutson
Administrative Assistants
Jeannie DeFi ang
Diana Lusby
3/25/91 4/24/91
1 0/21/97 7/28/00
6/30/00 10/18/00
9/30/00 10/17/00
10/28/00 11/24/00
11/25/00 12/29/00
12/30/00 01/26/01
1/27/01 03/02/01
03/03/01 03/30/01
03/31/01 04/01/01
07/01/01 12/31/01
01/01/02 03/31 /02
04/01/02 12/31/02
11/30/98 2/18/00
3/21/00 8/16/00
9/13/00 10/23/0
10/05/00 10/16/00
11/07/00 1 1/14/00
12/08/00 12/12/00
01/11/01 01/23/01
03/03/01 03/05/01
07/01/01 12/31/01
07/01/01 12/31/01
07/01/01 12/31/01
04/01/02 12/31/02
07/01/01 12/31/01
01/02/02 03/31/02
1,073 50 houis
31 20 hour s
33 00 hours
38 25 hours
2 Public Works Utilities Department
Director Jack Pims 325 00 houis
Dir ector Glenn Cutler 456 00 hours
City Engineer Gary Kenworthy 151 00 hours
Utility Engineer Stephen Speri 1.303 00 hours
City Engineer Bob Titus 10 00 hours
CADD Bill Hale 335 00 hours
Pei mit Cool dinatoi 8 00 houis
Tierra Funston
Admin Assistants
Phyllis Raslei 91 50 hours
Cate Rinehart 10 00 hours
Linda Gunderson 2 75 hours
Water Quality Technician
5.492 81
68,645 23
20,927 20
2,603 99
4.114 15
5,484 61
2,687 61
9,337.91
1,145 62
243 37
4,996 37
378 15
378 15
2,930 09
13,144 44
1,800 00
378.22
857 84
457 58
588 14
795 00
1,204 01
813 02
160 70
1,260 50
915 00
75 00
$47,118 53
556 29
714 17
668 04
14.607 04
14.607 04
5,786 01
47.074 04
396 80
6,915 11
200 68
1.736 18
218 59
56 20
to
a
r 10 CH2M Hill
s 11 CH2M Hill
12 CH2M Hill
13 Foster, Peppei Sheffelman
14 Fostei. Peppei Sheffelman
15 Foster, Peppei Sheffelman
16 Foster. Pepper Sheffelman
17 Fostei, Peppei Sheffelman
18 Fostei, Pepper Sheffelman
19 Foster, Pepper Sheffelman
20 Fostet, Peppei Sheffelman
21 Fostei. Pepper Sheffelman
22 Preston, Gates Ellis LLP
23 Thomas Pors, Attorney
24 KP Consulting Seivices
25 KP Consulting Seivices
13 Conti act Line Item 0002 Dnect Laboi Costs Associated With the Elwha Dam Pi wet
l City Attorney's Office
Ciaig Knutson
Administrative Assistants
Jeannie DeFiana
Diana Lusby
03/31/01 04/01 /01
07/01/01 12/31/01
01/01/02 03/31/02
11/30/98 2/18/00
3/21/00 8/16/00
9/13/00 10/23/0
10/05/00 10/16/00
11/07/00 11/14/00
12/08/00 12/12/00
01/11/01 01/23/01
03/03/01 03/05/01
07/01/01 12/31/01
07/01 /01 12/31/01
07/01/01 12/31/01
07/01 /01 12/31 /01
01/02/02 03/31/02
945 75 hours
31 20 hours
25 50 hours
29 25 hours
2 Public Works Utilities Department
Diiectoi Jack Pittis 325 00 hours
Dnector Glenn Cutlei 293 00 hours
City Engmeei Gaiy Kenworthy 151 00 hours
Utility Engineer Stephen Sperr 981 00 hours
City Engmeei Bob Titus 10 00 houis
CADD Bill Hale 335 00 hours
Permit Cool dinatoi 8 00 hour s
Ti enia Funston
Admm Assistants
Phyllis Raslei 86 0 hours
Cate Rinehart 10 0 houis
Water Quality Technician
Terry Siebens 5 0 hours
Joseph Johnson 4 0 hours
Andiew Kenyon 2 0 hours
Water Supervisor
Equipment Chai ges
3 Planning Department
Dnector Bi ad Collins
Admnnstiative Assistant
Sue Robards
4 Office of the City Manage]
City Managei Jack Pomerantz
City Manager Panick lbarra
City Mange] Mike Quinn
Administrative Assistant
Sam Martin
5 Finance Depai anent
Kay Godbv
Yvonne Ziuomkowski
Kai en Papandi
Karen Asquith
160 50 hours
8 03 hour s
270 00 hours
10 00 hours
100 00 hour s
19 00 hows
40 00 hours
6 00 hours
46 48 hours
30 00 limns
243 37
4,996 37
378 15
2,930 09
13.144 44
1.800 00
378 22
857 84
457 58
588 14
795 00
1,204 01
813 02
160.70
91500
75 00
$45,266 34
556 29
705 56
614 90
14,607 04
20,224 11
5,786 01
38.227 06
396 80
7.629 35
200 68
1.736 18
218 59
130 64
85 61
42 80
27,337.87
1,730 00
8 7,526 68
207 22
14,944 50
508 56
10,270 18
483 00
1.488 00
200 88
291 15
995 17
ontr act /Modification No C9500010245/0003
14 DESCRIPTION OF MODIFICATION (Continued)
It has been detei mined necessary and m the best Interest of the Government to modify the subject contract to provide for
reimbursement to the contractor foi addnonal direct costs incurred studying and prepar water supply mitigation options associated
with the Elwha Rivei ecosystem restoration Accoidingly. the contract is modified in the following manner only all other terms and
conditions of the original contract remain in full foice and effect
A The following additional costs are added to Conti act Line Item No 0001 Direct Subc Costs Associated With Elwha Dam
Pr oject
04/01/02 12/31/02 378 15
04/01/02 12/31/02 1,760 50
p
B The following additional Costs aie added to Contract Line Item No 0002 Dnect Labor Costs Associated With the Elwha Dam
Project
to
1 CH2M Hill
2 Thomas Pors, Attorney
1
City Attorney's Office
Cr aig Knutson
Administrative Assistants
D Lusby
2 Public Works Utilities Department
Dn ector Glenn Cutler
Utility Engineer Stephen Sperr
Admen Assistant
Linda Gunderson
Water Quality Technicians
J Johnson
3. Planning Department
Dnector Brad Collins
Administrative Assistant
Sue Robaids
4 Office of the City Manager
City Mangei Mike Quinn
Administrative Assistant
Sam Martin
04/16/02 12/31/02
08/18/02 12/31/02
04/14/02 12/31/02
04/14/02 12/31/02
04/30/02 12/31/02
06/09/02 12/31/02
04/30/02 12/31/02
04/30/02 12/31/02
04/01/02 12/31/02
1,852 15
53 14
3,024 26
1,923.21
56 20
42 80
283 39
7 06
2,422 21
04/01/02 12/31/02 41 80
C The following additional costs aie added to Contract Line Item No 0004 City of Port Angeles Administrative Indirect Overhead
Costs Associated With the Elwha Dam Project 15 5% $1,826 75
D The following additional costs are added to Conti act Line Item No 0005 City of Port Angeles, Public Works and Utility
Department lndnect Overhead Costs Associated With the Elwha Dam Pioject �i), 29 97% $2,911 83
F Contract Section B. Line Item No 0001 is chanted to read from
"0001 Direct Subcontractor Costs Associated 0001 04 /30/2002 1 00 job $150.194 130 $150,194 13
With Elwah Dam Pi oleo'
"0001 Dnect Subconuactoi Costs Associated 0001 04/30/2002 1 00 lob 5152.653 58 $152,653.58
With Elwah Dam Pio)ect'
G. Contract Section B, Line Item No 0002 is changed to read fiom
."0002 Direct Labor Costs Associated With the 0002 04/30/2002 1 00 job 8204.694 93 $204,694 93
Elwha Dam Project"
to:
"0002 Direct Labor Costs Associated With the 0002 04/30/2002 1 00 job $214,413 76 $214,413 76
Elwha Darn Project"
H Contract Section B, Line Item No 0004 is changed to lead fiom
"0004 City of Port Angeles Administrative 04/30/2002 1 00 job 855.801 25 $55,801 25
lndnect Overhead Costs Associated
With the Elwha Dam Pioject"
to:
"0004 City of Port Angeles Administrative 04/30/2002 1 00 job 857.628 00 $57.628 00
Indnect Overhead Costs Associated
With the Elwha Dam Pioject"
I. Contract Section B, Line Item No 0005 is changed to read fiom.
"0005 City of Port Angeles, Public Works and
Utilities Department indirect Overhead
Costs Associated With
The Elwha Dam Project
to:
"0005 City of Port Angeles, Public Works and
Utilities Department indirect Overhead
Costs Associated With
The Elwha Dam Project
J Contract Section C, Part C 1 STATEMENT OF WORK is changed to read from
"C.1 STATEMENT OF WORK
DESCRIPTION OF WORK
12/30/2002 1 00 job $61,348 75 $61,348 75
12/30/2002 1 00 job $63,175 50 $63,175 50
It is the intent of this contr act to provide reasonable ieimbursement to the City of Port Angeles for dnect costs incurred studying and
preparing water supply mitigation options associated with the Elwha River ecosystem restoration
The contract will pi 0' ide the mechanism to ]ennbuisement to the City for dnect costs incurred prior to March 31, 2002, as follows
A Contract Line Item 0001 Dnect Subcontiactor Costs Associated With Elwha Dam Project
1 CH2M Hill
2 CH2M Hill
3 CH2M Hill
4 CH2M Hill
5 CH2M Hill
6 CH2M Hill
7 CH2M Hill
8 CH2M Hill
9 CH2M Hill
3/25/91 4/24/91
10/21/97 7/28/00
6/30/00 10/18/00
9/30/00 10 /17/00
10/28/00 11/24/00
11/25/00 12/29/00
12/30/00 01/26/01
1/27/01 03/02/01
03/03/01 03/30/01
5.492.81
68.645 23
20,927 20
2.603 99
4,114 15
5.484 65
2.687 61
9.337 91
1,145 62
it. Terry Siebens 5 00 hours 130 64
t Joseph Johnson 6 00 hours 128 41
Andrew Kenyon 2 00 hours 43 34
CADD
Bill Hale 24 00 hours 748 32
Water Supervisor 27.337 87
Equipment Charges 1,730 00
to
3 Planning Department
Dmector Bad Collins
Adnnistrative Assistant
Sue Robaids
4 Office of the City Manager
City Manager Jack Pomerantz
City Manager Patrick Ibarra
City Mangei Mike Quinn
Administrative Assistant
Sam Martin
5. Finance Department
Kay Godby
Yvonne Zniomkowski
Karen Papandrew
Karen Asquith
182 50 houis
23 78 hours
270 00 hours
10 00 hours
228 50 houis
25 O0houis
40 00 houis
6 00 houis
46 48 hours
30 00 hours
6.978 28
875 49
14,944 50
508 56
9,770 09
524 80
1,488 00
200 88
291 15
995 17
C Contract Line Item 0003 Miscellaneous Charges Associated With the Elwha Dam Project
1. Travel 7,008 32
2. Telecommunications
a. Speaker Phone 1.150 21
b. QWest conference Calls 2,131 80
D Contract Line Item 0004 City of Port Angeles Administrative lndnect Overhead Costs Associated With the Elwha Dam Project
15.5% $57,215 52
E. Contract Line Item 0005 City of Port Angeles. Public Woiks and Utility Department Indirect Oveihead Costs Associated With
the Elwha Dam Project a), 29.97% $64.260 58
C. Contract Line Item 0003 Miscellaneous Charges Associated With the Elwha Dam Project
1 Travel 7,008 32
2 Teleconnmunications
a Speaker Phone 1,150 21
b QWest conference Calls 2.131 80
D Contract Lme Item 0004 City of Port Angeles Administrative lndnect Overhead Costs Associated With the Elwha Dam Project
15 5% $57,21.5 52
E. Contract Line Item 0005 City of Port Angeles, Public Woiks and Utility Department lndnect Overhead Costs Associated With
the Elwha Dam Project a 29 97% $64.260 58
1 In order to facilitate completion of work and payment to the Connactot the contract completion date is hereby extended fiom
Apr rl 30. 2002. to September 30. 2004
L The total conu act award amount is i nci eased in the amount of $10.593 05 fiom 8482.329 39 to 8498.922 44
M The total contact obligaied rs heicbv incr eased in the amount of 516.593 05 lion] 8482. 329 39 to S498.922 44
Line Rem
Summary
Total Funding: 8498,912 84
Document Number
C9500010245/0003
F4/'s Fund Budget Org Sub Object Class Sub Program Cost Org Sub Proj/Job No. Sub Reporting Category
See Line Item(s)
Division Closed FYs
Line Item
Number Description
0001 Direct Subcontractor Costs Associated 0001 12/30/2002 1 00 job $152,332.780 152,332 78
With Elwha Dam Project
(See Section C for Detail)
Ref Req No R9500010245
Funding Information
2004 9500 252Z 529 0243
$2,138 65
2001 9500 252Z 477 0071
$112,939 77
2002 9500 252Z 477 0071
$28,712 11
2003 9500 252Z 529 0243
$8,542 25
Cancelled Fund
Title Page
R9500010245 P A Conti act Costs 2 of 18
CLIN Delivery Date
Ref (Start Date to End Date) Quantity
Unit of
Issue
Total Cost
Unit Price (Includes Discounts)
Line item
Su;nmary
Total Funding: 8498,912 84
Ft's Fund Budget Org Sub Object Class Sub Program Cost Org Sub Prot /Job No Sub Reporting Category
See Line Item(s)
Division Closed FYs
(See Section C for Detail)
Ref Req No R9500010244
Funding Information
2004 9500 252Z 529 0243
$9,706 22
2001 9500 252Z 477 0071
$100,881 47
2002 9500 252Z 477 0071
$67,684 43
2003 9500 252Z 529 0243
$36,129.03
Document Number Title
C9500010245/0003 R9500010245 P A Conn act Costs
Cancelled Fund
Line Item CLIN Delivery Date
Number Description Ref (Start Date to End Date) Quantity
Unit of
Issue
Unit Price
Page
3 of 18
Total Cost
(Includes Discounts)
0002 Direct Labor Costs Associated With the 0002 12/30/2002 1 00 job $214,401 150 214,401 15
Elwha Dam Project
Line Item
Summary
Total Funding:
8498,912 84
Fund Budget Org Sub Object Class Sub Program Cost Org Sub Pro) /Job No. Sub Reporting Category
See Line Item(s)
Division Closed FYs
Line Item CLIN Delivery Date Unit of
Number Description Ref (Start Date to End Date) Quantity Issue
0003 Miscellanous Charges Associated With 0003 12/30/2002 1 00 lot $10,290 330
the Elwha Dam Project
(See Section C for Detail)
Funding Information
2001 9500 252Z 477 0071
$5,132 26
2002 9500 252Z 477 0071
$2,408 16
2003 9500 252Z 529 0243
$2,749 91
0004 City of Port Angeles Administrative 0004 12/30/2002 1 00 job $57,628 000 57,628 00
Indirect Overhead Costs Associated With
the Elwha Dam Project
Funding Information
2004 9500 252Z 529 0343
$1,826 75
2002 9500 252Z 529 0243
$48,506 56
2003 9500 252Z 529 0243
$7,294 69
Document Number Title
09500010245/0003 R9500010245 P A Conti act Costs
Cancelled Fund
Page
4 of 18
Total Cost
Unit Price (Includes Discounts)
10,290 33
Line Item
Sthnmary
Total Funding:
8498,912 84
Document Number
09500010245/0003
Title Page
R9500010245 P A Conti act Costs 5 of 18
Pits Fund Budget Org Sub Object Class Sub Program Cost Org Sub Prot /Job No Sub Reporting Category
See Line Item(s)
Division Closed FYs
Line Item CLIN Delivery Date
Number Description Ref (Start Date to End Date) Quantity
the Elwha Dam Project
Funding information
2004 9500 252Z 529 0243
$2,911 83
2002 9500 252Z 529 0243
$50,519 20
2003 9500 252Z 529 0243
$10,829 55
Cancelled Fund
Unit of
Issue
Unit Price
Total Cost
(Includes Discounts)
0005 City of Port Angeles, Public Works and 0005 12/30/2002 1 00 job $64,260 580 64,260 58
Utilities Department Indirect Overhead
Costs Associated With
Total Cost: $498,912 84
Line Item Detail
Detail
Line Item
Number
0001
Funding
Description
Diiect Subcontractor Costs Associated With
Elwha Dam Piolect
Ref Reg No: R9500010245
Contract Type* Fixed -Pi ice
Delivery Date 12/30/2002
Period of Performance
Extended Description:
(See Section C foi Detail)
Description
Company:
Prod /Cat Number
Drawing Number
Spec Number
Serial Number
Piece Number
Funding Strip
2004 9500 252Z 529
Title Document Number Page
R9500010245 P A Contract Costs C9500010245/0003 6 of 18
0743
Ship Invoice
Code Code
0001 0001
Model Number
NSN•
Recycled Product
Color:
Size
Unit of Total Cost
Quantity Issue Unit Price (Includes Disc;
Line Type' Pi iced
Period Type Base Pet rod
Product /Service Code' R499
SIC Code
NAICS Code: 541330
1 00 job 5152,332 780 1 52,332 78
Pricing Estimates
Base Fee. 000 Min. Profit Fee• 000 Quantity 000 Est Cost: 000
Award Fee 000 Max. Profit Fee 000 Min Quantity 000 Est Cost Low: 000
Fixed Fee 000 Target Profit Fee 000 Max Quantity 00(1 Est Cost High: 000
Ceiling 001) Taxes 000 Variation in Target Cost: 000
Quantity 000 Target Price: 000
Expiration Date
Inspection /Acceptance
Location: Other
Level:
Funded Amount
2.138 05
Line Item Detail
-w
F.O.B. DESTINATION
Additional Markings:
Title
Funding
Funding Strip
2001 9500 252Z 477 0071
2002 9500 252Z 477 0071
2003 9500 252Z 529 0243
Address Information
Document Number
R9500010245 P A Contract Costs C9500010245/0003
Expiration Date
Funded Amount
112,939 77
28,712 11
854225
Page
7 of 18
Line Item Detail
Detail
Lme
Number Description
Ref Req No: R95000IO244
Contract Type. Fixed ice
Delivery Date: 1 2 /30/2002
Period of Performance•
Extended Description
(See Section C foi Detail)
Description
Company•
Prod. /Cat Number
Drawing Number.
Spec Number:
Serial Number
Piece Number:
Pricing
Base Fee
Award Fee
Fixed Fee
Ceiling
Funding
(100
000
U00
000
Funding Strip
2004 9500 252Z 529
Title
R9500010245 P A Contract Costs
Min Profit Fee
Max Profit Fee
Target Profit Fee
Taxes
0
Ship Invoice
Code Code
0002 Dnect Laboi Costs Associated With the Elwha 0001 0001
Dam Piolcct
Model Number
NSN•
Recycled Product
Color.
Size
Document Number Page
09500010245/0003
Line Type. Pi iced
Period Type Base Period
Product /Service Code: R499
SIC Code
NAICS Code. 541330
Estimates
000 Quantity
000 Min Quantity
000 Max Quantity
000 Variation in
Quantity
Quantity
Unit of
Issue
100 job
000
000
000
000
8 of 18
Unit Price
S214,401 150
Inspection /Acceptance
Location:
Level
Est Cost:
Est Cost Low.
Est Cost High:
Target Cost:
Target Price:
Expiration Date Funded Amount
9.706 22
Total Cost
(Includes Disc;
S 214,401 15
000
000
000
000
000
Line Item Detail
Detail
Lirie Item
Number
0003
Pricing
Base Fee:
Award Fee
Fixed Fee.
Ceiling.
Funding
Description
Contract Type: Fixed Price
Delivery Date: 12/30/2002
Period of Performance:
Extended Description:
(See Section C for Detail)
Description
Company:
Prod. /Cat. Number:
Drawing Number:
Spec. Number:
Serial Number.
Piece Number:
Title
R9500010245 P A Contract Costs
Miscellanous Charges Associated With the
Elwha Dam Project
000 Min. Profit Fee
000 Max Profit Fee
000 Target Profit Fee
000 Taxes:
Funding Strip
2001 9500 252Z -47 -0071
Ship Invoice
Code Code
0001 0001
Model Number
NSN:
Recycled Product:
Color
Size
Document Number Page
C9500010245/0003
Estimates
000 Quantity:
000 Min Quantity.
000 Max Quantity.
NO Variation in
Quantity
Quantity
Expiration Date
Unit of
Issue
Line Type' Pt iced
Period Type: Base Pei iod
Product /Service Code R499
SIC Code:
NAICS Code: 541330
10 of 18
(0)11
110(1
000
000
Unit Price
1 00 lot S10,290 330
Inspection /Acceptance
Location:
Level:
Est Cost.
Est Cost Low
Est Cost High
Target Cost
Target Price
Funded Amount
5 132 20
Total Cost
(Includes Disc;
5 10,290 33
000
000
000
000
000
Line Jtem Detail Title
Funding
Ftvitling Strip
2002 9500 252Z 477 0071
2003 9500 252Z 529 0243
Address Information
F.O.B. DESTINATION
Additional Markings:
Document Number Page
R9500010245 P A Contract Costs C9500010245/0003 11 of 18
Expiration Date Funded Amount
2,408 16
2,749 91
Line item Detail
Detail
Line Item
Number Description
0004 City of Port Angeles Administrative indirect
Overhead Costs Associated With the Elwha Dam
Project
Contract Type: Fixed -Price
Delivery Date: 12/30/2002
Period of Performance:
Extended Description:
Description
Company:
Prod. /Cat. Number:
Drawing Number:
Spec. Number:
Serial Number:
Piece Number:
Pricing
Base Fee:
Award Fee:
Fixed Fee:
Ceiling:
Funding
Title
R9500010245 P A Contract Costs
000 Min Profit Fee
000 Max Profit Fee
000 Target Profit Fee
000 Taxes
Funding Strip
2004 9500 252Z 529 0343
Ship Invoice
Code Code
Model Number:
NSN:
Recycled Product:
Color:
Size:
Estimates
000
000
000
000
Document Number
C9500010245/0003
Quantity:
Min Quantity:
Max Quantity:
Variation in
Quantity•
Quantity
Unit of
Issue
100 job
Line Type: Priced
Period Type: Base Period
Product/Service Code: R499
SIC Code:
NAICS Code: 541330
000
000
000
000
Expiration Date Funded Amount
1,826 75
Page
12 of 18
Unit Price
857,628 000
Inspection /Acceptance
Location:
Level:
Est Cost:
Est. Cost Low:
Est Cost High:
Target Cost:
Target Price:
Total Cost
(Includes Disc;
8 57,628 00
000
000
000
000
000
Line ,Item Detail Title
R9500010245 P A Contract Costs
Funding
Fig Strip
2002 9500 252Z 529 0243
2003 9500 252Z 529 0243
Document Number Page
C9500010245/0003 13 of 18
Expiration Date Funded Amount
48,506 56
7,294 69
Line item Detail
Detail
Ling Item
Nifimber Description
0005 City of Port Angeles, Public Works and Utilities
Department Indirect Overhead Costs Associated
With
Contract Type: Fixed -Price
Delivery Date: 12/30/2002
Period of Performance:
Extended Description:
the Elwha Dam Project
Description
Company:
Prod. /Cat. Number:
Drawing Number:
Spec. Number:
Serial Number:
Piece Number:
Pricing
Base Fee:
Award Fee:
Fixed Fee:
Ceiling:
Funding
Title
R9500010245 P A Contract Costs
000 Min Profit Fee
000 Max. Profit Fee
000 Target Profit Fee
000 Taxes:
Funding Strip
2004 9500 252Z 529 0243
Ship Invoice
Code Code
Model Number:
NSN:
Recycled Product:
Color:
Size:
Estimates
000
000
000
000
Document Number Page
C9500010245/0003
Line Type: Priced
Period Type: Base Period
Product/Service Code: R499
SIC Code:
NAICS Code: 541330
Quantity.
Min. Quantity:
Max. Quantity:
Variation in
Quantity:
Quantity
100 job
Expiration Date
Unit of
Issue
000
000
000
000
14 of 18
Total Cost
Unit Price (Includes Disc)
$64,260 580 64,260 58
Inspection /Acceptance
Location:
Level.
Est. Cost
Est Cost Low:
Est Cost High:
Target Cost:
Target Price:
Funded Amount
2,911 83
000
000
000
000
000
Line.Item Detail Title Document Number Page
R9500010245 P A Contract Costs C9500010245/0003 15 of 18
Funding
Forming Strip
2002 9500 252Z 529 0243
2003 9500 252Z 529 0243
Expiration Date
Funded Amount
50,519 20
10,829 55
Title Document Number Page
Address Detail R9500010245 P A Contract Costs C9500010245/0003 16 of 18
Stepping Addresses
Code Detail
0001 Org: PWR OLYM Olympic National Park
Addr: 600 East Park Ave
Port Angeles WA 98362 -6798
Attn: Biian D Winter, Elwha Project Manager
Phone: (360) 565 -1323 ext
Fax: (360) 565 -3015 ext
Invoice Addresses
Code Detail
0001 Org: PWR OLYM Olympic National Park
Addr: 600 East Park Ave
Port Angeles WA 98362 -6798
Attn: Brian D Winter, Elwha Project Manager
Phone: (360) 565 -1323 ext
Fax: (360) 565 -3015 ext
Award /Contract Document No Document Title
`Modification C9500010245/0003 R9500010245 P A Contract Costs
TABLE OF CONTENTS
SECTION A Solicitation /Contract Form 18
A.1 Summary of Changes 18
Page 17 of 18
Award /Contract Document No. Document Title
`Modification C9500010245/0003 R9500010245 P.A. Contract Costs
,,SECTION A SOLICITATION /CONTRACT FORM
A.1 SUMMARY OF CHANGES
Page 18 of 18
DESCRIPTION OF WORK
„..it is the intent of this contract to piovide reasonable reimbursement to the City of Port Angeles for direct costs incurred studying and
'prepaimg water supply mitigation options associated with the Elwha River ecosystem restoration.
