contract award ,2. 14. i - u.s. marshals · contract award 1 i 44 1 . contract number ,2. effective...

127
PAGE OF PAGES CONTRACT AWARD I 1 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 1 4. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c ODT-6-R-0006 N/A 5. ISSUED BY CODE I 6. ADMINISTERED BY (If other than CODE I /tom SJ Department of Justice Off ice of the Federal Detention Trustee Same as #5 4601 North Fairfax Drive, Suite 910 Washington, DC 20530 7. NAME AND ADDRESS OF CODE I 8. PAYMENT WILL BE MADE BY CONTRACTOR United States Marshal Service Corrections Corporation of America 316 North 26th Street 10 Burton Hills Boulevard Room 5018 Nashville , TN 37212 Billings, Montana 59101 9A. DUNS NUMBER 198 . TAXPAYER'S IDENTIFICATION NO. 10. SUBMIT INVOICES (4 cop/cs unless otherwise spocificdJ TO 159734151 621763875 D ITEMS D ITEM 6 ITEM 8 D OTHER (Specify) 11. TABLE OF CONTENTS (X) SEC. DESCRIPTION PA GE(S) (X) SEC. DESCRIPTION PAGE(S) PART I - THE SCHEDULE PART 11 - CONTRACT CLAUSES " A SOLICITATION/CONTRACT FORM l " I CONTRACT CLAUSES 5 " B SUPPLIES OR SERVICES AND PRICES/COSTS 2 PART Ill - UST OF DOCUMENTS, EXHIBITS ANO OTHE.R ATTACH. " c OESCRIPTION/SPECS./WORK STATEMENT 13 " J UST OF ATTACHMENTS 10 0 PACKAGING AND MARKING NA PART IV - REPRESENTATIONS ANO INSTRUCTIONS " E INSPECTION AND ACCEPTANCE 8 REPRESENTATIONS, CERTIFICATIONS AND OTHER K STATEMENTS OF OFFERORS NA " F DELIVERIES OR PERFORMANCE l " G CONTRACT ADMINISTRATION DATA 2 L INSTRS .. CONOS., AND NOTICES TO OFFERORS NA " H SPECIAL CONTRACT REQUIREMENTS 2 M EVALUATION FACTORS FOR AWARD NA 1 2. BRIEF DESCRIPTION Contract performance requires the management and operation of a Contr actor-owned/Contractor - operated detention facility for federal prisoners. The faci lity shall be located within the geographic and political boundaries of the State of Montana. The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc) .The government intends on awarding a Fixed-P rice contract type for, all necessary personnel, equipment, materials, supp li es, and services do all things necessary for, or incident to, the management and opera t ion of comprehensive detenti on services . 13 . TOTAL AMOUNT OF CONTRACT $4,175,600 . 00 14. CONTRACTOR'S AGREEMENT. Contractor agrees to furnish and deliver the items or perform services to the ex tent stated in this document for the consider ation stated. The rights and 15. AWARD. The Government hereby accepts your offer on the obligations of the parties to this contract shall be subject to and solicitation identified in item 3 above as reflected in this award governed by this do um nt and any documents attached or document. The rights and obligations of the parties to this incorporated by refe nee. contract shall be subject to and governed by this document and -- ---- --+----+---- -------------1 any documents attached or incorporated by reference. IGN THIS DOCUMENT AND RETURN ICE. (Chock If oppticobtoJ o. TITLE OF SIGNO 'P E. DATE 0 AUTHORIZED FOR LOCAL REPROD A. UNITED STATES OF AME ICA (Signature of Controcting Officer! B. NAME OF CONTRACTING 01-FICER Scott P. Stermer C. DATE \ \ ., 0 OPTIONAL FORM 307 19-971 Prescribed by GSA · FAR (48 CFR) 53. 215-1 !el

Upload: others

Post on 22-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

PAGE OF PAGES

CONTRACT AWARD I 1 44

1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER

ODT-7-C-0001 Block 15c ODT-6-R-0006 N/A 5. ISSUED BY CODE I 6. ADMINISTERED BY (If other than CODE I /tom SJ

Department of Justice Off ice of the Federal Detention Trustee Same as #5 4601 North Fairfax Drive, Suite 910 Washington, DC 20530

7. NAME AND ADDRESS OF CODE I 8. PAYMENT W ILL BE MADE BY CONTRACTOR

United States Marshal Service Corrections Corporation of America 316 North 26th Street 10 Burton Hills Boulevard Room 5018 Nashville , TN 37212 Billings, Montana 59101

9A. DUNS NUMBER 198. TAXPAYER'S IDENTIFICATION NO. 10. SUBMIT INVOICES (4 cop/cs unless otherwise spocificdJ TO

159734151 621763875 D ITEMS D ITEM 6 ~ ITEM 8 D OTHER (Specify)

11. TABLE OF CONTENTS

(X) SEC. DESCRIPTION PA GE(S) (X) SEC. DESCRIPTION PAGE(S)

PART I - THE SCHEDULE PART 11 - CONTRACT CLAUSES

" A SOLICITATION/ CONTRACT FORM l " I CONTRACT CLAUSES 5

" B SUPPLIES OR SERVICES AND PRICES/COSTS 2 PART Ill - UST OF DOCUMENTS, EXHIBITS ANO OTHE.R ATTACH.

" c OESCRIPTION/SPECS./WORK STATEMENT 13 " J UST OF ATTACHMENTS 10 0 PACKAGING AND MARKING NA PART IV - REPRESENTATIONS ANO INSTRUCTIONS

" E INSPECTION AND ACCEPTANCE 8 REPRESENTATIONS, CERTIFICATIONS AND OTHER K STATEMENTS OF OFFERORS NA

" F DELIVERIES OR PERFORMANCE l

" G CONTRACT ADMINISTRATION DATA 2 L INSTRS .. CONOS., AND NOTICES TO OFFERORS NA

" H SPECIAL CONTRACT REQUIREMENTS 2 M EVALUATION FACTORS FOR AWARD NA 1 2. BRIEF DESCRIPTION

Contract performance requires the management and operation of a Contractor-owned/Contractor -operated detention facility for federal prisoners. The faci lity shall be located within the geographic and political boundaries of the State of Montana. The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc) .The government intends on awarding a Fixed-Price contract type for, all necessary personnel, equipment, materials, supplies, and services do all things necessary for, or incident to, the management and operat ion of comprehensive detention services .

13. TOTAL AMOUNT OF CONTRACT $4,175,600 . 00 14. CONTRACTOR'S AGREEMENT. Contractor agrees to furnish and deliver the items or perform services to the extent stated in this document for the consideration stated. The rights and 15. AWARD. The Government hereby accepts your offer on the obligations of the parties to this contract shall be subject to and solicitation ident ified in item 3 above as reflected in this award governed by this do um nt and any documents attached or document. The rights and obligations of the parties to this incorporated by refe nee. contract shall be subject to and governed by this document and --------+----+---- -------------1 any documents attached or incorporated by reference.

IGN THIS DOCUMENT AND RETURN ICE. (Chock If oppticobtoJ

o. TITLE OF SIGNO 'P E. DATE

0 AUTHORIZED FOR LOCAL REPROD

A. UNITED STATES OF AME ICA (Signature of Controcting Officer!

B. NAME OF CONTRACTING 01-FICER

Scott P . Stermer C. DATE \

\ ., 0

OPTIONAL FORM 307 19-971 Prescribed by GSA · FAR (48 CFR) 53.215-1 !el

Page 2: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B.1 Schedule of Services Comprehensive detention services will serve an estimated population of male 96 prisoners principally consisting of individuals charged with federal offenses and detained while awaiting trial or sentencing. The base period of performance for the contract will be: Base Period: January 2007 to October 31, 2008 Option 1: November 1, 2008 to October 31, 2010 Option 2: November 1, 2010 to October 31, 2011 Option 3: November 1, 2011 to October 31, 2013 Option 4: November 1, 2013 to October 31, 2015 Option 5: November 1, 2015 to October 31, 2017 Option 6: November 1, 2017 to June 30, 2019 Contract will be fixed-price contract with economic price adjustment which will provide for upward and downward revision of the stated contract price upon the occurrence of specified contingencies. For each performance year of the multi-year contract, the Government will notify the contractor that funds are available for performance no later than the first day of the following option year. If the contractor is not notified funds are available, cancellation of the contract will occur within 60 days of the following option period. Accordingly, these contracts subject to cancellation in the event funds are not available. The cancellation ceiling for this contract is 15% of one year’s performance. Pricing Structure: For purposes of this solicitation, CCA must submit a facility biography. The Bio Sheet at a minimum should contain the following information: Facility Description Rated or Operating Capacity Current Client and Scope of Work for that Client Staffing Breakdown Accreditations Proposed Federal Per-Day Rate The Fixed Monthly Payment established by this contract shall be considered a firm-fixed-price and is not subject to adjustment on the basis of the contractors actual cost experience in providing the service. The Fixed Monthly Payment will be re-determined upward or downward based on changes in the Consumer Price Index for All Urban Consumers (CPI-U), as reported by

Page 1 of 2

Page 3: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

the BLS, over the proceeding twenty-four months. Program data and summary statistics are available on the BLS web site, located at http://www.bls.gov/cpi/home.htm#overview. Price re-determination periods: For the purpose of price re-determination, performance of this contract is divided into successive periods. The first period shall extend from the date of the contract to October 31, 2008 and the second and each succeeding period shall extend for 24 months from the end of the last preceding period. The first day of the second and each succeeding period shall be the effective date of price re-determination for that period. The re-determined price will issue by the Government as unilateral modification, no later 15 days prior to end of the period. Base CPI: West Urban – August 2006 – 207.5. Base Fixed Monthly Payment:

Page 2 of 2

(b) (4)

Page 4: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 1 of 13

C.1 Background......................................................................................................................... 2 C.2 Services Required ............................................................................................................... 2

C.2.1 Standard Receiving and Discharge of Federal Prisoners/Detainees:.......................... 3 C.2.2 Records Management: ................................................................................................ 4 C.2.3 Indemnification:.......................................................................................................... 4 C.2.4 Transportation ............................................................................................................. 5 C.2.5 Medical Services......................................................................................................... 6 C.2.6 Video Conferencing:................................................................................................... 6

C.3 Quality Control Management ............................................................................................. 7 C.4 Quality Assurance............................................................................................................... 7

C.4.1 Inspection by Regulatory Agencies: ........................................................................... 7 C.5 Performance Reviews ......................................................................................................... 8 C.6 Performance Ratings........................................................................................................... 8 C.7 Performance Matrix ............................................................................................................ 9 C.8 Contact for Contract Administration ................................................................................ 13

Page 5: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 2 of 13

C.1 Back ground Federal detention is a large component of criminal and immigration case processing by the U.S. Marshals Service (USMS) and, U.S. Immigration and Customs Enforcement (ICE), Department of Homeland Security (DHS). Law enforcement initiatives and increases in illegal immigration to the United States have created a complex detention program that the Department of Justice (DOJ) must effectively manage with available detention resources or acquire additional resources to meet increasing demands.

In response to the increasing concern regarding federal detention, the Office of the Federal Detention Trustee (OFDT) was established by a Congressional directive to exercise all power and functions authorized by law relating to the detention of federal prisoners and illegal aliens. Accordingly, OFDT leads the development of DOJ detention policy and manages federal detention resources to maximize available detention space.

Currently, non-federal detention bed space for federal detainees and prisoners is acquired through Intergovernmental Agreements (IGA’s), where a daily rate is paid to state and local governments, and facility-specific contracts with private service providers. The Department of Justice Appropriations Act for 2001 (Public Law 106-553) is designed to allow for the use of non-traditional contract vehicles when acquiring detention and other related services. This authority states:

“Sec. 119 - Notwithstanding any other provision of law, including section 4(d) of the Service Contract Act of 1965 (41 U.S.C. 353(d)), the Attorney General hereafter may enter into contracts and other agreements, of any reasonable duration, for detention or incarceration space or facilities, including related services, on any reasonable basis.”

