ML20044B653
| ML20044B653 | |
| Person / Time | |
|---|---|
| Issue date: | 12/14/1992 |
| From: | Pannell J, Picco C, Michael Scott NRC OFFICE OF ADMINISTRATION (ADM), PANAMOVERS TRANSFER & STORAGE, INC., SMALL BUSINESS ADMINISTRATION |
| To: | |
| References | |
| CON-FIN-D-2354, CON-NRC-10-91-127 NUDOCS 9303010072 | |
| Download: ML20044B653 (20) | |
Text
ON/ MODIFICATION OF CONTRACT l g
1 nr Af4ENDMENT OF SOLICITATI
%LoutstuOre vRenAst ata. NO.
o.eROatcT NO yf'""" * "'
l
- 2. u e cenvc oA2 c RFPA ADM-91-127 dtd 9/29/92 r atuOu m ym OOte. CAT.ON NO.
DFC 13 3co7,
L ADMINIS1LRLD OY pf other thenJ8'rn LJ g
Two (2)
.. tesOw ev o g, U.S. Nuclear Regulatory Commission
-) h) )
Division of Contracts & Property Management i
L I
Washington, DC 20555 SA. AMLNOMLNT OF SOL 4 CIT AT LON No1
(,/)
F. NAME AMD AOOHC55 OF CONT RACTOR (No., street, county, Krate and ZIP Code)
U.S. Small Business Administration 1111 18th Street, W, 6th Floor PRIME:
m.oATLorsus m use)
ATIN: David Hayes, Washingtoa, DC 20036 Panamovers Transfer & Storage, Inc.,5418 Eisenhover Ave.
aoA.uoOw. CANON Og cONTaAcyoaOc, SUB:
Alexandria, VA 22304 (SBAbo.3-91-2-5125)
X Principal Investigator / Technical upc.1o_q1 177 Mr. Cesar Picco, President os o ^t m ss** e m ' Ja>
Cm tact:
Tele,rdv m N o.
(703) _ 370-8000 lFACILITYCODE 11.THIS fTEM ONLY APPLIESTO AMENDMENTS OF SOLICIT CODE ind fo'rtocolptof Offers is E ed, is riot ex.
The abode rwart6eted e:stk:f cation is amended as set forth 5tt item 14. T tkitation or as amended,tv one of the fouowW methode Offers snust scinowledge feasipt of this amendmerit prior to the tourand date specfGod in the po maded.
~
copies d the amendment: (b! By e<inowledaW vocel <this amen ff CKNOWLEDG.'
(s) By completW f ums 6 sad 15.and returning hkft ineka$es a reference to the sockf tstion an dy s6mitted.eudi change may be made ty telegrant or submited; or (c) Dy securete Seter or telegramw 8AENTTO BE RECENEu ATTHE PLACE DESIGNATED FOR THE REC ff t leturp..hf each senegram or tetter makes reference e the soGeltation and this eme
.00
- 12. ACGM/NUNG AND APPRLeRAAT40N DATA Glewgebed)
BOC No.s 2?10 MR No. : 340-20-613-102 FTN No.. m%9 13.THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / O APPN No.: X0200 IT MODIFIESTHE CONTRAQT/ ORDER NO. AS DESCRIBED L 14 ARE MADE 4N THE COik kl A.1HIS CHANGL OHOCR 45 CSSULO PURSUANT 1Os (Epttt(f authargty) THE CHAN TRACT ORDCR NO. tN ITCtA 10A. 52.243-3 T THE ADMINtSTRATtVC CHANGCS (s4nces es charties d
~
FAR Changes Clause TX 1THC ASOVC NU8ABCRED CONTRACT)OROCR IS 9AOOtFfCD TO HCf~CCCTO 1NC Aun40RITY OF appropriation efear aicJ 5CT FORTH IN ITEM 14. PURSUANT T to AUTHORIT Y OFs C.1 hts 5ueeLLMLNT AL AGHELMCNT 45 LNT ERED $NTO PURSUAN O.OT HLR 45pecify type of onedsfscetson nnd esothority)52.217-9. " Option to Ex X
FAR Clause 4
copies to theissuing office.