The contract will provide the mechanism to ieimbursement to the City foi direct costs incurred prior 1/1/03, as follows:
A Contract Line Item 0001 Direct Subcontractor Costs Associated With Elwha Dam Project
1. CH2M Hill
2. CH2M Hill
3. CH2M Hill
4. CH2M Hill
5 CH2M Hill
6. CH2M Hill
7 CH2M Hill
8 CH2M Hill
9. CH2M Hill
10 CH2M Hill
11. CH2M Hill
12 CH2M Hill
13 CH2M Hill
14 Foster, Pepper Sheffelman
15 Foster, Pepper Sheffelman
16 Foster, Pepper Sheffelman
17 Foster, Pepper Sheffelman
18 Foster, Pepper Sheffelman
19 Foster, Pepper Sheffelman
20 Foster, Pepper Sheffelman
21 Foster, Pepper Sheffelman
22. Foster, Pepper Sheffelman
23 Preston, Gates Ellis LLP
24. Thomas Pors, Attorney
25 Thomas Pors, Attorney
26. KP Consulting Services
27. KP Consulting Services
2. Public Works Utilities Department
Director Jack Pittis
Dn ector Glenn Cutler
City Engineer Gaiy Kenworthy
Utility Engineer Stephen Sperr
City Engineer Bob Titus
CADD Bill Hale
Permit Coordmatoi
Trento Funston
Adman Assistants
Phyllis Raslei
Cate Rinehart
Linda Gunderson
Water Quality Technician
Terry Siebens
loseph Johnson
Andiew K enyon
1. City Attorney's Office
Ciaig Knutson
Administrative Assistants
Jeannie DeFiang
Diana Lusby
3/25/91 4/24/91
10/21/97 7/28/00
6/30/00 10/18/00
9/30/00 10 /17/00
10/28/00 11/24/00
11/25/00 12/29/00
12/30/00 01/26/01
01/27/01 03/02/01
03/03/01 03/30/01
03/31/01 04/01/01
07/01 /01 12/31 /01
01/01/02 03/31/02
04/01/02 12/31/02'
11/30/98 2/18/00
3/21/00 8/16/00
9/13/00 10/23/0
10/05/00 10 /16/00
11/07/00 11/14/00
12/08/00 12/12/00
01 /11 /01 01/23/01
03/03/01 03/05/01
07/01/01 12/31/01
07/01/01 12/31/01
07/01/01 12/31/01
04/01/02 12/31/02
07/01/01 12/31/01
01/02/02 03/31/02
B. Contract Line Item 0002 Direct Labor Costs Associated With the Elwha Dam Project
1,073 50 hours
31.20 hours
33 00 hours
38 25 hours
325.00 hours
456 00 hours
151 00 hours
1,303.00 hours
10.00 hours
335 00 hours
8 00 hours
91 50 hours
10 00 hours
2 75 hours
5 00 hours
6 00 hours
2 00 houis
5,492 81
68,645 23
20,927 20
2,603 99
4,114 15
5,484 65
2,687 61
9,337.91
1,145 62
243 37
4,996 37
378 15
378.15
2,930 09
13,144 44
1,800 00
378 22
857 84
457.58
588 14
795.00
1,204 01
813 02
160 70
1,760.50
915.00
75.00
$47,118 53
556.29
714.17
668 04
14,607 04
23,248.37
5,786.01
47,074.04
396 80
6,915.11
200 68
1,736 18
218 59
56 20
130 64
12841
4334
CADD
Bill Hale
Water Supervisor
Equipment Charges
3. Planning Department
Director Biad Collins
Administrative Assistant
Sue Robards
4. Office of the City Manager
City Manager Jack Pomerantz
City Manager Patrick Ibarra
City Manger Mike Quinn
Administrative Assistant
Sam Martin
5. Finance Department
Kay Godby
Yvonne Ziuomkowski
Karen Papandrew
Karen Asquith
1. Travel
2. Telecommunications
a. Speaker Phone
b. QWest conference Calls
24 00 hour s
182 50 hours
23 78 hours
270 00 hours
10 00 hours
228 50 hours
25 00 hours
40 00 hours
6 00 hours
46 48 hours
30 00 hours
748 32
27,337 87
1,730 00
6,978 28
875 49
14,944 50
508 56
9,770 09
524.80
1,488 00
200.88
291 15
995 17
C. Contract Line Item 0003 Miscellaneous Charges Associated With the Elwha Dam Project
7,008 32
1,150.21
2,131.80
D. Contract Line Item 0004 City of Port Angeles Administiative Indirect Overhead Costs Associated With the Elwha Dam Project
15.5% $57,215.52
E. Contract Line Item 0005 City of Port Angeles, Public Works and Utility Department Indirect Overhead Costs Associated With
the Elwha Dam Project 29.97% $64,260 58.
AMENDMENT OF SOLICITATION /MODIFICATION OF CONTRACT
42. AMENDMENT /MODIFICATION NO 3. EFFECTIVE DATE 4 REQUISITION /PURCHASE REQ. NO. 5. PROJECT NO (If applicable)
0001
6. ISSUED BY
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles, WA 98362 -6798
8 NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and Zip Code)
City of Port Angeles
321 E. 5th Street,P.O.Box 1150
Port Angeles, WA 98362
CODE 'FACILITY CODE
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
n The above numbered solicitation is amended as set forth in Item 14 The hour and date specified for receipt of Offers
0
04/22/2002
CODE I 95000
See Lines
1. CONTRACT ID CODE
7. ADMINISTERED BY (If other than Item 6)
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles, WA 98362 -6798
I I is extended,
CODE 95000
9A. AMENDMENT OF SOLICITATION NO.
9B. DATED (SEE ITEM 11)
(X) 10A MODIFICATION OF CONTRACT /ORDER
NO C9500010245
(X) 10B. DATED (SEE ITEM 13)
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods
(a) By completing Items 8 and 15, and returning copies of the amendment, (b) By acknowledging receipt of this amendment on each copy of the offer
submitted, or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers FAILURE OF YOUR ACKNOWLEDGMENT
TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT
IN REJECTION OF YOUR OFFER if by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or
letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. ACCOUNTING AND APPROPRIATION DATA (If required)
See Line Item Detail
13 THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS /ORDERS
IT MODIFIES THE CONTRACT /ORDER NO AS DESCRIBED IN ITEM 14
CHECK ONE I A THIS CHANGE ORDER IS ISSUED PURSUANT TO (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN
THE CONTRACT ORDER NO IN ITEM 10A Federal Acquisition Regulation 52 243 Changes -Fixed Price Alternative I (April 1984)
B THE ABOVE NUMBERED CONTRACT /ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as
changes in paying office, appropriation date, etc SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF AUTHORITY OF FAR 43 103(b)
C THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF
D OTHER (Specify type of modification and authority)
E IMPORTANT: Contractor is not, X is required to sign this document and return 2 copies to the issuing office.
Page ylz 1,2
1 oft /8
is not extended
14. DESCRIPTION OF AMENDMENT /MODIFICATION (Organized by UCF section headings, including solicitation /contract subject matter where feasible
See Continuation Sheet Attached
Except as provided herein, at terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect
15A NAME AND TITLE OF SIGNER(Type or print) I 16A NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
A i C//Ae-L ow, A.J,CtT7M4& 44 61. I Sandra A. Thomas
15B. CONTRACTO Oii �R 15C DATE SIGNED 16B Unite'. States of A nca 16C. DATE SIGNED
4-1 L3) Z BY _.t A e.:_41- l
(Signature of pe on authorized to sign) (Signature of Contracting Officer) 266 z
NSN 7540 -01- 152 -8070 STANDARD FORM 30 (REV 10 -83)
PREVIOUS EDITION Prescnbed by GSA FAR (48 CFR)
UNUSABLE 53 243
CONTRACT NO. C9500010245
MODIFICATION NO. 0001
14. DESCRIPTION OF MODIFICATION (CONTINUATION SHEET)
It has been determined necessary and in the best interest of the Government to modify Contract No.
09500010245 to incorporate additional direct and indirect costs associated with the City of Port Angeles'
studying and preparing water supply mitigation options associated with the Elwha River Ecosystem
Restoration. Accordingly, the subject Contract is modified in the following manner, all other terms and
conditions of the original award remain in full force and effect:
A. Contract Section B —Line Item Summary is hereby changed in the following particulars:
Line Item 0001 Unit Price is changed from "$112,939.770" to $141,651.88"
Line Item 0001 Total Cost is changed from "$112,939.77" to $141,651.88"
Line Item 0002 Unit Price is changed from "$100,881.470" to $168,565.90"
Line Item 0002 Total Cost is changed from "$100,881.47" to $168,565.90
Line Item 0003 Umt Price is changed from "$5,132.260" to "$7,540.42"
Line Item 0003 Total Cost is changed from "$5,132.26" to "$7,540.42"
Line Item 0004 is added to read:
"0004 City of Port Angeles Administrative 04/30/2002 1.00 job $48,506.560 $48,506.56
Indirect Overhead Costs Associated
With the Elwha Dam Project"
(See Section C for Detail)
VIII. Line Item 0005 is added to read:
"0005 City of Port Angeles, Public Works and 04/30/2002 1.00 job $50,519.200 $50,519.20
Utilities Depaitiiient Indirect Overhead
Costs Associated With the Elwha Dam
Project
(See Section C for Detail)
B. Contract Section C— DESCRIPTION AND SPECIFICATIONS, Sub -part C.1 STATEMENT OF
WORK, DESCRIPTION OF WORK, Part A. is changed to read from:
"A Contract Line Item 0001 Direct Subcontractor Costs Associated With Elwha Dam Project
to:
1. CH2M HILL
2. CH2M HILL
3. CH2M HILL
4. Foster, Pepper Sheffelman
5. Foster, Pepper Sheffelman
6. Foster, Pepper Sheffelman
"A. Contract Line Item 0001 Direct Subcontractor Costs Associated With Elwha Dam Project
1 CH2M HILL
2. CH2M HILL
3. CH2M HILL
4. CH2M HILL
5. CH2M HILL
3/25/91 4/24/91
10/21/97 7/28/00
6/30/00 10/18/00
11/30/98 2/18/00
3/21/00 8/16/00
9/13/00 10/23/00
3/25/91 4/24/91
10/21 /97 7/28/00
6/30/00 10/18/00
9/30/00 10/17/00
10/28/00 11/24/00
5,492.81
68,645.23
20,927.20
2,930.09
13,144.44
1,800.00"
5,492.81
68,645.23
20,927.20
2,603.99
4,114.15
C. Contract Section C- DESCRIPTION AND SPECIFICATIONS, Sub -part C.1 STATEMENT OF
WORK, DESCRIPTION OF WORK, second sentence is changed to read from "The contract will provide
the mechanism to reimburse to the City for direct costs incurred pnor to October 31, 2000, as follows," to
"The contract will provide the mechanism to reimburse to the City for direct costs incurred prior to June 30,
2001, as follows:
D. Contract Section C- DESCRIPTION AND SPECIFICATIONS, Sub -part C.1 STATEMENT OF
WORK, DESCRIPTION OF WORK, Part B.1 is changed to read from:
"1. City Attorney's Office
Craig Knutson
to:
"1. City Attorney's Office
Craig Knutson
Administrative Assistants
Jeannie DeFrang
Diana Lusby
E. Contract Section C- DESCRIPTION AND SPECIFICATIONS, Sub -part C.1 STATEMENT OF
WORK, DESCRIPTION OF WORK, Part B.2 is changed to read from:
"2. Public Works Utilities Department
Director Jack Pittis
Director Glenn Cutler
City Engineer Gary Kenworthy
Utility Engineer Stephen Sperr
to
6. CH2M HILL 11/25/00 12/29/00
7. CH2M HILL 12/30/00 01/26/01
8. CH2M HILL 01/27/01 03/02/01
9. CH2M HILL 03/03/01 03/30/01
10. CH2M HILL 03/31/01 04/01/01
11. Foster, Pepper Sheffelman 11/30/98 2/18/00
12. Foster, Pepper Sheffelman 3/21/00 8/16/00
13. Foster, Pepper Sheffelman 9/13/00 10/23/00
14. Foster, Pepper Sheffelman 10/05/00 10/16/00
15. Foster, Pepper Sheffelman 11/07/00 11/14/00
16. Foster, Pepper Sheffelman 12/08/00 12/12/00
17. Foster, Pepper Sheffelman 01/11/01 01/23/01
18. Foster, Pepper Sheffelman 03/03/01 03/05/01
"2. Public Works Utilities Department
Director Jack Pitts
Director Glenn Cutler
City Engineer Gary Kenworthy
Utility Engineer Stephen Sperr
City Engineer Bob Titus
CADD Bill Hale
Permit Coordinator Trema Funston
Adman Assistants
945 75 hours
31 20 hours
25.50 hours
29.25 hours
325.00 hours
193 00 hours
151.00 hours
697.00 hours
325 00 hours
293 00 hours
151 00 hours
981.00 hours
10.00 hours
335.00 hours
8.00 hours
5,484.65
2,687.61
9,337.91
1,145.62
243.37
2,930.09
13,144.44
1,800.00
378.22
857.84
475.58
588.14
795.00
945.75 hours 40,783.77"
40,783.77
556.29
536.35
477.41"
14,607.04
9,346.05
5,786.01
20,655.20"
14,607.04
14,452.50
5,786.01
29,585.10
396.80
6,915.11
200.68
F. Contract Section D— DESCRIPTION AND SPECIFICATIONS, Sub -part C.1 STATEMENT OF
WORK, DESCRIPTION OF WORK, Part B.3. is changed to read from:
"3. Planning Department
Director Brad Collins
to:
"3. Planning Depaitinent
Director Brad Collins 160.50 hours $6,519.34
Administrative Assistant
Sue Robards 8.03 hours 174.70"
G. Contract Section C— DESCRIPTION AND SPECIFICATIONS, Sub -part C.1 STATEMENT OF
WORK, DESCRIPTION OF WORK, Part B.4 is changed to read from:
"4. Office of the City Manager
City Manager Patrick Ibarra
City Manager Mike Quinn
to:
Phyllis Rasler
Cate Rinehart
Water Supervisor
Equipment Charges
"4. Office of the City Manager
City Manager Jack Pomerantz 270.00 hours 14,944.50
City Manager Patrick Ibarra 10.00 hours 508.56
City Manager Mike Quinn 100.00 hours 5,295.83
Administrative Assistant
Sam Martin 19.00 hours 382.53"
H. Contract Section C— DESCRIPTION AND SPECIFICATIONS, Sub -part C.1 STATEMENT OF
WORK, DESCRIPTION OF WORK, Part B.5 is added to read as follows:
"5. Finance Department
Kay Godby
Yvonne Zionikowski
Karen Papandrew
to:
a Speaker Phone
b. QWest Conference Calls
86.00 hours
10.00 hours
126.50 hours $4,993.73"
10 00 hours
80.00 hours
40 00 hours
6.00 hours
46.48 hours
1,608.83
218.59
18,757.17
1,595.00
509.66
4,200.01
1.488.00
200.88
291.15"
I. Contract Section C— DESCRIPTON AND SPECIFICATIONS, Sub -part C.1 STATEMENT OF
WORK, DESCRIPTION OF WORK, Part C. is changed to read from:
"C. Contract Line Item 0003 Miscellaneous Charges Associated With the Elwha Darn Project
1. Travel $1,850.25
2. Telecommunications
1,150.21
2,131.80"
"C. Contract Line Item 0003 Miscellaneous Charges Associated With the Elwha Dam Project
1. Travel $4,258.41
3. Telecommunications
a. Speaker Phone
b QWest Conference Calls
1,150.21
2,131.80"
J. Contract Section C— DESCRIPTION AND SPECIFICATIONS, Sub -part C.1 STATEMENT OF
WORK, DESCRIPTION OF WORK, Part D is added to read as follows.
"D. Contract Line Item 0004 City of Port Angeles Administrative Indirect Overhead Costs Associated
With the Elwha Dam Project 15.5% $48.506.56
K. Contract Section C— DESCRIPTION AND SPECIFICATIONS, Sub -part C. 1 STATEMENT OF
WORK, DESCRIPTION OF WORK, Part E is added to read as follows:
"E. Contract Line Item 0005 –City of Port Angeles, Public Work Utility Department Indirect Overhead
Costs Associated With the Elwha Dam Project 29 97% $50,519.20"
F. Contract completion date is hereby extended from May 30, 2001, to April 30, 2002.
G. Contract total is hereby increased in the amount of $197,830.46 from $218,953.50 to $416,783.96.
H. Contract obligated amount is hereby increased in the amount of $197,830.46 from $218,953.50 to
$416,783.96.
Line Item
Summary
Total Funding: $416,783 96
FYs Fund Budget Org Sub Object Class Sub Program Cost Org Sub Proj /Job No. Sub Reporting Category
See Line Item(s)
Division Closed FYs
Line Item CLIN Delivery Date
Number Description
0001
(See Section C for Detail)
Ref Req No: R9500010245
Funding Information
2001 9500 252Z 477 0071
$112,939.77
2002 9500 252Z 477 0071
$28,712.11
0002
Direct Subcontractor Costs Associated 0001 04/30/2002
With Elwha Dam Project
Direct Labor Costs Associated With the 0002 04/30/2002
Elwha Dam Project
(See Section C for Detail)
Ref Req No: R9500010244
Funding Information
2001 9500 252Z 477 0071
$100,881.47
2002 9500 252Z 477 0071
$67,684.43
Document Number Title
C9500010245/0001 R950001 0245 P A Contract Costs
Cancelled Fund
Ref (Start Date to End Date) Quantity
Unit of
Issue
Unit Price
Page
2 of 18
Total Cost
(Includes Discounts)
1.00 job $141,651.880 141,651.88
1.00 job $168,565.900 168,565.90
Line Item
Summary
Total Funding:
$416,783 96
FYs Fund Budget Org Sub Object Class Sub Program Cost Org Sub Proj /Job No. Sub Reporting Category
See Line Item(s)
Division Closed FYs
Line Item CLIN Delivery Date
Number Description Ref (Start Date to End Date) Quantity
0003
0004
Miscellanous Charges Associated With 0003 04/30/2002
the Elwha Dam Project
(See Section C for Detail)
Funding Information
2001 9500 252Z 477 0071
$5,132 26
2002 9500 252Z 477 0071
$2,408.16
City of Port Angeles Administrative
Indirect Overhead Costs Associated
With the Elwha Dam Project
Funding Information
2002 9500 252Z 477 0071
$10,196.96
2002 9500 252Z 529 0243
$38,309.60
Document Number Title
C9500010245/0001 R9500010245 P A Contract Costs
Cancelled Fund
04/30/2002
Unit of
Issue
Unit Price
Page
3 of 18
Total Cost
(Includes Discounts)
1.00 lot $7,540.420 7,540.42
1.00 job $48,506.560 48,506.56
Line Item
Summary
Total Funding: $416,783.96
FYs Fund Budget Org Sub Object Class Sub Program Cost Org Sub Proj /Job No. Sub Reporting Category
See Line Item(s)
Division Closed FYs
0005
City of Port Angeles, Public Works and
Utilities Department Indirect Overhead
Costs Associated With
the Elwha Dam Project
Document Number
C9500010245/0001
Funding Information
2002 9500 252Z 529 0243
$50,519.20
Cancelled Fund
Line Item Delivery Date
Number Description
Title Page
R9500010245 P A. Contract Costs 4 of 18
(Start Date to End Date) Quantity
04/30/2002
Unit of
Issue
Unit Price
Total Cost
(Includes Discounts)
1.00 job $50,519.200 50,519.20
Total Cost: $416,783.96
Line Item Detail
Detail
Line Item
Number Description
0001 Direct Subcontractor Costs Associated With
Elwha Dam Project
Ref Req No: R9500010245
Contract Type: Fixed -Price
Delivery Date: 04/30/2002
Period of Performance:
Extended Description:
(See Section C for Detail)
Description
Company:
Prod. /Cat. Number:
Drawing Number:
Spec. Number:
Serial Number:
Piece Number:
Pricing
Base Fee:
Award Fee:
Fixed Fee:
Ceiling:
Funding
Title
R9500010245 P.A Contract Costs
.000 Min. Profit Fee:
000 Max. Profit Fee:
000 Target Profit Fee:
000 Taxes:
Funding Strip
2001 9500 252Z 477 0071
Ship Invoice
Code Code
0001 0001
Model Number:
NSN:
Recycled Product:
Color:
Size:
Estimates
.0 00
.000
000
000
Document Number
C9500010245/0001
Quantity
Unit of
Issue
1.00 job
Line Type: Priced
Period Type: Base Period
Product/Service Code: R499
SIC Code:
NAICS Code:
Quantity:
Min. Quantity:
Max. Quantity:
Variation in
Quantity:
000
000
000
000
Inspection /Acceptance
Location: Other
Level:
Est. Cost:
Est. Cost Low:
Est. Cost High:
Target Cost:
Target Price:
Expiration Date Funded Amount
112,939.77
Page
5 of 18
Unit Price
$141,651 880
Total Cost
(Includes Disc)
141,651.88
.000
.000
.000
.000
.000
Line Item Detail
Title Document Number Page
R9500010245 P.A. Contract Costs C9500010245/0001 6 of 18
}unding
Funding Strip Expiration Date Funded Amount
2002 9500 252Z 477 0071
Address Information
F.O.B. DESTINATION
Additional Markings:
28,712.11
Line Item Detail Title
R9500010245 P.A. Contract Costs
Detail
Line Item
Number Description
0002 Direct Labor Costs Associated With the Elwha
Dam Project
Ref Req No: R9500010244
Contract Type: Fixed -Price
Delivery Date: 04/30/2002
Period of Performance:
Extended Description:
(See Section C for Detail)
Description
Company:
Prod. /Cat. Number:
Drawing Number:
Spec. Number:
Serial Number:
Piece Number:
Pricing
Base Fee:
Award Fee:
Fixed Fee:
Ceiling:
Funding
000 Min. Profit Fee:
000 Max. Profit Fee:
000 Target Profit Fee:
.000 Taxes:
Funding Strip
2001 9500 252Z 477 0071
Ship Invoice
Code Code
0001 0001
Model Number:
NSN:
Recycled Product:
Color:
Size:
Estimates
000
000
.000
.000
Document Number
09500010245/0001
Quantity
Unit of
Issue
100 job
Line Type: Priced
Period Type: Base Period
Product/Service Code: R498
SIC Code:
NAICS Code:
Quantity:
Min. Quantity:
Max. Quantity:
Variation in
Quantity:
000
.000
.000
000
Inspection /Acceptance
Location:
Level:
Est. Cost:
Est. Cost Low:
Est. Cost High:
Target Cost:
Target Price:
Expiration Date Funded Amount
100,881 47
Page
7 of 18
Unit Price
$168,565.900
Total Cost
(Includes Disc)
168,565.90
.000
.000
.000
.000
.000
l
Line Item Detail Title Document Number
R9500010245 P.A. Contract Costs C9500010245/0001
Funding
Funding Strip Expiration Date Funded Amount
2002 9500 252Z 477 0071 67,684.43
Address Information
F.O.B. OTHER
Additional Markings:
Page
8 of 18
Line Item Detail
Detail
Line Item
Number
0003
Description
Miscellanous Charges Associated With the Elwha
Dam Project
Contract Type: Fixed -Price
Delivery Date: 04/30/2002
Period of Performance:
Extended Description:
(See Section C for Detail)
Description
Company:
Prod. /Cat. Number:
Drawing Number:
Spec. Number:
Serial Number:
Piece Number:
Pricing
Base Fee:
Award Fee:
Fixed Fee:
Ceiling:
Funding
000
000
000
.000
Title
Min. Profit Fee:
Max. Profit Fee:
Target Profit Fee:
Taxes:
Funding Strip
2001 9500 252Z 477 0071
R9500010245 P A Contract Costs
Ship Invoice
Code Code
0001 0001
Model Number:
NSN:
Recycled Product:
Color:
Size:
Estimates
.000
000
000
.000
Document Number
C9500010245/0001
Quantity:
Min. Quantity:
Max. Quantity:
Variation in
Quantity:
Quantity
Unit of
Issue
1 00 lot
Line Type: Priced
Period Type: Base Period
Product/Service Code: R498
SIC Code:
NAICS Code:
.000
.000
.000
000
Expiration Date Funded Amount
5,132 26
Page
9 of 18
Total Cost
Unit Price (Includes Disc)
$7,540.420 7,540.42
Inspection /Acceptance
Location:
Level:
Est. Cost:
Est. Cost Low:
Est. Cost High:
Target Cost:
Target Price:
.000
.000
.000
.000
.000
Line Item Detail Title
Funding
Funding Strip
2002 9500 252Z 477 0071
Address Information
F.O.B. DESTINATION
Additional Markings:
Document Number Page
R9500010245 P A. Contract Costs C9500010245/0001 10 of 18
Expiration Date Funded Amount
2,408 16
Line Item Detail Title
R9500010245 P A Contract Costs
Detail
Line Item
Number
0004
Description
Description
Company:
Prod. /Cat. Number:
Drawing Number:
Spec. Number:
Serial Number:
Piece Number:
Pricing
Base Fee:
Award Fee:
Fixed Fee:
Ceiling:
Funding
City of Port Angeles Administrative Indirect
Overhead Costs Associated With the Elwha Dam
Project
Contract Type: Fixed -Price
Delivery Date: 04/30/2002
Period of Performance:
Extended Description:
000
000
000
000
Min. Profit Fee:
Max. Profit Fee:
Target Profit Fee:
Taxes:
Funding Strip
2002 9500 252Z 477 0071
Ship Invoice
Code Code
Model Number:
NSN:
Recycled Product:
Color:
Size:
Estimates
.000
000
.000
.000
Document Number
C9500010245/0001
Quantity
Unit of
Issue
100 job
Line Type: Priced
Period Type: Base Period
Product/Service Code:
SIC Code:
NAICS Code:
Quantity:
Min. Quantity:
Max. Quantity:
Variation in
Quantity:
.000
.000
.000
.000
Inspection /Acceptance
Location:
Level:
Est. Cost:
Est. Cost Low:
Est. Cost High:
Target Cost:
Target Price:
Expiration Date Funded Amount
10,196 96
Page
11 of 18
Total Cost
Unit Price (Includes Disc)
$48,506 560 48,506.56
.000
.000
.000
000
000
Line Item Detail Title
Funding
Funding Strip
2002 9500 252Z 529 0243
Document Number Page
R9500010245 P.A. Contract Costs C9500010245/0001 12 of 18
Expiration Date Funded Amount
38,309.60
Line Item Detail Title
R9500010245 P.A Contract Costs
Detail
Line Item
Number Description
0005 City of Port Angeles, Public Works and Utilities
Department Indirect Overhead Costs Associated
With
Contract Type: Fixed -Price
Delivery Date: 04/30/2002
Period of Performance:
Extended Description:
the Elwha Dam Project
Description
Company:
Prod. /Cat. Number:
Drawing Number:
Spec. Number:
Serial Number:
Piece Number:
Pricing
Base Fee:
Award Fee:
Fixed Fee:
Ceiling:
000
000
000
.000
Min. Profit Fee:
Max. Profit Fee:
Target Profit Fee:
Taxes:
Funding
Funding Strip
2002 9500 252Z 529 0243
Ship Invoice
Code Code
Model Number:
NSN:
Recycled Product:
Color:
Size:
Estimates
000
.000
000
000
Document Number
C9500010245/0001
Line Type: Priced
Period Type: Base Period
Product/Service Code:
SIC Code:
NAICS Code:
Quantity:
Min. Quantity:
Max. Quantity:
Variation in
Quantity:
Quantity
Unit of
Issue
1.00 job
.000
.000
.000
000
Expiration Date Funded Amount
50,519.20
Page
13 of 18
Unit Price
$50,519.200
Inspection /Acceptance
Location:
Level:
Est. Cost:
Est. Cost Low:
Est. Cost High:
Target Cost:
Target Price:
Total Cost
(Includes Disc)
50,519.20
.000
.000
.000
.000
.000
Title Document Number Page
Address Detail R9500010245 P A. Contract Costs
Shipping Addresses
Item No. Detail
0001 Org: PWR OLYM Olympic National Park
Addr: 600 East Park Ave
Port Angeles WA 98362 -6798
Attn: Brian D Winter, Elwha Project Manager
Phone: (360) 565 -1323 ext.