In an effort to operate in the most effective way and receive the maximum benefit of Section 119 to meet the Government’s current and future goals, and acquire additional resources, OFDT desires to award long-term detention services contract to Corrections Corporation of America (CCA) for detention services at the Crossroads Correctional Center, Shelby, Montana.

C.2 Services Required

CCA will provide, by the terms and conditions identified in this contract, all necessary personnel, equipment, materials, supplies, and services for the management of comprehensive detention services, which include, but are not limited to, security, medical services, food service, safety, and sanitation.

These comprehensive detention services shall provide for the safe, secure, and humane confinement for a population principally consisting of prisoners or detainees charged with federal offences’ and detained while awaiting trial or sentencing, a hearing on

Page 6: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 3 of 13

immigration status, or deportation. Services are to be provided at the Crossroads Correctional Center.

Contractor performance shall be in accordance with the most current editions of the Federal Performance-Based Detention Standards (FPBDS), ICE Detention Requirements, American Correctional Association (ACA), Standards for Adult Local Detention Facilities (ALDF), and Standards Supplement, Standards for Health Services in Jails, latest edition, National Commission on Correctional Health Care (NCCHC).

Some ACA standards are augmented by DOJ, USMS, OFDT, and/or DHS/ICE policy and/or procedure. In cases where other standards conflict with DOJ/USMS/OFDT /DHS/ICE Policy or Standards, DOJ/USMS/OFDT/DHS/ICE Policy and Standards prevail.

All services and programs shall comply with this Performance Work Statement (PWS); the U.S. Constitution; all applicable federal, state, and local laws and regulations; applicable Presidential Executive Orders (E.O.); all applicable case law; and Court Orders. Should a conflict exist between any of the aforementioned standards, the most stringent shall apply. When a conflict exists and a conclusion cannot be made as to which standard is more stringent, the Contracting Officer (CO) shall determine the appropriate standard. The Contractor shall comply with DOJ, DHS, ICE, USMS regulation, Congressional mandate, federal law or E.O. Should the government invoke such changes, and the Contractor retains rights and remedies (i.e., equitable adjustment) under the terms and conditions of the contract.

The CCA will:

Provide a means for verification of their credentials and ACA accreditation.

Operate in full and complete compliance of the Federal Performance-Based

Detention Standards as defined. Those standards are available at http://www.usdoj.gov/ofdt/index.html.

Operate in full complete compliance with Montana State laws, regulations, and

1996 Operation and Management Services Contract, as amended between CCA and the Montana Department of Corrections (Section J, Attachment #1).

C.2.1 Standard Receiving and Discharge of Federal Prisoners/Detainees: The contractor

agrees to accept federal detainees only upon presentation by a law enforcement officer of the Federal Government with proper agency credentials and shall not relocate a federal detainee from one facility under its control to another without the permission of the Federal Government.

Page 7: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 4 of 13

Contractor shall only release federal prisoners/detainees only to law enforcement officers of the Federal Government agency initially committing the detainee (i.e., DEA, ICE, etc.) or to a Deputy United States Marshal (USM). Those detainees who are remanded to custody by a USM may only be released to a USM or an agent specified by the USM of the Judicial District.

Federal prisoners detainees sought for a state or local court proceeding must be acquired through a Writ of Habeas Corpus or the Interstate Agreement on Detainers and then only with the concurrence of the Federal Government.

C.2.2 Records Management: All records related to contract performance should be retained in

a retrievable format for the duration of the contract. Except as otherwise expressly provided in this PWS, the Contractor shall, upon completion or termination of the resulting contract, transmit to the Government any records related to performance of the contract.

The Contractor shall comply with all statutes, regulations, and guidelines from the National Archives and Records Administration. Records and information management functions are required and mandated by the following regulations: 44 U.S.C., 21, 29, 31, and 33; 36 CFR 12; 41 CFR 201 subchapters A and B; OMB Circular A-130; and DOJ Order 2710.8A, Removal and Maintenance of Documents. Criminal penalties for unlawfully destroying, damaging or removing federal records are addressed in 18 USC 2071, 793, 794, and 7989.

C.2.3 Indemnification: The Contractor shall protect, defend, indemnify, save, and hold

harmless the United States Government, the DOJ and its employees or agents, from and against any and all claims, demands, expenses, causes of action, judgments and liability arising out of, or in connection with, any negligent acts or omissions of the Contractor, its agents, sub-contractors, employees, assignees, or any one for whom the Contractor may be responsible. The Contractor shall also be liable for any and all costs, expenses, and attorneys’ fees incurred as a result of any such claim, demand, and cause of action, judgment or liability, including those costs, expenses, and attorneys’ fees incurred by the United States Government, the DOJ and its employees or agents. The Contractor’s liability shall not be limited by any provision or limits of insurance set forth in the resulting contract.

In awarding the contract, the Government does not assume any liability to third parties, nor will the Government reimburse the Contractor for its liabilities to third parties, with respect to loss due to death, bodily injury, or damage to property resulting in any way from the performance of the contract or any subcontract under this contract.

The Contractor shall be responsible for all litigation, including the cost of litigation brought against it, its employees or agents for alleged acts or omissions. The Contracting

Page 8: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 5 of 13

Officer shall be notified in writing of all litigation pertaining to this contract and be provided copies of any pleadings filed or said litigation within five (5) working days of receipt of service. The Contractor shall cooperate with government legal staff and/or the United States Attorney regarding any requests pertaining to federal or Contractor litigation.

C.2.4 Transportation : CCA is responsible for the movement/transportation of all prisoners designated to the institution within the State of Montana. Examples of circumstances requiring prisoner movement/transportation include, but are not limited to: outside medical care; transfer or movement to/from other Government facilities; and airlift sites. The contractor’s transportation procedures shall ensure staff and prisoner security and safety. The contractor shall utilize restraint equipment identical to the USMS when one-for-one equipment exchange is required (e.g., airlifts).

Transportation and escort guard services will be performed by qualified detention or correctional officer personnel employed by CCA under their policies, procedures, and practices of the State of Montana. CCA agrees to augment such practices as may be requested by the USMS to enhance specific requirement for security, prisoner monitoring, visitation, and contraband control.

Specific services CCA agrees, upon request of the USMS in whose custody a prisoner is held, to provide:

1) Transportation and escort guard services for federal prisoners housed at their facility to and from a medical facility for outpatient care;

2) Transportation and stationary guard services for federal prisoners admitted to a medical facility;

3) Transportation and escort guard services for federal prisoners housed at their facility to

and from the U.S. Courthouse1;

4) Transportation and escort guard services for federal prisoners housed at their facility to and from the Justice Prisoner and Alien Transportation (JPATS) airlift sites.

5) Transportation and escort guard services for federal prisoners housed at their

facility to and from other Government facilities housing federal prisoners within the State of Montana.

1 CCA will not transport federal prisoners to any U.S. Courthouse without a specific request from the USM who will provide the prisoner’s name, the U.S. Courthouse, and the date the prisoner is to be transported. Upon arrival at the courthouse, transportation and escort guard will turn federal prisoners over to Deputy U.S. Marshals only upon presentation by the deputy of proper law enforcement credentials;

(b) (7)(E)

Page 9: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 6 of 13

6) Transportation and escort guard services for federal prisoners requiring transport to or from other Government facilities along the same transportation route of a scheduled trip within the State of Montana.

C.2.5 Medical Services: CCA is financially responsible for all medical treatment provided to

federal detainees within the facility. CCA shall provide the full range of medical care required within the facility including dental care, mental health care, pharmaceuticals, and record keeping, as necessary to meet the essential standards of the National Commission of Correctional Health Care’s Standards for Health Services for Prisons (current edition).

CCA will submit to the USMS requests for approval of all treatment to be provided outside the facility. The USMS shall be responsible for the cost of approved outside medical treatment.

In the event of an emergency, CCA shall proceed immediately with necessary medical treatment. In such event, CCA shall notify the USMS immediately regarding the nature of the federal detainee’s illness or injury, type of treatment provided, and the estimated cost thereof.

CCA shall promptly forward medical invoices for outside medical care to the USMS within 30 days of receipt.

The facility shall have in place an adequate infectious disease control program, which includes testing all prisoners at the facility for Tuberculosis (TB) as soon as possible upon intake (not to exceed 14 days) and read within 72 hours. TB testing shall be accomplished in accordance with the latest CDC Guidelines and the results documented on the federal detainee’s medical record. CCA shall immediately notify the USMS of any cases of suspected or active TB so that any scheduled transports or production can be delayed until a physician verifies the federal detainee’s TB status.

When a federal detainee is being transferred and/or released from the facility, he will be provided with a seven (7) days of prescription medication which will be dispensed from the detention facility. When possible, generic medications should be prescribed. Medical records must travel with the federal detainee.

If the records are maintained at a medical contractor’s facility, it is the detention facility’s responsibility to obtain them before a federal detainee is moved. C.2.6 Video Conferencing: Facility shall include video conferencing stations that permit

prisoners and their attorneys to communicate in a secure manner which will preserve the confidentiality of the attorney-client relationship.

Page 10: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 7 of 13

C.3 Quality Control Management The Contractor is responsible for management and quality control actions necessary to meet the quality standards set forth in the contract. In compliance with the Federal Acquisition Regulation (FAR) Clause 52.246-4, Inspection of Services-Fixed Price, the Contractor must provide a Quality Control Plan (QCP) to the Contracting Officer no later than 60 days after contract award. The plan must include:

1) A description of the methods to be used for identifying and preventing defects in the quality of service performed;

2) A description of the records to be kept to document inspections and corrective or preventive actions taken; 3) Records of inspection that must be kept and made available to the Contracting Officer, when requested, through the contract performance period and for the period after contract completion until final settlement of any claims under this contract.

C.4 Quality Assurance The Government quality assurance is comprised of the various functions, including inspection, performed by the Government to determine whether a Contractor has fulfilled its contract obligations pertaining to quality. The Government’s QA program is not a substitute for quality control by the Contractor.

Each phase of the services rendered under this contract is subject to Government inspection both during the Contractor’s operations and after completion of the tasks. When the Contractor is advised of any unsatisfactory condition(s), the Contractor shall submit a written report to the CO addressing corrective/preventive actions taken. The Contracting Officer’s Technical Representative (COTR) may check the Contractor’s performance and document any non-compliance, but only the CO may take formal action against the Contractor for unsatisfactory performance.

The COTR will be designated subsequent to contract award and a delegation of COTR duties and authority will be furnished to the Contractor. The Government may reduce the Contractor’s invoice or otherwise withhold payment for any individual item of nonconforming service observed as specified in Contractor’s Failure to Perform Required Services. The Government may apply various inspection and extrapolation techniques to determine the quality of service and the total payment due.

C.4.1 Inspection by Regulatory Agencies: Work described in the contract, is subject to

inspection by other agencies to include federal, state and local governments. The

Page 11: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 8 of 13

Contractor shall participate in responding to all requests for information and inspection or review findings by regulatory agencies.

C.5 Performa nce Reviews In accordance with the Federal Acquisition Regulations (FAR), subpart 37.601 Performance-based Acquisition, the Government must have a method of assessing contractor performance against performance standards. Further, the contract specify procedures for reductions to the price of a fixed-price contract when services are not performed or do not meet contract requirements. This Performance Summary establishes the performance level required by the Government to meet the contract requirements.

The following methods of surveillance may be used in the assessments of contract performance:

A) Systematic: These reviews will be scheduled inspections focusing on a specific

discipline. Assessments may be performed by Government monitors or by other parties designated by the Government.

B) Ad-Hoc: These reviews will be conducted as a result of special interests arising from

routine monitoring of the contractor's quality control system an unusual occurrence pertaining to the contract or other Government concerns.

C.6 Performa nce Ratings The contract requirements are divided into various disciplines, each of which has a number of key functions. Successful performance of a key function is essential for successful performance of the related discipline. Each discipline comprises a specific percentage of the overall contract requirement. Reductions in contract price will be based on these percentages applied to the overall monthly invoice.