E.IMPORTANT: Contractor O isnot. 8 is,equired to sign inis occument and retum f iMe.)
MLscuwuoN OF AMLNOMLN1MOOtF GCAT TON torganized try UCFeec Please see the following pages.
rg b
hi
}
9303010072 921130
,y CONTR PDR 10 A. at betetof ore changed.ternalns uncnange1 nd in tutt forcr PDR NRC-10-91-127 f
ced in fler's 9A of
" N i-ICLR (Type or prin[
intet't as provided hereM.all terrns and conditions of the document re eren 3 t,A. H AML AND 141 LL Of CONT Rd er'0 etfett.
3LA. N AML AND 7 41 LL Of SIGN ( H dype or pnntf SEE SIGKKIURE IWm SEE SIGNATURE PAGE 100. ON11 LD 51 A1 LS Of AMLhECA
~
16C.OA1T LIGN 2 SC. DA1 L *.NG N LD j ML LON164 AC10Hf0f f th0H GY (Mgnoture of Contructert offster]
(S4naturw of person authorded to sign)
ST AND ARD FOnfA 30 (REV. 30 30-105 Prescrit,ed t'y GSA F A 54 (40 C F C) 53.74 3 NLN 7540o1-152 4070 enf viruJs t Oil snN UNuSAut f
v e
~
l NRC-10-91-127 (SBA No. 3-91-2-5125)
Modification No. 2 Page 2 of 4 This modification is issued to: (1) revise Section B.3.a to increase the I
ceiling of the contract; (2) revise Section B.3.b to increase the obligated amount of the contract; (3) revise Section B.4 to list the estimated cost' for the period of performance and for Option Year II; (4) revise Section C.I.2 to incorporate the attached Statement of Work (S0W); (5) revise Section F.2 to exercise the option to extend the period of performance through Option Year II; (6) revise Section G.1.b, to add additional NRC personnel authorized to place calls for labor services; and (7)_ incorporate FAR Clause 52.222-18 under this contract. Therefore, the following changes.
are hereby made:
1.
Section B, Article B.3.a, " CONSIDERATION AND OBLIGATION--DELIVERY ORDERS", is modified to increase the ceiling by $252,138.60 from i
$160,144.15 to $412,282.75. Therefore, paragraph a, first sentense, is deleted and the following is substituted in lieu thereof:
"a.
The total estimated amount of this contract (ceiling) for l
2 products / services ordered, delivered, and accepted under_this contract is $412,282.75."
j 2.
Section B, Article B.3.b, " CONSIDERATION AND OBLIGATION--DELIVERY ORDERS", is modified to increase the obligation amount by
$185,000.00 from $140,000.00 to $325,000.00. Therefore, paragraph.
b, first sentence, is deleted and the following is substituted in lieu thereof.
'i "b.
The amount presently obligated with respect to this contract is $185,000.00."
3.
Section B, Articles B.5.1 through B.6.3, " PRICING", is deleted in its entirety and the following estimated costs for the period of performance and Option Year II as stated are substituted in lieu thereof (see ATTACHMENT 1).
All adjustments related to increases-in hourly wages are due to the addition of safety ' shoes as required and the Department of Labor Wage Determination rates in accordance with Section I.7, " Service Contract Act of 1965", Article (3).
Adjustment of Compensation.
This modification gives authorization to increase the hours as stated for the last month of Option Year I and states pricing for Option Year 11 to reflect the revised S0W.
4.
Section C.I.2, " STATEMENT OF WORK", is revised as set forth in the attached Statement of Work (ATTACHMENT 2).
5.
Section F.2, " DURATION OF CONTRACT PERIOD", is deleted in its entirety and the following is substituted in lieu thereof:
"The ordering period for this contract shall commence on December 1, 1992 and will expire December 31, 1993." The contract period may be extended in accordance with FAR 52.217-9 (see-9ction I.13 of the contract).
I i
~
4 NRC-10-91-127 (SBA No. 3-91-2-5125).
Modification No. 2 Page 3 of 4 6.
