Loading...
HomeMy Public PortalAbout1998-2002 USDA AWARD/CONTRACT 1•THIS CONTRACT IS A RATED ORDER , RATING PAGE OF PAGE UNDER DPAS(15 CFR 350) 2.CONTRACT(pmc.lnst./dent.)NO. 3.EFFECTIVE DATE 1 1 4.REQUISITION/PURCHASE REQUEST/PROJECT NO. 26-0256-3-0600 10/01/02 t 5.ISSUED BY CODE 6.ADMINISTERED BY(ltotherLbart Item 5) CODE USDA, Forest Service USDA, Forest Service SW Idaho/Nevada Acquisition Office Payette National Forest 1249 So Vinnell Way, Ste 200 PO Box 1026 Boise, ID 83709 MCCa1I, ID 83638 7.NAME AND ADDRESS OF CONTRACTOR(No.,street,airy,county,State andZJp Code)_ 8. DELIVERY CITY OF MCCALL PO BOX 986 FOB ORIGIN ❑ OTHER(See below) MCCALL, ID 83638 9.DISCOUNT FOR PROMPT PAYMENT 208-634-7142 VID:82-6000223 PROMPT PAY:30 DAYS 10.SUBMIT INVOICES ITEM l 0 copies unless otherwise CODE FACILITY CODE specified)TO THE ADDRESS , ), 11.SHIP TO/MARK FOR SHOWN IN: BLOCK 5 CODE 12.PAYMENT WILL BE MADE BY CODE 2540 Payette National Forest SEE ATTACHED SPECIFICATIONS Fiscal and Accounting 13.AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 14.ACCOUNTING AND APPROPRIATION DATA 10 USC 2304(c)( ) 41 USC 253(c)( ) PRPF30$4,237.50; P45800$24,012.50 0412 15A.ITEM NO. 15B.SUPPLIES/SERVICES 15C.QUANTITY 15D.UNIT 15E.UNIT PRICE 15F.AMOUNT 01 Airport Operation and Maintenance resulting 1 Year $28,250.00 28,250.00 from Forest Service Use of Aircraft and s Tankers, Payette National Forest j Renewal for 5th year of 5-year period 10/01/02 thru 09/30/03 i 15G.TOTAL AMOUNT OF CONTRACT $ 28 25OA0 16.TABLE OF CONTENTS i (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S) PART I-THE SCHEDULE PART 11-CONTRACT CLAUSES A SOLICITATION/CONTRACT FORM I CONTRACT CLAUSES B SUPPLIES OR SERVICES AND PRICES/COST PART III-LIST OF DOCUMENTS,EXHIBITS AND OTHER ATTACH. C DESCRIPTION/SPECSJWORK STATEMENT J LIST OF ATTACHMENTS D PACKAGING AND MARKING PART IV-REPRESENTATIONS AND INSTRUCTIONS E INSPECTION AND ACCEPTANCE REPRESENTATIONS,CERTIFICATIONS AND F DELIVERIES OR PERFORMANCE K OTHER STATEMENTS OF OFFERORS G CONTRACT ADMINISTRATION DATA L INSTRS.,CONDS.,AND NOTICES TO OFFERORS H SPECIAL CONTRACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD CONTRACTING OFFICER WILL COMPLETEITEM 170R 18ASAPPL/CABLE 17.❑ CONTRACTOR'S NEGOTIATED AGREEMENT (Contractoris required to sin this document and return 18.❑ AWARD f ogtpcton t �g—d to sign this document.) Your F g copies to issuingo/fice.J Contractor offer on Solicitation Number t�l,tK4-1���t5 agrees to furnish and deliver all items or perform all the services set forth or otherwise including the additions or changes made by you which additions or changes are set forth in identified above and on any continuation sheets for the consideration stated herein. The full above,is hereby accepted as to the items listed above and on any continuation sheets. rights and obligations of the parties to this contract shall be subject to and governed by the This award consummates the contract which consists of the following documents:(a)the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such Government's solicitation and your offer,and(b)this award/contract. No further contractual provisions, representations, certifications, and specifications, as are attached or document is necessary. incorporated by reference herein. (Attachments are listed herein.) 19A.NAME AND TITLE OF SIGNER(Type orprint) 20A.NAME OF CONTRACTING OFFICER DANIE BULLOCK Contra tin Officer 19B.NAME OF CONTRACTOR 19C.DATE SIGNED 20B.UN ED TATES OF I 20C.DATE SIGNED BY (Si nature of BY g /) r�% / g person authorized fo sign) Si nature C c rng OticerJ (,/ v NSN 7540-01-152-8069 26-107 STANDAR FORM 26(REV.4-85) PREVIOUS EDITION UNUSABLE Form designed using PerForm Pro software. Prescribed by GSA FAR(48 CFR)53.214(a) s r 1 r - U.S. DEPARTMENT OF AGRICULTURE (5/01) SIMPLIFIED ACQUISITION TERMS AND CONDITIONS (SERVICE/SUPPLY) 52.213-4 Terms and Conditions--Simplified Acquisitions(Other Than Commercial Items)(MAY 2001) (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). (ii)52.225-13, Restrictions on Certain Foreign Purchases(July 2000) (E.O.'s 12722, 12724, 13059, 13067, 13121,and 13129). (iii)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 (MAY 1997). (iii) 52.232-11, Extras(APR 1984). (iv)52.232-25, Prompt Payment(MAY 2001). (v) 52.233-1, Disputes(DEC 1998). (vi) 52.244-6,Subcontracts for Commercial Items and Commercial Components(MAY 2001). NO 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: (1) 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). (ii)52.222-26, Equal Opportunity(FEB 1999) (E.O. 11246)(Applies to contracts over$10,000). (iii)52.222-35,Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998) (38 U.S.C. 4212) (Applies to contracts over $10,000). (iv)52.222-36,Affirmative Action for Workers with Disabilities(JUN 1998) (29 U.S.C. 793) (Applies to contracts over $10,000. (v) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999) (38 U.S.C. 4212)(Applies to contracts over $10,000). (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). (vii)52.222-19,Child Labor—Cooperation with Authorities and Remedies(JAN 2001) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (viii)52.223-5,Pollution Prevention and Right-to-Know Information (APR 1998) (E.O. 12856)(Applies to services performed on Federal facilities). (ix)52.225-1, Buy American Act---Balance of Payments Program--Supplies(FEB 2000)(41 U.S.C. l Oa- 1 Od)(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 micro-purchase 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). (x)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). (xi)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). (xii) 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: (1) 52.209-6, Protecting the Government's Interest When subcontracting with Contractors Debarred,Suspended,or Proposed for Debarment(JULY 1995)(Applies to contracts over $25,000). 8 1 (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 if 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 52.252-2,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 (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 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 for 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 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 assurance 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. Supplement to Clause 52.213-4: 9 ' GENERAL-THE FOLLOWING CLAUSES APPLY TO ALL PURCHASE ORDERS: 52.203-3 Gratuities(APR 1984) 52.219-6 Notice of Total Small Business Set Aside (JUL 1996)) 52.232-25 Prompt Payment(MAR 2001) 52.242-17 Government Delay of Work (APR 1984) 52.245-4 Government-furnished Property(Short Form)(APR 1984) ADDITIONAL CLAUSES THAT APPLY WHEN APPLICABLE: 52.211-16 Variation in Quantity(APR 1984) 52.213-2 Invoices(APR 1984) (Applicable when advance payments are authorized for subscriptions and other pubs.) 52.222-21 Prohibition of Segregated Facilities(FEB 1999)(over $10,000) 552.223-4 Recovered Material Certification (OCT 1997) (applicable if required by the Specs.) 