At the conclusion of any review, a report will be written and an adjectival rating of contractor performance within each discipline will be assigned. The following rating system will be used:

Excellent: The program conforms to the FPBDS in an exceptional manner and conformance is maintained with exceptional internal controls. Policies and procedures for achieving the program standards are documented and adequate for the mission of the facility; the policies and procedures are communicated to staff; the policies and procedures are fully implemented; and the desired outcome is achieved. Level of performance in the aggregate exceeds the minimum performance standard by substantial margin; deficiencies are nonexistent or extremely minor.

Page 12: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 9 of 13

Good: The program conforms to the FPBDS in an acceptable manner. Internal controls limit procedural deficiencies. The facility more than accomplishes the requirements of program standards. Level of performance in the aggregate meets the performance standard: deficiencies are minor and offset by outstanding elements of performance within the review guideline.

Acceptable: The program is meeting the requirements of the FPBDS. There are no breakdowns that would keep the program from continuing to accomplish the mission of the facility. Level of performance in the aggregate meets the performance standards; deficiencies are minor and there are no outstanding elements of performance present within the review guideline.

Deficient: The program is unable to meet the requirements of one or more of the FPBDS. Internal controls are weak, resulting in serious deficiencies in one or more areas. The level of performance in the aggregate fails to meet the performance standards: deficiencies are pervasive.

At-Risk: Operation of the program is impaired to the point that the facility is unable to accomplish its mission. The program is unable to meet the requirements of the FPBDS and is unlikely to meet those requirements in the foreseeable future without substantial corrective action. The level of performance in the aggregate fails to meet the performance standards: deficiencies require immediate corrective actions.

C.7 Performa nce Matrix

This Performance Matrix serves to communicate what the Government intends to qualitatively inspect. The matrix identifies:

A. Each contract requirement and the key functions essential to successful

performance of each contract requirement; B. Define the minimum performance rating acceptable for each contract requirement;

and C. Specify the maximum percentage of total contract value attributable to each

contract requirement.

Page 13: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 10 of 13

Administration and Management Objective - Addresses policy development and monitoring; internal quality control; maintenance of detainee records, funds, and property; admission and orientation procedures; detainee release; and accommodations for the disabled. Value: 20% Minimum Successful Performance Rating: Acceptable

FPBDS Section Standard (A.1) Policy Development and Monitoring (A.2) (K.1) Internal Inspections and/or Reviews (A.3) Detainee Records (A.4) Admission and Orientation (A.5) (K.2) Personal Property and Monies (A.6) (K.3) Detainee Release (A.7) Accommodations for the Disabled Health Care Objective - Addresses the policies and procedures for administering quality health care by licensed personnel; maintaining accurate health information data; timely health screening, treatment, program intervention and follow-up of all cases; access to routine, acute chronic, and emergency health services, response to medical, mental and dental health needs of detainees; suicide prevention; infectious disease; hunger strikes; and detainee death. Value: 15% Minimum Successful Performance Rating: Acceptable

FPBDS Section Standard (B.1) Intake Health Screening (B.2) (K.4) Medical, Dental, and Mental Health Appraisals (B.3) (K.5) Access to Routine, Acute Chronic, and Emergency Health Services (B.4) Experimental Research (B.5) Response to Medical, Mental, and Dental Health Needs (B.6) Suicide Prevention (B.7) Detainee Hunger Strikes (B.8) Detainee Death (B.9) Informed Consent/Involuntary Treatment (B.10) Infectious Disease

Page 14: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 11 of 13

Security and Control Objective - Addresses the issuance of policies and procedures to staff; appropriate use of force; maintenance of daily incident logs; emergency readiness; and detainee accountability and discipline. Value: 20% Minimum Successful Performance Rating: Acceptable

FPBDS Section Standard (C.1)(K.6) Post Orders (C.2) Permanent Logs (C.3) (K.7) Security Features (C.4) (K.8) Security Inspections and/or reviews (C.5) Control of Contraband (C.6) Detainee Searches (C.7) Detainee Accountability and Supervision (C.8) Use of Force (C.9) Non-routine Use of Restraints (C.10) Tool & Equipment Control (C.11) Weapons Control (C.12) Detainee Discipline (C.13) Supervision for Special Housing (C.14)(K.9) Contingency/Emergency Plan Food Service Objective - Address basic sanitation procedures and the adequacy of meals provided to detainees. Value: 15% Minimum Successful Performance Rating: Acceptable

FPBDS Section Standard (D.1) (K.10) Sanitation Requirements (D.2) (K.11) Ensure Meals are Varied (D.3) Special Diets Staff and Detainee Communication Objective - Address opportunities for detainees to communicate with staff; detainee grievance procedures; and the provision of diversity training. Value: 5% Minimum Successful Performance Rating: Acceptable

FPBDS Section Standard (E.1) (K.12) Staff-Detainee Communication (E.2) Diversity Training (E.3)(K.13) Detainee Grievances

Page 15: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 12 of 13

Safety and Sanitation Objective - Addresses the adequacy of fire safety programs; the control of dangerous materials and/or hazards; air quality, noise levels, and sanitation of the facility; and the cleanliness of clothing and bedding. Value: 5% Minimum Successful Performance Rating: Acceptable

FPBDS Section Standard (F.1) Fire Safety (F.2) Non-Hazardous Furnishings (F.3) Control of Dangerous Materials (F.4) Environmental Control (F.5) (K.14) Clothing and Bedding (F.6) Personal Hygiene/Well-being (F.7) (K.15) Physical Facility and Equipment Services and Programs Objective - Addresses detainee classification; religious practices; work assignments; availability of exercise opportunities; access to legal materials and legal representation; access to a telephone; visitation privileges; and the handling of detainee mail and correspondence. Value: 15% Minimum Successful Performance Rating: Acceptable

FPBDS Section Standard (G.1) (K.16) Classification, Review, and Housing (G.2) (K.17) Religious Practices (G.3) Volunteer Work Assignments (G.4) Work Assignments and Security (G.5) Exercise and Out-of-Cell Opportunities (G.6) Legal Materials (G.7) (K.18) Legal Representation (G.8) Telephone Access (G.9) Visitation Privileges (G.10)(K.19) Detainee Mail and Correspondence Workforce Integrity Objective - Address the adequacy of the facility’s hiring process and background check procedures, and the adequacy of procedures to respond to allegations of staff misconduct. Value: 2.5% Minimum Successful Performance Rating: Acceptable

FPBDS Section Standard (H.1) Staff Background and Reference Checks (H.2) Staff Training, Licensing, and Credentialing (H.3) Staff Misconduct

Page 16: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana Section C

Section C - Performance Work Statement

Montana Detention Services Contract Page 13 of 13

Detainee Discrimination Objective – Address the adequacy of policies and procedures designed to prevent discrimination against detainees based on gender, race, religion, national origin, or disability. Value: 2.5% Minimum Successful Performance Rating: Acceptable

FPBDS Section Standard (I.1) Discrimination Prevention

C.8 Contact for Contract Administration

The Contractor shall designate a person to serve as the contract administrator for the contract. The contract administrator is responsible for overall compliance with contract terms and conditions. The Contractor’s designation of representatives to handle certain functions under this contract does not relieve the contract administrator of responsibility for contract compliance. Any changes to the designated individual must be provided to the Contracting Officer in writing, with the proposed effective date of the change.

Name

Jim MacDonald

Title Warden

Address

Crossroads Correctional Center 75 Health Road Shelby, Montana

Zip Code 59474

Telephone FAX (406) 434-7068

E-Mail Address

(b)(6), (b)(7)(C)

(b)(6), (b)(7)(C)

NRobinson
Typewritten Text
b
NRobinson
Typewritten Text
NRobinson
Typewritten Text
Page 17: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

SECTION E

INSPECTION AND ACCEPTANCE E.1 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE (AUG 1996) (a) Definitions. "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service or (2) terminate the contract for default. E.2 CONTRACTOR QUALITY CONTROL PLAN The contractor shall develop, maintain and submit, in accordance with Section L of the PWS, a Quality Control Plan (QCP) delineating the contractor’s quality control program/inspection system to monitor and control their performance of services required in order to meet the requirements of the PWS. The program/inspection system shall explain in detail how the contractor shall sustain the quality of providing Comprehensive Detention Services.

Page 1 of 8

Page 18: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

E.3 GOVERNMENT QUALITY ASSURANCE SURVEILLANCE PLAN (a) The OFDT’s Quality Assurance Surveillance Program (QAP) is based on the premise that the contractor, and not OFDT, is responsible for management and quality control actions to meet the terms of the contract. The QAP procedures recognize that the contractor is not a perfect manager and that unforeseen and uncontrollable problems do occur. Good management and use of an adequate Quality Control Plan will allow the contractor to operate within acceptable quality levels. (b) In accordance with FAR 52.246-4, Inspection of Services--Fixed-Price, each phase of the services rendered under this contract is subject to OFDT inspection both during the contractor's operations and after completion of the tasks. When the contractor is advised of any unsatisfactory condition(s), the contractor shall submit a written report to the Contracting Officer (CO) addressing corrective/preventive actions taken. The OFDT's QAP is not a substitute for quality control by the contractor. (c) The Contracting Officer's Technical Representatives (COTR) may check the contractor's performance and document any noncompliance, however, only the Contracting Officer may take formal action for unsatisfactory performance. (d) The OFDT may reduce the contractor's invoice or otherwise withhold payment for any individual item of nonconformance observed as specified below in the Contractor's Failure to Provide Services Clause. The Government may apply various inspection and extrapolation techniques (i.e., 100 % surveillance, random sampling, planned sampling, unscheduled inspections, etc.) to determine the quality of services and the total payment due. E.4 CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES The rights of the Government and remedies described in this section are in addition to all other rights and remedies set forth in this solicitation. Specifically, the Government reserves its rights under the Inspection of Services and Termination Clauses. Any reductions in the contractor's invoice shall reflect the contract's reduced value resulting from the contractor's failure to perform required services. The contractor shall not be relieved of full performance of the services hereunder and may be terminated for default based upon inadequate performance of services, even if a reduction was previously taken for any inadequate performance. E.5 FACILITY REVIEW (YEARLY) The facility will be reviewed at least once every twelve months in accordance with the terms of the contract. Reviews will be done on more frequent basis if specified in the contract, or if a facility performance is found to be substandard. (a) Review Process - A facility review will consist of five phases: pre-review preparation, on-site review, report production, review of conclusions, and follow-up review. If the facility has programs that receive “Deficient” or “At-Risk” performance ratings the facility will undergo a follow-up review phase. If all of the facility’s reviewed programs are judged to be “Acceptable”

Page 2 of 8

Page 19: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

or better, the facility review will be closed after the facility has completed any specified corrective actions and action plans. (b) Discovery of Deficiencies – The review team will investigate and report on any significant and relevant problems or areas needing improvement. Review team members will also examine the status and results of corrective actions implemented by the facility after recent reviews to determine whether the deficiencies have been remedied. A deficiency is defined as “a facility or facility administration problem or weakness noted by the review team that needs to be corrected.” In its broadest sense, a deficiency includes any condition needing improvement, but the term “deficiency” also can be used to describe: - Deviations from policy or regulation - Weaknesses in internal controls - Lack of quality controls - Failure to observe accepted standards of practice for a particular profession - Lack of operating efficiency - Failure to meet program objectives - Nonconformance with a key standard within the Performance-Based Detention Standards (1) For each deficiency in a program area discovered during the on-site review, the Review Team Coordinator will determine whether the deficiency is indicative of a significant finding (i.e., a glaring deficiency or pattern of deficiencies substantial enough to conclude that corrective action is required). In evaluating the seriousness, or materiality, of each deficiency, the Review Team Coordinator will consider the risk presented by the deficiency to the facility’s ability to effectively conform to the Performance-Based Detention Standards. (2) If the Review Team Coordinator concludes that the deficiency is material enough to warrant a significant finding, the review team will collect and organize evidence of the deficiency in a manner that supports the significant finding and will investigate its causes and effects for inclusion in the facility review report. Each significant finding presented in the report will describe the deficient condition(s), provide one or more examples, explain why it is deficient, detail its existing and potential effects, suggest its probable cause, and identify required (binding) and recommended (non-binding) corrective action(s) to rectify the deficiency. (3) Deficiencies deemed by the Review Team Coordinator to be insufficiently material to justify presentation, as one or more significant findings will be disclosed in a separate section of the facility review report. This separate section will include non-binding recommendations for corrective action that the contractor will be encouraged to implement. A contractor’s failure to implement a non-binding recommendation will not, by itself, cause the facility to receive a lower performance rating during its next facility review. However, if the facility exhibits worsening performance partly as a result of not implementing the recommended corrective action, it could earn a lower performance rating during the next review. (c) Life-Threatening Conditions and Public Safety Concerns – Review team members will alert the Review Team Coordinator to any facility conditions that might pose a threat to detainees’ lives or compromise facility security to a degree that the lives of facility staff or the