Fax: (360) 565-3015 ext
Invoice Addresses
Item No. Detail
0001 Org: PWR OLYM Olympic National Park
Addr: 600 East Park Ave
Port Angeles WA 98362 -6798
Attn: Brian D. Winter, Elwha Project Manager
Phone: (360) 565 -1323 ext
Fax: (360) 565 -3015 ext.
C9500010245/0001 14 of 18
Award /Contract Document No. Document Title
Modification C9500010245/0001 R9500010245 P.A. Contract Costs
TABLE OF CONTENTS
SECTION A Sohcitation/Contract Form 12
A.1 Summary of Changes 12
SECTION C Descriptions and Specifications 13
C.1 Statement of Work 13
Page 11 t11
fsc.-' ¢3
Award /Contract Document No. Document Title
Modification C9500010245/0001 R9500010245 P A Contract Costs
SECTION A SOLICITATION /CONTRACT FORM
A.1 SUMMARY OF CHANGES
The free form item `Statement of Work has been edited.
DESCRIPTION OF WORK
It is the intent of this contract to provide reasonable reimbursement to the City of Port Angeles for direct costs incurred studying and
preparmg water supply mitigation options associated with the Elwha River ecosystem restoration.
The contract will provide the mechanism to reimbursement to the City for direct costs incurred prior to June 30, 2001, as follows:
A. Contract Line Item 0001 Direct Subcontractor Costs Associated With Elwha Dam Project
1. CH2M Hill
2. CH2M Hill
3. CH2M Hill
4. CH2M Hill
5. CH2M Hill
6. CH2M Hill
7. CH2M Hill
8. CH2M Hill
9. CH2M Hill
10. CH2M Hill
11. Foster, Pepper Sheffelman
12. Foster, Pepper Sheffelman
13. Foster, Pepper Sheffelman
14. Foster, Pepper Sheffelman
15. Foster, Pepper Sheffelman
16. Foster, Pepper Sheffelman
17. Foster, Pepper Sheffelman
18. Foster, Pepper Sheffelman
B. Contract Line Item 0002 Direct Labor Costs Associated With the Elwha Dam Project
1. City Attorney's Office
Craig Knutson
Administrative Assistants
Jeannie DeFrang
Diana Lusby
2. Public Works Utilities Department
Director Jack Pitts
Director Glenn Cutler
City Engineer Gary Kenworthy
Utility Engineer Stephen Sperr
City Engineer Bob Titus
CADD Bill Hale
Permit Coordinator
Trenia Funston
Admin Assistants
Phyllis Rasler
Cate Rinehart
Water Supervisor
Equipment Charges
3/25/91 4/24/91
10/21/97 7/28/00
6/30/00 10/18/00
9/30/00 10/17/00
10/28/00 11/24/00
11/25/00 12/29/00
12/30/00 01/26/01
1/27/01 03/02/01
03/03/01 03/30/01
03/31/01 04/01/01
11/30/98 2/18/00
3/21/00 8/16/00
9/13/00 10/23/0
10/05/00 10/16/00
11/07/00 11/14/00
12/08/00 12/12/00
01 /11 /01 01/23/01
03/03/01 03/05/01
945.75 hours
31.20 hours
25.50 hours
29.25 hours
325.00 hours
293.00 hours
151.00 hours
981.00 hours
10.00 hours
335.00 hours
8 00 hours
86.0 hours
10.0 hours
5,492.81
68,645.23
20,927.20
2,603.99
4,114.15
5,484.65
2,687.61
9,337.91
1,145.62
243 37
2,930 09
13,144.44
1,800.00
378.22
857.84
457 58
588.14
795.00
$40,783 77
556.29
536.35
477.41
14,607.04
14,452.50
5,786 01
29,585.10
396.80
6,915.11
200.68
1,608.83
218.59
18,757.17
1,595.00
3. Plannmg Department
Director Brad Collins 160.50 hours 6,519.34
Administrative Assistant
Sue Robards 8.03 hours 174.70
4. Office of the City Manager
City Manager Jack Pomerantz 270.00 hours 14,944.50
City Manager Patrick Ibarra 10.00 hours 508.56
City Manger Mike Quinn 100 00 hours 5,295.83
Administrative Assistant
Sam Martin 19.00 hours 382.53
5. Finance Depai t,uent
Kay Godby 40.00 hours 1,488.00
Yvonne Ziuomkowski 6.00 hours 200.88
Karen Papandrew 46.48 hours 291.15
C. Contract Line Item 0003 Miscellaneous Charges Associated With the Elwha Dam Project
1. Travel 4,258.41
2. Telecommunications
a. Speaker Phone 1,150 21
b. QWest conference Calls 2,131.80
D. Contract Line Item 0004 City of Port Angeles Administrative Indirect Overhead Costs Associated With the Elwha Dam Project
15.5% $48,506.56.
E. Contract Line Item 0005 City of Port Angeles, Public Works and Utility Department Indirect Overhead Costs Associated With
the Elwha Dam Project 29.97% $50,519.20.
PORTANGaES
WASHINGTON, U.S.A.
CITY COUNCIL MEMO
DATE: May 22, 2001
TO: MAYOR DOYLE AND CITY COUNCIL
FROM: Glenn A. Cutler, Director of Public Works and Utilities
SUBJECT: Contract with National Park Service for Direct Costs Associated With Water Supply
Mitigation Measures
Summary: The National Park Service has prepared a contract to reimburse the City for direct
costs associated with dam removal that were incurred prior to October 31, 2000, in the sum of
$218,953.50. Overhead costs for this period are being negotiated by the Park Staff and the City
Staff. Expenses incurred after November 1, 2000 will be submitted after the contract has been
signed.
Recommendation: Authorize the Mayor to sign the contract with the National Park
Service for direct costs associated with dam removal that were incurred prior to October
31, 2000, in the amount of $218,953.50; authorize the City Manager to sign future
modifications to the contract; and authorize the Director of Public Works and Utilities to
sign the appropriate representations and certifications, and invoice the Park Service for
reimbursement of current and future costs.
Background Analysis: The United states Congress directed the National Park Service (NPS)
to reimburse the City of Port Angeles (City) for current and future sunk costs reasonably
incurred in studying and preparing water supply mitigation options associated with removing the
Elwha dams up to $500,000. The National Park Service has prepared a contract to reimburse the
City for direct costs, $218,953.50, incurred prior to October 31, 2000. It is anticipated the
contract will be modified for additional reimbursement expenses. The NPS and City staffs are
negotiating the general and administrative overhead costs associated with the direct costs.
Expenses incurred between November 1, 2000 and April 30, 2001 will be submitted after the
contract has been signed.
It is recommended that the City Council authorize:
1) The Mayor to sign the contract,
2) The City Manager to sign modifications to the contract,
3) The Director of Public Works and Utilities to sign the appropriate representations and
certifications, and invoice for the reimbursement of current and future costs.
The City Attorney has reviewed the contract.
N: \GLENN\NPScont.wpd
q. .355
A
CITY COUNCIL MEETING
May 22, 2001
FINANCE:
(Cont' d)
Contract Award for Francis
Street Park (Cont'd)
Black Diamond Reservoir
Improvements
Waterline Replacement
Street Repairs
Reimbursement of Costs
Associated with Water
Supply Mitigation
Measures
356
Park improvements. Councilman Williams requested that a map of the improvements
be displayed and, with the use of the overhead projector, Parks Director Connelly
explained the improvements being implemented. The current plan is to create parking
with a main pedestrian access down the trail and to have handicap accessible parking
midpoint down the trail. Director Connelly pointed out the location of the flag plaza
There was brief discussion on the placement of a flag plaza as opposed to play
sculptures for children, and Director Connelly pointed out that at a future date
sculptures could be an addition to the park. Councilman Williams questioned the size
of the available roads. Director Connelly indicated he would return with the requested
information.
Councilman Hulett moved to approve the contract for the Francis Street Park
improvements to Primo Construction, Inc., of Sequim, Washington, in the total bid
amount of $338,239.62 which includes the additive flag plaza; to approve the added
2001 CFP project funding in the amount of $140,000; and to authorize the Mayor
to sign the contract. The motion was seconded by Councilman Campbell and
carried unanimously.
2 Contract awarded for the Black Diamond Reservoir Cover
Deputy Mayor McKeown summarized the memorandum from the Director of Public
Works Utilities concerning approval of the contract for the Black Diamond Reservoir
Improvements with Snelson Companies, Inc. Councilmember Erickson moved to
approve the contract for the Black Diamond Reservoir improvements to Snelson
Companies, Inc., of Sedro Woolley, Washington, in the bid amount of $963, 967.94
and authorize the Mayor to sign the contract. The motion was seconded by
Councilman Campbell and carried unanimously.
3. Contract Change Order for 8 Street Restoration Project
Deputy Mayor McKeown reviewed the memorandum the Director of Public Works
Utilities concerning a contract change order with Lakeside Industries for the 8' Street
restoration, adding a waterline replacement and street repairs plus five additional
working days to the contract. Director Cutler added that the waterline damage was
within a questionable time period, as the damage could be earthquake related Public
Works is currently seeking FEMA's aid with this unexpected situation.
Councilmember Erickson moved to approve a written finding of the existence of
an emergency, waive competitive bid requirements, and approve proceeding with
Contract Change Order No. 4 to the Lakeside Industries contract for the 8t Street
restoration, which will add waterline replacement and street repairs in the amount
of $56,503.00 and 5 added working days. The motion was seconded by Councilman
Hulett and carried unanimously.
4 Contract with National Park Service for Direct Costs Associated with Water
Supply Mitigation Measures
Deputy Mayor McKeown summarized the memorandum from the Director of Public
Works Utilities on the matter of a contract with the National Park Service for direct
costs associated with dam removal. Director Cutler added that the contract is for the
stated amount, and the National Park Service can modify it up to $500,000.
Councilman Campbell moved to authorize the Mayor to sign the contract with the
National Park Service for direct costs associated with dam removal that were
incurred prior to October 31, 2000, in the amount of $218,953.50; authorize the
City Manager to sign future modifications to the contract; and authorize the
Director of Public Works Utilities to sign the appropriate representations and
-2-
Reimbursement of Costs
Associated with Water
Supply Mitigation
Measures (Cont'd)
Rescind Bids for
Lauridsen Boulevard
Airport Road Realignment
Project
CONSENT AGENDA:
CITY COUNCIL
COMMITTEE
REPORTS:
ORDINANCES NOT
REQUIRING PUBLIC
HEARINGS:
Implementation of a Net
Metermg Program
Ordinance No. 3080
CITY COUNCIL MEETING
May 22, 2001
certification, and invoice the Park Service for reimbursement of current and future
costs. The motion was seconded by Councilman Williams and carried
unanimously.
5 Rescind Bids for Lauridsen Blvd /Airport Road Realignment Project
Deputy Mayor McKeown reviewed the Information from the Director of Public Works
Utilities pertaining to rescinding the previous decision to award Pnmo Construction
the contract for the Lauridsen Boulevard/Airport road realignment project. Director
Cutler explained that, after extensive discussion with Washington State Department of
Transportation, due to the City not including the proper forms needed to make the bid
packet complete, all bids must be rejected and re- advertised. This must be done m order
to keep federal funding.
Councilman Hulett moved that the Council rescind its previous decision to award
the contract to Primo Construction and to reject all bids for the project. The
motion was seconded by Councilman Campbell and carried unanimously.
Councilman Campbell moved to accept the Consent Agenda to include, 1) City
Council minutes of the May 2, 2001 regular meetmg; and 2) Check List May 11, 2001
$1,426,308.98 The motion was seconded by Councilman Williams and carried
unanimously.
Councilmember Erickson had no report.
Councilman Williams attended Port Angeles Works!, Utility Advisory, and Real Estate
Committee meetings. At the Real Estate Committee meeting, there were citizens in
attendance wanting to restore the Port Angeles underground. Councilman Williams was
also in attendance at two Gateway meetings and a Downtown Forward meeting, both
of which are progressing in their goals.
Councilman Campbell highlighted his recent visit to Port Angeles' Sister City in Japan
Included m the tour of Mutsu City, the group visited the $20 Million Mutsu Municipal
Library and the Mutsu Science Museum.' Councilman Campbell and others were
allowed to participate m their Annual Firefighting Day, involving speeches, ceremonies
with demonstrations of pumping water, and a parade Mutsu is a city of 50,000 people,
and in 1960, it was formed by the merger of two cities. The Mutsu City Finance
Director informed Councilman Campbell that the budget is $200 million which does not
include water /sewer /electric. There is public housing that is part of the City's revenues.
Councilman Hulett informed the Council that the City Council now has a voting
position on the Chamber of Commerce Board of Directors. Clallam County will have
voting representation on the Board as well.
Deputy Mayor McKeown reported that she represented the City at the recent Sequim
Imgation Festival She was also m attendance at the Downtown Forward and Gateway
Committee meetings.
Ordinances Not Requiring Public Hearings
1 Implementing A Net Metering Program
Deputy Mayor McKeown summarized the memorandum submitted by the Director of
Public Works Utilities in regard to implementation of net metering Public Works
Utilites Director Cutler stated that Electrical Engineering Manager Jim Harper was
present to address any questions the Council may have. In general, the Ordinance
-3-
AWARD /CONTRACT
2. CONTRACT (Proc. inst. ident)
C9500010245
5. ISSUED BY
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles, WA 98362 -6798
7. NAME AND ADDRESS OF CONTRACTOR (No., street, city, county, State and ZIP Code)
City of Port Angeles
321 E. 5th Street
P.O.Box 1150
Port Angeles, WA 98362-
CODE
11. SHIP TO/MARK FOR
Bnan D. Winter
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles, WA 98362 -6798
13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:
15A. ITEM NO.
1. THIS CONTRACT IS A RATED ORDER
UNDER DPAS (15 CFR 350)
NO. 3 EFFECTIVE DATE
05/04/2001
CODE I 95000
I FACILITY CODE
CODE 1 95000
10 U.S.C. 2304(c) (5 41 U.S.C. 253(c)
X H
15B. SUPPLIES /SERVICES
SEE LINE ITEM DETAIL
ISECI DESCRIPTION
PART I THE SCHEDULE
X I A I SOLICITATION CONTRACT FORM
X I B I SUPPLIES OR SERVICES AND PRICES /COSTS
X C I DESCRIPTION/SPECS/WORK STATEMENT
D I PACKAGING AND MARKING
X E I INSPECTION AND ACCEPTANCE
F I DELIVERIES AND PERFORMANCE
X G I CONTRACT ADMINISTRATION DATA
SPECIAL CONTRACT REQUIREMENTS 8
17. 0 CONTRACTOR'S NEGOTIATED AGREEMENT (Contractor is required
to sign this document and return 2 copies to issuing office)
Contractor agrees to furnish and deliver all items or perform all the services set
forth or otherwise identified above and on any continuation sheets for the
consideration stated herein The nghts and obligations of the parties to this
contract shall be subject to and governed by the following documents: (a) this
award/contract, (b) the solicitation, if any, and (c) such provisions, representations,
certifications, and specifications, as attached or incorporated by reference herein.
(Attachments are listed herein.)
19A. NAME AND TITL OF SIGNER (Type or print) d,
4 'v 7 V Mss ya
19C. DATE SIGNED
(Signature of person uthorized to sign) ..2 iNA A 1 L 0
NSN 7540.01 -152 8000
PREVIOUS EDITION UNUSABLE
Rating Page of Pages
1 I 27
N/PURCHASE REQUEST PROJECT NO.
See Lines
6. ADMINISTERED BY (If other than Item 5) CODE I
8. DELIVERY FOB Origin 13 Other (See below)
9. DISCOUNT FOR PROMPT PAYMENT
10 days
20 days
30 days
days
10. SUBMIT INVOICES
(4 Copies unless other
wise specified) To THE
ADDRESS SHOVM! IN:
12. PAYMENT WILL BE MADE BY
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles, WA 98382 -6798
14 ACCOUNTING AND APPROPRIATION DATA
2001 9500 252Z 477 0071
15C. QUANTITY 15D. UNIT' 15E. UNIT PRICE
CODE
95000
15G. TOTAL AMOUNT OF CONTRACT
18. TABLE OF CONTENTS
PAGE(S) I O ISECI DESCRIPTION
PART II CONTRACT CLAUSES
I I CONTRACT CLAUSES
1 x
2 -3
5
6
X
7 I X
PART III LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH.
J I LIST OF ATTACHMENTS
PART IV REPRESENTATIONS AND INSTRUCTIONS
REPRESENTATIONS, CERTIFICATIONS, AND
K OTHER STATEMENTS OF OFFERORS
L I INSTRS., CONDS., AND NOTICES TO OFFERORS
M EVALUATION FACTORS FOR AWARD
CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE
20A NAME OF CONTRACTING OFFICER
Sandra A. Thomas
20B. UNITED STATES OF AtAWCA
By 1•f7A?Q�1G. LL �.d✓
(Signature of Contracting Officer)
ITEM
12
y.
15F. AMOUNT
218,953.50
M PAGE(S)
I 9-21
27
18. AWARD (Contractor is not required to sign this document.) Your
offer on Solicitation Number
Including the additions or changes made by you which additions or changes are set forth
in full above, is hereby accepted as to the items listed above and on any continuation
sheets. This award consummates the contract which consists of the following
documents: (a) the Government's solicitation and your offer, and (b) this award/contract
No further contractual document is necessary.
20C. DATE SIGNED
.3 –.2y -2
22 -26
STANDARD FORM 26 (REV 4 85)
Preuuibo 1 by OSA
FAR (48 CFR) 53.214(a)
Line Item
'Summary
%T otal Funding: $218,953.50
FYs Fund Budget Org
2001
Division
Line item
Number Description
0002
9500
Closed FYs
(See Section C for Detail)
Ref Req No: R9500010245
Funding Information'
2001 9500 252Z 477 0071
$112,939.77
0001 Direct Subcontractor Costs Associated
With Elwha Dam Project
Direct Labor Costs Associated With the
Elwha Dam Project
(See Section C for Detail)
Ref Req No: R9500010244
Funding Information'
2001 9500 252Z 477 0071
$100,881.47
Document Number Title
C9500010245
Sub Object Class
252Z
Cancelled Fund
Sub Program Cost Org Sub Proj /Job No. Sub Reporting Category
477 0071
Delivery Date
(Start Date to End Date) Quantity
05/30/2001
05/30/2001
R9500010245 P.A. Contract Costs
Unit of
Issue
1.00 job
1.00 job
Total Cost
Unit Price (Includes Discounts)
$112,939.770
$100,881.470
Page
2 of 27
112,939.77
100,881.47
Line Item
'Summary
Total Funding: $218,953.50
FYs Fund Budget Org Sub Object Class Sub Program Cost Org Sub Proj /Job No. Sub Reporting Category
Division Closed FYs
Line Item
Number Description
0003
Miscellanous Charges Associated With
the Elwha Dam Project
(See Section C for Detail)
Funding Information:
2001 9500 252Z 477 0071
$5,132.26
Document Number Title
C9500010245 R9500010245 P.A. Contract Costs
Cancelled Fund
Delivery Date
(Start Date to End Date) Quantity
05/30/2001
Unit of
Issue
Page
3 of 27
Total Cost
Unit Price (Includes Discounts)
1.00 lot $5,132.260 5,132.26
Total Cost: $218,953.50
Award /Contract Document No.
C9500010245
1
Document Title
R9500010245 P.A. Contract Costs
TABLE OF CONTENTS
SECTION C Descriptions and Specifications 5
C.1 Statement of Work 5
SECTION E Inspection and Acceptance 6
E.1 Clauses By Reference 6
E.2 Inspection and Acceptance 6
SECTION G Contract Administration Data 7
G.1 Contract Administration 7
SECTION H Special Contract Requirements 8
H.1 Special Contract Requirements 8
SECTION I Contract Clauses 9
I.1 Clauses By Reference 9
1.2 Release of Claims Department of Interior 10
1.3 Information Collection DOI 10
1.4 Audit and Records Negotiation Alternate III 10
1.5 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions 11
1.6 Limitation Of Government Liability 11
I.7 Contract Definitization (See Note 1.) 12
1.8 Toxic Chemical Release Reporting 12
1.9 Restrictions on Certain Foreign Purchases 13
I.10 Changes -Fixed Price Alternate I 13
I.11 Notification Of Changes 14
I.12 Subcontracts for Commercial Items and Commercial Components 15
1.13 Value Engineering 16
I.14 Clauses Incorporated by Reference 20
1.15 Authorized Deviations In Clauses 20
SECTION K Representations, Certifications and Other Statements of Offerors 22
K.1 Women -Owned Business (Other than Small Business) 22
K.2 Certification Regarding Debarment, Suspension, Proposed Debarment, And Other 22
Responsibility Matters
K.3 Small Business Program Representations Alternate I 23
K.4 Small Business Concerns Representation For The Small Business Competitiveness 24
Demonstration Program
K.5 Previous Contracts And Compliance Reports 25
K.6 Affirmative Action Compliance 25
K.7 Historically Black College or University and Minority Institution Representation 25
SECTION L Instructions, Conditions and Notices to Bidders 27
L.I Data Universal Numbering System (DUNS) Number 27
L.2 Type Of Contract 27
Page 4 of 27
Award /Contract
SECTION C DESCRIPTIONS AND SPECIFICATIONS
C.1 STATEMENT OF WORK
DESCRIPTION OF WORK
It is the intent of this contract to provide reasonable reimbursement to the City of Port Angeles for direct costs incurred studying and
preparing water supply mitigation options associated with the Elwha River ecosystem restoration.
The contract will provide the mechanism to reimbursement to the City for direct costs incurred prior to October 31, 2000, as follows:
A. Contract Line Item 0001 Direct Subcontractor Costs Associated With Elwha Dam Project
1. CH2M Hill
2. CH2M Hill
3. CH2M Hill
4. Foster, Pepper Sheffelman
5. Foster, Pepper Sheffelman
6. Foster, Pepper Sheffelman
B. Contract Line Item 0002 Direct Labor Costs Associated With the Elwha Dam Project
1. City Attorney's Office
Craig Knutson
2. Public Works Utilities Department
Director Jack Pittis
Director Glenn Cutler
City Engineer Gary Kenworthy
Utility Engineer Stephen Sperr
3. Planning Department
Director Brad Collins
4. Office of the City Manager
City Manager Patrick Ibarra
City Manger Mike Quinn
C. Contract Line Item 0003 Miscellaneous Charges Associated With the Elwha Dam Project
1. Travel 1,850.25
2. Telecommunications
a. Speaker Phone
b. QWest conference Calls
Document No.
C9500010245
3/25/91 4/24/91
10/21/97 7/28/00
6/30/00 10/18/00
11/30/98 2/18/00
3/21/00 8/16/00
9/13/00 10/23/00
Document Title
R9500010245 P.A. Contract Costs
5,492.81
68,645.23
20,927.20
2,930.09
13,144.44
1,800.00
945.75 hours $40,783.77
325.0 hours
193.0 hours
151.0 hours
697.0 hours
126.5 hours 4,993.73
10 hours
80 hours
14,607.04
9,346.05
5,786.01
20,655.20
509.66
4,200.01
1,150.21
2,131.80
Page 5 of 27
Award /Contract Document No.