52.232-18 Availability of Funds(APR 1984) (Applicable if involved in the text of the order for orders issued before new fiscal year funds become available.) 52.232-23 Assignment of Claims(JAN 1986) (Applicable to orders over$1,000.) ADDITIONAL CLAUSES APPLICABLE TO CONTRACTS WITH INDIVIDUALS 52.223-6 Drug-Free Workplace (MAY 2001) ADDITIONAL CLAUSES APPLICABLE TO THE PURCHASE OF EQUIPMENT AND SUPPLIES: 52.211-5 Material Requirements(AUG 2000) 52.242-17 Government Delay of Work(APR 1984) 52.243-1 Changes--Fixed Price (AUG 1987) 52.247-35 F.O.B. Destination Within Consignee's Premises (APR 1984) (Applicable if"inside delivery" is specified.) SERVICES-ADDITIONAL CLAUSES APPLICABLE TO PURCHASE OF SERVICES: 52.222-42 Statement of Equivalent Rates for Federal Hires(MAY 1989) (If applicable,rates shown in text of order.) 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment(Multiple Year and Option Contracts)(May 1989) (applicable to multiple year and option year contracts) 52.236-2 Differing Site Conditions(APR 1984) 52.236-3 Site Investigation and Conditions Affecting the Work(APR 1984) 52.236-6 Superintendence by the Contractor(APR 1984) 52.236-7 Permits and Responsibilities(NOV 1991) 52.236-8 Other Contracts(APR 1984) 52.236-9 Protection of Existing Vegetation,Structures, Equipment, Utilities and Improvements(APR 1984) 52.236-10 Operations and Storage Areas(APR 1984) 52.236-12 Cleaning Up(APR 1984) 52.236-13 Accident Prevention (NOV 1991) 52.242-14 Suspension of Work (APR 1984) 52.243-1 Changes-Fixed Price-Alternate I (APR 1984) PERSONAL SERVICES-Substitute the following if personal services: 52.232-3 Payments Under Personal Service Contracts (APR 1984) 52.249-12 Termination (Personal Services) (APR 1984) 10 USDA- FOREST SERVICE CONTRACT NO. FILE CODE DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE (COR) 26-0256-2-0601 6320 (REF.FSM 6309.11 AND FSM 6309.32) TO: GARY MURPHY UNIT 208-634-0395 PAYETTE NATIONAL FOREST PROJECT CONTRACTOR Airport Operation&Maintenance City of McCall This is your designation as Contracting Officer's Representative to administer the above contract. Your major duties and responsibilities are contained in the Handbook on Contract Administration. You are delegated full authority under the contract except for the following actions which are reserved for the Contracting Officer: 1. Issue a Notice to Proceed to the Contractor. 2. Approve Change Orders and Amendments 3. Take action to terminate the contract for default of Government convenience. 4. Make contract adjustments under the Differing Site Conditions clause. 5. Grant extensions of contract time. 6. Approve Assignment of Claims. 7. Make final Decisions under the Disputes clause. 8. Make final acceptance under the contract. 9. Make final decisions under the Suspension of Work clause. 10. Make equitable adjustments. 11. Authorize change in amount of Payment Retention. 12. Approve subcontractors. 13. Approve payments. 14. Approve use and possession prior to completion. 15. Enforce the warranty provisions. CONTRACTING OFFICER'S NAME SIONAVRE DATE (PRINT OR TYPE) DANIEL A. BULLOCK 10/01/02 FS-6300-6(10/90) W AIS Document Retrieval 06/04/02 WITH DOL*** STATEWIDE AGENCIES PARTICIPATING IN MOU 20210 94-2159 ID, FEDERAL WASHINGTON D.C. ***FOR OFFICIAL USE ONLY BY I I I Wage Determ ination No. : 1994-2159 I Revision No- : �5/28/2002 Division of Date Of Last Revision: William W•Gross Wage Determinations) I Director State: Idah° Statewide - Area: Idaho efits Required Follow the Occupational Listing** **Fringe Ben MINIMUM WAGE RATE OCCUPATION TITLE 7 .67 Clerical Occupations 9.42 Administrati and Support e v 10.60 Accounting Clerk 1 11.57 Accounting Clerk 11 17.03 Accounting Clerk 111 14.05 Accounting Clerk IV 9.55 Court Reporter 9.55 Dispatcher, Motor Vehicle Clerk 9.68 Document Preparation 7 .63 Duplicating Machine Operator 8.58 Film/Tape Librarian 9.42 General Clerk 1 10.35 General Clerk II 11.85 T General Clerk III 9.21 General Clerk IV Housing Referral Assistant 10.16 Key Entry Operator 1 8.26 Key Entry Operator 11 9.16 Messenger (Courier) 10.71 Order Clerk 1 8.70 Order Clerk 11 ent) 1 9.65 Personnel Assistant (Employment) 11 10.75 Personnel Assistant (EmP went) 111 11.94 Personnel Assistant (EmP 1V 13.95 Personnel Assistant (Employment) 10.03 Production Control Clerk 10.54 Rental Clerk 10.54 Scheduler, Maintenance 11.10 Secretary 1 11.85 Secretary 11 13.16 Secretary III Secretary IV 14 .51 Secretary V 12,91 Service Order Dispatcher Stenographer I Stenographer II 14. 77 Supply Technician Survey Worker (Interviewer) ��switchboard Operator-Receptionist f,' /�2 Test Examiner Test proctor 13 16 Travel Clerk r fle✓IK•lasIWage-deteriscali 8 D dahol in., 1.THIS CONTRACT IS A RATED ORDER , RATING PAGE OF PAGE AWARD/CONTRACT UNDER DPAS(15 CFR 350) 1 2.CONTRACT(Proc.Inst.ldent.)NO. 3.EFFECTIVE DATE 4.REQUISITION/PURCHASE REQUEST/PROJECT NO. 26-0256-2-0610 2/11/02 5.ISSUED BY CODE 6.ADMINISTERED BY(lfotherthanitem5) CODE USDA, Forest Service USDA, Forest Service SW Idaho/Nevada Acquisition Office Payette National Forest 1249 S.Vinnell Way, Suite 200 P.O. Box 1026 Boise, Idaho 83709 McCall, ID 83638 7.NAME AND ADDRESS OF CONTRACTOR(No.,street,city,county,State andZ/PCode) 8. DELIVERY CITY OF MCCALL ❑ FOB ORIGIN El OTHER(See below) P.O. BOX 986 MCCALL, ID 83638 9.DISCOUNT FOR PROMPT PAYMENT (208)634-7142 PROMPT PAY: 30 DA7S VENDOR ID: 82-6000223 10.SUBMIT INVOICES ITEM (4 copies unless otherwise CODE specified) : HEADDRESS 0110,� FACILITY CODE SHOWN IN: BLOCK 5 11.SHIP TO/MARK FOR CODE 12.PAYMENT WILL BE MADE BY CODE B.O. 2540 BOISE NATIONAL FOREST s See Specifications FISCAL AND ACCOUNTING 13.AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 14.ACCOUNTING AND APPROPRIATION DATA 10 use 2304(c)( ) 41 USC 253(c)( ) 04 2ode: PRPF30-$4,237.50; P45700-$24,012.40 !; 15A.ITEM NO. 15B.SUPPLIES/SERVICES 15C.QUANTITY 15D.UNIT 15E.UNIT PRICE 15F.AMOUNT ;t Airport operation and maintenance resulting from Forest Service Use of Aircraft and Tankers, Payette National Forest 1 Year $28,250.00 28,250.00 Renewal for 4th year of 5-year period 10/01/01 -9/30/02. 