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