Section G, Article G.I.b.5. is added to provide alternate NRC personnel as follows authorized to place calls for labor services:
l Name:
William Herron Address:
U.S. Nuclear Regulatory Commission Office of Administration Washington, DC 20555 1
Phone Number: (301) 443-7831 Name:
Bruce Ridgely Address:
U.S. Nuclear Regulatory Commission Office of Administration Washington, DC 20555 Phone Number: (301) 443-7832 7.
Under Section I - CONTRACT CLAUSES, add the following subsection:
"I.14 Notification of Employee Rights Concerning Payment of Union Dues Or Fees (May 1992) (FAR 52.222-18)" (ATTACHMENT 3) 1 A summary of obligations for this contract from award date through the date -
of this action is given below:
Total FY 91 obligations:
$ 75,000.00 Total FY 92 obligations:
$ 65,000.00 Total FY 93 obligations:
$185,000.00 Cumulative Total of NRC Obligations: $325,000.00 This modification obligates FY 93 funds in the amount of $185,000.00 All other terms and conditions of this contract remain unchanged.
g I
TRIPARTITE AGREEMENT Modification No. 2 Prime Contract No. SBA No. 3-91-2-5125 Subcontract No. NRC-10-91-127-Page 4 of 4 f
SUBCONTRACTOR:
Panamovers Tran
'e r.
-orage, Inc.
Date:
// 7'92-
/#
By:
$6 sat 2 iM Name:
Title:
/2 ISO f d F PRIME CONTRACTOR:
U.S. Small Business Administration Date:
By: _
Name:
=
Title:
U.S. Nuclear Regula ory Commission NOV 3 01992 By:
Ihts b eM Date:
m
(
l Name: Mary Lynn Scott
Title:
Contracting Officer
..s.
h TRIPARTITE AGREEMENT l
Modification No. 2
[
Prime Contract No. SBA No. 3-91-2-5125 Subcontract No. NRC-10-91-127 Page 4 of 4 L
l SUBCONTRACTOR:
?
l
[
PanamoversTranpr S rage, Inc.
M ~l' By:
Date:
Name:
66 6 M
Title:
/2 f 6 <'b EM L
PRIME CONTRACTOR:
U.S. Small Business Adm stration l
L Date:
l By:
s y
Name:
/ ' JESSIE D. PANNELL
'/ CONTItACTING OFFICEIt
Title:
i U.S. Nuclear Regulatory Commission k
NOV 3 01992 By:
IlA&m b1.~ / b M Date:
\\
l Name: Mary Lynn Scott j
i l
Title:
Contracting Officer
{
1 l
q l
l c.
-i
2 1 wu s in un. '"" *"" '
tac 10 91 127, tbdification' 2-AT%CIMENT 1 e,Auc or or s cnoa c.a cord.H 5 4,109.70 c.
6550 Hr
$ 16.93
$110.891.50
- d. Wa re hous eman................................
Hel per, Gene ral Hover......................
700 Hr
$ 14.84
$ 10.388.00 e.
2200 Hr
$ 20.92
$ 46.024.00
- f. Supe rvi s o r.................................
B.4.2 CATEGORY B_ - Honday thru Friday, 5:30 p.m.
tnru 8:00 a.m., and all Saturdays, Sundays and holidays Truck and Driver (18 ft. w/ lift-gate)....
200 Hr- $ 45.40 S 9.080.00 a.
- b. Truck Driver 160 Hr
$ 26.64
$ 4,262.40 Truck and Driver (tractor / trailer).......
50 Hr
$ 67.12
$ 3.356.00 c.
200 Hr
$ 23.95
$ 4.790.00
- d. Ha re h o u s e ma n............................
500 Hr
$ 20.90
$ 10,450.00 Helpe r, General Move r....................
e.
100 Hr
$ 29.86
$ 2,986.00 f-S u p e rvi s o r...............................
B.4.3 DISPOSAL OF REFUSE
.The cost of disposing,
of refuse will be reimbursed at ACTUAL cost.
800.00 The Government's estimate is $800.00 per year..........
TOTAL IT)N PERIOD:
.$252,138.60 i
f 30109 CTANDARD FORM 36 (REv.1043) 8154 764%c 4182-4x1 prescejoca bgg _5,A,,,
PIC Y.OU10DITIOfd USAbLC M-0 - mM Mm
e t
ATIACHMENT 2
.i STATDENT OF WORK
?