15G.TOTAL AMOUNT OF CONTRACT $ 28,250.00 16.TABLE OF CONTENTS N SEC. DESCRIPTION PAGE(S) (X) SEC.I DESCRIPTION PAGE(S) PART 1-THE SCHEDULE PART II-CONTRACT CLAUSES A SOLICITATION/CONTRACT FORM I CONTRACT CLAUSES B SUPPLIES OR SERVICES AND PRICES/COST PART III-LIST OF DOCUMENTS,EXHIBITS AND OTHER ATTACH. C DESCRIPTION/SPECS./WORK STATEMENT J LIST OF ATTACHMENTS D PACKAGING AND MARKING PART IV-REPRESENTATIONS AND INSTRUCTIONS E INSPECTION AND ACCEPTANCE _ _ K REPRESENTATIONS,CERTIFICATIONS AND F DELIVERIES OR PERFORMANCE OTHER STATEMENTS OF OFFERORS G CONTRACT ADMINISTRATION DATA L INSTRS.,CONDS.,AND NOTICES TO OFFERORS H SPECIAL CONTRACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD CONTRACTING OFFICER WILL COMPLETE ITEM 17 0R 18 AS APPLICABLE 17. CONTRACTOR'S NEGOTIATED AGREEMENT (Contractoris required 18. AWARD (G��p,4qf� cfjor t uiredto sign this document.) Your to sign this document and return copies to issuing office.) Contractor offer on Number agrees to furnish and deliver all items or perform all the services set forth or otherwise including the additions or changes made by you which additions or changes are set forth in identified above and on any continuation sheets for the consideration stated herein. The full above,is hereby accepted as to the items listed above and on any continuation sheets. %r rights and obligations of the parties to this contract shall be subject to and governed by the This award consummates the contract which consists of the following documents:(a)the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such Government's solicitation and your offer,and(b)this award/contract. No further contractual provisions, representations, certifications, and specifications, as are attached or document is necessary. incorporated by reference herein. (Attachments are listed herein.) 19A.NAME AND TITLE OF SIGNER(Type orprint) 20A.NAME OF CONTRACTING OFFICER CHERYL R. MOLIS, CONTRACTING OFFICER 19B.NAME OF CONTRACTOR 19C.DATE SIGNED 20B.UNITED STATES OFFAAMERICA 20C.DATE SIGNED BY BY 2/11/02 (Signature ofperson authorized to sign) (Signature of Contracting fficerJ NSN 7540-01-152-8069 26-107 STANDARD FORM 26(REV.4-85) Prescribed by GSA PREVIOUS EDITION UNUSABLE Form designed using PerForm Pro software. FAR(48 CFR)53.214(a) 16 i U.S. DEPARTMENT OF AGRICULTURE (5/01) SIMPLIFIED ACQUISITION TERMS AND CONDITIONS (SERVICE/SUPPLY) 52,213-4 Terms and Conditions—Simplified Acquisitions(Other Than Commercial Items)(MAY 2001) (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: (1)52.222-3,Convict Labor(AUG 1996) (E.O. 11755). (ii) 52.225-13, Restrictions on Certain Foreign Purchases(July 2000) (E.O.'s 12722, 12724, 13059, 13067, 13121,and 13129). ,i (ill)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 (MAY 1997). (ill)52.232-11, Extras(APR 1984). (iv)52.232-25, Prompt Payment(MAY 2001). (v) 52.233-1, Disputes(DEC 1998). NO 52.244-6,Subcontracts for Commercial Items and Commercial Components(MAY 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 circumstances do not apply: _ (1) The clauses listed below implement provisions of law or Executive order: (1) 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). (ii)52.222-26, Equal Opportunity (FEB 1999) (E.O. 11246)(Applies to contracts over $10,000). (ill)52.222-35,Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998) (38 U.S.C. 4212) (Applies to contracts over $10,000). (iv)52.222-36,Affirmative Action for Workers with Disabilities(JUN 1998) (29 U.S.C. 793) (Applies to contracts over $10,000. (v) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999) (38 U.S.C. 4212)(Appiies to contracts over$10,000). (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). NO 52.222-19,Child Labor—Cooperation with Authorities and Remedies(JAN 2001)(E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) NO 52.223-5,Pollution Prevention and Right-to-Know Information (APR 1998) (E.O. 12856)(Appiies to services performed on Federal facilities). (ix)52.225-1,Buy American Act--Balance of Payments Program--Supplies CEEB 2000)(41 U.S.C. l Oa - 1 Od)(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 micro-purchase 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). (x)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). (xi)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). (xii) 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: (1) 52.209-6, Protecting the Government's Interest When subcontracting with Contractors Debarred,Suspended, or Proposed for Debarment (JULY 1995) (Applies to contracts over $25,000). 8 (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 if 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 52.252-2,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 (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 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 for 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 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 assurance 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. Supplement to Clause 52.213-4: 9 GENERAL-THE FOLLOWING CLAUSES APPLY TO ALL PURCHASE ORDERS: 52.203-3 Gratuities (APR 1984) 52.219-6 Notice of Total Small Business Set Aside (JUL 1996)) 52.232-25 Prompt Payment(MAR 2001) 52.242-17 Government Delay of Work(APR 1984) 52.245-4 Government-furnished Property (Short Form)(APR 1984) ADDITIONAL CLAUSES THAT APPLY WHEN APPLICABLE: 52.211-16 Variation in Quantity(APR 1984) 52.213-2 Invoices(APR 1984) (Applicable when advance payments are authorized for subscriptions and other pubs.) 52.222-21 Prohibition of Segregated Facilities(FEB 1999)(over $10,000) 552.223-4 Recovered Material Certification (OCT 1997) (applicable if required by the Specs.) 52.232-18 Availability of Funds(APR 1984) (Applicable if involved in the text of the order for orders issued before new fiscal year funds become available.) 52.232-23 Assignment of Claims (JAN 1986) (Applicable to orders over S 1,000.) ADDITIONAL CLAUSES APPLICABLE TO CONTRACTS WITH INDIVIDUALS 52.223-6 Drug-Free Workplace (MAY 2001) ADDITIONAL CLAUSES APPLICABLE TO THE PURCHASE OF EQUIPMENT AND SUPPLIES: 52.211-5 Material Requirements(AUG 2000) 52.242-17 Government Delay of Work (APR 1984) 52.243-1 Changes— Fixed Price (AUG 1987) 52.247-35 F.O.B. Destination Within Consignee's Premises(APR 1984) (Applicable if"inside delivery" is specified.) SERVICES-ADDITIONAL CLAUSES APPLICABLE TO PURCHASE OF SERVICES: 52.222-42 Statement of Equivalent Rates for Federal Hires(MAY 1989) (if applicable,rates shown in text of order.) 