C9500010245
I
SECTION E INSPECTION AND ACCEPTANCE
Document Title
R9500010245 P.A. Contract Costs
E.1 52.252 -02 CLAUSES INCORPORATED BY REFERENCE
Page 6 of 27
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at
this /these address(es):
http: /www.arnet.gov /far
Clause I Title
52.246 -04 I Inspection Of Services- Fixed Price
E.2 1489.246 INSPECTION AND ACCEPTANCE
100
I Date
I August 1996
(a) The Contracting Officer or the duly authorized representative will perform inspection and acceptance
be provided.
(b) For the purposes of this clause, the authorized representative of the Contracting Officer will be Brian
Service, Telephone No. (360) 565 -1323.
APRIL 1984
of materials and services to
Winter, Ph.D, National Park
Award /Contract Document No.
C9500010245
SECTION G CONTRACT ADMINISTRATION DATA
Document Title
R9500010245 P.A. Contract Costs
G.1 1489.242.1 CONTRACT ADMINISTRATION APRIL 1984
00
Contracting Officer's Technical Representative(s) for this contract will be established for each Task Order.
Contract Specialist(s) responsible for administering this contract:
Contracting Officer _Sandra A. Thomas
National Park Service
Address _600 East Park Avenue
City, State, Zip Code Port Angeles, Washington 98362
Telephone No. (360) 565 -3025
Fax No. _(360) 565 -3018
Page 7 of 27
Award /Contract Document No.
C9500010245
SECTION H SPECIAL CONTRACT REQUIREMENTS
H.1 SPECIAL CONTRACT REQUIREMENTS
1. CERTIFICATION REQUIREMENT
2. CLARIFICATION OF TERMS
Document Title
R9500010245 P.A. Contract Costs
Page 8 of 27
Prior to reimbursement a City of Port Angeles official shall certify, in writing, that the costs for which the City of Port
Angeles seeks reimbursement were incurred in studying and preparing water supply mitigation measures associated with removing the
Elwha dams and not for other purposes. The official shall further certify that all costs were incurred prior to October 31, 2000.
A. Compliance with Contract Section I, part 1.4, Federal Acquisition Regulation (FAR) 52.215 -02 ALT III AUDIT AND
RECORDS NEGOTIATION ALTERNATE III, Sub -part (f) and 52.248 -01 VALUE ENGINEERING, FEBRUARY 2000
(1) It is understood by both parties that the intent of this contract is to provide payment of direct costs incurred prior to
October 31, 2000. It is understood by both parties that subcontract awards made by the City of Port Angeles in association with the
work on this contract were awarded as task orders on previously awarded City contracts. At the time of award, the City did not have
reason to include the subcontracting provisions required by FAR 52.215 -02 ALT III or FAR 52.248 -01.
(2) The tasks orders awarded by the city associated with this contract did not exceed the simplified acquistion threshold.
Therefore, the intent of FAR 52.215 -02 ALT III or FAR 52.248 -01 was not jeopardized. It is agree that the City need take no action
to modify their exisiting contracts with either CH2M Hill or Foster, Pepper Sheffelman to satisfy the requirement of these clauses
for work under this contract.
B. It is agreed by both parties that the subcontracting work performed by the firms CH2M Hill and Foster, Pepper Sheffelman in
association with the City of Port Angeles' performance under this contract is to be considered exempt from the requirements for cost
and pricing data perscribed in FAR Clause 52.215 -15 PENSION ADJUSTMENTS AND ASSET REVERSIONS.
3. GENERAL AND ADMINSTRATIVE OVERHEAD COSTS
A. The Goverment is currently negotiating with the City of Port Angeles to establish a reasonable and allowable general and
administrative overhead rate for work associated with the Elwha River Ecosystem Restoration. This contract does not currently
include indirect costs associated with overhead. At the conclusion of these negotiations, the Government may choose to modify the
contract to include the City's overhead costs.
Award /Contract Document No.
C9500010245
SECTION I CONTRACT CLAUSES
I.1 52.252 -02 CLAUSES INCORPORATED BY REFERENCE
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at
this /these address(es):
http: /www.arnet.gov /far
Clause
52.202 -01
52.203 -03
52.203 -05
52.203 -06
52.203 -07
52.203 -08
52.203 -10
52.203 -12
52.204 -04
52.209 -06
52.215 -02
52.215 -08
52.215 -15
52.215 -21 Alt IV
52.219 -08
52.222 -03
52.222 -21
52.222 -26
52.222 -35
52.222 -36
52.222 -37
52.223 -06
52.227 -14
52.229 -04
52.232 -01
52.232 -08
52.232 -11
52.232 -11
52.232 -23
52.232 -25
52.232 -34
52.232 -35
Document Title
R9500010245 P.A. Contract Costs
Title
Definitions
Gratuities
Covenant Against Contingent Fees
Restrictions On Subcontractor Sales To The Government
Anti Kickback Procedures
Cancellation, Rescission, and Recovery of Funds for Illegal or
Improper Activity
Price Or Fee Adjustment For Illegal Or Improper Activity
Limitation On Payments To Influence Certain Federal
Transactions
Printed or Copied Double -Sided on Recycled Paper.
Protecting the Government's Interest When Subcontracting With
Contractors Debarred, Suspended, or Proposed for Debarment
Audit and Records Negotiation
Order of Precedence Uniform Contract Format
Pension Adjustments and Asset Reversions
Requirements for Cost or Pricing Data or Information Other
Than Cost or Pricing Data Modifications Alternate IV
Utilization of Small Business Concerns
Convict Labor
Prohibition of Segregated Facilities
Equal Opportunity
Affirmative Action For Disabled Veterans and Veterans of the
Vietnam Era
Affirmative Action For Workers with Disabilities
Employment Reports On Disabled Veterans and Veterans of the
Vietnam Era
Drug Free Workplace
Rights in Data General
Federal, State And Local Taxes (Noncompetitive Contract)
Payments
Discounts For Prompt Payment
Extras
Extras
Assignment Of Claims
Prompt Payment
Payment by Electronic Funds Transfer- -Other than Central
Contractor Registration
Designation of Office for Government Receipt of Electronic
Date
October 1995
April 1984
April 1984
July 1995
July 1995
January 1997
January 1997
June 1997
August 2000
July 1995
June 1999
October 1997
December 1998
October 1997
October 2000
August 1996
February 1999
February 1999
April 1998
June 1998
January 1999
January 1997
June 1987
January 1991
April 1984
May 1997
April 1984
April 1984
January 1986
June 1997
May 1999
I May 1999
Page 9 of 27
Award/Contract Document No.
C9500010245
52.233 -01
52.233 -03
52.242 -13
52.243 -01
52.249 -04
52.249 -08
52.253 -01
Document Title
R9500010245 P.A. Contract Costs
Funds Transfer Information
Disputes
Protest After Award
Bankruptcy
Changes- -Fixed Price
Termination For Convenience Of The Government (Services)
(Short Form)
Default (Fixed -Price Supply and Service)
I Computer Generated Forms
I.2 1452.204- RELEASE OF CLAIMS DEPARTMENT OF INTERIOR
70
(a) After completion of work and prior to final payment, the Contractor shall furnish the Contracting Officer with a release of claims
against the United States relating to this contract. The Release of Claims form (DI -137) shall be used for this purpose. The form
provides for exception of specified claims from operation of the release.
I.3 1452.237- INFORMATION COLLECTION DOI
70
If performance of this contract requires the contractor to collect information on identical items
from ten or more public respondents, no action shall be taken or funds expended in the solicitation
or collection of such information until the contractor has received from the Contracting Officer
written notification that approval has been obtained from the Office of Management and Budget
(OMB) pursuant to the Paperwork Reduction Act of 1980. The Contractor agrees to provide all
information requested by the Contracting Officer which is necessary to obtain approval from
OMB.
December 1998
August 1996
July 1995
August 1987
April 1984
April 1984
I January 1991
JULY 1996
JULY 1996
I.4 52.215 -02 AUDIT AND RECORDS NEGOTIATION ALTERNATE III JUNE 1999
ALT III
Page 10 of 27
(a) As used in this clause, "records" includes books, documents, accounting procedures and practices, and other data, regardless of
type and regardless of whether such items are in written form, in the form of computer data, or in any other form.
(b) Examination of costs. If this is a cost reimbursement, incentive, time and materials, labor -hour, or price redeterminable contract,
or any combination of these, the Contractor shall maintain and the Contracting Officer, or an authorized representative of the
Contracting Officer, shall have the right to examine and audit all records and other evidence sufficient to reflect properly all costs
claimed to have been incurred or anticipated to be incurred directly or indirectly in performance of this contract. This right of
examination shall include inspection at all reasonable times of the Contractor's plants, or parts of them, engaged in performing the
contract.
(c) Cost or pricing data. If the Contractor has been required to submit cost or pricing data in connection with any pricing action
relating to this contract, the Contracting Officer, or an authorized representative of the Contracting Officer, in order to evaluate the
accuracy, completeness, and currency of the cost or pricing data, shall have the right to examine and audit all of the Contractor's
records, including computations and projections, related to—
Award /Contract Document No.
C9500010245
(2) The data reported.
Document Title
R9500010245 P.A. Contract Costs
(1) The proposal for the contract, subcontract, or modification;
(2) The discussions conducted on the proposal(s), including those related to negotiating;
(3) Pricing of the contract, subcontract, or modification; or
(4) Performance of the contract, subcontract or modification.
Page 11 of 27
(d) Reports. If the Contractor is required to furnish cost, funding, or performance reports, the Contracting Officer or an authorized
representative of the Contracting Officer shall have the right to examine and audit the supporting records and materials, for the
purpose of evaluating
(I) The effectiveness of the Contractor's policies and procedures to produce data compatible with the objectives of these reports; and
(e) Availability. The Contractor shall make available at its office at all reasonable times the records, materials, and other evidence
described in paragraphs (a), (b), (c), and (d) of this clause, for examination, audit, or reproduction, until 3 years after final payment
under this contract or for any shorter period specified in Subpart 4.7, Contractor Records Retention, of the Federal Acquisition
Regulation (FAR), or for any longer period required by statute or by other clauses of this contract. In addition
(1) If this contract is completely or partially terminated, the Contractor shall make available the records relating to the work
terminated until 3 years after any resulting final termination settlement; and
(2) The Contractor shall make available records relating to appeals under the Disputes clause or to litigation or the settlement of
claims arising under or relating to this contract until such appeals, litigation, or claims are finally resolved.
(f) The Contractor shall insert a clause containing all the terms of this clause, including this paragraph (g), in all subcontracts under
this contract that exceed the simplified acquisition threshold, and—
(1) That are cost reimbursement, incentive, time -and- materials, labor -hour, or price redeterminable type or any combination of these;
(2) For which cost or pricing data are required; or
(3) That require the subcontractor to furnish reports as discussed in paragraph (e) of this clause.
The clause may be altered only as necessary to identify properly the contracting parties and the Contracting Officer under the
Government prime contract.
I.5 52.215 -18 REVERSION OR ADJUSTMENT OF PLANS FOR
POSTRETIREMENT BENEFITS (PRB) OTHER THAN
PENSIONS
OCTOBER 1997
The Contractor shall promptly notify the Contracting Officer in writing when it determines that it will terminate or reduce a PRB plan.
If PRB fund assets revert, or inure, to the Contractor or are constructively received by it under a plan termination or otherwise, the
Contractor shall make a refund or give a credit to the Government for its equitable share as required by FAR 31.205- 6(o)(6). The
Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirements of
FAR 15.408(j).
I.6 52.216 -24 LIMITATION OF GOVERNMENT LIABILITY APRIL 1984
Award/Contract Document No. Document Title
C9500010245 R9500010245 P.A. Contract Costs
c=z►8
(a) In performing this contract, the Contractor is not authorized to make expenditures or incur obligations exceeding ^'ter- 4:09
dollars.
(b) The maximum amount for which the Government shall be liable if this contract is terminated is 52-1. dollars.`
I.7 52.216 -25 CONTRACT DEFINITIZATION (SEE NOTE 1.)
(a) A _NOT APPLICABLE TO THIS PROCUREMENT ACTION [insert specific type of contract] de itive
contract is contemplated. The Contractor agrees to begin promptly negotiating with the Contracting Officer the term f a definitive
contract that will include (1) all clauses required by the Federal Acquisition Regulation (FAR) on the date of exe ion of the letter
contract, (2) all clauses required by law on the date of execution of the definitive contract, and (3) any other ually agreeable
clauses, terms, and conditions. The Contractor agrees to submit a [insert specific type of propo e.g., fixed -price or cost
and -fee] proposal and cost or pricing data supporting its proposal.
(b) The schedule for defmitizing this contract is [insert target date for definitization of the contra
proposal, beginning of negotiations, and, if appropriate, submission of make -or -buy and subc
NOT APPLICABLE TO THIS PROCUREMENT ACTION
nd dates for submission of
acting plans and cost or pricing data]:
(1) After the Contracting Officer's dete ation of price or fee, the contract shall be governed by
(c) If agreement on a definitive contract to supersede this left contract is not reached by the target date in paragraph (b) of this
section, or within any extension of it granted by the Contr ting Officer, the Contracting Officer may, with the approval of the head of
the contracting activity, determine a reasonable price o ee in accordance with Subpart 15.4 and Part 31 of the FAR, subject to
Contractor appeal as provided in the Disputes clause. In any event, the Contractor shall proceed with completion of the contract,
subject only to the Limitation of Government L. •ility clause.
Page 12 of 27
OCTOBER 1997
(i) All clauses required by the FA •n the date of execution of this letter contract for either fixed -price or cost reimbursement
contracts, as determined by the ntracting Officer under this paragraph (c);
(ii) All clauses required b aw as of the date of the Contracting Officer's determination; and
(iii) Any other cla s, terms, and conditions mutually agreed upon.
(2) To the e nt consistent with subparagraph (c)(1) of this section, all clauses, terms, and conditions included in this letter contract
shall con ue in effect, except those that by their nature apply only to a letter contract.
(E• of clause)
I.8 52.223 -14 TOXIC CHEMICAL RELEASE REPORTING
OCTOBER 1996
(a) Unless otherwise exempt, the Contractor owned or operated facilities used in the performance of this contract shall file by July 1
for the prior calendar year an annual Toxic Chemical Release Inventory Form (Form R) as described in sections 313 (a) and (g) of the
Emergency Planning and Community Right -to -Know of 1986 (EPCRA) (42 U.S.C. 11023(a) and (g)), and section 6607 of the
Award /Contract
Document No.
C9500010245
(1) The Contractor shall notify the Contracting Officer; and
Document Title
R9500010245 P.A. Contract Costs
Page 13 of 27
Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106). Such Contractor facilities shall file the annual Form R throughout the life
of the contract.
(b) A Contractor is exempt from the requirement to file an annual Form R if none of the Contractor owned or operated facilities used
in the performance of this contract
(1) Manufacturers, process or otherwise use any toxic chemicals listed under section 313(c) of EPCRA, 42 U.S.C. 11023(c);
(2) Have 10 or more full -time employees as specified in section 313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A);
(3) Meet the reporting threshold of toxic chemicals established under section 313(f) of EPCRA (including the alternate thresholds at
40 CFR 372.27, provided an appropriate certification form has been filed with EPA); or
(4) Fall within Standard Industrial Classification Code (SIC) designations 20 through 39 as set forth in FAR 19.102.
(c) If the Contractor has certified to be exempt in accordance with one or more of the criteria in paragraph (b) of this clause, and after
award of the contract circumstances change so that any one of its owned or operated facilities used in the performance of this contract
is no longer exempt
(2) The Contractor owned and operated facilities used in the performance of this contract, unless otherwise exempt, shall (I) submit a
Toxic Chemical Release Inventory Form (Form R) on or before July 1 for the prior calendar year during which the Contractor
becomes eligible; and (ii) continue to file the annual Form R for the life of the contract.
(d) The Contracting Officer may terminate this contract or take other action as appropriate, if the Contractor fails to comply accurately
and fully with the EPCRA and PPA toxic chemical release filing and reporting requirements.
(e) Except for acquisitions of commercial items, as defined in FAR Part 12, the Contractor shall
(1) For competitive subcontracts expected to exceed $100,000 (including all options), include a solicitation provision substantially the
same as the provision at FAR 52.223 -13, Certification of Toxic Chemical Release Reporting; and
(2) Include in any resultant subcontract exceeding $100,000 (including all options) with subcontractors having SIC designations of
major groups 20 through 39 as set forth in FAR 19.102, the substance of this clause, except this paragraph (e).
I.9 52.225 13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JULY 2000
(a) The Contractor shall not acquire, for use in the performance of this contract, any supplies or services originating from sources
within, or that were located in or transported from or through, countries whose products are banned from importation into the United
States under regulations of the Office of Foreign Assets Control, Department of the Treasury. Those countries are Cuba, Iran, Iraq,
Libya, North Korea, Sudan, the territory of Afghanistan controlled by the Taliban, and Serbia (excluding the territory of Kosovo).
(b) The Contractor shall not acquire for use in the performance of this contract any supplies or services from entities controlled by the
government of Iraq.
(c) The Contractor shall insert this clause, including this paragraph (c), in all subcontracts.
(End of clause)
I.10 52.243 -01 CHANGES -FIXED PRICE ALTERNATE I APRIL 1984
ALT I
Award /Contract Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
Page 14 of 27
(a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the
general scope of this contract in any one or more of the following:
(1) Description of services to be performed.
(2) Time of performance (i.e., hours of the day, days of the week, etc.).
(3) Place of performance of the services.
(b) If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the work
under this contract, whether or not changed by the order, the Contracting Officer shall make an equitable adjustment in the contract
price, the delivery schedule, or both, and shall modify the contract.
(c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order.
However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal
submitted before final payment of the contract.
(d) If the Contractor's proposal includes the cost of property made obsolete or excess by the change, the Contracting Officer shall have
the right to prescribe the manner of the disposition of the property.
(e) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause
shall excuse the Contractor from proceeding with the contract as changed.
I.11 52.243 -07 NOTIFICATION OF CHANGES APRIL 1984
(a) Defmitions. "Contracting Officer," as used in this clause, does not include any representative of the Contracting Officer.
"Specifically authorized representative (SAR)," as used in this clause, means any person the Contracting Officer has so designated by
written notice (a copy of which shall be provided to the Contractor) which shall refer to this subparagraph and shall be issued to the
designated representative before the SAR exercises such authority.
(b) Notice. The primary purpose of this clause is to obtain prompt reporting of Government conduct that the Contractor considers to
constitute a change to this contract. Except for changes identified as such in writing and signed by the Contracting Officer, the
Contractor shall notify the Administrative Contracting Officer in writing, within 10_ calendar days from the date that the Contractor
identifies any Government conduct (including actions, inactions, and written or oral communications) that the Contractor regards as a
change to the contract terms and conditions. On the basis of the most accurate information available to the Contractor, the notice shall
state
(1) The date, nature, and circumstances of the conduct regarded as a change;
(2) The name, function, and activity of each Government individual and Contractor official or employee involved in or knowledgeable
about such conduct;
(3) The identification of any documents and the substance of any oral communication involved in such conduct;
(4) In the instance of alleged acceleration of scheduled performance or delivery, the basis upon which it arose;
(5) The particular elements of contract performance for which the Contractor may seek an equitable adjustment under this clause,
including—
(i) What contract line items have been or may be affected by the alleged change;
Award/Contract Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
(ii) What labor or materials or both have been or may be added, deleted, or wasted by the alleged change;
Page 15 of 27
(iii) To the extent practicable, what delay and disruption in the manner and sequence of performance and effect on continued
performance have been or may be caused by the alleged change;
(iv) What adjustments to contract price, delivery schedule, and other provisions affected by the alleged change are estimated; and
(6) The Contractor's estimate of the time by which the Government must respond to the Contractor's notice to minimize cost, delay or
disruption of performance.
(c) Continued performance. Following submission of the notice required by (b) above, the Contractor shall diligently continue
performance of this contract to the maximum extent possible in accordance with its terms and conditions as construed by the
Contractor, unless the notice reports a direction of the Contracting Officer or a communication from a SAR of the Contracting Officer,
in either of which events the Contractor shall continue performance; provided, however, that if the Contractor regards the direction or
communication as a change as described in (b) above, notice shall be given in the manner provided. All directions, communications,
interpretations, orders and similar actions of the SAR shall be reduced to writing and copies furnished to the Contractor and to the
Contracting Officer. The Contracting Officer shall countermand any action which exceeds the authority of the SAR.
(d) Government response. The Contracting Officer shall promptly, within 10 calendar days after receipt of notice, respond to the
notice in writing. In responding, the Contracting Officer shall either-
(1) Confirm that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further
performance;
(2) Countermand any communication regarded as a change;
(3) Deny that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further
performance; or
(4) In the event the Contractor's notice information is inadequate to make a decision under subparagraphs (d)(1), (2), or (3) above,
advise the Contractor what additional information is required, and establish the date by which it should be furnished and the date
thereafter by which the Government will respond.
(e) Equitable adjustments. (1) If the Contracting Officer confirms that Government conduct effected a change as alleged by the
Contractor, and the conduct causes an increase or decrease in the Contractor's cost of, or the time required for, performance of any part
of the work under this contract, whether changed or not changed by such conduct, an equitable adjustment shall be made
(i) In the contract price or delivery schedule or both; and
(ii) In such other provisions of the contract as may be affected.
(2) The contract shall be modified in writing accordingly. In the case of drawings, designs or specifications which are defective and
for which the Government is responsible, the equitable adjustment shall include the cost and time extension for delay reasonably
incurred by the Contractor in attempting to comply with the defective drawings, designs or specifications before the Contractor
identified, or reasonably should have identified, such defect. When the cost of property made obsolete or excess as a result of a
change confirmed by the Contracting Officer under this clause is included in the equitable adjustment, the Contracting Officer shall
have the right to prescribe the manner of disposition of the property. The equitable adjustment shall not include increased costs or
time extensions for delay resulting from the Contractor's failure to provide notice or to continue performance as provided,
respectively, in (b) and (c) above.
NOTE: The phrases "contract price" and "cost" wherever they appear in the clause, may be appropriately modified to apply to cost
reimbursement or incentive contracts, or to combinations thereof.
I.12 52.244 -06 SUBCONTRACTS FOR COMMERCIAL ITEMS AND OCTOBER 1998
COMMERCIAL COMPONENTS
Award /Contract
(a) Defmition.
Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
"Commercial item as used in this clause, has the meaning contained in the clause at 52.202 -1, Definitions.
Page 16 of 27
"Subcontract as used in this clause, includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the
Contractor or subcontractor at any tier.
(b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate,
commercial items or nondevelopmental items as components of items to be supplied under this contract.
(c) Notwithstanding any other clause of this contract, the Contractor is not required to include any FAR provision or clause, other than
those listed below to the extent they are applicable and as may be required to establish the reasonableness of prices under Part 15, in a
subcontract at any tier for commercial items or commercial components:
(1) 52.222 -26, Equal Opportunity (E.O. 11246);
(2) 52.222 -35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212(a));
(3) 52.222 -36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and
(4) 52.247 -64, Preference for Privately Owned U.S. Flagged Commercial Vessels (46 U.S.C. 1241) (flow down not required for
subcontracts awarded beginning May 1, 1996).
(d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under this contract.
I.13 52.248 -01 VALUE ENGINEERING FEBRUARY 2000
(a) General. The Contractor is encouraged to develop, prepare, and submit value engineering change proposals (VECP's) voluntarily.
The Contractor shall share in any net acquisition savings realized from accepted VECP's, in accordance with the incentive sharing
rates in paragraph (f) below.
(b) Definitions. "Acquisition savings," as used in this clause, means savings resulting from the application of a VECP to contracts
awarded by the same contracting office or its successor for essentially the same unit. Acquisition savings include
(1) Instant contract savings, which are the net cost reductions on this, the instant contract, and which are equal to the instant unit cost
reduction multiplied by the number of instant contract units affected by the VECP, less the Contractor's allowable development and
implementation costs;
(2) Concurrent contract savings, which are net reductions in the prices of other contracts that are definitized and ongoing at the time
the VECP is accepted; and
(3) Future contract savings, which are the product of the future unit cost reduction multiplied by the number of future contract units in
the sharing base. On an instant contract, future contract savings include savings on increase in quantities after VECP acceptance that
are due to contract modifications, exercise of options, additional orders, and funding of subsequent year requirements on a multiyear
contract.
"Collateral savings," as used in this clause, means those measurable net reductions resulting from a VECP in the agency's overall
projected collateral costs, exclusive of acquisition savings, whether or not the acquisition cost changes.
"Contracting office" includes any contracting office that the acquisition is transferred to, such as another branch of the agency or
another agency's office that is performing a joint acquisition action.
Award /Contract
Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
Page 17 of 27
"Contractor's development and implementation costs," as used in this clause, means those costs the Contractor incurs on a VECP
specifically in developing, testing, preparing, and submitting the VECP, as well as those costs the Contractor incurs to make the
contractual changes required by Government acceptance of a VECP.
"Future unit cost reduction," as used in this clause, means the instant unit cost reduction adjusted as the Contracting Officer considers
necessary for projected learning or changes in quantity during the sharing period. It is calculated at the time the VECP is accepted and
applies either (1) throughout the sharing period, unless the Contracting Officer decides that recalculation is necessary because
conditions are significantly different from those previously anticipated or (2) to the calculation of a lump -sum payment, which cannot
later be revised.
"Government costs," as used in this clause, means those agency costs that result directly from developing and implementing the
VECP, such as any net increases in the cost of testing, operations, maintenance, and logistics support. The term does not include the
normal administrative costs of processing the VECP or any increase in this contract's cost or price resulting from negative instant
contract savings.