The eervices to ho provided are to include but are not limited to services involving the saf e operation of a variety of manum 1 loading and unloading trucks.
- trucke over the public highways, system delivery of materials to include supplice. f urniture, furniture, safes, filing cabineta, electronic equipment, and performance of email of fice moves.
The Contractor *u supervisor receives work requests from the at the start of each.
Storage and Distribution Section, Chief.
The supervisor wil1~ distribute work day and again af ter lunch.
these work assignments to the appropriate personnel.
The truck driver loads and unloads trucks, oakes deliveries and pickups of supplies, furniture, system furniture, electronic equipment, and does small office moves. Large office moves are handled separately by the Contractor af ter a specific statement' of work for the move i s negotiated. Each truck driver must coordinate shipments leaving the Nr<C warehouse with the
- 2upervi sor, and has the sol e responsibility for its contents as well as for any merch.andi se that i s pi c hted up to be returned to thee warehoussa or moved'to danother location.
I
~ ~
~
d 1 *..
't to e l l-NRC buildings as well' The warehounoman.dolivere supplies
- i loads and unloads trucke, palletizes,. ctacks. - sel ects ord.erc as of f urniture and system. furniture as wel} g as orders for supplies.
8 45 A.M.
to 4:30 P.H.
The hours for these duties should be 7:
and 7:15 A.H. to.4:OO.P.H. son Fridays, i
Monday through Thursday, Overtime rates vill go into'effect; with a 45 minute lunch period daily.
for work performed between 4:30 p.m..and 7:45 a.m., Honday-Thursday, 4:00 p.m. and 7:15 a.m. on Fridays, and all Satutdays, Sundays, and holidays.
suPERVISTON r
GENERAI.
.f The contractor shall arrange f or satief actory supervision of the t
contract work. The Contractor or his supervisor.shall be available at all times when the contract work is in progress.
allow r eceipt of notices, r epor-ts, or equests from the This will It i s the ' NRC's policy j
Contracting Officer or his representative.
that NRC employees shall' not direct or e,upervise the 5
contractor *a employees, directly or indirectly.
l s
CITIZENSHIP and supervi sorts must be citizens of the Contractor's employects United Gtates.
J t
5 t
I
-t
ON-61TE GUPERVISORG The Contractor sh al l provi de in writing to the Contracting at least.5 work days prior to the contract startino date
- Officer, the names, telephone numbers, and $ddresses of the on-site supervisor. The term "on-site supervisor means a parmon a
Contractor who has authority to act designated in writing by the at the work si te and to for the Contractor on a day-to-day basis and accept and eign for notices of deductions, inspection reports the Contractor. A resume all other correspondence on behalf of submitted to the containing prior supervisory history must be Contracting Officer for approval prior to the assignment of any and replacement supervisors must supervicoes to the contract. New be approved by the Contracting Officer after reviewing a record i
similar eupervisory experience f or the proposed supervisor.
of receives the requisitions from the When the on-site supervisor Chief, Storage & Di stri buti on Section, for deliverien and pickups of supp l i c's, furniture, and equip, ment, i t shall be his/her responeibility to aneure that the proper merchandi se i n loaded on the trucks. The supervisor must sign the r equisition tracking sheet, eccepting custody of the merchandise until such time that the merchandiso is del i vered and the appropriate signatures have been r ecei ved from thu recipient. When each truck returns, it will be the rosponsibility of the Contractor's supervinor to a tisur e that the oppropriate merchandi se was picked up and that the proper authorized signatures were recei ved for the deliveries.
4 9
ensure that the the Contractor's supervisor yill
- Further, the requisition sheet upon Property Inventory Technician eigns In the event that the completion of the deliveries and pick ups.
the truck returns to the warehouse too late in the day to be unloaded, the vehicle will'be secured until the next workday.