52,222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment(Multiple Year and Option Contracts) (May 1989) (applicable to multiple year and option year contracts) 52.236-2 Differing Site Conditions(APR 1984) 52.236-3 Site Investigation and Conditions Affecting the Work(APR 1984) 52,236-6 Superintendence by the Contractor(APR 1984) 52.236-7 Permits and Responsibilities(NOV 1991) 52.236-8 Other Contracts(APR 1984) 52.236-9 Protection of Existing Vegetation,Structures, Equipment, Utilities and Improvements(APR 1984) 52.236-10 Operations and Storage Areas(APR 1984) 52.236-12 Cleaning Up (APR 1984) 52.236-13 Accident Prevention (NOV 1991) 52.242-14 Suspension of Work(APR 1984) 52.243-1 Changes-Fixed Price -Alternate I (APR 1984) PERSONAL SERVICES-Substitute the following if personal services: 52.232-3 Payments Under Personal Service Contracts (APR 1984) 52.249-12 Termination (Personal Services) (APR 1984) 10 r a USDA- FOREST SERVICE CONTRACT NO. FILE CODE DESIGNATION OF 26-0256-2-0601 6320 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (REF.FSM 6309.11 AND FSM 6309.32) TO: UNIT MERRILL SALEEN PAYETTE NATIONAL FOREST PAYETTE NATIONAL FOREST (208) 634-0746 PROJECT: CONTRACTOR MAINTENANCE AND UPKEEP COSTS AT CITY OF MCCALL AIRPORT IN MCCALL This is your designation as Contracting Officer's Representative to administer the above contract. Your major duties and responsibilities are contained in the Handbook on Contract Administration. You are delegated full authority under the contract except for the following actions which are reserved for the Contracting Officer: `$ 1. Issue a Notice to Proceed to the Contractor. 2. Approve Change Orders and Amendments 3. Take action to terminate the contract for default of Government convenience. } 4. Make contract adjustments under the Differing Site Conditions clause. 5. Grant extensions of contract time. 6. Approve Assignment of Claims. 7. Make final Decisions under the Disputes clause. 8. Make final acceptance under the contract. 9. Make final decisions under the Suspension of Work clause. 10. Make equitable adjustments. 11. Authorize change in amount of Payment Retention. 12. Approve subcontractors. 13. Approve payments. 14. Approve use and possession prior to completion. 15. Enforce the warranty provisions. `f THANK YOU FOR ACCEPTING THIS RESPONSIBILITY CONTRACTING OFFICER'S NAME SIGNATURE DATE (PRINT OR TYPE) CHERYL R. MOLIS u, � . �� ��, ��� 2/11/02 FS-6300-6(10/90) �x i f AWARD/CONTRACT RATING PAGE OF PAGE 1.THIS CONTRACT IS A RATED ORDER , 6 UNDER DPAS(15 CFR 350) 1 2.CONTRACT(Proc.Inst./dent.)NO. 3.EFFECTIVE DATE 4.REQUISITION/PURCHASE REQUEST/PROJECT NO. 26-0256-1-0614 9/20/01 5.ISSUED BY CODE 6.ADMINISTERED BY(ttotherthan Item 5) CODE USDA, Forest Service USDA, Forest Service SW Idaho/Nevada Acquisition Office Payette National Forest 1249 S. Vinnell Way, Suite 200 P.O. Box 1026 Boise, Idaho 83709 McCall, ID 83638 7.NAME AND ADDRESS OF CONTRACTOR(No.,street,city,county,State andZ/PCode) 8. DELIVERY ' CITY OF MCCALL ❑ FOB ORIGIN ❑ OTHER(See below) P.O. BOX 986 MCCALL, ID 83638 9.DISCOUNT FOR PROMPT PAYMENT (208)634-7142 PROMPT PAY: 30 DAYS VENDOR ID: 82-6000223 10.SUBMIT INVOICES ITEM (4 copies unless otherwise CODE FACILITY CODE specified)TO THE ADDRESS polo. BLOCK 5 SHOWN IN: 11.SHIP TO/MARK FOR CODE 12.PAYMENT WILL BE MADE BY CODE B.O. 2540 BOISE NATIONAL FOREST See Specifications FISCAL AND ACCOUNTING 13.AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 14.ACCOUNTING AND APPROPRIATION DATA ❑ 10 USC 2304(c)( ) a1 use 2s3(c)( ) .lob Code: PRPF30 C-$4,237.50❑ P45600 C -$24,012.50 (04 12) 15A.ITEM NO. 15B.SUPPLIES/SERVICES 15C.QUANTITY 15D.UNIT 15E.UNIT PRICE 15F.AMOUNT Airport operation and maintenance resulting from Forest Service Use of Aircraft and Tankers, Payette National Forest 1 Year $28,250.001 28,250.00 Renewal for third year of 5-year period 10/01/00 -9/30/01. 4 15G.TOTAL AMOUNT OF CONTRACT $ 28 250.00 16.TABLE OF CONTENTS DESCRIPTION PAGES) (X) SEC. DESCRIPTION PAGES) PART 1-THE SCHEDULE PART II-CONTRACT CLAUSES A SOLICITATION/CONTRACT FORM I CONTRACT CLAUSES B SUPPLIES OR SERVICES AND PRICES/COST PART III-LIST OF DOCUMENTS,EXHIBITS AND OTHER ATTACH. C DESCRIPTION/SPECS.MORK STATEMENT J LIST OF ATTACHMENTS D PACKAGING AND MARKING PART IV-REPRESENTATIONS AND INSTRUCTIONS -'r _ E INSPECTION AND ACCEPTANCE REPRESENTATIONS,CERTIFICATIONS AND K F DELIVERIES OR PERFORMANCE OTHER STATEMENTS OF OFFERORS G CONTRACT ADMINISTRATION DATA L INSTRS.,CONDS.,AND NOTICES TO OFFERORS x H SPECIAL CONTRACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD CONTRACTING OFFICER WILL COMPLETE ITEM 17 0R 18 AS APPLICABLE 17.❑ CONTRACTOR'S NEGOTIATED AGREEMENT (Contractoris required 18_KI AWARD (G cftor t wired to sign this document) Your & to sign this document and return copies to issuing office.)Contractor offer on Solicitation Number agrees to furnish and deliver all items or perform all the services set forth or otherwise including the additions or changes made by you which additions or changes are set forth in ' identified above and on any continuation sheets for the consideration stated herein. The full above,is hereby accepted as to the items listed above and on any continuation sheets. rights and obligations of the parties to this contract shall be subject to and governed by the This award consummates the contract which consists of the following documents:(a)the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such Government's solicitation and your offer,and(b)this award/contract. No further contractual provisions, representations, certifications, and specifications, as are attached or document is necessary. incorporated by reference herein. (Attachments are listed herein.) 19A.NAME AND TITLE OF SIGNER(Type orprint) 20A.NAME OF CONTRACTING OFFICER CHERYL R. MOLIS, CONTRACTING OFFICER 19B.NAME OF CONTRACTOR 19C.DATE SIGNED 20B.UNITED STATES OF AMERICA 20C.DATE SIGNED BY BY 1 z 9/20/01 (Signature of person authonzed to sign) (Sign ture of Contracting NSN 7540-01-152-8069 26-107 STANDARD FORM 26(REV.4-85) PREVIOUS EDITION UNUSABLE Form designed using PerForm Pro software. Prescribed by GSA 9 9 FAR(48 CFR)53.214(a) USDA - FOREST SERVICE CONTRACT NO. FILE CODE DESIGNATION OF 26-0256-1-0614 6320 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (REF.FSM 6309.11 AND FSM 6309.32) TO: UNIT MERRILL SALEEN PAYETTE NATIONAL FOREST PAYETTE NATIONAL FOREST (208)634-0746 PROJECT: CONTRACTOR MAINTENANCE AND UPKEEP COSTS AT CITY OF MCCALL AIRPORT IN MCCALL This is your designation as Contracting Officer's Representative to administer the above contract. Your major duties and responsibilities are contained in the Handbook on Contract Administration. You are delegated full authority under the contract except for the following actions which are reserved for the Contracting Officer: 1. Issue a Notice to Proceed to the Contractor. 2. Approve Change Orders and Amendments 3. Take action to terminate the contract for default of Government convenience. 4. Make contract adjustments under the Differing Site Conditions clause. 5. Grant extensions of contract time. 6. Approve Assignment of Claims. 7. Make final Decisions under the Disputes clause. 8. Make final acceptance under the contract. 