"Instant contract," as used in this clause, means this contract, under which the VECP is submitted. It does not include increases in
quantities after acceptance of the VECP that are due to contract modifications, exercise of options, or additional orders. If this is a
multiyear contract, the term does not include quantities funded after VECP acceptance. If this contract is a fixed -price contract with
prospective price redetermination, the term refers to the period for which firm prices have been established.
"Instant unit cost reduction" means the amount of the decrease in unit cost of performance (without deducting any Contractor's
development or implementation costs) resulting from using the VECP on this, the instant contract. If this is a service contract, the
instant unit cost reduction is normally equal to the number of hours per line -item task saved by using the VECP on this contract,
multiplied by the appropriate contract labor rate.
"Negative instant contract savings" means the increase in the cost or price of this contract when the acceptance of a VECP results in an
excess of the Contractor's allowable development and implementation costs over the product of the instant unit cost reduction
multiplied by the number of instant contract units affected.
"Net acquisition savings" means total acquisition savings, including instant, concurrent, and future contract savings, less Government
costs.
"Sharing base," as used in this clause, means the number of affected end items on contracts of the contracting office accepting the
VECP.
"Sharing period," as used in this clause, means the period beginning with acceptance of the first unit incorporating the VECP and
ending at a calendar date or an event determined by the contracting officer for each VECP.
"Unit," as used in this clause, means the item or task to which the Contracting Officer and the Contractor agree the VECP applies.
"Value engineering change proposal (VECP)" means a proposal that-
(1) Requires a change to this, the instant contract, to implement; and
(2) Results in reducing the overall projected cost to the agency without impairing essential functions or characteristics; provided, that
it does not involve a change-
(i) In deliverable end item quantities only;
(ii) In research and development (R &D) end items or R &D test quantities that is due solely to results of previous testing under this
contract; or
(iii) To the contract type only.
(c) VECP preparation. As a minimum, the Contractor shall include in each VECP the information described in subparagraphs (1)
through (8) below. If the proposed change is affected by contractually required configuration management or similar procedures, the
instructions in those procedures relating to format, identification, and priority assignment shall govern VECP preparation. The VECP
shall include the following:
Award /Contract
Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
Page 18 of 27
(1) A description of the difference between the existing contract requirement and the proposed requirement, the comparative
advantages and disadvantages of each, a justification when an item's function or characteristics are being altered, the effect of the
change on the end item's performance, and any pertinent objective test data.
(2) A list and analysis of the contract requirements that must be changed if the VECP is accepted, including any suggested
specification revisions.
(3) Identification of the unit to which the VECP applies.
(4) A separate, detailed cost estimate for (i) the affected portions of the existing contract requirement and (ii) the VECP. The cost
reduction associated with the VECP shall take into account the Contractor's allowable development and implementation costs,
including any amount attributable to subcontracts under the Subcontracts paragraph of this clause, below.
(5) A description and estimate of costs the Government may incur in implementing the VECP, such as test and evaluation and
operating and support costs.
(6) A prediction of any effects the proposed change would have on collateral costs to the agency.
(7) A statement of the time by which a contract modification accepting the VECP must be issued in order to achieve the maximum
cost reduction, noting any effect on the contract completion time or delivery schedule.
(8) Identification of any previous submissions of the VECP, including the dates submitted, the agencies and contract numbers
involved, and previous Government actions, if known.
(d) Submission. The Contractor shall submit VECP's to the Contracting Officer, unless this contract states otherwise. If this contract is
administered by other than the contracting office, the Contractor shall submit a copy of the VECP simultaneously to the Contracting
Officer and to the Administrative Contracting Officer.
(e) Government action. (1) The Contracting Officer will notify the Contractor of the status of the VECP within 45 calendar days after
the contracting office receives it. If additional time is required, the Contracting Officer will notify the Contractor within the 45 -day
period and provide the reason for the delay and the expected date of the decision. The Government will process VECP's expeditiously;
however, it will not be liable for any delay in acting upon a VECP.
(2) If the VECP is not accepted, the Contracting 0 fficer will notify the Contractor in writing, explaining the reasons for rejection. The
Contractor may withdraw any VECP, in whole or in part, at any time before it is accepted by the Government. The Contracting
Officer may require that the Contractor provide written notification before undertaking significant expenditures for VECP effort.
(3) Any VECP may be accepted, in whole or in part, by the Contracting Officer's award of a modification to this contract citing this
clause and made either before or within a reasonable time after contract performance is completed. Until such a contract modification
applies a VECP to this contract, the Contractor shall perform in accordance with the existing contract. The decision to accept or reject
all or part of any VECP is a unilateral decision made solely at the discretion of the Contracting Officer.
(f) Sharing rates. If a VECP is accepted, the Contractor shall share in net acquisition savings according to the percentages shown in the
table below. The percentage paid the Contractor depends upon (1) this contract's type (fixed- price, incentive, or cost reimbursement),
(2) the sharing arrangement specified in paragraph (a) above (incentive, program requirement, or a combination as delineated in the
Schedule), and (3) the source of the savings (the instant contract, or concurrent and future contracts), as follows:
CONTRACTOR'S SHARE OF NET ACQUISITION SAVINGS
[See looseleaf FAR for Chart]
(g) Calculating net acquisition savings. (1) Acquisition savings are realized when (i) the cost or price is reduced on the instant
contract, (ii) reductions are negotiated in concurrent contracts, (iii) future contracts are awarded, or (iv) agreement is reached on a
lump -sum payment for future contract savings (see subparagraph (i)(4) below). Net acquisition savings are first realized, and the
Contractor shall be paid a share, when Government costs and any negative instant contract savings have been fully offset against
acquisition savings.
Award /Contract
Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
(2) Except in incentive contracts, Government costs and any price or cost increases resulting from negative instant contract savings
shall be offset against acquisition savings each time such savings are realized until they are fully offset. Then, the Contractor's share is
calculated by multiplying net acquisition savings by the appropriate Contractor's percentage sharing rate (see paragraph (f) above).
Additional Contractor shares of net acquisition savings shall be paid to the Contractor at the time realized.
(3) If this is an incentive contract, recovery of Government costs on the instant contract shall be deferred and offset against concurrent
and future contract savings. The Contractor shall share through the contract incentive structure in savings on the instant contract items
affected. Any negative instant contract savings shall be added to the target cost or to the target price and ceiling price, and the amount
shall be offset against concurrent and future contract savings.
(4) If the Government does not receive and accept all items on which it paid the Contractor's share, the Contractor shall reimburse the
Government for the proportionate share of these payments.
(h) Contract adjustment. The modification accepting the VECP (or a subsequent modification issued as soon as possible after any
negotiations are completed) shall—
(1) Reduce the contract price or estimated cost by the amount of instant contract savings, unless this is an incentive contract;
(2) When the amount of instant contract savings is negative, increase the contract price, target price and ceiling price, target cost, or
estimated cost by that amount;
(3) Specify the Contractor's dollar share per unit on future contracts, or provide the lump -sum payment;
(4) Specify the amount of any Government costs or negative instant contract savings to be offset in determining net acquisition
savings realized from concurrent or future contract savings; and
(5) Provide the Contractor's share of any net acquisition savings under the instant contract in accordance with the following:
(i) Fixed -price contracts- -add to contract price.
(ii) Cost reimbursement contracts- -add to contract fee.
Page 19 of 27
(i) Concurrent and future contract savings. (1) Payments of the Contractor's share of concurrent and future contract savings shall be
made by a modification to the instant contract in accordance with subparagraph (h)(5) above. For incentive contracts, shares shall be
added as a separate firm -fixed -price line item on the instant contract. The Contractor shall maintain records adequate to identify the
fast delivered unit for 3 years after final payment under this contract.
(2) The Contracting Officer shall calculate the Contractor's share of concurrent contract savings by (i) subtracting from the reduction
in price negotiated on the concurrent contract any Government costs or negative instant contract savings not yet offset and (ii)
multiplying the result by the Contractor's sharing rate.
(3) The Contracting Officer shall calculate the Contractor's share of future contract savings by (i) multiplying the future unit cost
reduction by the number of future contract units scheduled for delivery during the sharing period, (ii) subtracting any Government
costs or negative instant contract savings not yet offset, and (iii) multiplying the result by the Contractor's sharing rate.
(4) When the Government wishes and the Contractor agrees, the Contractor's share of future contract savings may be paid in a single
lump sum rather than in a series of payments over time as future contracts are awarded. Under this alternate procedure, the future
contract savings may be calculated when the VECP is accepted, on the basis of the Contracting Officer's forecast of the number of
units that will be delivered during the sharing period. The Contractor's share shall be included in a modification to this contract (see
subparagraph (h)(3) above) and shall not be subject to subsequent adjustment.
(5) Alternate no -cost settlement method. When, in accordance with subsection 48.104 -04 of the Federal Acquisition Regulation, the
Government and the Contractor mutually agree to use the no -cost settlement method, the following applies:
(i) The Contractor will keep all the savings on the instant contract and on its concurrent contracts only.
(ii) The Government will keep all the savings resulting from concurrent contracts placed on other sources, savings from all future
contracts, and all collateral savings.
Award /Contract
Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
Page 20 of 27
(j) Collateral savings. If a VECP is accepted, the Contracting Officer will increase the instant contract amount, as specified in
paragraph (h)(5) of this clause, by a rate from 20 to 100 percent, as determined by the Contracting Officer, of any projected collateral
savings determined to be realized in a typical year of use after subtracting any Government costs not previously offset. However, the
Contractor's share of collateral savings will not exceed the contract's firm -fixed -price, target price, target cost, or estimated cost, at the
time the VECP is accepted, or $100,000, whichever is greater. The Contracting Officer will be the sole determiner of the amount of
collateral savings.
(k) Relationship to other incentives. Only those benefits of an accepted VECP not rewardable under performance, design -to -cost
(production unit cost, operating and support costs, reliability and maintainability), or similar incentives shall be rewarded under this
clause. However, the targets of such incentives affected by the VECP shall not be adjusted because of VECP acceptance. If this
contract specifies targets but provides no incentive to surpass them, the value engineering sharing shall apply only to the amount of
achievement better than target.
(1) Subcontracts. The Contractor shall include an appropriate value engineering clause in any subcontract of $100,000 or more and
may include one in subcontracts of lesser value. In calculating any adjustment in this contract's price for instant contract savings (or
negative instant contract savings), the Contractor's allowable development and implementation costs shall include any subcontractor's
allowable development and implementation costs, and any value engineering incentive payments to a subcontractor, clearly resulting
from a VECP accepted by the Government under this contract. The Contractor may choose any arrangement for subcontractor value
engineering incentive payments; provided, that the payments shall not reduce the Government's share of concurrent or future contract
savings or collateral savings.
(m) Data. The Contractor may restrict the Government's right to use any part of a VECP or the supporting data by marking the
following legend on the affected parts:
"These data, furnished under the Value Engineering clause of contract C9500010245, shall not be disclosed outside the Government
or duplicated, used, or disclosed, in whole or in part, for any purpose other than to evaluate a value engineering change proposal
submitted under the clause. This restriction does not limit the Government's right to use information contained in these data if it has
been obtained or is otherwise available from the Contractor or from another source without limitations."
If a VECP is accepted, the Contractor hereby grants the Government unlimited rights in the VECP and supporting data, except that,
with respect to data qualifying and submitted as limited rights technical data, the Government shall have the rights specified in the
contract modification implementing the VECP and shall appropriately mark the data. (The terms "unlimited rights" and "limited
rights" are defined in Part 27 of the Federal Acquisition Regulation.)
I.14 52.252 -02 CLAUSES INCORPORATED BY REFERENCE FEBRUARY 1998
CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically
at this /these address(es):
http: /www.arnet.gov /far
I.15 52.252 -06 AUTHORIZED DEVIATIONS IN CLAUSES APRIL 1984
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized
deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
Award /Contract Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
(b) The use in this solicitation or contract of any (48 CFR
indicated by the addition of "(DEVIATION)" after the name of the regulation.
1 clause with an authorized deviation is
Page 21 of 27
Award /Contract
Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
SECTION K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
K.1 52.204 -05 WOMEN -OWNED BUSINESS (OTHER THAN SMALL MAY 1999
BUSINESS)
Page 22 of 27
(a) Definition. "Women -owned business concern," as used in this provision, means a concern that is at least 51 percent owned by one
or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and
whose management and daily business operations are controlled by one or more women.
(b) Representation. [Complete only if the offeror is a women -owned business concern and has not represented itself as a small
business concern in paragraph (b)(1) of FAR 52.219 -1, Small Business Program Representations, of this solicitation.] The offeror
represents that it is a women -owned business concern.
K.2 52.209 -05 CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, PROPOSED DEBARMENT, AND OTHER
RESPONSIBILITY MATTERS
MARCH 1996
(a)(1) The Offeror certifies, to the best of its knowledge and belief, that—
(i) The Offeror and/or any of its Principals-
(A) Are are not N presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any
Federal agency;
(B) Have have not within a three -year period preceding this offer, been convicted of or had a civil judgment rendered against
them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public
(Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or
commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or
receiving stolen property; and
(C) Are are not N presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of
any of the offenses enumerated in subdivision (a)(1)(i)(B) of this provision.
(ii) The Offeror has has not X], within a three -year period preceding this offer, had one or more contracts terminated for default by
any Federal agency.
(2) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary
management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary,
division, or business segment, and similar positions).
THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES
AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER
SUBJECT TO PROSECUTION UNDER SECTION 1001, TITLE 18, UNITED STATES CODE.
(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror
learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award
under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility.
Award /Contract
Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
Page 23 of 27
Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may
render the Offeror nonresponsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good
faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to
exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when
making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies
available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.
K.3 52.219 -01 SMALL BUSINESS PROGRAM REPRESENTATIONS OCTOBER 2000
ALT I ALTERNATE I
(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is
541990.
(2) The small business size standard is 500 employees.
(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service
contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.
(b) Representations. (1) The offeror represents as part of its offer that it is, PO is not a small business concern.
(2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror
represents, for general statistical purposes, that it is, is not, a small disadvantaged business concern as defined in 13 CFR
124.1002.
(3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror
represents as part of its offer that it is, is not a women -owned small business concern.
(4) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror
represents as part of its offer that it is, is not a veteran-owned small business concern.
(5) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.]
The offeror represents as part of its offer that it is, is not a service disabled veteran-owned small business concern.
(6) [Complete only if offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror
represents, as part of its offer, that
(i) It is, J -is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone
Small Business Concerns maintained by the Small Business Administration, and no material change in ownership, or HUBZone
employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126;
and
(ii) It is, is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph
(b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture.
[The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint
venture:
Each HUBZone small business concern participating in the joint venture
shall submit a separate signed copy of the HUBZone representation.
(c) Defmitions. As used in this provision
"Service- disabled veteran-owned small business concern"
(1) Means a small business concern-
(i) Not less than 51 percent of which is owned by one or more service disabled veterans or, in the case of any publicly owned
business, not less than 51 percent of the stock of which is owned by one or more service disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or more service- disabled veterans or, in the case of
a veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.
(2) Service disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service connected, as defined in
38 U.S.C. 101(16).
Award /Contract Document No.
C9500010245
°Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the
field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part
121 and the size standard in paragraph (a) of this provision.
"Veteran-owned small business concern" means a small business concern-
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly
owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more veterans.
"Women -owned small business concern," means a small business concern
(1) Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the
stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more women.
(d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause
in this solicitation providing notice of the set -aside contains restrictions on the source of the end items to be furnished.
(2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, Hubzone small, small disadvantaged, or women
owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to
section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for
a definition of program eligibility, shall-
(i) Be punished by imposition of fine, imprisonment, or both;
(ii) Be subject to administrative remedies, including suspension and debarment; and
(iii) Be ineligible for participation in programs conducted under the authority of the Act.
(End of provision)
Document Title
R9500010245 P.A. Contract Costs
Page 24 of 27
K.4 52.219 -19 SMALL BUSINESS CONCERNS REPRESENTATION FOR JANUARY 1997
THE SMALL BUSINESS COMPETITIVENESS
DEMONSTRATION PROGRAM
(a) Definition. "Emerging small business" as used in this solicitation, means a small business concern whose size is no greater than 50
percent of the numerical size standard applicable to the standard industrial classification code assigned to a contracting opportunity.
(b) [Complete only if the Offeror has represented itself under the provision at 52.219 -1 as a small business concern under the size
standards of this solicitation.] The Offeror is, is not an emerging small business.
(c) [Complete only if the Offeror is a small business or an emerging small business, indicating its size range.]
Offeror's number of employees for the past 12 months [check this column if size standard stated in solicitation is expressed in terms of
number of employees] or Offeror's average annual gross revenue for the last 3 fiscal years [check this column if size standard stated in
solicitation is expressed in terms of annual receipts]. [Check one of the following.]
No. of Employees Avg. Annual Gross Revenues
50 or fewer $1 million or less
51 100 $1,000,001 $2 million
101 250 $2,000,001 $3.5 million
251 500 $3,500,001 $5 million
501- 750 $5,000,001 $10 million
Award /Contract
Document No.
C9500010245
751 1,000 $10,000,001 $17 million
Over 1,000 Over $17 million
K.5 52.222 -22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS FEBRUARY 1999
The offeror represents that
Document Title
R9500010245 P.A. Contract Costs
(a) It has, poi has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this
solicitation;
K.6 52.222 -25 AFFIRMATIVE ACTION COMPLIANCE APRIL 1984
Page 25 of 27
(b) It has has not filed all required compliance reports; and
(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before
subcontract awards.
The offeror represents that (a) it has developed and has on file, Di has not developed and does not have on file, at each
establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60 -1 and 60 -2), or
(b) if has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of
the Secretary of Labor.
K.7 52.226 -02 HISTORICALLY BLACK COLLEGE OR UNIVERSITY MAY 1997
AND MINORITY INSTITUTION REPRESENTATION
(a) Defmitions. As used in this provision—
"Historically Black College or University" means an institution determined by the Secretary of Education to meet the requirements of
34 CFR 608.2. For the Department of Defense, the National Aeronautics and Space Administration, and the Coast Guard, the term
also includes any nonprofit research institution that was an integral part of such a college or university before November 14, 1986.
"Minority Institution" means an institution of higher education meeting the requirements of Section 1046(3) of the Higher Education
Act of 1965 (20 U.S.C. 1135d -5(3)) which, for the purpose of this provision, includes a Hispanic- serving institution of higher
education as defined in Section 316(b)(1) of the Act (20 U.S.C. 1059c(b)(1)).
(b) Representation. The offeror represents that it—
is P9 is not a Historically Black College or University;
is pol is not a Minority Institution.
L Award /Contract Document No. Document Title Page 26 of 27
C9500010245 R9500010245 P.A. Contract Costs
THIS PAGE IS INTENTIONALLY BLANK
Award /Contract Document No.
C9500010245
Document Title
R9500010245 P.A. Contract Costs
,SECTION L INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS
L.1 52.204 -06 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) JUNE 1999
NUMBER
Page 27 of 27
(a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" followed by
the DUNS number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine -digit
number assigned by Dun and Bradstreet Information Services.
(b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be
provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located
within the United States, should call Dun and Bradstreet at 1- 800 333 -0505. The offeror should be prepared to provide the following
information:
(1) Company name.
(2) Company address.
(3) Company telephone number.
(4) Line of business.
(5) Chief executive officer/key manager.
(6) Date the company was started.
(7) Number of people employed by the company.
(8) Company affiliation.
(c) Offerors located outside the United States may obtain the location and phone number of the local Dun and Bradstreet Information
Services office from the Internet home page at http /www.customerservice @dnb.com. If an offeror is unable to locate a local service
center, it may send an e -mail to Dun and Bradstreet at globalinfo @mail.dnb.com.
L.2 52.216 -01 TYPE OF CONTRACT APRIL 1984
The Government contemplates award of a firm fixed price contract.
ORDER FOR'SUPPLIES OR SERVICES
IMPORTANT: Mark all packages and papers with contract and /or order numbers.
1 DATE OF ORDER 2. CONTRACT NO. (If any) I 6 SHIP TO: Brian D
0,',705/2004 Ia. NAME OF CONSIGNEE
3. ORDER NO. 4 REQUISITION /REFERENCE NO. PWR OLYM OlvmDic National Park
P9500040148 R9500040148
5 ISSUING OFFICE (Address correspondence to)
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles WA
7 TO.
a NAME OF CONTRACTOR
Mr. Glenn Cutler
b. COMPANY NAME
City of Port Angeles
c. STREET ADDRESS
321 E. 5th Street,P.O.Box 1150
d. CITY e. STATE f ZIP CODE
Port Angeles WA 98362
9. ACCOUNTING AND APPROPRIATION DATA
2004 9500 252Z 477 0071
11 BUSINESS CLASSIFICATION
a SMALL
12. F.O.B POINT
Destination
a. INSPECTION
ITEM NO.
(a)
NSN 7540 -01- 152 -8083
Previous edition not usable
13 PLACE OF
b ACCEPTANCE
(Check appropriate box(es))
SEE BILLING I
INSTRUCTIONS a. NAME
ON PWR OLYM Olympic National Park
REVERSE
b STREET ADDRESS (or P 0 Box)
600 East Park Ave
98362 -6798
b OTHER THAN SMALL
SUPPLIES OR SERVICES
(b)
SEE LINE ITEM DETAIL
21 MAIL INVOICE TO. Brian D. Winter
c. CITY
Port Angeles
22. UNITED STATES OF
AMERICA BY (Signature) j A c n 6)4 j
b. STREET ADDRESS
600 East Park Ave
c. CITY
If SHIP VIA
Port Angeles
a PURCHASE
REFERENCE YOUR
10. REQUISITIONING OFFICE
PWR OLYM Olympic National Park
c DISADVANTAGED
14. GOVERNMENT B/L NO. 15. DELIVER TO F O.B POINT
ON OR BEFORE (Date)
17 SCHEDULE (See reverse for Rejections)
QUANTITY
ORDERED
(c)
d. STATE
WA
02/10/2004
18 SHIPPING POINT 19 GROSS SHIPPING WEIGHT 20 INVOICE Is O.
UNIT
(d)
44 a, 55 AGE OF PAGES
1
Winter
8. TYPE OF ORDER
El
Please furnish the following on the terms and
conditions specified on both sides of this order and
on the attached sheet, if any, including delivery as
indicated
UNIT
PRICE
(e)
ORIGINAL
d. STATE e ZIP CODE
WA 98362 -6798
b DELIVERY Except for billing
instructions on the reverse, this
delivery order is subject to
instructions contained on this side
only of this form and is issued
subject to the terms and conditions
of the above numbered contract
d WOMEN -OWNED
16. DISCOUNT TERMS
5
10 days
20 days
30 days
days
AMOUNT
(f)
Ok
QUANTITY
ACCEPTED
(9)
17(h) TOT.
(Cont
pages)
17(i)
$4,700 00 GRAND
TOTAL
e ZIP CODE
98362 -6798
23. NAME (Typed)
Sandra A Thomas
TITLE CONTRACTING /ORDERING OFFICER
OPTIONAL FORM 347 (REV 6/95)
Prescribed by GSA/FAR 48 CFR 53 213(e)
y SUPPLEMENTAL INVOICING INFORMATION PAGE NO. 2 of 5
If desired, this order (or a copy thereof) may be used by the Contractor as the Contractor's invoice, instead of a separate invoice,
provided the following statement, (signed and dated) is on (or attached to) the order. "Payment is requested in the amount of
No other invoice will be submitted However, if the Contractor wishes to submit an invoice, the following information
must be provided, contract number (if any), order number, item number(s), description of supplies or service, sizes, quantities, unit
prices, and extended totals. Prepaid shipping costs will be indicated as a separate item on the invoice. Where shipping costs
exceed'$10 (except for parcel post), the billing must be supported by a bill of lading or receipt. When several orders are invoiced to
an ordenng activity during the same billing period, consolidated periodic billings are encouraged.
RECEIVING REPORT
Quantity in the "Quantity Accepted" column on the face of this order has been. 0 inspected,
by me and conforms to contract. Items listed below have been rejected for the reasons indicated.
SHIPMENT PARTIAL I I DATE RECEIVED SIGNATURE OF AUTHORIZED U.S. GOVT REP.
NUMBER
FINAL
TOTAL CONTAINERS GROSS WEIGHT RECEIVED AT TITLE
ITEM NO.
REPORT OF REJECTIONS
SUPPLIES OR SERVICES UNIT
QUANTITY
REJECTED
0 accepted, 0 received
DATE
REASON FOR REJECTION
OPTIONAL FORM 347 (REV 6/95) BACK
ORDER FOR SUPPLIES OR SERVICES PAGE NO.
SCHEDULE CONTINUATION 3 of 5
IMPORTANT: Mark all packages and papers with contract and /or order numbers.
DATE OF ORDER CONTRACT NO ORDER NO.
02/05/2004 P9500040148
QUANTITY UNIT QUANTITY
ITEM NO. SUPPLIES OR SERVICES ORDERED UNIT PRICE AMOUNT ACCEPTED
(a) (b) (c) (d) (e) (0 (9)
0001 Provide Professional Participation on Value Engineering Team for review c f 1.00 job 4,700.000 4,700.00
Elwha Surface
Information
Delivery Date
02/10/2004
NSN 7540 01 152 8082
Reference Requisition: R9500040148
TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17i) $4,700.00
OPTIONAL FORM 348 (10 -83)
Prescribed by GSA -FAR (48 CFR)
Contract Level Document Number Title
Funding Summary P9500040148
2004 -9500- -252Z- -477- -0071
$4,700 00
Reference Requisition. R9500040148
R9500040148 City of PA VET
Total Funding: $4,700.00
Page
4 of 5
Document No.
P9500040148
Document Title
R9500040148 City of PA VET
TABLE OF CONTENTS
Page 5 of 5
ORDER FOR SUPPLIES OR SERVICES
IMPORTANT: Mark all packages and papers with contract anaior order numbers.