TRUCK DRIVERS TRUCK DRIVERS Operate a gasoline or diesel powered vehicle with 25,000 pounds or less aross vehicle watcht. All truck drivers as well as the on-site supervisors Must possess a Commercial Drivers License (CDL) 1.
or equivalent of Maryland Class B liconse.
Bethesda and/or Make regular trips to the Rockville, 2.
D.C. of fices f or deliveries.
trips to GSA warehouse located in
- 3. Make occaeional Franconia, Virginia, and to other Government i nstal l ati ons in the tri-state area.
- 4. Report to the Chief Storage and Distribution Section, t
any condition he/she f eele af f ects the saf ety or efficiency of the vehi cl e 's operation. Thi s includes brakes, lights, tires, engine, oteoring etc.
- 5. Occantonelly operate othar vehicles such as cargo, ven, and pick up truci:n for esp ec i al purpocen.
- 6. All drivers must have working 1:noul odoe of forklift operation for loading and unl oad s ng their trucks.
4
4'
[
1 POTENTIAL TRUCK DRIVERG MUGT GUDMIT WRI,TTEN COPY OF THEIR DRIVING RECORD FOR THE PAST TWO YEARS TO THE CONTRACTING OFFICER PRIOR TO DPERATING ANY GOVERNMENT VEH1CLES. All tr,uck-drivere:
- 1. Must be able to read, we'ite, and speak English, underetand traf fic rules, regulations, eigns and Nust be able to interpret written instructions road maps.
and prepare drivere trip tickets, records and reports.
2, Nust give detailed attention to normal service chec.ks on vehicles. Nust be alert to see that loading and unloading and is within accomplished standards. Nunt be alert exercien extreme care while driving to avoid accidents.
Must exercise great care to skillfully and saf ely maneuver-ti uck to loadin0 platf orms, particularly in alleys, freight yards, etc., and through city streets and congested traffic areas.
vehicles Are responsible f or the loading and unloading of 3.
in a manner to prevent damage to materials from shifting, swaying, or tipping over.
- 4. Are responsible for the saf e operation of all vehicles at all times.
p 1
I 5
t WAREHOUGEMETJ WORK GUMMARY including a combination of Performe various warehousing tasks, physical handling duties involving loading and unloading of trucks, palletiring, stacking, tallying in, checking, placing, and making deliveries independently to all Colecting. assembling, NRC building locations an well as occasional deliverden to the USA warehouse in Franc'onia, Virginia, t
REGULJAR DUTICS Loads and unloads trucha f or deliveries of 1.
mupplies, furniture, electronic equipment, system and miscellaneous items shipped from the i
furniture, WarGhouSe.
Obtains Gionaturen f rom agency personnel on requisitions 2.
for acceptance of deliveries.
- 3. Usen hand trucks, dollies, and b'and operated pallet e
trucks, to move items to be loaded or unloaded to or to loading dock area for appropriate warehouse arua shipment.
Usino suitable materials handling equipment, moves bulk 4
stocks to appropriate d est i n cti onta.
- 5. Lir eis k s down bulk stocks and repl eni shes bin and store stocks.
- 6. 14r e a k e out incoming t;hipments i nto groups of 12Le items to incilitAte inspect 2on end. tally.
F 6
? *'
(
i l
~
- Werchousemen should'have sufficient exqcrience and knowledge,in
- moving, warehouse operations such as' loading - unloading, delivery of supplies., materials,. warehouse stacking, binning, layouts,. stock locations and handling methods.
~
Nust be able to read, write. and speak English, perform basic mathematical computations suf ficient to understand standard
~l quantity measures and fill requisitions to proper quantities l'
requested.
EQUIPMENT USED_
All necessary lichtweicht equ'ipment shall be provided by the Contractor and shall include, but. not be limited.to, dollies,'two.
f urniture _ pads, panel carts, ahd -
wheeled hand trucks. stevedores, such as hand operated-pellet Jacks, denk movers. Larger equipment electric pallet Jacks, forplifts, etc., will be supplied!by the
.i i
NRC.
t
.i i
I f
1 I
7 I
9 DAMAGEG The Contractor shall be responsible for any los.n or demage to any Government owned or controlled property _,during the performance of
~
is caused thiu cd'ntract or injury to a Government employee which by the Contractor's failure to exercise reasonable and prudent care in its performance of the contract. The Contractor chall be employeam and responsible for necescary supervision of contractor padding of furniture and equipment to assurar against breakage and/or damage of furniture and equipment being moved.