9. Make final decisions under the Suspension of Work clause. 10. Make equitable adjustments. 11. Authorize change in amount of Payment Retention. 12. Approve subcontractors. 13. Approve payments. 14. Approve use and possession prior to completion. 15. Enforce the warranty provisions. k THANK YOU FOR ACCEPTING THIS RESPONSIBILITY CONTRACTING OFFICER'S NAME SIGNATURE DATE (PRINT OR TYPE) CHERYL R. MOLIS /�,� /� 2� 9/20/01 i FS-6300-6(10/90) City of McCall Invoice No. 50164 P.O. Box 986 McCall, Idaho 83638 208-634-7142 fax 208-634-3038 Payette National Forest Merrill Saleen Date 9/12/01 800 W Lakeside Ave, P O Box 1026 AIRPORT LEASE McCall ID 83638 10/1/00 TO 9/30/2001 DUE DATE 9/30/00 Qty Description Unit Price TOTAL ORDER NUMBER $28,250.00 $28,250.00 SubTotal $28,250.00 TOTAL $28,250.00 Office Use Only v Current City minimum standards requires all leasees to remit .03 cents per gallon for fuel dispensed at the airport. ------------------------------------------------------------------------------------------------------------------------- Please return this bottom portion with your remittance. - Airport Lease 10/1/00 to 9/30/2001 Order# 183 NAME USDA, NATIONAL FOREST SERVICE Payette Nationa Forests INV# 50164 AMOUNT $ 28,250.00 00 { 1.CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION N0. 3. EFFECTIVE DATE 4.REQUISITION/PURCHASE REQ.NO. LPROJECT NUMBER(if applic.) 01 5/24/01 6.ISSUED BY: CODE: 7.ADMINISTERED BY(If other than 6.): CODE: SW Idaho/Nevada Acquisition Office 1249 South Vinnell Way Boise, ID 83709-1663 8.NAME AND ADDRESS OF CONTRACTOR 9A.AMENDMENT OF SOLICITATION NUMBER CITY OF MCCALL [ 1 P.O.BOX 986 9B.DATED(see item 11) MCCALL, ID 83638 1OA.MODIFICATION OF CONTRACT/ORDER NUMBER Pq 26-0256-0-0628 10B.DATED(see item 13) CODE FACILITY 09-27-01 11.THIS ITEM APPLIES ONLY TO AMENDMENTS OF SOLICITATIONS [X]The above n iicitation is amended as set forth in item 14.The hour and date specified for receipt of Offer r oeo,[]is not extended. Offers must ackno i t of this amendment prior to the hour and date specified' I ation or as amended,by one of the following methods:(a)By completing Items d returning 1 co amendment;(b)By acknowledging receipt of this amendment on each copy of the offer submitted;or 0 By separ ram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR A MENT TO BE RECEI PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO TH DATE SPECIFIED MAY RESULT IN REJECTION OF Y If by virtue of this amend- ment you d ange an offer already submitted,such change may be made by telegram or letter,provided each a etter makes rence to the solicitation and this amendment,and is received prior to the opening hour and dates specified. 12.ACCOUNTING AND APPROPRIATION DATA(if applicable) �-^ ^�, PR P `t/ 3�. Ll S6�0_ aV PRPF30-$4,237.50;P45600-$24,012.50 r 13.THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NUMBER AS DESCRIBED IN ITEM 14. [ ] A.THIS CHANGE ORDER IS PURSUANT TO: FAR 52.243-5 Changes and Changed Conditions The changes set forth in Item 14 are made in the Contract Order Number in Item 10A. [ ] 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: [ ] D.OTHER(specify type of modification and authority) E.Contractor[XI is, is not required to sign this document and return 1 co s to the issuing office. 14.DESCRIPTION OF AMENDMENT/MODIFICATION -0256-0-0628,MAINTENANCE/UPKEEP COSTS AT AIRPORT,PAYETTE NATIONAL FOREST,AND REFER TO CONTRACT N0.26 MODIFY AS FOLLOWS: THE GOVERNMENT IS EXERCISING ITS RIGHT TO RENEW THIS CONTRACT FOR OPTION YEAR THREE OF 5-YEAR PERIOD 10/01/00 THROUGH 9/30/01. TOTAL: $28,250.00. ANEW PURCHASE ORDER WILL BE ISSUED FOR THIS PERIOD. Except as provided herein,all terms and conditions of the document referenced in Item 9A or 10A,as heretofore changed,remain unchanged and in full force and effect. 15A.NAME AND TITLE OF SIGNER(type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER(type or print) Jac 13IA;� �, 5-,r�n ��Y µ�►- CHERYL R.MOLIS, Contracting Officer 15B. TRACTOR/OFFEROR 15C.DATE SIGNED 16B.UNI STATES OF AMERICA 16C.DATE SIGNED BY (signature of authorized person �'�� s' natur of Contracting Officer)( NSN 7540-01-152-8070 30-105 SF 30(REV.10/83) PRESCRIBED BY GSAIPREVIOUS EDITION UNUSABLE FAR(48 CFR)53243 AWARD/CONTRACT 1.THIS CONTRACT IS A RATED ORDER UNDER DPAS(15 CFR 350) , RATING PAGE OF PAGE 1 2.CONTRACT(Prnc.Inst./dent.)NO. 3.EFFECTIVE DATE 4.REQUISITION/PURCHASE REQUEST/PROJECT NO. 26-0256-1-0614 9/20/01 5.ISSUED BY CODE 6.ADMINISTERED BY(/fother Man Item 5) CODE USDA, Forest Service USDA, Forest Service SW Idaho/Nevada Acquisition Office Payette National Forest 1249 S.Vinnell Way, Suite 200 P.O. Box 1026 Boise, Idaho 83709 McCall, ID 83638 7.NAME AND ADDRESS OF CONTRACTOR(No.,street,city,county,State andZ/PCode) 8. DELIVERY CITY OF MCCALL FOB ORIGIN OTHER(See below) P.O. BOX 986 MCCALL, ID 83638 9.DISCOUNT FOR PROMPT PAYMENT (208)634-7142 PROMPT PAY: 30 DAYS VENDOR ID: 82-6000223 10.SUBMIT INVOICES ITEM (4 copies unless otherwise CODE FACILITY CODE speciffed)TO THE ADDRESS 11110-SHOWN IN: BLOCK 5 11.SHIP TO/MARK FOR CODE 12.PAYMENT WILL BE MADE BY CODE B.O. 2540 BOISE NATIONAL FOREST See Specifications FISCAL AND ACCOUNTING '! 13.AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 14.ACCOUNTING AND APPROPRIATION DATA ❑ 10 use 2304(c)( ) 41 USC 253(c)( ) Job Code: PRPF30 C-$4,237.50❑ P45600 C -$24,012.50 (04 12) 15A.ITEM NO. 15B.SUPPLIES/SERVICES 15C.QUANTITY 15D.UNIT 15E.UNIT PRICE 15F.AMOUNT { Airport operation and maintenance resulting from Forest Service Use of Aircraft and Tankers, Payette National Forest 1 Year $28,250.00 28,250.00 'st Renewal for third year of 5-year period 10/01/00-9/30/01. 15G.TOTAL AMOUNT OF CONTRACT $ 28,250.00 16.TABLE OF CONTENTS (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S) PART I-THE SCHEDULE PART 11-CONTRACT CLAUSES A SOLICITATION/CONTRACT FORM I I CONTRACT CLAUSES B SUPPLIES OR SERVICES AND PRICES/COST PART III-LIST OF DOCUMENTS,EXHIBITS AND OTHER ATTACH. C DESCRIPTION/SPECS./WORK STATEMENT J LIST OF ATTACHMENTS D PACKAGING AND MARKING PART IV-REPRESENTATIONS AND INSTRUCTIONS E INSPECTION AND ACCEPTANCE REPRESENTATIONS,CERTIFICATIONS AND K OTHER STATEMENTS OF OFFERORS F DELIVERIES OR PERFORMANCE G CONTRACT ADMINISTRATION DATA L INSTRS.,CONDS.,AND NOTICES TO OFFERORS H SPECIAL CONTRACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD CONTRACTING OFFICER WILL COMPLETEITEM 170R 18ASAPPL/CABLE 17. CONTRACTOR'S NEGOTIATED AGREEMENT (Contractoris required 18. AWARD 9G�dQ�pgc�or Q�t �Quired to sign this document. Your to sign this document and return copies to issuing office.)Contractor offer on Number �L�"`*-� �"�V g ) agrees to furnish and deliver all items or perform all the services set forth or otherwise including the additions or changes made by you which additions or changes are set forth in identified above and on any continuation sheets for the consideration stated herein. The full above,is hereby accepted as to the items listed above and on any continuation sheets. rights and obligations of the parties to this contract shall be subject to and governed by the This award consummates the contract which consists of the following documents:(a)the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such Government's solicitation and your offer,and(b)this awardlcontract. No further contractual provisions, representations, certifications, and specifications, as are attached or document is necessary. incorporated by reference herein. (Attachments are Listed herein.) 