1. DATE OF ORDER
04/10/2003
3 ORDER NO
P9500030249
5. ISSUING OFFICE
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles
4. REQUISITION /REFERENCE NO
R9500030249
(Address correspondence to)
WA
7. TO:
a. NAME OF CONTRACTOR
Mr. Glenn Cutler
b COMPANY NAME
City of Port Angeles
c STREET ADDRESS
321 E. 5th Street,P.O.Box 1150
2 CONTRACT NO. (If any)
d CITY e. STATE
Port Angeles WA
9. ACCOUNTING AND APPROPRIATION DATA
2003 9500 252Z 477 0071
11. BUSINESS CLASSIFICATION
El a SMALL
12. F.O.B POINT
Destination
ITEM NO
(a)
SEE BILLING
INSTRUCTIONS
ON
REVERSE
NSN 7540 -01- 152 -8083
Previous edition not usable
18. SHIPPING POINT
13 PLACE OF
a. INSPECTION b. ACCEPTANCE
98362 -6798
f. ZIP CODE
98362
SUPPLIES OR SERVICES
(b)
SEE LINE ITEM DETAIL
a NAME
PWR OLYM Olympic National Park
b STREET ADDRESS (or P 0 Box)
600 East Park Ave
c CITY
Port Angeles
22. UNITED STATES OF
AMERICA BY (Signature) ,.__.2,6"-
6. SHIP TO:
a. NAME OF CONSIGNEE
PWR OLYM Olympic National Park
b. STREET ADDRESS
600 East Park Ave
c. CITY
Port Angeles
If. SHIP VIA
17. SCHEDULE (See reverse for Rejections)
QUANTITY
ORDERED
(c)
21. MAIL INVOICE TO: Misty L. Gates
a PURCHASE
REFERENCE YOUR
Please furnish the following on the terms and
conditions specified on both sides of this order and
on the attached sheet, if any, including delivery as
indicathd
10. REQUISITIONING OFFICE
PWR OLYM Olympic National Park
(Check appropriate box(es))
b OTHER THAN SMALL c DISADVANTAGED
14. GOVERNMENT B/L NO. 15. DELIVER TO F.O.B. POINT
ON OR BEFORE (Date)
19. GROSS SHIPPING WEIGHT 20. INVOICE Is O.
d. STATE
WA
UNIT
(d)
Brian D. Winter
8. TYPE OF ORDER
n
UNIT
PRICE
(e)
PAGE OF PAGES
1 111
ORIGINAL
d. STATE e ZIP CODE
WA 98362 -6798
b DELIVERY Except for billing
instructions on the reverse, this
delivery order is subject to
instructions contained on this side
only of this form and is issued
subject to the terms and conditions
of the above- numbered contract
d WOMEN -OWNED
16. DISCOUNT TERMS
10 days
20 days
30 days
days
AMOUNT
(f)
3,5_
QUANTITY
ACCEPTED
(9)
17(h) TOT.
(Cont.
pages)
17(i)
e. ZIP CODE $17,750 00 GRAND
98362 -6798
23. NAME (Typed)
Sandra A. Thomas
TITLE CONTRACTING /ORDERING OFFICER
OPTIONAL FORM 347 (REV 6/95)
Prescribed by GSA/FAR 48 CFR 53 213(e)
SUPPLEMENTAL INVOICING INFORMATION PAGE NO. 2 of 11
If desired, this order (or a copy thereof) may be used by the Contractor as the Contractor's invoice, instead of a separate invoice,
provided the following statement, (signed and dated) is on (or attached to) the order. "Payment is requested in the amount of
No other invoice will be submitted." However, if the Contractor wishes to submit an invoice, the following information
must be provided, contract number (if any), order number, item number(s), description of supplies or service, sizes, quantities, unit
prices, and extended totals. Prepaid shipping costs will be indicated as a separate item on the invoice. Where shipping costs
exceed $10 (except for parcel post), the billing must be supported by a bill of lading or receipt. When several orders are invoiced to
an ordering activity during the same billing period, consolidated periodic billings are encouraged
RECEIVING REPORT
Quantity in the "Quantity Accepted" column on the face of this order has been: El inspected,
by me and conforms to contract. Items listed below have been rejected for the reasons indicated.
SHIPMENT I PARTIAL I DATE RECEIVED SIGNATURE OF AUTHORIZED U.S. GOVT REP.
NUMBER
I FINAL I
TOTAL CONTAINERS GROSS WEIGHT RECEIVED AT TITLE
ITEM NO
REPORT OF REJECTIONS
SUPPLIES OR SERVICES UNIT
QUANTITY
REJECTED
accepted, Ill received
DATE
REASON FOR REJECTION
OPTIONAL FORM 347 (REV 6/95) BACK
ORDER FOR SUPPLIES OR SERVICES
SCHEDULE CONTINUATION
IMPORTANT: Mark all packages and papers with contract and /or order numbers.
DATE OF ORDER CONTRACT NO.
04/10/2003
ITEM NO.
(a)
0001 Provide engineering input during Value Engineering review of municipal
water treatmen
NSN 7540 01 152 8082
SUPPLIES OR SERVICES
(b)
report no later than Apnl 25, 2003
Start Date
04/10/2003
Reference Requisition* R9500030249
End Date
04/25/2003
ORDER NO.
1 00 Is 17,750.000 17,750.0C
TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17!) $17,750 00
P9500030249
PAGE NO.
3 of 11
QUANTITY UNIT QUANTITY
ORDERED UNIT PRICE AMOUNT ACCEPTED
(c) (d) (e) (f) (9)
OPTIONAL FORM 348 (10 -83)
Prescribed by GSA -FAR (48 CFR)
Contract Level
Funding Summary P9500030249
2003 9500 252Z 477 0071
$17,750.00
Reference Requisition: R9500030249
Document Number Title
R9500030249, City of PA
Total Funding: $17,750.00
Page
4 of 11
Document No.
P9500030249
Document Title Page 5 of 11
R9500030249, City of PA
TABLE OF CONTENTS
COMMERCIAL CLAUSES 6
1 Terms and Conditions --Simplified Acquisitions (Other Than Commercial Items) 6
SECTION F Deliveries or Performance 9
F.1 Clauses By Reference 9
SECTION I Contract Clauses 10
I.1 Clauses By Reference 10
I.2 Walsh -Healy Public Contracts Act 10
I.3 Changes -Fixed Pnce 10
I.4 Termination for Convenience of the Government (Fixed- Price) (Short Form) 11
COMMERCIAL CLAUSES
Document No. Document Title Page 6 of 11
P9500030249 R9500030249, City of PA
1 52.213 -04 TERMS AND CONDITIONS SIMPLIFIED ACQUISITIONS SEPTEMBER 2002
(OTHER THAN COMMERCIAL ITEMS)
(a) The Contractor shall comply with the followmg Feder al Acquisition Regulation (FAR) clauses that are incorporated by reference:
(1) The clauses listed below implement provisions of law or Executive order:
(i) 52.222 -3, Convict Labor (AUG 1996) (E.O. 11755).
(ii) 52.222 -21, Prohibition of Segregated Facilities (FEB 1999) (E.O. 11246).
(iii) 52.222 -26, Equal Opportunity (APR 2002) (E.O. 11246).
(iv) 52.225 -13, Restrictions on Certain Foreign Purchases (JULY 2000) (E.O.'s 12722, 12724, 13059, 13067, 13121, and 13129).
(v) 52.233 -3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(2) Listed below are additional clauses that apply:
(1) 52.232 -1, Payments (APR 1984).
(ii) 52.232 -8, Discounts for Prompt Payment (FEB 2002).
(iii) 52 232 -11, Extras (APR 1984).
(iv) 52 232 -25, Prompt Payment (FEB 2002).
(v) 52.233 -1, Disputes (JULY 2002).
(vi) 52.244 -6, Subcontracts for Commercial Items (DEC 2001).
(vii) 52.253 -1, Computer Generated Forms (JAN 1991).
(b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the c ircumstances do not apply:
(1) The clauses listed below implement provisions of law or Executive order:
(1) 52.222 -19, Child Labor Cooperation with Authorities and Remedies (SEPT 2002) (E.O. 13126). (Applies to contracts for supplies
exceeding the micro- purchase threshold.)
(ii) 52.222 -20, Walsh- Healey Public Contracts Act (DEC 1996) (41 U.S.C. 35 -45) (Applies to supply contracts over $10,000 in the
United States, Puerto Rico, or the U.S. Virgin Islands).
(iii) 52.222 -35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U.S.C. 4212) (Applies to contracts of $25,000 or more).
(iv) 52.222 -36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793) (Applies to contracts over $10,000,
unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this
clause, United States includes the 50 States, the District of C olumbia, Puerto Rico, the Northern Mariana Islands, American Samoa,
Guam, the U.S Virgin Islands, and Wake Island.)
(v) 52 222 -37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U.S.C. 4212) (Applies to contracts of $25,000 or more).
Document No.
P9500030249
Document Title
R9500030249, City of PA
Page 7 of 11
(vi) 52.222 -41, Service Contract Act of 1965, As Amended (MAY 1989) (41 U.S.C. 351, et seq.) (Applies to service contracts over
$2,500 that are subject to the Service Contract Act and will be perfo rmed in the United States, District of Columbia, Puerto Rico, the
Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental
shelf lands).
(vii) 52.223 -5, Pollution Prevention and Right -to -Know Information (APR 1998) (E.O. 12856) (Applies to services performed on
Federal facilities).
(viii) 52.225 -1, Buy American Act Supplies (MAY 2002) (41 U.S.C. l0a 10d) (Applies to contracts for supplies, and to contracts
for services involving the furnishing of supplies, for use within the United States if the value of the supply contract or supply portion
of a service contract exceeds the micropurchase threshold and the acquisition
(A) Is set aside for small business concerns; or
(B) Cannot be set aside for small business concerns (see 19.502 -2), and does not exceed $25,000).
(ix) 52.232 -33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999). (Applies when the payment will
be made by electronic funds transfer (EFT) a nd the payment office uses "the Central Contractor Registration (CCR) database as its
source of EFT information.)
(x) 52.232-34, Payment by Electronic Funds Transfer —Other than Central Contractor Registration (May 1999)_(Applies when the
payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.)
(xi) 52.247 -64, Preference for Privately Owned U.S. -Flag Commercial Vessels (June 2000) (46 U.S.C. 1241). (Applies to supplies
transported by ocean vessels.)
(2) Listed below are additional clauses that may apply:
(r) 52.209 -06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for
Debarment (JULY 1995) (Applies to contracts over $25,000).
(ii) 52.21 1 -17, Delivery of Excess Quantities (SEPT 1989) (Applies to fixed -price supplies).
(nn) 52.247 -29, F.o b. Origin (JUN 1988) (Applies to supplies if delivery is f.o.b. origm).
(iv) 52.247 -34, F.o.b. Destination (NOV 1991) (Applies to supplies if delivery is f.o.b. destination).
(c) FAR 52.252 -02, Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with
the same force and effect as if they were given in full text. Upon request, the Contracting Office r will make their full text available.
Also, the full text of a clause may be accessed electronically at this /these address(es):
www.arnet.gov /far
www.ios.doi.gov/pam/aindex.html
(d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this
contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The
Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase
in contract price. The Government must exercise its post acceptance rights
(1) Within a reasonable period of time after the defect was discovered or should have been discovered; and
(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.
(e) Excusable delays The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the
reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the
Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe
weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably
Document No.
P9500030249
Document Title
R9500030249, City of PA
(h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the
particular purpose described in this contract.
Page 8 of 11
possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such
occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such
occurrence.
(f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof,
for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall
immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor
shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus
reasonable charges that the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping
system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or
contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The
Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided.
(g) Termination for cause. The Government may terminate this contract, or any part hereof, for caus e in the event of any default by the
Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon
request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to
the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and
all rights and remedies provided by law. If it is determined that the Governm ent improperly terminated this contract for default, such
termination shall be deemed a termination for convenience.
Document No.
P9500030249
SECTION F DELIVERIES OR PERFORMANCE
F.1 52.252 -02 CLAUSES INCORPORATED BY REFERENCE
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full t ext. Upon
request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at
this /these address(es):
(Inscit one 01 more Internet addresses(
I Clause
52.247 -34
Title
1 F.O.B. Destination
Document Title Page 9 of 11
R9500030249, City of PA
I Date
I November 1991
SECTION I CONTRACT CLAUSES
Document No. Document Title Page 10 of 11
P9500030249 R9500030249, City of PA
I.1 52.252 -02 CLAUSES INCORPORATED BY REFERENCE
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electroni cally at
this /these address(es):
[Inset one of more Internet addresses]
Clause
52.204 -04
52.222 -21
52.222 -26
52.223 -05
52.223 -06
52.232 -34
52 252 -06
52 253 -01
Title
Printed or Copied Double -Sided on Recycled Paper.
Prohibition of Segregated Facilities
Equal Opportunity
Pollution Prevention and Right -to -Know Information
Drug
Payment by Electronic Funds Transfer -Other than Central
Contractor Registration
Authonzed Deviations In Clauses
Computer Generated Forms
Date
August 2000
February 1999
April 2002
April 1998
May- 2001
May 1999
Apnl 1984
January 1991
I.2 52.222 -20 WALSH -HEALY PUBLIC CONTRACTS ACT DECEMBER 1996
If this contract is for the manufacture or furnishing of materials, supplies, articles or equipment in an amount that exceeds or may
exceed $10,000, and is subject to the Walsh Healey Public Contracts Act, as amended (41 U.S.0 35 -45), the following terms and
conditions apply:
(a) All stipulations required by the Act and regulations issued by the Secretary of Labor (41 CFR Chapter 50) are incorporated by
reference. These stipulations are subject to all applicable rulings and r nterpretations of the Secretary of Labor that are now, or may
hereafter, be in effect
(b) All employees whose work relates to this contract shall be paid not less than the minimum wage prescribed by regulations issued
by the Secretary of Labor (41 CFR 50- 202.2). Learners, student learners, apprentices, and handicapped workers may be employed at
less than the prescribed minimum wage (see 41 CFR 50 202.3) to the same extent that such employment is permitted under Section 14
of the Fair Labor Standards Act (41 U.S.C. 40).
1.3 52.243 -01 CHANGES -FIXED PRICE AUGUST 1987
(a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the
general scope of this contract in any one or more of the following:
(1) Drawings, designs, or specifications when the supplies to be furnished are to be specially manufactured for the Government in
accordance with the drawings, designs, or specifications.
Document No.
P9500030249
(2) Method of shipment or packing.
(3) Place of delivery.
Document Title
R9500030249, City of PA
Page 11 of 11
(b) If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the work
under this contract, whether or not changed by the order, the Contracting Officer shall make an equitable adjustme nt in the contract
price, the delivery schedule, or both, and shall modify the contract.
(c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order.
However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal
submitted before final payment of the contract.
(d) If the Contractor's proposal includes the cost of property made obsolete or excess by the change, the Contracting Officer shall have
the right to prescribe the manner of the disposition of the property.
(e) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the
Contractor from proceeding with the contract as changed.
I.4 52149 -01 TERMINATION FOR CONVENIENCE OF THE
GOVERNMENT (FIXED PRICE) (SHORT FORM)
APRIL_19 84
The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in t he Government's interest. If
this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in
accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract.
Port Angeles
a NAME OF CONTRACTOR
Mr. Glenn Cutler
b COMPANY NAME
City of Port Angeles
ORDER FOR SUPPLIES OR SERVICES
IMPORTANT: Mark all packages and papers with contract and /or order numbers.
1 DATE OF ORDER 2 CONTRACT NO (If any)
06/20/2003
3 ORDER NO 4 REQUISITION /REFERENCE NO
P9500030249/0001 R9500030249
5 ISSUING OFFICE (Address correspondence to)
PWR OLYM Olympic National Park
600 East Park Ave
WA 98362 -6798
7 TO
c STREET ADDRESS
321 E. 5th Street,P.O.Box 1150
d CITY e STATE f ZIP CODE
Port Angeles WA 98362
9 ACCOUNTING AND APPROPRIATION DATA
See Funding Detail
11 BUSINESS CLASSIFICATION
a SMALL
12 F.O.B POINT
Destination
13 PLACE OF
a INSPECTION b ACCEPTANCE
ITEM NO
(a)
(Check appropriate box(es))
SEE BILLING 21 MAIL INVOICE TO.
INSTRUCTIONS
ON Misty L. Gates
REVERSE PWR OLYM Olympic National Park
600 East Park Ave
b OTHER THAN SMALL
SUPPLIES OR SERVICES
(b)
Modification
SEE LINE ITEM DETAIL
Port Angeles WA 98362 6798
22 UNITED STATES OF
AMERICA BY (Signature)
NSN 7540 -01- 152 -8083
Previous edition not usable
6 SHIP TO
k NAME OF CONSIGNEE
PWR OLYM Olympic National Park
Ih STREET ADDRESS
600 East Park Ave
c CITY
Port Angeles
If SHIP VIA
a PURCHASE
REFERENCE YOUR
Please furnish the following on the terms and
conditions specified on both sides of this order and
on the attached sheet, if any, including delivery as
indicated
10 REQUISITIONING OFFICE
17 SCHEDULE (See reverse for Rejections)
PWR OLYM Olympic National Park
c DISADVANTAGED
14 GOVERNMENT B/L NO 15 DELIVER TO F 0 B. POINT
ON OR BEFORE (Date)
QUANTITY
ORDERED
(c)
18 SHIPPING POINT 19 GROSS SHIPPING WEIGHT 20 INVOICE NO.
17(J) NEW TOT
$17,750 00
UNIT
(d)
Brian D Winter
8 TYPE OF ORDER
UNIT
PRICE
(e)
17(K) PREY. TOT.
$17,750 00
d STATE e ZIP CODE
WA 98362 -6798
b DELIVERY Except for billing
instructions on the reverse, this
delivery order is subject to
instructions contained on this side
only of this form and is issued
subject to the terms and conditions
of the above numbered contract
d WOMEN -OWNED
16 DISCOUNT TERMS
10 days
20 days
30 days
days
AMOUNT
(f)
$0 00
g 55S
(PAGE OF PAGES
1
At
4
Ok
QUANTITY
4CCEPTED
(g)
17(h) TOT.
(Cont
pages)
17(1)
MOD
TOTAL
23. NAME (Typed)
Sandra A Thomas
TITLE CONTRACTING /ORDERING OFFICER
OPTIONAL FORM 347 (REV 6/95)
Prescnbed by GSA/FAR 48 CFR 53 213(e)
SUPPLEMENTAL INVOICING INFORMATION PAGE NO. 2 of 4
If desired, this order (or a copy thereof) may be used by the Contractor as the Contractor's invoice, instead of a separate invoice,
provided the following statement, (signed and dated) is on (or attached to) the order "Payment is requested in the amount of
No other invoice will be submitted." However, if the Contractor wishes to submit an invoice, the following information
must be provided, contract number (if any), order number, item number(s), description of supplies or service, sizes, quantities, unit
prices, and extended totals Prepaid shipping costs will be indicated as a separate item on the invoice Where shipping costs
exceed $10 (except for parcel post), the billing must be supported by a bill of lading or receipt When several orders are invoiced to
an ordering activity during the same billing period, consolidated periodic billings are encouraged
Quantity in the "Quantity Accepted" column on the face of this order has been El inspected,
by me and conforms to contract Items listed below have been rejected for the reasons indicated
SHIPMENT I PARTIAL I I DATE RECEIVED SIGNATURE OF AUTHORIZED U S GOV'T REP
NUMBER
I FINAL I I
TOTAL CONTAINERS GROSS WEIGHT RECEIVED AT TITLE
ITEM NO
RECEIVING REPORT
REPORT OF REJECTIONS
SUPPLIES OR SERVICES UNIT
QUANTITY
REJECTED
accepted, received
DATE
REASON FOR REJECTION
OPTIONAL FORM 347 (REV 6/95) BACK
ORDER FOR SUPPLIES OR SERVICES
SCHEDULE CONTINUATION
IMPORTANT: Mark all packages and papers with contract and/or order numbers.
DATE OF ORDER CONTRACT NO
06/20/2003
SUPPLIES OR QUANTITY UNIT QUANTITY
ITEM NO SERVICES ORDERED UNIT PRICE AMOUNT ACCEPTED
(a) (b) (c) (d) (e) (f) (g)
MODIFICATION
Administrative Modification to incorporate funding account number change
0001 Provide engineering input during Value Engineering review of municipal water 0 00 Is 0 000 0.00
treatment
This Order (reference block 3) is hereby modified to reflect the following
changes
Change in Performance Period
R9500030249
plant preliminary design Provide review comments in Value Engineering process report no
later than April 25, 2003
Start Date End Date
04/10/2003 07/30/2003
ORDER NO
P9500030249/0001
PAGE NO
3 of 4
TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17i) 0 00
NSN 7540 -01 -152 -8082 OPTIONAL FORM 348 (10 -83)
Prescribed by GSA -FAR (48 CFR)
Contract Level
Funding Summary
Title Page
R9500030249, City of PA 4 of 4
P9500030249/0001
Reference Requisition R9500030249
Document Number
Fundina Strip Code Chanae in Funded Amount
2003 9500 252Z 477 0071 ($17,750.00)
2003 9500 252Z 529 0243 $17,750 00
ORDER FOR SUPPLIES OR SERVICES
IMPORTANT: Mark all packages and papers with contract and /or order numbers.
1 DATE OF ORDER
08/14/2003
3 ORDER NO
P9500030397
5 ISSUING OFFICE
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles WA
7 TO
a NAME OF CONTRACTOR
b COMPANY NAME
City of Port Angeles
c STREET ADDRESS
321 E. 5th Street,P.O.Box 1150
d CITY e. STATE f ZIP CODE
Port Angeles WA 98362
9 ACCOUNTING AND APPROPRIATION DATA
2003 9500 252Z 529 0243
11 BUSINESS CLASSIFICATION
a SMALL
12 FOB POINT
Destination
13. PLACE OF
a INSPECTION b ACCEPTANCE
ITEM NO
(a)
SEE BILLING
INSTRUCTIONS
ON
REVERSE
NSN 7540 -01- 152 -8083
Previous edition not usable
4 REQUISITION /REFERENCE NO
R9500030397
(Address correspondence to)
18 SHIPPING POINT
a NAME
PWR OLYM Olympic National Park
(or P 0 Box)
b STREET ADDRESS
600 East Park Ave
c CITY
Port Angeles
s>
22. UNITED STATES OF
AMERICA BY (Signature)
2 CONTRACT NO (If any)
(Check appropriate box(es))
Ig
98362 -6798
b OTHER THAN SMALL
SUPPLIES OR SERVICES
(b)
SEE LINE ITEM DETAIL
(h4 "�)�/4
la. NAME OF CONSIGNEE
I PWR OLYM Olympic National Park
lb. STREET ADDRESS
600 East Park Ave
c CITY
Port Angeles
If SHIP VIA
14 GOVERNMENT B/L NO
21 MAIL INVOICE TO. Misty L. Gates
a PURCHASE
REFERENCE YOUR
6. SHIP TO
Please furnish the following on the terms and
conditions specified on both sides of this order and
on the attached sheet, if any, including delivery as
indicated
10 REQUISITIONING OFFICE
PWR OLYM Olympic National Park
c DISADVANTAGED
17 SCHEDULE (See reverse for Rejections)
QUANTITY
ORDERED
(c)
19 GROSS SHIPPING WEIGHT 20 INVOICE N
15 DELIVER TO FOB POINT
ON OR BEFORE (Date)
d STATE
WA
08/31/2003
UNIT
(d)
Susan Ferrel
8. TYPE OF ORDER
UNIT
PRICE
(e)
ORGAL
P AGE OF PAGES
I 1 11
d. STATE e. ZIP CODE
WA 98362 -6798
b DELIVERY Except for billing
instructions on the reverse, this
delivery order is subject to
instructions contained on this side
only of this form and is issued
subject to the terms and conditions
of the above numbered contract
d WOMEN -OWNED
16 DISCOUNT TERMS
10 days
20 days
30 days
days
AMOUNT
(f)
QUANTITY
ACCEPTED
(9)
17(h) TOT
(Cont
pages)
17(0
$17,750 00 GRAND
e. ZIP CODE TOTAL
98362 -6798
23. NAME (Typed)
Sandra A. Thomas
TITLE CONTRACTING /ORDERING OFFICER
OPTIONAL FORM 347 (REV 6/95)
Prescribed by GSA/FAR 48 CFR 53 213(e)
SUPPLEMENTAL INVOICING INFORMATION PAGE NO. 2 of 11
If desired, this order (or a copy thereof) may be used by the Contractor as the Contractor's invoice, instead of a separate invoice,
provided the following statement, (signed and dated) is on (or attached to) the order "Payment is requested in the amount of
No other invoice will be submitted However, if the Contractor wishes to submit an invoice, the following information
must be provided; contract number (if any), order number, item number(s), description of supplies or service, sizes, quantities, unit
prices, and extended totals Prepaid shipping costs will be indicated as a separate item on the invoice Where shipping costs
exceed $10 (except for parcel post), the billing must be supported by a bill of lading or receipt. When several orders are invoiced to
an ordering activity during the same billing period, consolidated periodic billings are encouraged.
RECEIVING REPORT
Quantity in the "Quantity Accepted" column on the face of this order has been: 0 inspected,
by me and conforms to contract Items listed below have been rejected for the reasons indicated
SHIPMENT I PARTIAL I I DATE RECEIVED SIGNATURE OF AUTHORIZED U.S. GOV'T REP.
NUMBER
I FINAL I I
TOTAL CONTAINERS GROSS WEIGHT RECEIVED AT TITLE
ITEM NO.