Page 3 of 8

Page 20: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

public are endangered. The Review Team Coordinator, in turn, will investigate the condition further with review team members. If the Review Team Coordinator confirms the condition’s severity, he or she will discuss it with the contractor as soon as possible, and will encourage the contractor to correct the condition before the on-site inspection is completed. (d) Fraud, Abuse, and Illegal Acts – The review team will inform the Review Team Coordinator if it discovers any evidence of fraud, abuse, or illegal acts. The Review Team Coordinator will inform the contractor of these discoveries and will include descriptions of the offending activities in a special and prominent section of the facility review report. (e) Hindered Reviews – Facility programs that cannot be adequately reviewed due to a lack of cooperation from facility staff, the staff’s failure to adequately prepare for the on-site inspection, or by interference with the review itself will receive an “At-Risk” performance rating for each program that was inadequately evaluated. In these cases, the review team will attempt to evaluate all programs to the extent possible despite the hindrances. The review team will complete a review report that includes descriptions of the manner in which the review team was prohibited from completing proper program evaluation. (f) Cancellation of Reviews due to Unforeseen Circumstances – Scheduled and confirmed facility reviews that cannot be conducted due to circumstances beyond the control of the facility staff or the review team (e.g., inclement weather that precludes review team travel, a staff medical emergency, etc.) will be rescheduled for the earliest possible date. The Review Team Coordinator will inform the contractor of the dates for the rescheduled review within 10 days of the original review’s postponement. A contractor can request a facility review postponement by formally submitting this request to the Review Team Coordinator, along with an explanation of the circumstances justifying the cancellation. Facility review postponements and rescheduling will rarely occur. Each occurrence will be documented in the review file of the corresponding facility; this file will include a signed formal letter explaining why the postponement was needed. (g) Performance Ratings - During a facility review, performance ratings will be assigned to the facility for each of the nine programs identified by the Performance-Based Detention Standards. The review team will use the following individual program performance ratings to assign an overall performance rating to the facility: Excellent : The program conforms to the Performance-Based Detention Standards in an exceptional manner and conformance is maintained with exceptional internal controls. Policies and procedures for achieving the program standards are documented and adequate for the mission of the facility; the policies and procedures are communicated to staff; the policies and procedures are fully implemented; and the desired outcome is achieved. The level of performance in the aggregate exceeds the minimum performance standard by substantial margin; deficiencies are nonexistent or extremely minor. Good: The program conforms to the Performance-Based Detention Standards in an acceptable manner. Internal controls limit procedural deficiencies. The facility more than accomplishes the requirements of program standards. The level of performance in the aggregate

Page 4 of 8

Page 21: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

meets the performance standards: deficiencies are minor and offset by outstanding elements of performance within the review guideline. Acceptable: The program is meeting the requirements of the Performance-Based Detention Standards. There are no breakdowns that would keep the program from continuing to accomplish the mission of the facility. Level of performance in the aggregate meets the performance standards; deficiencies are minor and there are no outstanding elements of performance present within the review guideline. Deficient: The program is unable to meet the requirements of one or more of the Performance-Based Detention Standards. Internal controls are weak, resulting in serious deficiencies in one or more areas. The level of performance in the aggregate fails to meet the performance standard: deficiencies are pervasive. At-Risk: Operation of the program is impaired to the point that the facility is unable to accomplish its mission. The program is unable to meet the requirements of the Performance-Based Detention Standards and is unlikely to meet those requirements in the foreseeable future without substantial corrective action. The level of performance in the aggregate fails to meet the performance standards: deficiencies require immediate corrective actions. (h) Review Conclusions: (1) Review of Initial Review Report – The Review Board will examine the initial facility review report and the recommendations produced by the review team, and will furnish the Review Team Coordinator with any changes within 10 calendar days after receiving the report. Review team members will be consulted to clarify any ratings that appear inconsistent with the report narrative. (2) Transmittal of Report to Contractor – The Review Team Coordinator will make the stipulated report changes within 10 days after receiving comments from the Review Board, and will transmit the updated report to the Review Board, Contracting Officer and contractor. If no corrective actions are required, the contractor will contact the Review Team Coordinator within 30 days to acknowledge receipt of the report, and at this time may comment on the contents of the report or the overall rating received. If corrective actions are required, the contractor will declare either agreement or disagreement with the binding recommendations in the report. If the contractor is in agreement with the findings, he/she will report back to the Review Team Coordinator on the steps taken to comply with the binding recommendations within 30 days of receiving the facility review report. For each action that the contractor does not expect to complete within 30 days, a written action plan identifying target dates for completing each major step will be developed and included in the report. The Review Team Coordinator will review the contractor administrator’s response to ensure that it is complete and that all required corrective actions have been taken, or that an action plan has been developed to remedy significant findings within 90 days of the facility review report’s issue. The facility Review Team Coordinator will forward all appropriate facility review documentation to the Contracting Officer, as necessary.

Page 5 of 8

Page 22: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

(3) Appeals of Review Findings – If the contractor disagrees with any finding, binding recommendation, or performance rating, he or she will submit a formal written appeal to the Review Board within 30 days of receiving the facility review report. In this appeal, the contractor will explain why a rating or finding is unjustified, or why a required action cannot or will not be taken. In the latter case, the contractor will suggest alternative methods of correcting the deficiency or of improving the program. The Review Board will evaluate the appeal and, if necessary, will discuss its merits with the review team. Within 30 days of receiving the appeal, the Review Board will decide whether to accept or deny the appeal and will send formal written notification of this decision through the Contracting Officer to the contractor and review team. If an appeal is accepted, the Review Team Coordinator will amend the facility review report to reflect approved changes. After decisions have been reached on any appeals, the Review Team Coordinator will distribute copies of the final version of the facility review report to all involved parties. The contractor will implement corrective actions and develop action plans for corrections that cannot be completed within 30 days. Corrective actions described by action plans will be completed within 90 days of the facility review report’s issue. (i) Follow-up Review (1) Communication of Corrective Actions Needed – For each action that cannot be completed within 30 days, the contractor will develop a written action plan identifying target dates for completing each major step. All actions will be completed no more than 90 days after the issue of the final review report. The contractor will send the action plans to the Review Team Coordinator and Contracting Officer within 30 days of the final facility review report’s issue. The Review Team Coordinator will review the action plans and will determine whether they will adequately address the underlying deficiencies. (2) Review of Completed Corrective Actions – The contractor will implement all corrective actions specified in the final team report and will formally document the actions taken, sign this document, and submit it to the Review Team Coordinator or other designated monitor. After receiving documentation of completed corrective actions and action plans from the contractor, the review team will determine whether to conduct one or more follow-up reviews to verify firsthand that the deficiencies have been remedied. Follow-up inspections will be conducted within 30 days of receipt of documentation from the contractor. This inspection will focus only on the program(s) affected by the corrective actions. The Review Team Coordinator will verify that the documentation provided by the contractor is accurate and that the corrective actions taken do not reduce facility performance in other areas below an “Acceptable” level. The Review Team Coordinator will hold a closeout meeting with the contractor at the end of the follow-up inspection to discuss its preliminary conclusions. (3) Follow-Up Review Report – No later than 14 days after the end of the follow-up inspection, the Review Team Coordinator or monitor will prepare a formal written report presenting the results of the follow-up review, and will submit this report to the contractor and Review Board. If no on-site review is done, the report will be completed within 30 days of receipt of documentation from the contractor. This report will indicate whether the corrective actions sufficiently improve the affected facility programs to an “Acceptable” performance level or better. If the Review Team Coordinator or monitor deems that facility changes are adequate,

Page 6 of 8

Page 23: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

the follow-up review and facility review will be closed, and the Contracting Officer and the contractor will be notified of the closure. None of the performance ratings for facility programs will be altered as a result of the follow-up review, no matter how well the facility addresses its deficiencies, and the next facility program reviews will be scheduled according to the procedures described previously. (4) Appeals of Follow-Up Conclusions – If the Review Team Coordinator or monitor concludes that the corrective actions taken by the facility are inadequate to bring the reviewed facility programs to an “Acceptable” performance level or better, the contractor will be given 10 days to appeal this conclusion. To lodge an appeal, the contractor will formally submit a written letter detailing any flaws in the follow-up analysis and explaining why the facility’s improvements meet the corrective actions prescribed. The Review Board will weigh the appeal and issue a decision no later than 10 days after receiving it. The follow-up review report will be amended to reflect the Review Board’s decision, if the Review Board agrees with the contractor’s argument. The follow-up review and facility review will be closed and the Contracting Officer and the contractor will be notified of the closure. The next facility program reviews will be scheduled. (5) Filing and Retention of Review Report – When a facility review is closed, all reports completed as part of the facility review—including completed and closed follow-up review reports—will be included in the facility review file. An inventory of reports other background information regarding the facility’s performance that were collected from other agencies during the pre-inspection preparation phase will also be kept. The government will retain these support documents and all working documents generated during a facility review in accordance with requirements in the FAR. Only one review file and set of support documents will be retained for each facility. After the retention period has elapsed, the government will archive the working documents in accordance with government regulations. E.6 INSPECTION BY REGULATORY AGENCIES Work described within the contract is subject to inspection by other regulatory agencies. The contractor shall respond to all requests for information and inspection or review findings by regulatory agencies. E.7 PERFORMANCE EVALUATION MEETINGS The contractor's representatives shall meet with the USMS COTR and the CO on a regular basis as determined necessary by the CO. These meetings will provide a management level review and assessment of contractor performance, a discussion and resolution of problems, and, if applicable, a draft of the contractor's proposed invoice. A mutual effort will be made to resolve all problems identified. The contractor is responsible for the preparation of the meeting minutes. The contractor’s representative shall sign the written meeting minutes and OFDT's or USMS representative.

Page 7 of 8

Page 24: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

E.8 INSPECTION AND RECEIVING REPORT (a) The contractor shall prepare an original invoice plus two copies. (See Section G for invoice preparation.) The Original Invoice shall be furnished to the USMS COTR. An additional copy of the invoice, clearly marked as an Information Copy, shall be submitted to the CO to increase efficiency in the certification process. (b) Upon receipt of a proper invoice, the USMS COTR will certify that the services were satisfactorily performed and forward to the CO for coordination.