UriWORM REQUIREMENT The Contractor shall require all employees, including f
for. ready supervisors, to wear distinctive unif orm clothing identification, and assure that every employee is in uniform no later than 10 Horking days from the date an employee first enters on duty. Employees shall wear unif orms consisting of shirts and long leg trousere. The uniform shall have the Contractor's company name, camily identifiable, af fixed thereon in a permanent r6anner such as a badge or monogram stitched to the shirt. Any appropriate, may be used ex cyl color or color combination, an green. Employees shall be required to dress neatly, commensurate with the t a nt< n be i n() performed.
GT EEL T OE GAFE l Y UHOES ARE AI.GO REDUIRED.
O
4 i
.*e j
GTANDARDB "7 CONDUCI The Contractor shall be renponsibic for maintaining satisfactory and standarde of employee competency, conduct, appearance, integrity and shall be responsible for taking such disciplinary necessary. The 3
action with respect to employees as may be ensuring that his employees do Contractor is also responsible f or not disturb papers on desks, open desk drawers or cabinets, or NRC except as specifically authorized.
use Government telephones, "ZERG-TOLERANCE" agency, which prohibits alcohol or drug is a use.
f.IABILITY FOR NOTOR VEHICLES damage or injury to The Contractor assumes responsibility f or all through use, maintenance,_and persons or property occasioned operation of the Contractor's vehicles or other equipment, the Contractor by the Government, including vehicles furnished to by, or the action of, the Contractor or the Contractor's employees and agents.
The Contractor, at the Contractor's expence, chall mai ntai n insurance during adequate public liability and property damage the performance of this contract, insuring the Contractor against all c1sima ior injury or damager.
?
5
I and other The Contractor shall maintain Workmans Compensation 2ega11y required insurance with respect to the Contractor's own employees and agents.
1 in no _ event be liable or responsible for The Government shall injury to any person or property occasioned through the damage or une, maintenance, or operation of any vehicle or other equipment by, or the action of, the Contractor or thed Contractor's and the employs ce and agents in perf orming under thin contract, Government shall be indomnified and saved harmless against claims for damage or injury in euch casas.
t INSURANCE at his own.cxpense, procure and maintain, The Contractor shall,
during the entire performance period of thiss contract, the minimum kinds and amounts of insurance required by Gtate and Fedora 1 laws, This includes the ttuck, its p ascengerss, contents, and any damagen that may occur to persons or property, Guch insurance shall b e, offective prior
- t. o commencing operations under thiu contract.
At all timuu durina performance, the Contractor ehell maintain with the Contracting Officer a current Certlilc.atu of Insurance r.howing at l ea ts t the i n sur iin c e r e qui r ed above, end provi di ng the (30) days written notice to the Contracting Officer by the ineurence company pri or to carece11 ation or - mnt eri sil ctiange in j
policy coverage, 10 l
1
L IDENTIFICATION /DADGEQ f
and the Contractor shall'see that every.
.The Contracting Officer new employee has a NRC/ Contractor ID badge before the employee enters on duty. The Contractor and the Contracting Officer,s i
rupresentative shall sign each badge issued. The Contractor shall 4
l eneure that all badges are returned to the Contracting Officer or his representative as his employees are dismissed or terminated, and when the contract expires.
The Contractor shall ensure that all employees carry their badges l
in plain view while with them during duty hours and display them in NRC buildings.
GECURITY CLEARANCE REQUIREMENTS Unless otherwise specified, the Contractor will submit to the.
at least 5 work days before Contracting Officer *n representative the starting date of the contract, one (1) completed Form FD-250,
" Fingerprint Chart" and one (1) GSA Form 176, " Statement of and all of his employees who Peruanal History" for the Contractor have access to the building in the performance of the contract work. These forms will be submi tted f or replacement employeem before entr ance on duty. Necessary forms will be furnished by the NRC.