19A.NAME AND TITLE OF SIGNER(Type orprint) 20A.NAME OF CONTRACTING OFFICER CHERYL R. MOLIS, CONTRACTING OFFICER 19B.NAME OF CONTRACTOR 19C.DATE SIGNED 20B.UNITED STATES OF AMERICA - 20C.DATE SIGNED BY BY (Signature of person authonzed to sign) (Sign ture of Contracting Office(r) 9/20/01 NSN 7540-01.152-8069 26-107 STANDARD FORM 26(REV.4-85) Prescribed by GSA PREVIOUS EDITION UNUSABLE Form designed using PerForm Pro software. FAR(48 CFR)53.214(a) USDA- FOREST SERVICE CONTRACT NO. FILE CODE DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE (COR) 26-0256-0-0628 6320 } (REF.FSM 6309.11 AND FSM 6309.32) TO: Merrill Saleen UNIT 4 208 634-0746 Payette National Forest PROJECT: Maintenance and Upkeep Costs CONTRACTOR Forest Service constructed taxiway-McCall Airport CITY OF McCALL This is your designation as Contracting Officer's Representative to administer the above contract. Your major duties and responsibilities are contained in the Handbook on Contract Administration. You are delegated full authority under the contract except for the following actions which are reserved for the Contracting Officer: 1. Issue a Notice to Proceed to the Contractor. 2. Approve Change Orders and Amendments 3. Take action to terminate the contract for default of Government convenience. 4. Make contract adjustments under the Differing Site Conditions clause. 5. Grant extensions of contract time. 6. Approve Assignment of Claims. 7. Make final Decisions under the Disputes clause. 8. Make final acceptance under the contract. 9. Make final decisions under the Suspension of Work clause. 10. Make equitable adjustments. 11. Authorize change in amount of Payment Retention. 12. Approve subcontractors. 13. Approve payments. 14. Approve use and possession prior to completion. 15. Enforce the warranty provisions. THANK YOU FOR ACCEPTING THIS RESPONSIBILITY CONTRACTING OFFICER'S NAME SIGN TORE DATE (PRINT OR TYPE) 9-27-2000 ALICE A. MUFFLEY FS-6300-6 (10/90) WAIS Document Retrieval Page 1 of 9 94-2159 ID,STATEWIDE 06/04/02 ***FOR OFFICIAL USE ONLY BY FEDERAL AGENCIES PARTICIPATING IN MOU WITH DOL*** WASHINGTON D.C. 20210 I I I I Wage Determination No. : 1994-2159 William W.Gross Division of I Revision No. : 19 Director Wage Determinationsl Date Of Last Revision: 05/28/2002 I f State: Idaho Area: Idaho Statewide **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION TITLE MINIMUM WAGE RATE Administrative Support and Clerical Occupations 7.67 Accounting Clerk I 942 Accounting Clerk II 0..60 1 Accounting Clerk III 11.57 17.03 Accounting Clerk IV Court Reporter 14.05 Dispatcher, Motor Vehicle 9.55 Document Preparation Clerk 9.55 Duplicating Machine Operator 9.68 Film/Tape Librarian . 63 Genera] Clerk I 858 . General Clerk II .42 1 General Clerk III 0.35 General Clerk IV 85 Housing Referral Assistant 11.27 Key Entry Operator I 9.16 8 Key Entry Operator II 1 . Messenger (Courier) .26 9.76 Order Clerk I 10.71 Order Clerk II 80 9 Personnel Assistant (Employment) I . Personnel Assistant (Employment) II .65 Personnel Assistant (Employment) III 10. 75 Personnel Assistant (Employment) IV 11.94 Production Control Clerk 13.95 03 Rental Clerk 10. Scheduler, Maintenance 10.54 10.54 Secretary I 10 Secretary II 11..11.85 Secretary 13.16 16 14 . Secretary IV 51 12. Secretary V 97 Service Order Dispatcher 7 Stenographer I 14. Stenographer II 13.42 1 Supply Technician .16 8 Survey Worker (Interviewer) 886 .51 Switchboard Operator-Receptionist . Test Examiner 11.10 11.10 Test Proctor 9 Travel Clerk I '49 file://K:\as\wage_deter\sca\idaho\I 994-2159%20%2006042002.htm 9/11/2002 WMS Document Retrieval Page 2 of 9 Travel Clerk II Travel Clerk III 9.97 Word Processor I 10.81 Word Processor II 10.35 Word Processor III 10.68 Automatic Data Processing Occupations 11.3 Computer Data Librarian Computer Operator I 9.68 Computer Operator II 9.17 Computer Operator III 12.40 Computer Operator IV 14.49 Computer Operator V 17.70 Computer Programmer I (1) _ 17.86 Computer Programmer II (1) 14.16 Computer Programmer III (1) 20.23 Computer Programmer IV (1) 21.34 Computer Systems Analyst I (1) 24.42 Computer Systems Analyst II (1) 18.29 Computer Systems Analyst III (1) 21.34 Peripheral Equipment Operator 25.47 Automotive Service Occupations 11.17 Automotive Body Repairer, Fiberglass Automotive Glass Installer 14.82 Automotive Worker 12.83 Electrician, Automotive 12.69 Mobile Equipment Servicer 13.01 Motor Equipment Metal Mechanic 10.37 Motor Equipment Metal Worker 14.27 Motor Vehicle Mechanic 12.69 Motor Vehicle Mechanic Helper 14.27 Motor Vehicle Upholstery Worker 10.37 Motor Vehicle Wrecker 11.99 Painter, Automotive 12.69 Radiator Repair Specialist 13.55 Tire Repairer 13.77 Transmission Repair Specialist 10.02 Food Preparation and Service Occupations 14.27 Baker Cook I 10.33 Cook II 7.70 Dishwasher 8.94 Food Service Worker 7.20 Meat Cutter 7.23 Waiter/Waitress 12.63 Furniture Maintenance and Repair Occupations 7.64 Electrostatic Spray Painter Furniture Handler 12.32 Furniture Refinisher 10.87 Furniture Refinisher Helper 12.32 Furniture Repairer, Minor 10.87 Upholsterer 10.90 General Services and Support Occupations 12.32 Cleaner, Vehicles Elevator Operator 7.40 Gardener 8.46 House Keeping Aid I 10.45 House Keeping Aid II 7. 96 Janitor 8.40 Laborer, Grounds Maintenance 8.46 Maid or Houseman 8.85 6.88 file://K:\as\wage deter\sca\idaho\1994-2159%20%2006042002.htm 9/11/2009 WAIS Document Retrieval Page 3 of 9 Pest Controller 10.33 Refuse Collector 11.18 Tractor Operator 11.63 Window Cleaner 8.92 Health Occupations Dental Assistant 12.02 Emergency Medical Technician (EMT) /Paramedic/Ambulance Driver 11.87 Licensed Practical Nurse I 10.79 09 Licensed Practical Nurse II 12. Licensed Practical Nurse III 13.53 Medical Assistant 10.55 Medical Laboratory Technician 14.37 Medical Record Clerk - 11.24 Medical Record Technician 13.54 Nursing Assistant I 7.84 Nursing Assistant II 8.82 Nursing Assistant III 9.62 Nursing Assistant IV 1 . 