Page 8 of 8

Page 25: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

Page 1 of 1

SECTION F

DELIVERIES OR PERFORMANCE F.1 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: www.arnet.gov I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

NUMBER DATE TITLE

52.242-15 AUG 1989 Stop-Work Order 52.242-17 APR 1984 Government Delay of Work

F.2 PERFORM ANCE (a) The contractor must be determined by the USMS and OFDT to be in compliance with contract requirements and capable of assuming full responsibility for performance no later than January 30, 2007. This may occur earlier at the request of the contractor, but only if the OFDT determines the contractor is capable of accepting detainees. The contractor's ability to perform in accordance with the terms of the contract will be assessed by the OFDT prior to issuance of the Notice to Proceed (NTP). The OFDT will perform numerous assessments to ensure contract compliance prior to issuance of the NTP. In order to receive NTP the determination of contractor compliance with contract requirements applicable to issuance of the NTP are at the discretion of the CO. OFDT reserves its rights under the contract should the contractor fail to comply with the requirements necessary for issuance of the NTP. (b) The anticipated period of performance: Base Period: January 30, 2007 to October 31, 2008 Option 1: November 1, 2008 to October 31, 2010 Option 2: November 1, 2010 to October 31, 2011 Option 3: November 1, 2011 to October 31, 2013 Option 4: November 1, 2013 to October 31, 2015 Option 5: November 1, 2015 to October 31, 2017 Option 6: November 1, 2017 to June 30, 2019

Page 26: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

Page 1 of 2

SECTION G

CONTRACT ADMINISTRATION DATA

G.1 CONTRACTING OFFICER Scott P. Stermer, Chief,

Procurement Division Office of the Federal Detention Trustee

1331 Pennsylvania Ave, NW Wa shington DC, 20530 Fax: 202-353-4611 The Contracting Officer is responsible for directing or negotiating any changes in terms, or amounts cited in the contract. Only the Contracting Officer has the authority to: • increase or decrease the contract amount; • direct or negotiate and changes; • modify or extend the period of performance; • authorize payment under this contract; • otherwise modify any terms or conditions of this contract. G.2 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (JAR 2852.201-70) (JAN 1985)

(a) Mr. USMS, Post Office Box 2224, Great Falls, Montana, 59403 is hereby designated to as act as Contracting Officer’s Technical Representative (COTR) under this contract.

(b) The COTR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment, technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes.

(c) The COTR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement.

(b)(6), (b)(7)(C)

Page 27: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

Page 2 of 2

G.3 INVOICE PREPARATION AND SUBMISSION In consideration for the contractor's satisfactory performance of services called for under this contract, monthly payments shall be made to the contractor at the rates identified in Section B. An appropriate invoice to be submitted to the COTR at the address listed above must include: • Name and address of the Contractor; • Invoice date and number; • Contract number, contract line item number; • Description, quantity, unit of measure, unit price and extended price of the services

provided; • Terms of any discount for prompt payment offered; • Name and address of official to whom payment is to be sent; • Name, title, and phone number of person to notify in event of defective invoice; and • Taxpayer Identification Number; and • Electronic funds transfer banking information in accordance with FAR 52.232-33, Payment

by Electronic Funds Transfer—Central Contractor Registration. G.4 BILLING PROCEDURE (a) The Government will make payments to the Contractor on a monthly basis, promptly after receipt of an appropriate invoice. (b) The Contractor shall provide a remittance address below:

United States Marshal Service 316 North 26th Street Room 5018 Billings, Montana 59101

Page 28: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

Page 1 of 2

SECTION H SPECIAL CONTRACT REQUIREMENTS H.1 CHANGE IN KEY PERSONNEL Following contract award, any change in key personnel listed in Section C during contract performance, is subject to the review and approval of the CO. H.2 POST-AWARD PERFORMANCE CONFERENCE A post-award performance conference may be held prior to issuance of the Notice to Proceed. The purpose of the post-award performance conference is to: discuss and develop a mutual understanding concerning scheduling and administering the work; introduce USMS and OFDT and contractor staff; and resolve as many potential problems as possible before performance. Contractor participation in the post-award performance conference will be required. The Contract Manager, and other contractor personnel as identified by the Contracting Officer, will be required to attend the post-award performance conference. H.3 INSURANCE REQUIREMENTS Coverage shall be at least to the following minimum limits. If the contractor has or obtains primary and umbrella excess policies, there shall be no gap between them. Workers' Compensation Insurance in an amount required by the law of the state in which the institution is located for all employees of the contractor; General Liability Insurance in an amount not less than two million dollars ($2,000,000) for each occurrence with an aggregate of at least five million dollars ($5,000,000). Stand-alone coverage for this project is desired. However, if the commercial general liability format is used, the aggregate limits are to apply per location and per project. Coverage shall also include medical and professional liability for nurses, doctors, attorneys, counselors, psychologists and/or social workers. Coverage to include unlimited defense coverage in addition to limits of liability; Automobile and other vehicle liability insurance in an amount not less than $2,000,000 per occurrence, insurance is to be provided under a business auto form; Contractor must provide Proof prior to performance date that all required insurance has been obtained. Proof of the renewal will be required on the anniversary date of the policy.

Page 29: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

Page 2 of 2

H.4 SERVICE CONTRACT ACT - MONTANA CCA agrees to pay the applicable standard prevailing rate of wages as determined by the Commissioner of Labor and Industry, State of Montana performed under this contract. As authorized by Montana Code, Title 18, Public Contracts. (Section J Attachment #1)

18-2-402. Standard prevailing rate of wages;

(1) The Montana commissioner of labor may determine the standard prevailing rate of wages applicable to public works contracts under this part. The commissioner shall undertake to keep and maintain copies of collective bargaining agreements and other information on which the rates are based. (2) The provisions of this part do not apply in those instances where the standard prevailing rate of wages is determined pursuant to federal law. (3) In no instances where this part is applicable shall the standard prevailing rate of wage be determined to be greater than the applicable rate of wage in the area for the particular work in question as negotiated under existing and current collective bargaining agreements.

18-2-401. Definitions;

Unless the context requires otherwise, in this part, the following definitions apply:

(9) "Non-construction services" means work performed by an individual, not including management, office, or clerical work, for: (a) the maintenance of publicly owned buildings and facilities, including public highways, roads, streets, and alleys; (b) custodial or security services for publicly owned buildings and facilities; (c) grounds maintenance for publicly owned property; (d) the operation of public drinking water supply, waste collection, and waste disposal systems; (e) law enforcement, including janitors and prison guards; (f) fire protection; (g) public or school transportation driving; (h) nursing, nurse's aid services, and medical laboratory technician services; (i) material and mail handling; (j) food service and cooking; (k) motor vehicle and construction equipment repair and servicing; and (l) appliance and office machine repair and servicing.

Page 30: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

Page 1 of 5

PART II - CONTRACT CLAUSES

SECTION I

I.1 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): www.arnet.gov I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER DATE TITLE 52.202-1 JUL 2004 DEFINITIONS 52.203-3 APR 1984 GRATUITIES 52.203-5 APR 1984 COVENANT AGAINST CONTINGENT FEES 52.203-6 JUL 1995 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT 52.203-7 JUL 1995 ANTI-KICKBACK PROCEDURES 52.203-8 JAN 1997 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY 52.203-10 JAN 1997 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY 52.203-12 SEP 2005 LIMITATION ON PAYMENTS TO INFLUENCE

CERT AIN FEDERAL TRANSACTIONS 52.204-2 AUG 1996 SECURITY REQUIREMENTS 52.204-4 AUG 2000 PRINTED OR COPIED DOUBLED-SIDED ON

RECYCLED PAPER 52.204-6 OCT 2003 DATA UNIVERSAL NUMBERING SYSTEM 52.204-7 OCT 2003 CENTRAL CONTRACTOR REGISTRATION 52.209-6 JAN 2005 PROTECTING THE GOVERNMENT'S INTEREST

WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT

52.215-2 JUN 1999 AUDIT AND RECORDS--NEGOTIATION 52.215-8 OCT 1997 ORDER OF PRECEDENCE--UNIFORM CONTRACT

FORMAT 52.215-10 OCT 1997 PRICE REDUCTION FOR DEFECTIVE COST OR

PRICING DATA 52.215-12 OCT 1997 SUBCONTRACTOR COST OR PRICING DATA 52.215-15 OCT 2004 PENSION ADJUSTMENTS AND ASSET REVERSIONS

Page 31: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

Page 2 of 5

52.215-18 JUL 2005 REVERSION OR ADJUSTMENT OF PLANS FOR POST RETIREMENT BENEFITS (PRB) OTHER THAN

PENSIONS 52.215-21 OCT 1997 REQUIREMENTS FOR COST OR PRICING DATA OR

INFORMATION OTHER THAN COST OR PRICING DATA--MODIFICATIONS

52.217-2 OCT 1997 CANCELLATION UNDER MULTIYEAR CONTRACTS 52.219-8 MAY 2004 UTILIZATION OF SMALL BUSINESS CONCERNS 52.219-9 JUL 2005 SMALL BUSINESS SUBCONTRACTING PLAN 52.219-16 JAN 1999 LIQUIDATED DAMAGES--SUBCONTRACTING PLAN 52.222-1 FEB 1997 NOTICE TO THE GOVERNMENT OF LABOR

DISPUTES 52.222-3 JUNE 2003 CONVICT LABOR 52.222-4 SEP 2000 CONTRACT WORK HOURS AND SAFETY

STANDARDS ACT--OVERTIME COMPENSATION 52.222-21 FEB 1999 PROHIBITION OF SEGREGATED FACILITIES 52.222-26 APR 2002 EQUAL OPPORTUNITY 52.222-35 DEC 2001 EQUAL OPPORTUNITY FOR SPECIAL DISABLED

VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS 52.222-36 JUN 1998 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.222-37 DEC 2001 EMPLOYMENT REPORTS ON SPECIAL DISABLED

VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS

52.222-41 MAY 1989 SERVICE CONTRACT ACT OF 1965, AS AMENDED 52.222-43 MAY 1989 FAIR LABOR STANDARDS ACT AND SERVICE

CONT RACT ACT--PRICE ADJUSTMENT (MULTIPLE YEAR AND

OPTION CONTRACTS) 52.222-44 FEB 2004 FAIR LABOR STANDARDS ACT AND SERVICE

CONTRACT ACT -- PRICE ADJUSTMENT 52.223-3 JAN 1997 HAZARDOUS MATERIAL IDENTIFICATION AND

MATERIAL SAFETY DATA 52.223-6 MAY 2001 DRUG-FREE WORKPLACE 52.223-12 MAY 1995 REFRIGERATION EQUIPMENT AND AIR

CONDITIONERS 52.223-14 AUG 2003 TOXIC CHEMICAL RELEASE REPORTING 52.224-1 APR 1984 PRIVACY ACT NOTIFICATION 52.224-2 APR 1984 PRIVACY ACT 52.225-11 JAN 2005 BUY AMERICAN ACT-CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS 52.227-1 JUL 1995 AUTHORIZATION AND CONSENT

Page 32: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

Page 3 of 5

52.227-2 AUG 1996 NOTICE AND ASSISTANCE REGARDING PATENT

AND COPYRIGHT INFRINGEMENT 52.229-3 APR 2003 FEDERAL, STATE, AND LOCAL TAXES 52.246-4 AUG 1996 INSPECTION OF SERVICES -- FIXED-PRICE 52.232-1 APR 1984 PAYMENTS 52.232-8 FEB 2002 DISCOUNTS FOR PROMPT PAYMENT 52.232-9 APR 1984 LIMITATION ON WITHHOLDING OF PAYMENTS 52.232-11 APR 1984 EXTRAS 52.232-17 JUN 1996 INTEREST 52.232-18 APR 1984 AVAILABILITY OF FUNDS 52.232-23 JAN 1986 ASSIGNMENT OF CLAIMS 52.232-25 OCT 2003 PROMPT PAYMENT 52.232-33 OCT 2003 PAYMENT BY ELECTRONIC FUNDS TRANSFER

CENT RAL CONTRACTOR REGISTRATION 52.233-1 JUL 2002 DISPUTES Alternate I (DEC 1991) 52.233-3 AUG 1996 PROTEST AFTER AWARD 52.233-4 OCT 2004 APPLICABLE LAW FOR BREACH OF CONTRACT

CLAIM 52.237-3 JAN 1991 CONTINUITY OF SERVICES 52.237-7 JAN 1997 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE 52.242-13 JUL 1995 BANKRUPTCY 52.243-1 AUG 1987 CHANGES - FIXED-PRICE Alternate I (APR 1984) 52.244-6 DEC 2004 SUBCONTRACTS FOR COMMERCIAL ITEMS 52.246-25 FEB 1997 LIMITATION OF LIABILITY - SERVICES 52.248-1 FEB 2000 VALUE ENGINEERING 52.249-2 MAY 2004 TERMINATION FOR CONVENIENCE OF THE GOVE RNMENT (FIXED-PRICE) 52.249-8 APR 1984 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) 52.253-1 JAN 1991 COMPUTER GENERATED FORMS I.2 52.204-1 APPROVAL OF CONTRACT (DEC 1989) This contract is subject to the written approval of the Department of Justice, OFDT and shall not be binding until so approved. I.3 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997) The Contractor shall make the following notifications in writing: (1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days.