II t
r 4
r P
unsuitable report on any If the Contracting Of ficer receives ar after processing of these forma, or if the Contracting employee to be finds a prospective employee Of ficer 's representative the Contractor shall for his assigned duties, i
unsuitable or unfit be advised immediately that such employee cannot continue to work or be assigned to work under the contract.
Replacement employees must be cleared through the process to be contract employees are required All described above.
cleared every three years.
end complete control The Government shall.have and exercise full terminating security over granting, denying, withholding or The Government may, an it deems cl earancos f or employees.
to employees authori: o and grant temporary clearance appropriate, of the Contractor. However, the granting of a temporary cicarance not be considered as assurance that to any such employee shall full clearance will follow as a recult or condition thereof, and the granting of either temporary or full clearance shall in no termination of any l
way prevent, preclude or bar the wi t hed r awa l or 1
the Government.
such clearance by Thio contract wi11 be ex cl usi ve of isny movang services that wi11 lovolve the consol i d a ti on of the remainder of the agency into t.h e 14hi te Flint Two bus 3diog, and the removal of rema2nino furniture from the vacated areas, Perio3 7f Perfonnance d
'Ihe period of p2rformance of this contract shall be theember 1,1992 through ibcember 31, 1993.
12 f
~
~
-r ffffQQQY[ }._
- e '.
?
.t E
t I.14 IgrIFICATION OF DIPLOYEE RIQu'S CONCERNING PAYMENT OF UNION DUES OR4EES (May 1992) (FAR 52.222-18) s (a) During the ters' of this contract, the Contractor. agrees to post a
- l notice, of such sir,e and in.such form as the secretary of Labor may prescribe, in conspicuous places in and about its plants and offices, -
-including all places where notices to employees are customarily posted.
The notice shd1 include the following information (except that the last-
~
sentence shall not be included in notices posted in the plants or offices of carriers subject to the Railway Labor Act, as amended (45 U.S.C.
151-188)):
?
Notice to Employees Under Federal law, esployees cannot be required to join a union or maintain memberstilp in a union in order to retain their jobs. Under
^
certain conditions, the law permits a union and an employer to enter into a union-security agreement requiring employees to pay. uniform periodic dues and initiation fees. However, employees vbo are not union members can object to the use of their payments for certain purposes and can.only.-be.
required to pay their shaa of union costs relating to collective bargaining, contract aA=%4=tration, and grievance adjustment.
If you believe that you have been required to pay dues ~ or fees used in l
part to sqpport activities not related to collective bargaining, contract.
?
administration, or grievance adjustment, you may be entitled to a refund -
and to an appropriate reduction in-future payments.
For further information concerning your rights, you may wish to contact either a Regional-Office of the National Labor Relations Board or
.j National Labor Relations Board, Division of Information,1717 Pennsylvania l
j Avenue, NW., Washington, DC 20570.
l (b) The contractor will comply with all provisions of Executive Order 12800 of April 13, 1992, and related rules, regulations, and orders of the Secretary of Labor.
(c) In the event that the Contractor does not comply with any of the requirements cet forth in paragraphs (a) or (b) of this clause,; this contract may be cancelled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in or adopted pursuant to Executive Order 12800 of April 13, 1992. Such other sanctions or remedies may be imposed as are provided in Executive Order'12800 of April 13, 1992, or by rule, regulation, or order of the Secretary of Labor, or as are otherwise provided by law.
)
i
. (d) The Contractor will include the provisions of paragraphs (a)
-l through'(c) in every subcontract or purchase order. entered-into in connection with this contract unless exempted by rules, regulations, or orders of the. Secretary of Labor issued pursuant to section 3 'of Executive.
.f
'j i
~
Order 12800 of April 13, 1992, so that such provisions will be binding upon each subcontractor or vendor. The Contractor vill take such action with respect to any sUch subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions, including-:the imposition of sanctions for noncompliance provided, however, Oiat if the contractor becomes involved in litigation with a subcontractor or vendor, or is threatened with such involvemint, as a result of such direction, the Contractor may request the United States to
' enter into such litigation to protect the interests of the United.
S tates.
r
)
I h
I i
- - - - - - - - - - - - - - - - -