I
I
REPORT OF REJECTIONS
SUPPLIES OR SERVICES UNIT
QUANTITY
REJECTED
El accepted, 0 received
DATE
REASON FOR REJECTION
OPTIONAL FORM 347 (REV 6/95) BACK
ORDER FOR SUPPLIES OR SERVICES
SCHEDULE CONTINUATION
IMPORTANT: Mark all packages and papers with contract and /or order numbers.,
DATE OF ORDER CONTRACT NO
08/14/2003
ITEM NO
(a)
SUPPLIES OR SERVICES
(b)
0001 Water Treatment Plant Technical Report
Provide consultation assistance to aid in review of the proposed municipal water
t
both electronic and hardcopy format no later than August 31, 2003
Delivery Date
08/31/2003
Reference Requisition: R9500030397
ORDER NO.
P9500030397
PAGE NO.
3 of 11
QUANTITY UNIT QUANTITY
ORDERED UNIT PRICE AMOUNT ACCEPTED
(c) (d) (e) (f) (9)
1 00 Is
17,750.000 17,750 OC
TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17i) $17,750 00
NSN 7540 -01- 152 -8082 OPTIONAL FORM 348 (10 -83)
Prescribed by GSA -FAR (48 CFR)
Contract Level
Funding Summary
P9500030397
2003 9500 252Z 529 0243
$17,750 00
Reference Requisition' R9500030397
Document Number
Title Page
R9500030397, Elwha Restoration 4 of 11
Total Funding: $17,750.00
Document No.
P9500030397
Document Title
R9500030397, Elwha Restoration
TABLE OF CONTENTS
COMMERCIAL CLAUSES 6
1 Terms and Conditions Simplified Acquisitions (Other Than Commercial Items) 6
SECTION I Contract Clauses 9
L 1 Clauses By Reference 9
I.2 Payment by Electronic Funds Transfer --Other than Central Contractor Registration 9
Page 5 of 11
COMMERCIAL CLAUSES
Document No.
P9500030397
Document Title
R9500030397, Elwha Restoration
1 52.213 -04 TERMS AND CONDITIONS SIMPLIFIED ACQUISITIONS APRIL 2003
(OTHER THAN COMMERCIAL ITEMS)
Page 6 of 11
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference.
(1) The clauses listed below implement provisions of law or Executive order:
(i) 52.222 -3, Convict Labor (AUG 1996) (E.O. 11755).
(n) 52.222 -21, Prohibition of Segregated Facilities (FEB 1999) (E.O. 11246).
(iii) 52.222 -26, Equal Opportunity (APR 2002) (E.O. 11246).
(iv) 52.225 -13, Restrictions on Certain Foreign Purchases (JULY 2000) (E.O.'s 12722, 12724, 13059, 13067, 13121, and 13 129).
(v) 52.233 -3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(2) Listed below are additional clauses that apply:
(i) 52.232 -1, Payments (APR 1984)
(ii) 52.232 -8, Discounts for Prompt Payment (FEB 2002).
(iii) 52.232 -11, Extras (APR 1984).
(iv) 52.232 -25, Prompt Payment (FEB 2002).
(v) 52.233 -1, Disputes (JULY 2002).
(vi) 52.244 -6, Subcontracts for Commercial Items (DEC 2001).
(vii) 52 253 -1, Computer Generated Forms (JAN 1991).
(b) The Contractor shall comply with the following FAR clause s, incorporated by reference, unless the circumstances do not apply:
(1) The clauses listed below implement provisions of law or Executive order:
(i) 52 222 -19, Child Labor Cooperation with Authorities and Remedies (SEPT 2002) (E O. 13126). (Applies to contracts for supplies
exceeding the micro purchase threshold.)
(u) 52.222 -20, Walsh- Healey Public Contracts Act (DEC 1996) (41 U.S.C. 35 -45) (Applies to supply contracts over $10,000 in the
United States, Puerto Rico, or the U.S. Virgi n Islands)
(in) 52.222 -35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U.S.C. 4212) (Applies to contracts of $25,000 or more).
(iv) 52.222 -36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793) (Applies to contracts over $10,000,
unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this
clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa,
Guam, the U.S. Virgin Islands, and Wake Island.)
(v) 52.222 -37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U.S.C. 4212) (Applies to contracts of $25,000 or more).
Document No.
P9500030397
Document Title
R9500030397, Elwha Restoration
Page 7 of 11
(vi) 52.222 -41, Service Contract Act of 1965, As Amended (MAY 1989) (41 U.S.C. 351, et seq (Applies to service contracts over
$2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the
Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental
shelf lands).
(vii) 52.223 -5, Pollution Prevention and Right -to -Know Information (APR 1998) (E.O 12856) (Applies to services performed on
Federal facilities).
(vii) 52 225 -1, Buy American Act Supplies (MAY 2002) (41 U S.0 l0a 10d) (Applies to contracts for supplies, and to contracts
for services involving the furnishing of supplies, for use within the United States if the value of the supply contract or supply portion
of a service contract exceeds the micropurchase threshold and the acquisition
(A) Is set aside for small business concerns, or
(B) Cannot be set aside for small business concerns (see 19.502 -2), and does not exceed $25,000).
(ix) 52.232 -33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999). (Applies when the payment will
be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its
source of EFT information
(x) 52.232 -34, Payment by Electronic Funds Transfer —Other than Central Contractor Registration (May 1999). (Applies when the
payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.)
(xi) 52.247 -64, Preference for Privately Owned U S. -Flag Commercial Vessels (APR -2003) (46 U.S.C. Appx 1241). (Applies to
supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).)
(2) Listed below are additional clauses that may apply:
(i) 52.209 -06, Protecting the Government's Interest When Subcontracting with Contractors De barred, Suspended, or Proposed for
Debarment (JULY 1995) (Applies to contracts over $25,000).
(n) 52 211 -17, Delivery of Excess Quantities (SEPT 1989) (Applies to fixed -price supplies).
(iii) 52.247 -29, F.o.b. Origin (JUN 1988) (Applies to supplies if d elivery is f.o.b. origin).
(iv) 52 247 -34, F.o.b Destination (NOV 1991) (Applies to supplies if delivery is f.o.b. destination).
(c) FAR 52.252 -02, Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference with
the same force and effect as if they were given in full text Upon request, the Contracting Officer will make their full text available.
Also, the full text of a clause may be accessed electronically at this /these address(es):
www arnet.gov /far
www ios doi gov /pam/aindex html
(d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this
contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The
Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase
in contract price. The Government must exercise its post acceptance rights
(1) Within a reasonable period of time after the defect was discovered or should have been discovered; and
(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item
(e) Excusable delays. The Contractor s hall be liable for default unless nonperformance is caused by an occurrence beyond the
reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the
Government in either its sovereign or cont ractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe
weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably
Document No.
P9500030397
Document Title
R9500030397, Elwha Restoration
(h) Warranty The Contractor wary ants and implies that the items delivered hereunder are merchantable and fit for use for the
particular purpose described in this contract.
Page 8 of 11
possible after the commencemen t of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such
occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such
occurrence.
(f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof,
for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall
immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor
shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of terms nation, plus
reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping
system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or
contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The
Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoi ded.
(g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the
Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the G overnment, upon
request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to
the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and
all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such
termination shall be deemed a termination for convenience.
SECTION I CONTRACT CLAUSES
I.1
Document No.
P9500030397
Document Title
R9500030397, Elwha Restoration
52.252 -02 CLAUSES INCORPORATED BY REFERENCE
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their full text available Also, the full text of a clause may be accessed electronically at
this /these address(es).
Imp://www.amet.gov/far
http• /www.ios doi.gov/pam/aindex html
Clause Title
52.204 -04 Printed or Copied Double -Sided on Recycled Paper.
52.222 -21 Prohibition of Segregated Facilities
52.222 -26 Equal Opportunity
52.223 -05 Pollution Prevention and Right -to -Know Information
52 223 -06 Drug Free Workplace
52.243 -01 Changes -Fixed Price
52 249 -01 Termination for Convenience of the Government (Fixed Price)
I 52.252 -06
I 52.253 -01
(Short Form)
I Authorized Deviations In Clauses
Computer Generated Forms
Date
August 2000
February 1999
Apnl 2002
April 1998
May 2001
August 1987
Apnl 1984
I April 1984
I January 1991
L2 52.232 -34 PAYMENT BY ELECTRONIC FUNDS TRANSFER -OTHER MAY 1999
THAN CENTRAL CONTRACTOR REGISTRATION
Page 9 of 11
(a) Method of payment (1) Al 1 payments by the Government under this contract shall be made by electronic funds transfer (EFT)
except as provided in paragraph (a)(2)of this clause. As used in this clause, the term "EFT" refers to the funds transfer and may also
include the payment information transfer
(2) In the event the Government is unable to release one or more payments by EFT, the Contractor agrees to either
(i) Accept payment by check or some other mutually agreeable method of payment; or
(ii) Request the Government to exten d payment due dates until such time as the Government makes payment by EFT (but see
paragraph (d) of this clause).
(b) Mandatory submission of Contractor's EFT information.
(1) The Contractor is required to provide the Government with the information re quired to make payment by EFT (see paragraph (j) of
this clause). The Contractor shall provide this information directly to the office designated in this contract to receive that information
(hereafter: "designated office by [the Contract ing Officer shall insert date, days after award, days before first
request, the date specified for receipt of offers if the provision at 52.232 -38 is utilized, or "concurrent with first request" as prescribed
by the head of the agency, if not prescribed, i nsert "no later than 15 days prior to submission of the first request for payment If not
otherwise specified in this contract, the payment office is the designated office for receipt of the Contractor's EFTinformation. If more
than one designated office is named for the contract, the Contractor shall provide a separate notice to each office. In the event that the
EFT information changes, the Contractor shall be responsible for providing the updated information to the designated office(s).
Document No.
P9500030397
Document Title
R9500030397, Elwha Restoration
Page 10 of 11
(2) If the Contractor provides EFT information applicable to multiple contracts, the Contractor shall specifically state the applicability
of this EFT information in terms acceptable to the designated office. However, EFT information supplied to a designated office shal 1
be applicable only to contracts that identify that designated office as the office to receive EFT information for that contract.
(c) Mechanisms for EFT payment The Government may make payment by EFT through either the Automated CIearing House (ACH)
network, subject to the rules of the National Automated Clearing House Association, or the Fedwire Transfer System. The rules
governing Federal payments through the ACH are contained in 31 CFR part 210.
(d) Suspension of payment. (1) The Government is not re quired to make any payment under this contract until after receipt, by the
designated office, of the correct EFT payment information from the Contractor. Until receipt of the correct EFT information, any
invoice or contract financing request shall be deeme d not to be a proper invoice for the purpose of prompt payment under this
contract. The prompt payment terms of the contract regarding notice of an improper invoice and delays in accrual of interest penalties
apply
(2) If the EFT information changes aft er submission of correct EFT information, the Government shall begin using the changed EFT
information no later than 30 days after its receipt by the designated office to the extent payment is made by EFT. However, the
Contractor may request that no furthe r payments be made until the updated EFT information is implemented by the payment office. If
such suspension would result in a late payment under the prompt payment terms of this contract, the Contractor's request for
suspension shall extend the due date for payment by the number of days of the suspension.
(e) Liability for uncompleted or erroneous transfers. (1)If an uncompleted or erroneous transfer occurs because the Government used
the Contractor's EFT information incorrectly, the Government remains r esponsible for-
(i) Making a correct payment;
(n) Paying any prompt payment penalty due; and
(in) Recovering any erroneously directed funds
(2) If an uncompleted or erroneous transfer occurs because the Contractor's EFT information was incorrect, o r was revised within 30
days of Government release of the EFT payment transaction instruction to the Federal Reserve System, and
(i) If the funds are no longer under the control of the payment office, the Government is deemed to have made payment and the
Contractor is responsible for recovery of any erroneously directed funds; or
(ii) If the funds remain under the control of the payment office, the Government shall not make payment and the provisions of
paragraph (d) shall apply.
(f) EFT and prompt payment A payment shall be deemed to have been made in a timely manner in accordance with the prompt
payment terms of this contract if, in the EFT payment transaction instruction released to the Federal Reserve System, the date
specified for settlement of the payment is on or before the prompt payment due date, provided the specified payment date is a valid
date under the rules of the Federal Reserve System.
(g) EFT and assignment of claims. If the Contractor assigns the proceeds of this contract as provided for in the assignment of claims
terms of this contract, the Contractor shall require as a condition of any such assignment, that the assignee shall provide the EFT
information required by paragraph (i) of this clause to the designated office, and shall be paid by EFT in accordance with the terms of
this clause. In all respects, the requirements of this clause shall apply to the assignee as if it were the Contractor. EFTinformation that
shows the ultimate recipient of the transfer to be other than the Contr actor, in the absence of a proper assignment of claims acceptable
to the Government, is incorrect EFTinformation within the meaning of paragraph (d) of this clause.
(h) Liability for change of EFT information by financial agent. The Government is not flab le for errors resulting from changes to EFT
information provided by the Contractor's financial agent
(i) Payment information. The payment or disbursing office shall forward to the Contractor available payment information that is
suitable for transmission as of the date of release of the E F T instruction to the Federal Reserve System. The Government may request
the Contractor to designate a desired format and method(s) for delivery of payment information from a list of formats and methods the
payment office is capable of executing However, the Government does not guarantee that any particular format or method of delivery
is available at any particular payment office and retains the latitude to use the format and delivery method most convenient to the
Document No.
P9500030397
Document Title
R9500030397, Elwha Restoration
Page 11 of 11
Government. If the Government makes payment by check in accordance with paragraph (a) of this clause, the Government shall mail
the payment information to the remittance address in the contract.
(j) EFT information. The Contractor shall provide the following information to the designated office. The Contractor may supply this
data for this or multiple contracts (see paragraph (b) of this clause). The Contractor shall designate a single financial agent per contract
capable of receiving and processing the EFT in formation using the EFT methods described in paragraph (c) of this clause.
(1) The contract number (or other procurement identification number).
(2) The Contractor's name and remittance address, as stated in the contract(s).
(3) The signature (manual or electronic, as appropriate), title, and telephone number of the Contractor official authorized to provide
this information.
(4) The name, address, and 9 -digit Routing Transit Number of the Contractor's financial agent.
(5) The Contractor's account numbe r and the type of account (checking, saving, or lockbox).
(6) If applicable, the Fedwire Transfer System telegraphic abbreviation of the Contractor's financial agent.
(7) If applicable, the Contractor shall also provide the name, address, telegraphic abb reviation, and 9 -digit Routing Transit Number of
the correspondent financial institution receiving the wire transfer payment if the Contractor's financial agent is not directly on -line to
the Fedwire Transfer System; and, therefore, not the receiver of the wire transfer payment.
ORDER FOR SUPPLIES OR SERVICES
IMPORTANT: Mark all packages and papers with contract and/or order numbers.
1 DATE OF ORDER
09/21/2003
3. ORDER NO
P9500030468
5 ISSUING OFFICE
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles WA
7 TO
a NAME OF CONTRACTOR
Mr. Glenn Cutler
b. COMPANY NAME
City of Port Angeles
c. STREET ADDRESS
321 E. 5th Street,P.O.Box 1150
12. F.O.B. POINT
Destination
13 PLACE OF
a INSPECTION b ACCEPTANCE
ITEM NO
(a)
SEE BILLING
INSTRUCTIONS
ON
REVERSE
18 SHIPPING POINT
b STREET ADDRESS
600 East Park Ave
c. CITY
Port Angeles
22. UNITED STATES OF
AMERICA BY (Signature)
NSN 7540 -01 -152 -8083
Previous edition not usable
2 CONTRACT NO (If any)
4 REQUISITION /REFERENCE NO.
R9500030468
(Address correspondence to)
d. CITY e STATE f ZIP CODE
Port Angeles WA 98362
9 ACCOUNTING AND APPROPRIATION DATA
2003 9500 252Z 477 0071
11 BUSINESS CLASSIFICATION (Check appropnate box(es))
a SMALL b OTHER THAN SMALL
SEE LINE ITEM DETAIL
(or P O Box)
98362 -6798
c CITY
Port Angeles
!f. SHIP VIA
a PURCHASE
REFERENCE YOUR
10. REQUISITIONING OFFICE
c DISADVANTAGED
14 GOVERNMENT B/L NO. 15. DELIVER TO F.O B. POINT
ON OR BEFORE (Date)
09/30/2003
17. SCHEDULE (See reverse for Rejections)
QUANTITY
ORDERED
(c)
SUPPLIES OR SERVICES
(b)
19. GROSS SH�NG WEIGHT 20. INVOICE O.
41 MAIL INVOICE TO. Brian D Winter
a NAME__
PWR OLYM Olympic National Park
l- 9rytf6,-
6 SHIP TO: Brian D. Winter
Ia. NAME OF CONSIGNEE
I PWR OLYM Olvmoic National Park
lb STREET ADDRESS
600 East Park Ave
Please furnish the following on the terms and
conditions specified on both sides of this order and
on the attached sheet, if any, including delivery as
indicated
PWR OLYM Olympic National Park
d. STATE
WA
UNIT
(d)
e ZIP CODE
98362 -6798
8 TYPE OF ORDER
UNIT
PRICE
(e)
'AGE OF PAGES
1 I 8
ORIG \A_
d STATE e. ZIP CODE
WA 98362 -6798
b DELIVERY Except for billing
instructions on the reverse, this
delivery order is subject to
instructions contained on this side
only of this form and is issued
subject to the terms and conditions
of the above numbered contract
d WOMEN -OWNED
16. DISCOUNT TERMS
10 days
20 days
30 days
days
AMOUNT
(f)
QUANTITY
ACCEPTED
(9)
17(h) TOT.
(Cont
pages)
17(r)
$17,825.00 GRAND
TOTAL
23. NAME (Typed)
Sandra A Thomas
TITLE CONTRACTING /ORDERING OFFICER
OPTIONAL FORM 347 (REV 6/95)
Prescnbed by GSA /FAR 48 CFR 53 213(e)
If desired, this order (or a copy thereof) may be used by the Contractor as the Contractor's invoice, instead of a separate invoice,
provided the following statement, (signed and dated) is on (or attached to) the order: "Payment is requested in the amount of
No other invoice will be submitted." However, if the Contractor wishes to submit an invoice, the following information
must be provided; contract number Of any), order number, Item number(s), description of supplies or service, sizes, quantities, unit
paces, and extended totals Prepaid shipping costs will be indicated as a separate item on the invoice. Where shipping costs
exceed $10 (except for parcel post), the billing must be supported by a bill of lading or receipt. When several orders are invoiced to
an ordering activity during the same billing penod, consolidated penodic billings are encouraged.
RECEIVING REPORT
Quantity in the "Quantity Accepted" column on the face of this order has been: III inspected, El accepted, received
by me and conforms to contract Items listed below have been rejected for the reasons indicated.
SHIPMENT I PARTIAL I DATE RECEIVED SIGNATURE OF AUTHORIZED U.S. GOVT REP. DATE
NUMBER
I FINAL I
TOTAL CONTAINERS GROSS WEIGHT RECEIVED AT TITLE
ITEM NO.
SUPPLEMENTAL INVOICING INFORMATION PAGE NO. 2 of 8
REPORT OF REJECTIONS
SUPPLIES OR SERVICES UNIT
QUANTITY
REJECTED
REASON FOR REJECTION
OPTIONAL FORM 347 (REV 6/95) BACK
ORDER FOR SUPPLIES OR SERVICES
SCHEDULE CONTINUATION
IMPORTANT: Mark all packages and papers with contract and /or order numbers.
DATE OF ORDER CONTRACT NO.
09/21/2003
ITEM NO
(a)
NSN 7540 -01- 152 -8082
SUPPLIES OR SERVICES
(b)
Port Angeles' Landfill To Support The Waste Export System
Delivery Date
09/30/2003
Reference Requisition R9500030468
ORDER NO
TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17i) $17,825 00
P9500030468
PAGE NO.
3 of 8
QUANTITY UNIT QUANTITY
ORDERED UNIT PRICE AMOUNT ACCEPTED
(c) (d) (e) (f) (9)
0001 Provide Consultation Assistance To Aid In The Coordination of Co- locatmc 1.00 job 17,825.000 17,825.00
the Port Angeles
OPTIONAL FORM 348 (10 -83)
Prescribed by GSA -FAR (48 CFR)
Contract Level
Funding Summary P9500030468
2003 9500 252Z 477 0071
$17,825.00
Reference Requisition: R9500030468
Document Number Title
City of PA PAWTP
Total Funding: $17,825.00
Page
4 of 8
Document No.
P9500030468
Document Title
City of PA PAWTP
TABLE OF CONTENTS
SECTION B Supplies or Services and Prices 6
B.1 Terms and Conditions Simplified Acquisitions (Other Than Commercial Items) 6
Page 5 of 8
Document No. Document Title
P9500030468 City of PA PAWTP
SECTION B SUPPLIES OR SERVICES AND PRICES
B.1 52.213 -04 TERMS AND CONDITIONS SIMPLIFIED ACQUISITIONS AUGUST 2003
(OTHER THAN COMMERCIAL ITEMS)
Page 6 of 8
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference:
(1) The clauses listed below ample ment provisions of law or Executive order:
(i) 52 222 -3, Convict Labor (JUNE 2003) (E.O. 11755).
(ii) 52.222 -21, Prohibition of Segregated Facilities (FEB 1999) (E.O. 11246).
(iii) 52.222 -26, Equal Opportunity (APR 2002) (E.O. 11246).
(iv) 52.225 -13, Restrictions on Certain Foreign Purchases (JUNE 2003) (E.O.'s 12722, 12724, 13059, 13067, 13121, 13129).
(v) 52.233 -3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(2) Listed below are additional clauses that apply:
(i) 52.232 -1, Payments (APR 1984).
(ii) 52.232 -8, Discounts for Prompt Payment (FEB 2002).
(iii) 52.232 -11, Extras (APR 1984).
(iv) 52.232 -25, Prompt Payment (FEB 2002).
(v) 52.233 -1, Disputes (JULY 2002).
(vi) 52.244 -6, Subcontracts for Commercial Items (APR 2003).
(vii) 52.253 -1, Computer Generated Forms (JAN 1991).
(b) The Contractor shall comply with the followmg FAR clauses, incorporated by reference, unless the circumstances do not apply:
(1) The clauses listed below implement provisions of law or Executive order:
(i) 52.222 -19, Child Labor Cooperation with Authorities and Remedies (SEPT 2002) (E.O. 13126). (Applies to contracts for supplies
exceeding the micro- purchase threshold.)
(ii) 52.222 -20, Walsh- Healey Public Contracts Act (DEC 1996) (41 U.S.C. 3 5 -45) (Applies to supply contracts over $10,000 in the
United States, Puerto Rico, or the U.S Virgin Islands).
(iii) 52.222 -35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U.S.C. 4212) (Applies to contracts of $25,000 or more).
(iv) 52.222 -36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793) (Applies to contracts over $10,000,
unless the work is to be performed outside the United St ates by employees recruited outside the United States.) (For purposes of this
clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Manana Islands, American Samoa,
Guam, the U.S. Virgin Islands, and Wake Island
(v) 52.222 -37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U.S.0 4212) (Applies to contracts of $25,000 or more).
Document No.
P9500030468
Document Title
City of PA PAWTP
Page 7 of 8
(vi) 52.222 -41, Service Contract Act of 1965, As Amended (MAY 1989) (41 U S.C. 351, et seq.) (Applies to service contracts over
$2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the
Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental
shelf lands).
(vii) 52.223 -5, Pollution Prevention and Right -to -Know Information (AUG 2003) (E.O. 13148) (Applies to services performed on
Federal facilities).
(viii) 52.225 -1, Buy American Act Supplies (JUNE 2003) (41 U.S.C. l0a 10d) (Applies to contracts for supplies, and to contracts
for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract o r
supply portion of a service contract exceeds the micropurchase threshold and the acquisition
(A) Is set aside for small business concerns; or
(B) Cannot be set aside for small business concerns (see 19.502 -2), and does not exceed $25,000).
(ix) 52.232 -33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999). (Applies when the payment will
be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its
source of EFT information.)
(x) 52.232 -34, Payment by Electronic Funds Transfer —Other than Central Contractor Registration (May 1999). (Applies when the
payment will be made by EFT and the payment office does not use the CCR database as its source of EFT informati on.)
(xi) 52 247 -64, Preference for Privately Owned U.S. -Flag Commercial Vessels (APR -2003) (46 U.S.C. Appx 1241). (Applies to
supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).)
(2) Listed below are additional clauses that may apply:
(i) 52.209 -06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for
Debarment (JULY 1995) (Applies to contracts over $25,000).
(ii) 52.211 -17, Delivery of Excess Quantities (SEPT 1989) (Applies to fixed -price supplies).
(iii) 52.247 -29, F.o.b. Origin (JUN 1988) (Applies to supplies if delivery is f.o.b. origin).
(iv) 52.247 -34, F.o b. Destination (NOV 1991) (Applies to supplies if delivery is f.o.b. destination).
(c) FAR 52.252 -02, Clauses Incorporated by Reference (FEB 1998). This contract mcorporates one or more clauses by reference, with
the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text ava ilable.
Also, the full text of a clause may be accessed electronically at this /these address(es):
[Insert one or more Internet addresses]
(d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this
contract. The Government reserves the right to inspect or test any supplies or services that have bee n tendered for acceptance. The
Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase
in contract price. The Government must exercise its post acceptance rights
(1) Within a reasonable period of time after the defect was discovered or should have been discovered; and
(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.
(e) Excusable delays The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the
reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the
Government in either its sovereign or contract ual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe
Document No.
P9500030468
Document Title
City of PA PAWTP
Page 8 of 8
weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably
possible after the commencement of any excusable delay, settmg forth the full particulars in connection therewith, shall remedy such
occurrence with all reasonable dispatch, and shall promptly give wntten notice to the Contracting Officer of the cessation of such
occurrence.