Page 33: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

Page 4 of 5

(2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership. (b) The Contractor shall -- (1) Maintain current, accurate, and complete inventory records of assets and their costs; (2) provide the ACO or designated representative ready access to the records upon request; (3) ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining useful lives are identified accurately before and after each of the Contractor’s ownership changes; and (4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change. (c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k). I.4 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the current performance period. I.5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 20 years.

Page 34: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001, Montana

Page 5 of 5

I.6 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the clause. (b) The use in this solicitation or contract of any Department of Justice clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.

Page 35: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Contract Detention Services Contract ODT-7-C-0001

List of Docuements, Exhibits and Other Attachments

Attachment No. Title No. of Pages1 Small Business Subcontracting Plan 9

Total 9

Page 1 of 1

Page 36: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 . CONTRACT ID CODE rAG~ Of PAGES

I 2. AMENOMENT/MODIFICAITON NO. 3. EFFECTIVE DA TE 4 . REQUISITION/PURCHASE REQ. NO ,5. PROJECT NO. (If apphcble)

001 02/09/07 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I Office of the Federal Detention Trustee See Box 6 4601 North Fairfax Drive, Suite 910 Arlington, VA 22203

8. NAME ANO ADDRESS OF CONTRACTOR (No., street. county, State and ZIP Code) (X) SA. AMENDMENT OF SOUCIA TION NO. -

Corrections Corporation of America

10 Burton Hills Boulevard SB. DATED (SEE ITEM 11)

Nashville , Tennessee 37212 10A. MODIFICATION or CONTRACT/ORDER NO.

ODT-7-C-0001 1 OB. DATED {SEE ITEM 11)

CODE !FACILITY CODE 11/07/06 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers 0 1s extended, 0 is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the sohc1tation or as amended, by one of the following methods:

(a)By completing items 8 and 15, and returning ___ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

1

or le) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your dosiro to change an offer already submitted, such change may be mado by telegram or lottor, provided each telegrum or lotter makes reference to the solicitation and this amendment, and is received prior to the opening hour and dato specified.

12. ACCOUNTING AND APPROPIRATION DATA (If required)

NA 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THI: ADMINISTRATIVE CHANGES (such as changes on paying off1ce,

" appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAA 43.103(b} .

C. THIS SUPPLEMENTAL AGREl:MENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER !Speci fy type of modification and authority}

E. IMPORTANT: Contractor ~ is not, 0 is required to sign this document and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION !Orgamzod by UCF section headings, 1nclud1ng soltcitation/contract sub1ect matter whore feasible.)

Section G-1 of Contract ODT-7-C-0001 is hereby modified . Contracting Officer shall be updated as follows:

Information relating to the

Michael Moran Office of the FederaJ Detention Trustee 4601 North Fairfax Drive, Suite 910 Arlington, VA 22203 Phone : 202-307-0504 Fax: 202 - 353 - 9100

Except as piovlded hereon, alt terms and cond1t1ons or the document rere1enced in Item 9A or 1 OA, as heretofore changed, remains unchanged and 1n fuU force and effect.

15A. NAME AND TITLE OF SIGNER (Type or piint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

15B. CONTRACTOR/OFFEROR

(Signature or person authori2ed to sign)

NSN 7540·01- 152-8070 Previous odi tlon unusable

Michael Moran 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

~sh~ tJ.vi~ 02/09/07 (Signature or Contracting Officer)

STAN DARD FORM 30 !REV. 10·83) Proscribed by GSA FAR (48 CFRI 53.243

Page 37: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLlCITATION/MODIFICATION OF CONTRACT I ' CONTRACT 10 CODE: rAG~ OF PAGES

I --2 AME~OMENT'\10DIFICAITON NO. J. EFFECTIVE DATE 4. REOUISITION'l'IJRCHASE REO NO. 15. PROJECT NO. (II oppl~I

2 02/05/08 6. ISSUEO av cooE 7. ADMINISTERED BY (II othe< 1h1n Item 6) CODE I

U.S. Depart:ment. of Justice Office of t::te Federal ~et:ent.ion a::id Trustee 460: N. Fairfax Drive, Ste 910 ArlingLon, VA 22203

8. NAME ANO ADDRESS OF CONlAACTOR (No .. su .. 1, county. Stllto nnd ZIP Codel IX) 9A. AM(NOMENTOF SOUCIATION NO. -Corrections Corporat:io:i of America

10 Burton Rills Boulevard 98 OATEO !St!: ITl:M I 11

Nn&hvi.llc, TN 37215 Attn: Damon Hininger 10A. MODIFICATION OF CONTRACT/ORDER NO.

" ODT-7-C-0001

1 OB. DATED {S~l ITl:M 111

COOE !FACILITY COOE :l/01/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 Tho ~bovo n11mbi!red solic1tailon is amenc!ed II-' set forth in ltbm 14. Tho i-r end dato spoclflod fOt' receipt of Off ors 0 ill ext&ndod, D is not exionded.

Off ors muat ocl<no Nledgo reco1p1 ot th" amondnWlnt pt1or to 1h0 hour und ®to apocitiod on tlw so~C•Ulti«I or as omendod, t>y on. ol the fol owono mc1noos·

lalBy complot.,g ltc!N 8 and 15, and roturnmg ___ cop.es of IM amondmont: lb) By acknowlodgong receipt of this amondmcm on each copy ot the o!lor sut>moned;

or tel 8y scp11111e k:::ter or telegram Nhlch lllcludcs o rafe<cnco to the soliotation Md amendment numb«s. FAILURE OF YOUR ACKNOWU:OGME.NT TO BE RECCIV!O AT THE PLACE DESIGNATCD FOR THE RECEIPT OF Ofl'ERS PAJOR TO THE HOUR ANO OATE SPECIFIED MAY RCSULT IN fl(J(CTION OF YOUR OFFER ·t by virtue of this 1,,,.lldment your do#UU to chongo Dn oltcr already sutm.ttod, 111>eh ch.lngc moy bo mtdo by tologram 01 lener', provldod n.tCh 1olog1am or letter maku 1'fur~rie. to tho lOlic1tat1on ond th11 amcindmont, ~nd 11 r11Ce1ved Pfl<K to tho opening hour ond doto $jMICiliod

12. ACCOUNTING ANO APP110PIAATl0N DATA Cit tOQWadl

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHf.CK ONE A. THIS CHANGl OROtll IS ISSUCO PURSUANT TO: (Spoclly oumotitY) HI( CHANGES SET FORTH ~'1 ITl:M 14 ARE MADLIN lt4L CONTRACT Of\OLR NO. IN IHM 10A.

B TUE ABOVE NUMBEllEO CONTRACTJOROEA IS M001neo TO RER.fCT THE AOMlNlsmATIVC CHANGES (such., c:n.nooa., p1y.ng olhce, uppropn;illQn dote. etc.I SET FORTH IN ITEM 14, P\JRSUANT TO THE AVTIIORITY OF FAR 43.103Cbl .

c. nus SUPP\.CMENTAL AGREEMENT IS ENTERED INTO PURSUANT ro AUTHORITY OF:

o. OTtlEA CSpocllv type of modlhcatlon oruJ av:homyl

X Mutual Agreement of the Parties

E. IMPORTANT: Contractor D 1s not, ~ is requ1red to sign this document and return --1-- copies to the issuing office.

1.1. DESCRIPTION OF AMENOMENllMOOIFlCATION (Oron<wod by UCF $llCllO<l hcal)ing•. includ•"9 aollcit4110Ncontroct MJbJOCI matter whet• toos ble.J

On Lhe first day of each quarter, of the calendar year, t.he Contractor shall provide to the ConLracting Officer Representative the facility's current staffing complement and vacancies. The contractor shall a~so provide a plan of action for each vacancy with target daces until the positions are filled. Tho format of the Staffing Comp!ement Report shall be consistent with the Conlractor•s Staffing P:an submit:ted in their technical proposals.

Exctlll u ptOV>ded hetCJn, al' torma Ind cond1t1ons of the doc\Jment roteronced., lltm 9A or lOA, "heretofore changed,,..,.,..,~ unchGnGG<l and., lull lore• ano 11fect. 1 !>A NAMl ANO TITLE OF SIG!l,ER (Type or prml)

156. CON I llACTOFl/O~FCROA

IS.gnature of parson au1nonnc1 to s1gnl

NSN 7540.01-152·8070 PrtwlOUS O(lobon unusabio

15C. DA lE SIGNED

16A NAME AND TITLE OF CONTRACTING OFFICtR Hypo or pr"'ll

Michael Moran 16U. UNITED ST A TES v~HJUCA 16C. DATE SIGNED

Mtclic. ~0- d../s /or ISlgneturo of Conttucting Olllcer)

STANDARD FORM 30 IHLV. 10 831 Prascnbed by GSA FAR (4,9 Cl-Al ~J. 243

Page 38: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 . CONTRACT ID CODE rAG~ OF PAGES

I 1 2. AMENDMENT/MODIFICAITON NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15· PROJECT NO. (If applicblo)

03 05/01/0B 6. ISSUED BY CODE 7. ADMINISTERED BY {If other than Item 6) CODE I U.S. Department of Justice See Box 6 Office of the Federal Detention and Trustee 4601 N. Fairfax Drive, Ste 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) (X ) 9A. AMENDMENT OF SOLICIATION NO. -Corrections Corporation of America

10 Burton Hills Boulevard 9B. DATED (SEE ITEM 11)

Nashville, TN 37215 Attn: Damon Hininger 10A. MODlflCATION OF CONTRACT/ORDER NO.

" ODT-7-C-0001

10B. DATED (SEE ITEM 11)

CODE !FACILITY CODE 11/07/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D Tho above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers D is extended, D is not extended.

Off ors must acknowledge receipt of this omondmont prior to tho hour and date specified in tho sohc1tatt0n or as amended, by one of the following methods:

(a)By completing otoms 8 and 15, and returning ___ copies of tho amondmont; (bl By acknowledging receipt of this amondmont on oach copy of tho offer submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amondmont your dosiro to chongo on offer already submitted, such change may bo mode by tologrom or lotter, providod each tologram or lottor mokos reforonco to tho sollcitotlon and this omondmont, and Is rocoivod prior to tho opening hour and dato spocifiod.

12. ACCOUNTING AND APPROPIRATION DATA (If required)

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT OROLR NO. IN ITEM IOA.

B. THE ABOVE NUMBERCD CONTRACT/ORDER IS MODIFIED TO REFLCCT THE ADMINISTRATIVE CHANGES (such os changes in paying office, appropriation date, etc.I SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(bl.

C. THIS SUPPLEMENTAL AGRCCMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Speci fy type o f modification and authority)

>C Changes clause of the Contract (FAR 52.243-1)

E. IMPORTANT: Contractor ~ is not, D is required to sign this document and return ---- copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter whore feasible.)

The Contractor shal l develop a policy within sixty days of the date of this modification to prevent the introduction of contraband upon admission to or release from the facility or to other authorities. This policy shall be certified by Corporate Counsel to ensure it is consistent with state, local and federal laws prior to submission to the Contracting Officer for approval .

Except as provided heroin, all terms and conditions of tho document referenced In I tom 9A or 1 OA, as heretofore changed, remains unchanged and In full force and offoct.