9 Pharmacy Technician 12.19 Phlebotomist 12.36 Registered Nurse I 18.23 Registered Nurse II 20.78 Registered Nurse II, Specialist 20.78 Registered Nurse III 24.75 Registered Nurse III, Anesthetist 44.47 Registered Nurse IV 27.72 Information and Arts Occupations Audiovisual Librarian 16.17 Exhibits Specialist I 12.40 Exhibits Specialist II 15.85 Exhibits Specialist III 17.77 Illustrator I 1 .0 Illustrator II 14 .08 Illustrator III 15.77 Librarian 17.05 Library Technician 9.68 Photographer I 10.73 Photographer II 13.71 Photographer III 15.37 Photographer IV 18.90 Photographer V 23.23 Laundry, Dry Cleaning, Pressing and Related Occupations Assembler 7.12 Counter Attendant 7.12 Dry Cleaner 7.69 Finisher, Flatwork, Machine 7.12 Presser, Hand 7.12 Presser, Machine, Drycleaning 7.12 Presser, Machine, Shirts 7.12 Presser, Machine, Wearing Apparel, Laundry 7.12 Sewing Machine Operator 8.18 Tailor 9.06 Washer, Machine 7.46 Machine Tool Operation and Repair Occupations Machine-Tool Operator (Toolroom) 12.32 Tool and Die Maker 18.45 Material Handling and Packing Occupations Forklift Operator 11.52 Fuel Distribution System Operator 11.65 Material Coordinator 13.95 file://K:\as\wage_deter\sca\idaho\I 994-2159%20%2006042002.htm 9/11/2002 WAIS Document Retrieval Page 4 of 9 Material Expediter Material Handling Laborer 13.95 r Order Filler 9.88 Production Line Worker (Food Processing) 10.95 Shipping Packer 10.35 Shipping/Receiving Clerk 10.55 Stock Clerk (Shelf Stocker; Store Worker II) 10.86 Store Worker I 11.98 Tools and Parts Attendant 9.04 Warehouse Specialist 11.43 Mechanics and Maintenance and Repair Occupations 11.43 Aircraft Mechanic Aircraft Mechanic Helper _ 17.00 Aircraft Quality Control Inspector 11.48 Aircraft Servicer 18.31 Aircraft Worker 14.00 Appliance Mechanic 14.82 Bicycle Repairer 12.32 Cable Splicer 9.30 Carpenter, Maintenance 16.40 Carpet Layer 13.75 Electrician, Maintenance 13.27 Electronics Technician, Maintenance I 17.15 Electronics Technician, Maintenance II 15.24 Electronics Technician, Maintenance III 22.00 Fabric Worker 26.06 Fire Alarm System Mechanic 12.78 Fire Extinguisher Repairer 14.27 Fuel Distribution System Mechanic 12.07 General Maintenance Worker 14.27 Heating, Refrigeration and Air Conditioning Mechanic 12.69 Heavy Equipment Mechanic 16.05 Heavy Equipment Operator 15.48 Instrument Mechanic 14.56 Laborer 17.86 Locksmith 9.88 Machinery Maintenance Mechanic 14.45 Machinist, Maintenance 15.44 Maintenance Trades Helper 14.87 Millwright 10.37 Office Appliance Repairer 17.38 Painter, Aircraft 14.74 Painter, Maintenance 13.55 Pipefitter, Maintenance 13.55 Plumber, Maintenance 18.54 Pneudraulic Systems Mechanic 16.67 Rigger 14.27 Scale Mechanic 15.27 Sheet-Metal Worker, Maintenance 12.69 Small Engine Mechanic 13.13 Telecommunication Mechanic I 11.54 Telecommunication Mechanic II 15.74 Telephone Lineman 17.98 Welder, Combination, Maintenance 15.74 Well Driller 13.24 Woodcraft Worker 16.41 Woodworker 15.27 Miscellaneous Occupations 11.53 Animal Caretaker Carnival Equipment Operator 8.18 8.50 file://K:\as\wage deter\sca\idaho\1994-2159%20%2006042002.htm 9/11/2002 WAIS Document Retrieval Page 5 of 9 Carnival Equipment Repairer 10.27 Carnival Worker 7.20 Cashier 7.45 Desk Clerk 6.94 Embalmer 17.93 Lifeguard 9.42 Mortician 19.93 Park Attendant (Aide) 11.84 Photofinishing Worker (Photo Lab Tech. , Darkroom Tech) 9.44 Recreation Specialist 11.95 Recycling Worker 11.34 Sales Clerk 8.58 School Crossing Guard (Crosswalk Attendant) - 9.11 Sport Official 9.42 Survey Party Chief (Chief of Party) 16.29 Surveying Aide 11.04 Surveying Technician (Instr. Person/Surveyor Asst./Instr. ) 14.81 Swimming Pool Operator 10.68 Vending Machine Attendant 10.42 Vending Machine Repairer 12.28 Vending Machine Repairer Helper 9.07 Personal Needs Occupations r Child Care Attendant 7.17 Child Care Center Clerk 11.77 Chore Aid 7.39 Homemaker 7.25 Plant and System Operation Occupations Boiler Tender 15.21 Sewage Plant Operator 14 .27 Stationary Engineer 15.27 Ventilation Equipment Tender 11.48 Water Treatment Plant Operator 14.27 Protective Service Occupations Alarm Monitor 10.24 Corrections Officer 18.00 Court Security Officer 19.14 Detention Officer 18.00 Firefighter 18.02 Guard I 9.20 Guard II 12.82 Police Officer 21.40 Stevedoring/Longshoremen Occupations Blocker and Bracer 12.65 Hatch Tender 13.22 Line Handler 12.34 Stevedore I 11.18 Stevedore II 13.45 Technical Occupations Air Traffic Control Specialist, Center (2) 28.21 Air Traffic Control Specialist, Station (2) 19.46 Air Traffic Control Specialist, Terminal (2) 21.43 Archeological Technician I 13.45 Archeological Technician II 15.04 Archeological Technician III 18.65 Cartographic Technician 14.81 Civil Engineering Technician 16.04 Computer Based Training (CBT) Specialist/ Instructor 17.25 Drafter I 14 .28 Drafter II 15.54 Drafter III 19.84 file://K:\as\wage_deter\sca\idaho\1 994-2159%20%2006042002.htm 9/11/2002 WAIS Document Retrieval Page 6 of 9 Drafter IV Engineering Technician I 22.19 Engineering Technician II 11.79 Engineering Technician III 12.85 Engineering Technician IV 16.40 Engineering Technician V 18.39 Engineering Technician VI 21.58 Environmental Technician 22.76 Flight Simulator/Instructor (Pilot) 17.50 Graphic Artist 19.04 Instructor 15.45 Laboratory Technician 17.25 Mathematical Technician 14.36 Paralegal/Legal Assistant I 18.39 Paralegal/Legal Assistant II 12.49 Paralegal/Legal Assistant III 14.63 Paralegal/Legal Assistant IV 16.98 Photooptics Technician 21.64 Technical Writer 21.14 Unexploded (UXO) Safety Escort 20.29 Unexploded (UXO) Sweep Personnel 17.93 Unexploded Ordnance (UXO) Technician I 17. 93 Unexploded Ordnance (UXO) Technician II 17.93 Unexploded Ordnance (UXO) Technician III 21.70 Weather Observer, Combined Upper Air and Surface Pro 3 26.21 Programs g ( ) Weather Observer, Senior (3)pper Air (3) 19.81 . 1 Weather Observer, U 16 16.21 Transportation/ Mobile Equipment Operation Occupations Bus Driver Parking and Lot Attendant 11.22 Shuttle Bus Driver 7.01 Taxi Driver 9. 96 Truckdriver, Heavy Truck 8.49 Truckdriver, Light Truck 14.37 Truckdriver, Medium Truck 9. 96 Truckdriver, Tractor-Trailer 10.90 14.37 ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $2.15 an hour or $86.00 a week or $372.67 a month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or success weeks after 5 years, and 4 weeks after 15 years. Length of service includes the who of continuous service with the present contractor or successor, wherever employed, a the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4 .173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther Ki Jr. 