(f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof,
for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall
immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor
shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of terminati on, plus
reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keepmg
system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting sta ndards or
contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The
Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided.
(g) Termination for cause The Government may terminate this contract, or any part hereof, for cause in the event of any default by the
Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Gover nment, upon
request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to
the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and
all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such
termination shall be deemed a termination for convenience.
(h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the
particular purpose described in this contract.
ORDER FOR SUPPLIES OR SERVICES
IMPORTANT: Mark all packages and papers with contract and /or order numbers.
1 DATE OF ORDER
10/06/2003
3 ORDER NO
P9500040056
5 ISSUING OFFICE
PWR OLYM Olympic National Park
600 East Park Ave
Port Angeles
a NAME OF CONTRACTOR
Mr. Glenn Cutler
b. COMPANY NAME
City of Port Angeles
c. STREET ADDRESS
321 E. 5th Street,P.O.Box 1150
d CITY e STATE f. ZIP CODE
Port Angeles WA 98362
9. ACCOUNTING AND APPROPRIATION DATA
2004 9500 2522 477 0071
11. BUSINESS CLASSIFICATION (Check appropriate box(es))
a SMALL
12 F.O.B. POINT
Destination
ITEM NO
(a)
4 REQUISITION /REFERENCE NO.
R9500040056
(Address correspondence to)
WA
7 TO
NSN 7540 -01- 152 -8083
Previous edition not usable
18 SHIPPING POINT
b STREET ADDRESS
600 East Park Ave
c CITY
Port Angeles
22. UNITED STATES OF
AMERICA BY (Signatur
2 CONTRACT NO (If any)
I4
13 PLACE OF
a INSPECTION b ACCEPTANCE
98362 -6798
b OTHER THAN SMALL
17 SCHEDULE (See reverse for Rejections)
QUANTITY
ORDERED
(c)
SUPPLIES OR SERVICES
(b)
SEE LINE ITEM DETAIL
SEE BILLING
INSTRUCTIONS a NAME
ON PWR OLYM Olympic National Park
REVERSE
(or P 0 Box)
Gl� l7�111 6�i�1•�✓
6 SHIP TO•
a NAME OF CONSIGNEE
I PWR OLYM Olvmoic National Park
b STREET ADDRESS
600 East Park Ave
c. CITY
Port Angeles
f SHIP VIA
REFERENCE YOUR
21 MAIL INVOICE TO. Misty L. Gates
a PURCHASE
Brian D
8. TYPE OF ORDER
Please furnish the following on the terms and
conditions specified on both sides of this order and
on the attached sheet, if any, including delivery as
indicated
10. REQUISITIONING OFFICE
PWR OLYM Olympic National Park
c DISADVANTAGED
14. GOVERNMENT B/L NO. 15 DELIVER TO F 0 B. POINT
ON OR BEFORE (Date)
19 GROSS SHIPPING WEIGHT 20 INVOICE is 0.
d. STATE
WA
10/30/2003
UNIT
(d)
UNIT
PRICE
(e)
Winter
'PAGE
1
AMOUNT
(f)
OF PAGES
9
OR G NA_
d STATE e ZIP CODE
WA 98362 -6798
b DELIVERY Except for billing
instructions on the reverse, this
delivery order is subject to
instructions contained on this side
only of this form and is issued
subject to the terms and conditions
of the above numbered contract.
d WOMEN -OWNED
16. DISCOUNT TERMS
10 days
20 days
30 days
days
QUANTITY
ACCEPTED
(9)
17(h) TOT.
(Cont.
pages)
17(i)
$1,800.00 GRAND
TOTAL
e. ZIP CODE
98362 -6798
23. NAME (Typed)
Sandra A Thomas
TITLE CONTRACTING /ORDERING OFFICER
OPTIONAL FORM 347 (REV 6/95)
Prescnbed by GSA/FAR 48 CFR 53 213(e)
SUPPLEMENTAL INVOICING INFORMATION PAGE NO. 2 of 9
If desired, this order (or a copy thereof) may be used by the Contractor as the Contractor's invoice, instead of a separate invoice,
provided the following statement, (signed and dated) is on (or attached to) the order "Payment is requested in the amount of
No other invoice will be submitted However, if the Contractor wishes to submit an invoice, the following information
must be provided, contract number Of any), order number, item number(s), description of supplies or service, sizes, quantities, unit
pnces, and extended totals Prepaid shipping costs will be indicated as a separate item on the invoice Where shipping costs
exceed $10 (except for parcel post), the billing must be supported by a bill of lading or receipt When several orders are invoiced to
an ordenng activity during the same billing period, consolidated periodic billings are encouraged.
RECEIVING REPORT
Quantity in the "Quantity Accepted" column on the face of this order has been I inspected, 0 accepted, III received
by me and conforms to contract Items listed below have been rejected for the reasons indicated.
SHIPMENT PARTIAL I I DATE RECEIVED SIGNATURE OF AUTHORIZED U S. GOV'T REP
NUMBER
FINAL
TOTAL CONTAINERS GROSS WEIGHT RECEIVED AT TITLE
ITEM NO.
REPORT OF REJECTIONS
SUPPLIES OR SERVICES UNIT
QUANTITY
REJECTED
DATE
REASON FOR REJECTION
OPTIONAL FORM 347 (REV 6/95) BACK
ORDER FOR SUPPLIES OR SERVICES
SCHEDULE CONTINUATION
IMPORTANT: Mark all packages and papers with contract and /or order numbers.
DATE OF ORDER CONTRACT NO
10/06/2003
ITEM NO
(a)
0001 Provide Consultation Assistance To Aid In Siting of the Port Angeles Wate
Treatment Plant (PAWTP)
Delivery Date Start Date End Date
10/30/2003 10/06/2003 10/30/2003
Reference Requisition: R9500040056
NSN 7540 -01- 152 -8082
SUPPLIES OR SERVICES
(b)
ORDER NO
P9500040056
PAGE NO
3 of 9
QUANTITY UNIT QUANTITY
ORDERED UNIT PRICE AMOUNT ACCEPTED
(c) (d) (e) (f) (9)
1 00 Is
1,800.000 1,800.00
TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17i) $1,800 00
OPTIONAL FORM 348 (10 -83)
Prescribed by GSA -FAR (48 CFR)
Contract Level
Funding Summary
P9500040056
2004 9500 252Z 477 0071
$1,800 00
Reference Requisition R9500040056
Document Number
Title Page
R9500040056, City of PA 4 of 9
Total Funding: $1,800.00
Document No.
P9500040056
Document Title
R9500040056, City of PA
TABLE OF CONTENTS
COMMERCIAL CLAUSES
1 Terms and Conditions Simplified Acquisitions (Other Than Commercial Items)
SECTION I Contract Clauses
I.1 Changes -Fixed Price (Aug 1987) Alternate I
6
6
9
9
Page 5 of 9
COMMERCIAL CLAUSES
Document No.
P9500040056
Document Title
R9500040056, City of PA
1 52.213 -04 TERMS AND CONDITIONS SIMPLIFIED ACQUISITIONS AUGUST 2003
(OTHER THAN COMMERCIAL ITEMS)
Page 6 of 9
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses th at are incorporated by reference.
(1) The clauses listed below implement provisions of law or Executive order:
(i) 52 222 -3, Convict Labor (JUNE 2003) (E.O. 11755).
(u) 52.222 -21, Prohibition of Segregated Facilities (FEB 1999) (E.O. 11246).
(Ili) 52.222 -26, Equal Opportunity (APR 2002) (E O. 11246).
(iv) 52.225 -13, Restrictions on Certain Foreign Purchases (JUNE 2003) (E.O.'s 12722, 12724, 13059, 13067, 13121, 13129).
(v) 52.233 -3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(2) Listed below are additional clauses that apply:
(i) 52.232 -1, Payments (APR 1984).
(ii) 52.232 -8, Discounts for Prompt Payment (FEB 2002).
(iii) 52 232 -11, Extras (APR 1984).
(iv) 52.232 -25, Prompt Payment (FEB 2002).
(v) 52.233 -1, Disputes (JULY 2002).
(vi) 52.244 -6, Subcontracts for Commercial Items (APR 2003).
(vii) 52.253 -1, Computer Generated Forms (JAN 1991).
(b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply:
(1) The clauses listed below implement provisions of law or Executive order:
(i) 52.222 -19, Child Labor Cooperation with Authorities and Remedies (SEPT 2002) (E.O. 13126). (Applies to contracts for supplies
exceeding the micro- purchase threshold.)
(n) 52.222 -20, Walsh Healey Public Contracts Act (DEC 1996) (41 U.S.C. 35 -45) (Applies to supply contracts over $10,000 in the
United States, Puerto Rico, or the U.S. Virgin Islands).
(in) 52.222 -35, Equal Opportunity for Special Disabled Vete rans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U.S.C. 4212) (Applies to contracts of $25,000 or more).
(iv) 52.222 -36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S C. 793) (Applies to contracts o ver $10,000,
unless the work is to be performed outside the United States by employees recruited outside the United States) (For purposes of this
clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Is lands, American Samoa,
Guam, the U.S. Virgin Islands, and Wake Island.)
(v) 52.222 -37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U S C. 4212) (Applies to contracts of $25,0 00 or more)
r
Document No.
P9500040056
(A) Is set aside for small business concerns; or
Document Title
R9500040056, City of PA
Page 7 of 9
(vi) 52 222 -41, Service Contract Act of 1965, As Amended (MAY 1989) (41 U.S.C. 351, et seq (Applies to service contracts over
$2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columb ia, Puerto Rico, the
Northern Mariana Islands, American Samoa, Guam, the U S. Virgin Islands, Johnston Island, Wake Island, or the outer continental
shelf lands).
(vn) 52 223 -5, Pollution Prevention and Right -to -Know Information (AUG 2003) (E.O. 13148) Applies to services performed on
Federal facilities)
(viii) 52.225 -1, Buy American Act Supplies (JUNE 2003) (41 U.S.C. l0a 10d) (Applies to contracts for supplies, and to contracts
for services involving the furnishing of supplies, for use in the Unite d States or its outlying areas, if the value of the supply contract or
supply portion of a service contract exceeds the micropurchase threshold and the acquisition
(B) Cannot be set aside for small business concerns (see 19.502 -2), and does not exceed $25,000).
(ix) 52.232 -33, Payment by Electronic Funds Transfer —Central Contractor Registration (May 1999). (Applies when the payment will
be made by electronic funds transfer (EFT) and the payment office use s the Central Contractor Registration (CCR) database as its
source of EFT information.)
(x) 52.232 -34, Payment by Electronic Funds Transfer —Other than Central Contractor Registration (May 1999). (Applies when the
payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information
(xi) 52.247 -64, Preference for Privately Owned U S. -Flag Commercial Vessels (APR -2003) (46 U.S.C. Appx 1241) (Applies to
supplies transported by ocean vessels (except for the type s of subcontracts listed at 47.504(d)
(2) Listed below are additional clauses that may apply:
(i) 52.209 -06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for
Debarment (JULY 1995) (Applies to contracts over $25,000).
(u) 52.211 -17, Delivery of Excess Quantities (SEPT 1989) (Applies to fixed -price supplies).
(in) 52 247 -29, F o b. Origin (JUN 1988) (Applies to supplies if delivery is f.o.b. ongin).
(iv) 52.247 -34, F.o b. Destination (NOV 1991) (Applies to supplies if delivery is f.o.b. destination).
(c) FAR 52.252 02, Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with
the same force and effect as if they were given m full text Upon request, the Contracting Officer will make their full text available.
Also, the full text of a clause may be accessed electronically at this /these address(es):
www.arnet.gov /far
www ios doi.gov /pam/aindex.html
(d) Inspection/Acceptance. The Contr actor shall tender for acceptance only those items that conform to the requirements of this
contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The
Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase
in contract price. The Government must exercise its post acceptance rights
(1) Within a reasonable period of time after the defect was discovered or should have been discovered; and
(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.
(e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an oc currence beyond the
reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the
Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions strikes, unusually severe
weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably
Document No.
P9500040056
Document Title
R9500040056, City of PA
(h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantabl e and fit for use for the
particular purpose descnbed in this contract.
Page 8 of 9
possible after the commencement of any excusable delay, setting forth the full particulars in con nection therewith, shall remedy such
occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such
occurrence.
(f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof,
for its sole convenience In the event of such termination, the Contractor shall immediately stop all work hereunder and shall
immediately cause any and all of its suppliers and subcontractors to ce ase work. Subject to the terms of this contract, the Contractor
shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus
reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping
system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or
contract cost principles for this purpose. This parag raph does not give the Government any right to audit the Contractor's records. The
Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided.
(g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the
Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon
request, with adequate assurances of future perform ance. In the event of termination for cause, the Government shall not be liable to
the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and
all rights and remedies provided by law If it is determined that the Government improperly terminated this contract for default, such
termination shall be deemed a termination for convenience.
Document No.
P9500040056
SECTION I CONTRACT CLAUSES
Document Title
R9500040056, City of PA
I.1 52.243 -01 CHANGES -FIXED PRICE (AUG 1987) ALTERNATE I APRIL 1984
ALT I
(1) Description of services to be performed.
(2) Time of performance (i.e., hours of the day, days of the week, etc.)
(3) Place of performance of the services.
(e) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothmg in this clause
shall excuse the Contractor from proceeding with the contract as changed.
Page 9 of 9
(a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the
general scope of this contract in any one or more of the following:
(b) If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the work
under this contract, whether or not changed by the order, the Contracting Officer shall make an equitable adjustment in the contract
price, the delivery schedule, or both, and shall modify the contract.
(c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written ord er.
However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal
submitted before final payment of the contract.
(d) If the Contractor's proposal includes the cost of property made obso lete or excess by the change, the Contracting Officer shall have
the right to prescribe the manner of the disposition of the property.
Port Angeles
k
ORDER FOR SUPPLIES OR SERVICES
IMPORTANT: Mark all packages and papers with contract and /or order numbers.
1 Dr-.TE OF ORDER
11/20/2003
3 ORDER NO
P9500040105
5 ISSUING OFFICE
PWR OLYM Olympic National Park
600 East Park Ave
WA
7 TO
a NAME OF CONTRACTOR
Mr. Glenn Cutler
b COMPANY NAME
City of Port Angeles
c STREET ADDRESS
321 E. 5th Street,P.O Box 1150
d CITY e STATE f ZIP CODE
Port Angeles WA 98362
9 ACCOUNTING AND APPROPRIATION DATA
2004 9500 252R 477 0071
11 BUSINESS CLASSIFICATION
a SMALL
12 FOB POINT
Destination
13 PLACE OF
a INSPECTION b ACCEPTANCE
4 REQUISITION /REFERENCE NO
R9500040105
(Address correspondence to)
18 SHIPPING POINT
SEE BILLING
INSTRUCTIONS a NAME
ON PWR OLYM Olympic National Park
REVERSE
b STREET ADDRESS
600 East Park Ave
2 CONTRACT NO (If any)
(or P O Box)
98362 -6798
(Check appropnate box(es))
b OTHER THAN SMALL
ITEM NO SUPPLIES OR SERVICES
(a) (b)
SEE LINE ITEM DETAIL
21 MAIL INVOICE TO Brian D Winter
c CITY
Port Angeles
22. UNITED STATES OF
AMERICA BY (Signature)
NSN 7540 -01- 152 -8083
Previous edition not usable
6 SHIP TO
la NAME OF CONSIGNEE
PWR OLYM Olympic National Park
b STREET ADDRESS
600 East Park Ave
c CITY
Port Angeles
If SHIP VIA
I I a PURCHASE
REFERENCE YOUR
Please furnish the following on the terms and
conditions specified on both sides of this order and
on the attached sheet, if any, including delivery as
indicated
10 REQUISITIONING OFFICE
PWR OLYM Olympic National Park
c DISADVANTAGED
14 GOVERNMENT B/L NO 15 DELIVER TO F 0 B POINT
ON OR BEFORE (Date)
19 GROSS SHIPPING WEIGHT 20 INVOICE th O
17 SCHEDULE (See reverse for Rejections)
QUANTITY
ORDERED
(c)
d STATE
WA
12/07/2003
UNIT
(d)
e ZIP CODE
98362 -6798
Brian D Winter
ORIGINAL
8 TYPE OF ORDER
UNIT
PRICE
(e)
n
'PAGE OF PAGES
1 I8
d STATE e. ZIP CODE
WA 98362 -6798
b DELIVERY Except for billing
instructions on the reverse, this
delivery order is subject to
instructions contained on this side
only of this form and is issued
subject to the terms and conditions
of the above numbered contract
d WOMEN -OWNED
16 DISCOUNT TERMS
10 days
20 days
30 days
days
AMOUNT
(f)
QUANTITY
ACCEPTED
(9)
17(h) TOT.
(Cont
pages)
17(i)
$8,900 00 GRAND
TOTAL
23. NAME (Typed)
Sandra A Thomas
TITLE CONTRACTING /ORDERING OFFICER
OPTIONAL FORM 347 (REV 6/95)
Prescribed by GSA /FAR 48 CFR 53 213(e)
SUPPLEMENTAL INVOICING INFORMATION PAGE NO. 2 of 8
If desired, this order (or a copy thereof) may be used by the Contractor as the Contractor's invoice, instead of a separate invoice,
proeided the following statement, (signed and dated) is on (or attached to) the order "Payment is requested in the amount of
No other invoice will be submitted However, if the Contractor wishes to submit an invoice, the following information
must be provided, contract number (if any), order number, item number(s), description of supplies or service, sizes, quantities, unit
prices, and extended totals Prepaid shipping costs will be indicated as a separate item on the invoice Where shipping costs
exceed $10 (except for parcel post), the billing must be supported by a bill of lading or receipt When several orders are invoiced to
an ordering activity during the same billing period, consolidated periodic billings are encouraged
Quantity in the "Quantity Accepted" column on the face of this order has been E inspected, n accepted, Ili received
by me and conforms to contract Items listed below have been rejected for the reasons indicated
SHIPMENT I PARTIAL I I DATE RECEIVED SIGNATURE OF AUTHORIZED U S GOV'T REP
NUMBER
I FINAL
TOTAL CONTAINERS GROSS WEIGHT RECEIVED AT TITLE
ITEM NO
RECEIVING REPORT
REPORT OF REJECTIONS
SUPPLIES OR SERVICES UNIT
QUANTITY
REJECTED
DATE
REASON FOR REJECTION
OPTIONAL FORM 347 (REV 6/95) BACK
ORDER FOR SUPPLIES OR SERVICES
SCHEDULE CONTINUATION
IMPORTANT: Mark all packages and papers with contract and /or order numbers.
DATE OF O RDER CONTRACT NO
11/20/2003
ITEM NO
(a)
SUPPLIES OR SERVICES
(b)
0001 Provide Professional Services required to revise post closure landfill site
plan to accommodate
transfer station layout
Delivery Date
12/07/2003
Reference Requisition R9500040105
1 00 job
ORDER NO
TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17i) $8,900 00
P9500040105
PAGE NO
3 of 8
QUANTITY UNIT QUANTITY
ORDERED UNIT PRICE AMOUNT ACCEPTED
(c) (d) (e) (9)
8,900 000 8,900 00
NSN 7540 -01 -152 -8082 OPTIONAL FORM 348 (10 -83)
Prescribed by GSA -FAR (48 CFR)
Contract Level
Document Number
Funding Summary P9500040105
2004 9500 252R 477 0071
$8,900 00
Reference Requisition R9500040105
Title
City of PA Landfill Site Plan
Total Funding: $8,900.00
Page
4 of 8
Document No.
P9500040105
Document Title
City of PA Landfill Site Plan
TABLE OF CONTENTS
COMMERCIAL CLAUSES 6
1 Terms and Conditions Simplified Acquisitions (Other Than Commercial Items) 6
Page 5 of 8
COMMERCIAL CLAUSES
Document No.
P9500040105
Document Title
City of PA Landfill Site Plan
1 52.213 -04 TERMS AND CONDITIONS SIMPLIFIED ACQUISITIONS AUGUST 2003
(OTHER THAN COMMERCIAL ITEMS)
Page 6 of 8
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference
(1) The clauses listed below implement provisions of law or Executive order
(i) 52.222 -3, Convict Labor (JUNE 2003) (E.O. 11755)
(ii) 52 222 -21, Prohibition of Segregated Facilities (FEB 1999) (E 0 11246)
(iii) 52 222 -26, Equal Opportunity (APR 2002) (E.O. 11246)
(iv) 52 225 -13, Restrictions on Certain Foreign Purchases (JUNE 2003) (E.O.'s 12722, 12724, 13059, 13067, 13121, 13129).
(v) 52 233 -3, Protest After Award (AUG 1996) (31 U S C 3553)
(2) Listed below are additional clauses that apply.
(i) 52.232 -1, Payments (APR 1984)
(n) 52.232 -8, Discounts for Prompt Payment (FEB 2002)
(iii) 52 232 -11, Extias (APR 1984)
(iv) 52 232 -25, Prompt Payment (FEB 2002).
(v) 52 233 -1, Disputes (JULY 2002)
(vi) 52.244 -6, Subcontracts for Commercial Items (APR 2003).
(vii) 52.253 -1, Computer Generated Forms (JAN 1991)
(b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply:
(1) The clauses listed below implement provisions of law or Executive order:
(i) 52.222 -19, Child Labor Cooperation with Authorities and Remedies (SEPT 2002) (E.O. 13126) (Applies to contracts for supplies
exceeding the micro- purchase threshold
(ii) 52.222 -20, Walsh Healey Public Contracts Act (DEC 1996) (41 U.S C. 35 -45) (Applies to supply contracts over $10,000 in the
United States, Puerto Rico, or the U S. Virgin Islands).
(iii) 52 222 -35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U.S C 4212) (Applies to contracts of $25,000 or more).
(iv) 52 222 -36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U S C. 793) (Applies to contracts over $10,000,
unless the work is to be performed outside the United States by employees recruited outside the United States (For purposes of this
clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa,
Guam, the U S Viigin Islands, and Wake Island
(v) 52 222 -37, Employment Reports on Special Di sabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U.S C. 4212) (Applies to contracts of $25,000 or more).
Document No.
P9500040105
Document Title
City of PA Landfill Site Plan
Page 7 of 8
(vi) 52.222 -41, Service Contract Act of 1965, As Amended (MAY 1989) (41 U S.C. 351, et seq (Applies to service contracts over
$2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the
Northern Mariana Islands, American Samoa, Guam, the U.S Virgin Islands, Johnston Island, Wake Island, or the outer continental
shelf lands)
(vii) 52 223 -5, Pollution Prevention and Right -to-Know Information (AUG 2003) (E.O 13148) (Applies to services performed on
Federal facilities)
(vii) 52 225 -1, Buy American Act Supplies (JUNE 2003) (41 U S C l0a 10d) (Applies to contracts for supplies, and to contracts
for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or
supply portion of a service contract exceeds the micr opurchase threshold and the acquisition
(A) Is set aside for small business concerns, or
(B) Cannot be set aside for small business concerns (see 19.502 -2), and does not exceed $25,000)
(ix) 52.232 -33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999) (Applies when the payment will
be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its
source of EFT information
(x) 52.232 -34, Payment by Electronic Funds Transfer —Other than Central Contractor Registration (May 1999) (Applies when the
payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.)
(xi) 52 247 -64, Preference for Privately Owned U S -Flag Commercial Vessels (APR -2003) (46 U S.C. Appx 1241) (Applies to
supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d)
(2) Listed below are additional clauses that may apply.
(I) 52 209 -06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for
Debarment (JULY 1995) (Applies to contracts over $25,000).
(n) 52 211 -17, Delivery of Excess Quantities (SEPT 1989) (Applies to fixed -price supplies)
(iu) 52 247 -29, F o b Origin (JUN 1988) (Applies to supplies if delivery is fob origin)
(iv) 52 247 -34, F o b Destination (NOV 1991) (Applies to supplies if delivery is f.o b destination).
(c) FAR 52 252 -02, Clauses Incorporated by Reference (FEB 1 998) This contract incorporates one or more clauses by reference, with
the same force and effect as if they were given in full text Upon request, the Contracting Officer will make their full text available.
Also, the full text of a clause may be accessed electronically at this/these address(es):
[Insert one or more Internet addresses]
(d) Inspection/Acceptance The Contractor shall tender for acceptance only those items that conform to the requirements of this
contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The
Government may require repair or replacement of nonconforming supplies or reperformance of nonconfornng services at no Increase
in contract price The Government must exercise its post acceptance rights
(1) Within a reasonable period of time after the defect was discovered or should have been discovered; and
(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item
(e) Excusable delays The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the
reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the
Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine rest rrctnons, strikes, unusually severe
Document No.
P9500040105
Document Title
City of PA Landfill Site Plan
weather, and delays of common carriers The Contractor shall notify the Contiacting Officer in writing as soon as it is reasonably
possible after the commencement of any excusable delay, setting forth the full particular s in connection therewith, shall remedy such
occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such
occurrence
(f) Termination for the Government's convenience The Government r eserves the right to terminate this contract, or any part hereof,
fot its sole convenience In the event of such termination, the Contractor shall immediately stop all work hereunder and shall
immediately cause any and all of its suppliers and subcontracto rs to cease work. Subject to the terms of this contract, the Contractor
shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus
reasonable charges that the Contractor can dem onstrate to the satisfaction of the Government, using its standard record keeping
system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or
contract cost principles for this purpose. Th is paragraph does not give the Government any right to audit the Contractor's records. The
Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided.
(g) Termination for cause The Government may termma to this contract, or any part hereof, for cause in the event of any default by the
Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon
request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to
the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and
all rights and remedies provide d by law. If it is determined that the Government improperly terminated this contract for default, such
termination shall be deemed a termination for convenience
(h) Warranty. The Contractor warrants and implies that the items delivered hereunder are mer chartable and fit for use for the
particular purpose described in this contract
Page 8 of 8