15A. NAME AND TITLE OF SIGNER (Typo or print)

1 SB. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540·01-152·8070 Previous edition unusable

1 SC. DATE SIGNED

16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Michael Moran 16B. UNITED STA~ AMERICA 16C. DATE SIGNED

lyfii l rlt tJv. cl\ /Jf;riOA-(Signature of Contracting Officer)

STANDARD FORM 30 <REV. 10·83! Proscribed by GSA FAR (48 CFR) 53.243

Page 39: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT r . CONTRACT ID CODE rAG~ OF PAGES

I 2. AMENDMENT/MODIFICAJTON NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15· PROJECT NO. (If applicbla)

04 10/21/08 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I

U.S. Department of Justice Same as #6 Office of the Federal Detention and Trustee 4601 N. Fairfax Drive, Ste 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No .. street, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOUCIATION NO. -Corrections Corporation of America

10 Burton Hills Boulevard 9B. DATED {SEE ITEM 11)

Nashville, TN 37215 Attn: Damon Hininger lOA. MODIFICATION OF CONTRACT/ORDER NO.

1C ODT- 7-C- 0001 - Montana

lOB. DATED (SEE ITEM 11)

CODE IFAOUTY CODE 11/07/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D The above numbered solicitation is amended as set forth in Item 14. The hour and data specified for receipt of Offers D is extended, D is not extended.

Offers must acknowledge receipt of thi.s amendment prior to tho hour and date specified in the solicitation or as amended, by one of the following methods:

(o)By completing items 8 and 15, and returning ___ copies of the amendment; (b) By acknowledging receipt of this omondment on each copy of the offer submitted;

1

or (c) By separate letter' or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitetion and this amondmont, ond is received prior to tho opening hour and date specified.

12. ACCOUNTING AND APPROPIRATION DATA flf required)

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority! THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office. appropriation date, ate.) SET FORTH IN ITEM 14, PURSUANT TO THE A UTHORITY OF FAR 43.103(b).

C. THIS SUPPlEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor ~ is not, D is required to sign this document and return - --- copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION {Organized by UCF section headings, including solicitotion/contract subject matter where feasible.)

Contract ODT-7-C-0001 for Detention Services is hereby modified to:

A. Change the Contracting Officer from Scott P. Stermer to Deborah M. Johnson. The contact information for Deborah M. Johnson is as follows: Address: 4601 North Fairfax Drive , Arlington, VA 22203 Phone: 202-353-4601 Fax: 202-353-9100

B. All other terms of t he contract remain unchanged .

Except as provided herein, all telTns and conditions of tho document referenced in Item 9A or 1 OA, as horetofore changed, romoins unchangod and in full forco and effect.

15A. NAME AND TITLE OF SIGNER (Typo or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

156. CONTRACTOR/OFFEROR

(Signature of porson authorized to sign)

NSN 7540-01- 152-8070 Previous edition unusable

15C. DATE SIGNED Trustee

STANDARD FORM 30 (REV. 10.83) Prescribed by GSA FAR 148 CFR) 53.243

Page 40: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT , 1. CONTRACT 10 CODE rAG~ 01 PAGES

I 1 2. AMENOMENT/ MOOIFICAITON NO. 3. EFFECTIVE DA TE 4. REQUISITION/PURCHASE REO. NO. 15· PROJECT NO. 111 appltcblc)

0005 11/01/08 0. ISSUE:D llY CODE 7. ADMINISTERED BY Ill other than Item 6) CODE I U.S. Department of JusLice same as block #6 O[(ice or the Federal DeLenLion Trustee 4601 North Fairfax Drive, Suite 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No .• street, county, State and ZIP Code) (X) 9A AME:NDMENT O~ SOLICIA TION NO. .___ Corrections Corporation of America

10 Burton Hills Boulevard 98. DATED (SEE ITEM 11 l

Nashville , TN 37215 10A. MOOlrlCATION or CONTRACT/Oll0ll1 NO.

ODT-7-C-0001 - Montana )(

108. OAT(O {SEE ITEM 1 11

CODE jFACILITY CODE 11/07/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D Tho above nombored solicitauon is amended as set forth in Item 14. The hour and date specified for receipt of Olfers D os extended, D os not extended

Oftors must acknowledge receipt of this amendment prior to the hour and date specified on the solocotation or as amended, by ono of the following methods·

(a)By complutong items B and 15, and roturnong ___ copies of the amendment; (b) By ecknowlodgong receipt of this amondment on ooch copy of the offer submottod,

or (cl By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR ANO DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amondmont your dosuo to change an offer alroady submitted. such change may be made by tologram or lotter, provided each tologram or lotter makes roloronce to tho solicitauon and thoa amooldmont, ond is rocoived prior to tho opening hour ond date specified.

12. ACCOUN rlNG AND APPROPIRATION DATA (If required)

1020X D46 $4,892,284.80

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHfCK ONE A . THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANG(S SET FORTH IN ITEM 14 ARE MAO( IN THE CONTAAC r OHDI H NO. IN ITEM IOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REF-LECT Tl IE ADMINISTRATIVE CHANGCS {such as changes on paying of loco. appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(bl .

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

0. OTHER (Specify type of modification and authority)

x FAR Part J7.207 Exercise of Options

E. IMPORT ANT: Contractor ~ is not, 0 is required to sign this document and return ---- copies to the issuing office.

14 OESCRIPl ION or AMENDMENT/MODIFICATION (Organ.zed by UCF secuon headings. including sohcotation/contract subject matter where feasible.)

Contract ODT-7-C-0001 for Detention Services is hereby modified to : 1. Exercise Option Period I - Period of Performance November 1, 2008 - October 31, 2010. Funds for Fiscal Year 2010 are contingent upon the availability or funds. OpLion I CPI : West Urban - August 2008 = '222.8 ; CPI d ifference between base and option period= 15 .3; % change - 7 .4 %; 7.4% * ($189,800) = $14,045 . 20 increase per month $14,04.5.2 0 + $189,800* 24 months = $4,892,284.80; Pixed monthly payments= $203,845.20 All oLher terms and conditions remain the same. Should you have any questions , contact Scott Sterme r, Assistant Trustee on 202 . 353 . 4601

Excopt as provodod hooeon, all terms and conditions of the document referenced on Item 9A or 101\, as heretofore changed, remains unchongod and on full forco and cfloc1

151\. NAME AND TITLE OF SIGNER (Type or P<int) 16A. NAME ANO TITLE OF CONTRACTING OFFICER (Type 01 P<•ntl

150. CON TRACTOR/OFFEROR

iSognoturo of person authorized to sign)

NSN 754001-152 8070 Previous edition unusable

15C. DATE SIGNED

Trustee 16C. DATl SIGNED

'"{ 1~ 08 STANDARD FORM 30 fl1 lV 10 831 Proscribed by GSA FAR 148 Crl1) 53 24 3

Page 41: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT , 1. CONTRACT ID CODE IPAG~ OF PAGES

I 2 2. AMLNDMENT/MODIFICAITON NO. 3. EFFECTIVE DA TE 4. RtoUISITION/PURCHASE REQ. NO. 15. PROJECT NO. (If apphcblo)

0006 01/19/10 Crossroads 6. ISSU£0 BY CODE 7. ADMINISTERED BY (II other than Item GJ CODE I U. S . Department of Justice Office of the Federal DeLcntion 'I'rusLee 4601 N Fairfax Drive, Suite 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No •• etreet. county. State and ZIP Code) (X) 9A AMENOMENr OF SOUCIATION NO -

Corrections Corporation of America

10 Burton Hills Boulevard 96. DATED (SEE ITEM 111

Nashville, TN 37215 1 OA. MODIFICATION OF CONTRACT/ORD~R NO.

" ODT-7-C-0001

108. DATLD (SEE ITEM 11)

CODE !FACILITY CODE 11/07 /06

11 . TH IS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered solrc1tat1on is amended as sot forth in Item 14. The hour and dato spoc1f1ed for receipt of Offers 0 1s extended. 0 is not extended.

Olfers must acknowledge receipt of this amondmont prior to the hour and date spec1fred 1n tho sohcnation or as amended. by one of 1hcl following methods:

(a)By completing 11oms 8 and 15. and returning ___ copies of the amondmont; (b) By acknowledging receipt of th11 omondmont on each copy of the offer subnmtod,

or (c) By separate letter or telegram which includes a rofcronce to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLFDGMENT TO BE RECEIVED AT TH( PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIFD MAY RESULT IN REJEC1 ION OF YOUR OFFER. If by virtue of this amondmont your dosrre to change an offer already submitted, such chongo may be mado by tologram or lotter, provided each tologram or Iott or makes ref or once to tho solrcil8tion and thrs umondmont, and is rocoivod prior to tho openrng hour ond date spocifiod.

12. ACCOUNTING AND APPROPIRATION DATA (If required)

N/A 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDl:R IS ISSUED PURSUANT TO: tSpocify authority) TlfE CHANGES SET FORTH IN ITEM 14 ARl MADE IN THE CONTRACT ORDER

NO. IN ITEM 1 OA.

8. THE ABOVE NUMBER£0 CON1RACT/ORDER IS MODIFICD TO Rffl(CI THE ADMINISTRATIVE CHANGCS (such as changes 1n paying olfrco. >C approprtat1on date. etc.) SET fORTH IN ITEM 14. PURSUANT 10 TH( AUTHORITY OF FAR 43. 103(b).

C. 1 HIS SUPPLEMENTAL AGREEMfNT IS ENTERED INTO PURSUANT TO AUl HORITY OF:

D. OTHER (Specify type or modification and authori ty)

E. IMPORTANT: Contractor ~ is not, D is required to sign this document and return ---- copies to the issuing office.

14 DESCRIPTION OF AMENDMENT/ MODIFICATION (Orgonrzed by UCF section hoadrngs, 1nclud1ng sohc1tation/contract subject matter whoro feasrble.)

Contract Number ODT - 7-C-0001 for detention services is hereby modified Lo:

Incorporate the updated Overall Performance RaLings. (See attached)

All other terms and conditions remain the same. Should you have any questions, contact Deborah M. Johnson, Contracting Officer on (202)353-4601.

Except es provided herein. all terms and cond1tro11s of the documont roforoncod 1n I tom 91\ or 1 OA, es heretofore changod. rornolns unchongod end on full force and effect

1 SA. NAME AND TITLE OF SIGNER (Typo or print) 161\. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

15B. CONTRAC1 OR/OFFEROR

(Signature of person au1ho11zod to sign)

NSN 7540·01 · 152-8070 Previous edition unusable

15C. DA TE SIGNED Deborah M. Johnson

16C. DA Tl: SIGNED

STANDARD FORM 30 tRrv. 10 B3J Proscribed by GSA FAR (48 Cl"RI b3.:143

Page 42: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Functional Area Ratings

Overall Performance Ratings1

Excellent - The level of performance exceeds the requirements of the FPBDS with exceptional

internal controls. Policies and procedures for achieving the program standards are

documented and specific to the mission of the facility; the policies and procedures are

communicated to staff; fully implemented; and the desired outcome is achieved. Key Findings

and Deficiencies are non-existent.

Good - The level of performance exceeds the requirements of the FPBDS. Internal controls limit

Key Findings and Deficiencies. Policies and procedures for achieving the program standards are

documented and specific to the mission of the faci lity, the policies and procedures are

communicated to staff, implemented and the desired outcome is achieved. Key Findings and or

Deficiencies are minimal and do not affect the performance of the facility.

Acceptable - The program is meeting the requirements of the FPBDS. Lapses in internal

controls are minimal. Key Findings and Deficiencies do not affect the performance of the

facility.

Deficient - The program is unable to meet the requirements of any one of the 19 Key

Functional Areas or one or more of the 58 Standards. Deficiencies are the result of weak

internal controls in one or more areas. The facility is meeting the minimal requirements of the

performance standards.

At-Risk - Operation of the program is impaired to t he point that the facility is unable to

accomplish its mission. The program is unable to meet the requirements of the FPBDS and is

unlikely to meet those requirements without immediate corrective action to ensure the safety

and security of both staff and detainees.

1 Updated January 2010

Page 43: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/M ODIFICATION OF CONTRACT r. CONTRACT ID CODE rAG~ OF PAGES

I 11 2. AMENOMENT/MOOIFICAITON NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15· PROJECT NO. (If applicble)

0007 09/07/10 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If othor than Item 6) CODE I U.S. Department of Justice Same as block #6 Off ice o f the Federal Detention and Trustee 4601 N. Fairfax Drive, Ste 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Codo) (Xl 9A. AMENDMENT OF SOUCIATION NO. ,______ Corrections Corporation of America

10 Burton Hills Boulevard 9B. DATED (SEE ITEM 11 )

Nashville, TN 3721 5 lOA. MODIFICATION OF CONTRACT/ORDER NO.