's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Co Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitu any of the named holidays another day off with pay in accordance with a plan communi to the employees involved. ) (See 29 CFR 4 .174) THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (as numbered) : professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156) 1) Does not apply to employees employed in a bona fide executive, administrative, o file://KAas\wage deter\sca\idaho\1994-2159%20%2006042002.htm 9/11/2002 WAIS Document Retrieval Page 7 of 9 2) APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY - NIGHT DIFFERENTIAL: An employee is entitled to pay for all work performed between the hours of 6:00 P.M. and 6:00 A.M. rate of basic pay plus a night pay differential amounting to 10 percent of the rate basic pay. 3) WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a r tour of duty, you will earn a night differential and receive an additional 10i of ba for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours week) and Sunday is part of your regularly scheduled workweek, you are paid at your basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday wo which is not overtime (i.e. occasional work on Sunday outside the normal tour of dut considered overtime work) . - HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees emp in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work su screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, a pyrotechnic compositions such as lead azide, black powder and photoflash powder. Al house activities involving propellants or explosives. Demilitarization, modificatio renovation, demolition, and maintenance operations on sensitive ordnance, explosives incendiary materials. All operations involving regrading and cleaning of artillery A 4 percent differential is applicable to employees employed in a position that repr a low degree of hazard when working with, or in close proximity to ordance, (or empl possibly adjacent to) explosives and incendiary materials which involves potential i such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adj work area or equipment being used. All operations involving, unloading, storage, an hauling of ordance, explosive, and incendiary ordnance material other than small arm ammunition. These differentials are only applicable to work that has been specifica designated by the agency for ordance, explosives, and incendiary material differenti ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (eith the terms of the Government contract, by the employer, by the state or local law, et the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) uniforms is an expense that may not be borne by an employee where such cost reduces hourly rate below that required by the wage determination. The Department of Labor w accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequat number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsib of the employee, all contractors and subcontractors subject to this wage determinati shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual c reimburse all employees for such cleaning and maintenance at a rate of $3.35 per wee $.67 cents per day) . However, in those instances where the uniforms furnished are m "wash and wear" materials, may be routinely washed and dried with other personal gar and do not require any special treatment such as dry cleaning, daily washing, or com laundering in order to meet the cleanliness or appearance standards set by the terms Government contract, by the contractor, by law, or by the nature of the work, there requirement that employees be reimbursed for uniform maintenance costs. ** NOTES APPLYING TO THIS WAGE DETERMINATION ** Source of Occupational Title and Descriptions: i file://K:\as\wage�_deter\sca\idaho\1 994-2159%20%2006042002.htm 9/11/2002 WAIS Document Retrieval Page 8 of 9 The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations, " Fourth Edition, January 1993, as amended by Third Supplement, dated March 1997, unless otherwise indicated. This publication ma obtained from the Superintendent of Documents, at 202-783-3238, or by writing to the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402 Copies of specific job descriptions may also be obtained from the appropriate contra officer. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form (SF 1444) ) Conformance Process: The contracting officer shall require that any class of service employee which is no listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination) , classified by the contractor so as to provide a reasonable relationship (i.e., appro level of skill comparison) between such unlisted classifications and the classificat listed in the wage determination. Such conformed classes of employees shall be paid monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract wo such unlisted class (es) of employees. The conformed classification, wage rate, and/ fringe benefits shall be retroactive to the commencement date of the contract. {See 4.6 (C) (vi) ) When multiple wage determinations are included in a contract, a separa 1444 should be prepared for each wage determination to which 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 occupa and computes a proposed rate(s) . 2) After contract award, the contractor prepares a written report listing in order p classification title(s) , a Federal grade equivalency (FGE) for each proposed classification(s) , job description(s) , and rationale for proposed wage rate(s) , incl information.regarding the agreement or disagreement of the authorized representative employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later tha days after such unlisted classes) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report action, together with the agency's recommendations and pertinent information includi Position of the contractor and the employees, to the Wage and Hour Division, Employm Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b) Regulations 29 CFR Part 4) . 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disa the action via transmittal to the agency contracting officer, or notifies the contra officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupat (the Directory) should be used to compare job definitions to insure that duties requ are not performed by a classification already listed in the wage determination. Rem it is not the job title, but the required tasks that determine whether a class is in file://KAas\wage deter\sca\Idaho\1994-2159%20%2006042002.htm 9/11/2002 WAIS Document Retrieval Page 9 of 9 in an established wage determination. Conformances may not be used to artificially combine, or subdivide classifications listed in the wage determination. t file://K:\as\wage deter\sca\idaho\1994-2159%20%2006042002.htm 9/11/2002