1( ODT- 7 - C- 0001

1 OB. DA TEO (SEE ITEM 11)

CODE !FACILITY CODE 11/07/06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D The abovo numbered solic itation is amended as sot forth in Item 14. Tho hour and date specified for receipt of Offers D is extended, D is not oxtended.

Offers must acknowledge receipt of this amendment prior to tho hour and d.•te specifiod in the solicitation or as amended, by one of tho following methods:

(a)By completing items 8 and 15, and returning ___ copies of the arnendment; (b) By acknowledging receipt of this amendment on each copy of the offor submittod;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PlACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR ANO DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to tho opening hour and date specified.

12. ACCOUNTING AND APPROPIRATION DATA (If required)

N/A

13. TH IS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A . THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as c~nges 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)

1C FAR Part 52 .222-43 Fair Labor Standards Act and Service Contract Act

E. IMPORTANT: Contractor D is not, ~ is required to sign this document and return --1-- copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter whore foasiblo.)

Contract Number ODT- 7 - C- 0001 for detention services is hereby modified to :

I ncorporate the Department of Labor Wage Determination No. 2005 -2317 (Rev. No. 10) dated 06/15/2010. In accordance with FAR Part 52.222-43(f) the contractor shall notify the Contracting Officer of any increase or decrease claimed under this clause within 30 days after receiving a new wage determination, unless this notification period is extended in writing by the Contracting Officer . The date for submission of any claim shall be submitted by October 7, 2010 to Deborah [email protected]. New wages will take effect on November 7, 2010.

Excopt as provided herein, all terms end conditions of the document referenced in ltom 9A or 1 OA. as horetoforo changod, romeins unchanged and in full forco and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

1 SB. CONTRACTOR/OFFEROR

(Signature of parson authorizod to sign)

NSN 7540-01· 152·8070 Previous edition unusable

1 SC. DATE SIGNED Deborah M. Johnson

16C. DATE SIGNED

q 1-' . 0\0 STANDARD FORM 30 (REV. 10-831 Prescribed by GSA FAR (48 CFR) 53.243

Page 44: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 1 of 10

WD 05-2317 (Rev.-10) was first posted on www.wdol . gov on 06/22/2010 **** ************ *************************************************************** ***** REGISTER OF WAGE DETERMINATIONS UNDER

THE SERVICE CONTRACT ACT By direction of the Secretary of Labor

Shirley F. Ebbesen Director

Division of Wage Determinations!

U. S . DEPARTMENT OF LABOR EMPLOYMENT STANDARDS ADMINISTRATION

WAGE AND HOUR DIVISION WASHINGTON D. C. 20210

Wage Determination No. : 2005- 2317 Revision No. : 10

Date Of Revision : 06/15/2010

~~~~~~~~~~~~~~~~~~~~~ '~~~~~~~~~~~~~~~~~~~~~~~-State : Montana Ar ea : Mont ana Statewide

**Fringe Benef i ts Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE 01000 - Administrative Support And Clerical Occupations

01011 - Accounting Clerk I 0 101 2 - Accounti ng Clerk II 01013 - Accounting Clerk III 01020 - Administrative Ass i stant 01040 - Court Reporter 01051 - Data Entry Operator I 01052 - Data Entry Operator II 01060 - Dispatcher , Motor Vehic l e 01070 - Document Preparation Clerk 01090 - Duplicating Machi ne Operato r 01111 - General Clerk I 01112 - General Clerk II 01113 - General Clerk III 01120 - Housing Referral Assistant 01141 - Messenger Courier 01191 - Order Clerk I 01192 - Order Clerk II 01261 - Personnel Assistant (Employment) I 01262 - Per sonnel Assistant (Employment) II 01263 - Personnel Assistant (Employment) III 01270 - Production Control Clerk 01280 - Receptionist 01290 - Rental Clerk 01300 - Scheduler, Main tenance 01311 - Secretary I 01312 - Secretary II 01313 - Secretary III 01320 - service Order Dispatcher 01410 - Supply Technician 01420 - Survey Worker 01531 - Travel Clerk I 01532 - Travel Clerk II 01533 - Travel Clerk III 01611 - Word Processor I 01612 - Word Processor II 01613 - Word Processor III

05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 05010 - Aut omoti ve Elect rician 05040 - Automotive Glass Installer 05070 - Automotive Worker 05110 - Mobile Equipment Servicer

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt

RATE

12 .83 1 4 . 40 16.11 16 .87 16 .65 10.84 1 1. 83 16 .63 12 . 32 12.32 10.43 11 . 38 12 . 77 15. 91 10.55 11. 91 13.00 13 . 69 15 . 31 17.08 19. 04 10 . 95 10.31 11. 98 1 1. 98 13 .40 15.91 15 . 82 16 .87 13 . 27 1 1 . 66 12 .50 13 .31 11.82 13 . 27 1 4 . 84

16.97 16.06 15.17 15 . 17 1 3 . 53

917/2010

Page 45: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

05130 - Motor Equipment Metal Mechanic 05160 - Motor Equipment Metal Worker 05190 - Motor Vehicle Mechanic 05220 - Motor Vehicle Mechanic Helper 05250 - Motor Vehicle Upholstery Worker 05280 - Motor Vehicle wrecker 05310 - Painter, Automotive 05340 - Radiator Repair Specialist 05370 - Tire Repairer 05400 Transmission Repair Specialist

07000 - Food Preparation And Service Occupations 07010 - Baker 07041 - Cook I 07042 - Cook II 07070 - Dishwasher 07130 - Food Service Worker 07210 - Meal Cutter 07260 - Waiter/Waitress

09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 09040 - Furniture Handler 09080 - Furniture Refinisher 09090 - Furniture Refinisher Helper 09110 - Furniture Repairer, Minor 09130 - Upholsterer

11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11060 - Elevator Operator 11090 - Gardener 11122 - Housekeeping Aide 11150 - Janitor 11210 - Laborer, Grounds Maintenance 11240 - Maid or Houseman 11260 - Pruner 11270 - Tractor Operator 11330 - Trail Maintenance Worker 11360 - Window Cleaner

12000 - Health Occupations 12010 - Ambulance Driver 12011 - Breath Alcohol Technician 12012 - Certified Occupational Therapist Assistant 12015 - Certified Physical Therapis t Assistant 12020 - Dental Assistant 12025 - Dental Hygienist 12030 - EKG Technician 12035 - Electroneurodiagnostic Technologist 12040 - Emergency Medical Technician 12071 - Licensed Practical Nurse I 12072 - Licensed Practical Nurse II 12073 - Licensed Practical Nurse III 12100 Medical Assistant 12130 - Medical Laboratory Technician 12160 - Medical Record Clerk 12190 - Medical Record Technician 12195 - Medical Transcriptionist 12210 - Nuclear Medicine Technologist 12221 - Nursing Assistant I 12222 - Nursing Assistant II 12223 - Nursing Assistant III 12224 - Nursing Assistant IV 12235 - Optical Dispenser

http://www.wdol .gov/wdol/scafiles/std/05-23 l 7.txt

Page 2of 10

16. 97 15 . 17 16 . 97 12.78 14 . 30 15 . 17 16 . 06 15.17 12 . 99 16. 97

11.11 10 . 09 11. 65

7 . 96 8.86

12 . 85 8 . 07

15.96 11. 23 15 . 96 12 . 70 14 . 21 15 . 96

8 . 97 10 . 58 13 . 74 10 . 58 10 . 58 11. 50

8. 68 10 . 29 13.64 11 . 50 11. 82

12 . 02 1 4. 61 16 .95 17 .30 14 . 77 31 . 69 22 . 99 22 . 99 12 .45 13 . 06 14 . 61 16 . 30 13.12 18 . 21 12 . 98 14 . 52 14 . 63 30 . 19 10 . 54 11 . 85 12 . 93 14.51 12 . 45

9/7/2010

Page 46: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

12236 - Optical Technician 12250 - Pharmacy Technician 12280 - Phlebotomist 12305 - Radiologic Technologist 12311 - Registered Nurse I 12312 - Registered Nurse II 12313 - Registered Nurse II, Specialist 12314 - Registered Nurs e III 12315 - Registered Nurse III, Anesthetist 12316 - Registered Nurse IV 12317 - Scheduler (Drug and Alcohol Testing)

13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 13012 - Exhibits Specialist II 13013 - Exhibits Specialist III 13041 - I llustrator I 13042 - Illustrator II 13043 - Illustrator III 13047 - Librarian 13050 - Library Aide/Clerk 13054 - Library Information Technology Systems Administrator 13058 - Library Technician 13061 - Media Specialist I 13062 - Media Specialist II 13063 - Media Specialist III 13071 - Photographer I 13072 - Photographer II 13073 - Photographer III 13074 - Pho tographer IV 13075 - Photographer V 13110 - Video Teleconference Technician

14000 - Information Technology Occupations 14041 - Computer Operator I 14042 - Computer Operator II 14043 - computer Operator III 14044 - Computer Operator IV 14045 - Computer Operator V 14071 - Computer Programmer I 14072 - Computer Programmer II 14073 - Computer Programmer III 14074 - Computer Programmer IV 14101 - Computer Systems Analyst I 14102 - Computer Systems Analyst II 14103 - Computer Systems Analyst III 14150 - Peripheral Equipment Operator 14160 - Personal Computer Support Technician

15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 15020 - Aircrew Training Devices Instructor (Rated) 15030 - Air Crew Training Devices Instructor (Pilot) 15050 - Computer Based Training Specialist I I nstructo r 15060 - Educational Technologist 15070 - Flight I nstructor (Pilot) 15080 - Graphic Artist 15090 - Technical Instructor 15095 - Technical Instructor/Course Developer 15110 - Test Proctor 15120 - Tutor

(see 1) (see 1) (see 1) (see 1) (see 1) (see 1) (see 1)

16000 - Laundry, Dry- Cleaning , Pressing And Related Occupations 16010 - Assembler

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt

Page 3 of 10

12 . 76 13 . 78 13.87 24 . 21 21. 64 26. 47 26. 47 32.02 32 . 02 38 . 38 18 .11

15 . 39 19 . 07 23.33 16 . 93 20.98 24 . 94 19 . 26 10.31 18.76

12 . 55 12 . 70 14 . 03 15 . 66 15 .46 17 . 98 22 . 28 2 6 . 63 32 . 98 13 . 61

12.91 14 . 44 16.10 17 . 93 19 . 82 21. 01 26 . 04

12 . 72 17 . 07

29 . 19 35 . 31 41. 4 9 29 . 19 20. 72 41. 49 18 . 83 16 . 45 20 . 12 13 . 27 13 . 27

8 . 23

917/2010

Page 47: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

16030 - counter Attendant 16040 - Dry Cleaner 16070 - Finisher, Fla t wor k , Machine 16090 - Presser, Hand 16110 - Presser, Machine , Drycleaning 16130 - Presser, Machi ne, Shirts 16160 - Presser, Machine, Wearing Apparel, Laundry 16190 - Sewing Machine Operator 16220 - Tailor 16250 - Washer, Machine

19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 19040 - Tool And Die Maker

21000 - Materials Handling And Packing Occupations 21020 - Forkl i ft Operator 21030 - Material Coordinator 21040 - Material Expediter 21050 - Material Handling Laborer 21071 - Order Filler 21080 - Production Line Worker (Food Processing) 21110 - Shipping Packer 21130 - Shipping/Receiving Clerk 21140 - Store Worker I 21150 - Stock Clerk 21 210 - Tools And Parts Attendant 21410 - warehouse Specialist

23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 23021 - Aircraft Mechanic I 23022 - Aircraft Mechanic II 23023 - Aircraft Mechanic III 23040 - Aircraft Mechani c Helper 23050 - Aircraft, Painter 23060 - Aircra f t Servicer 23080 - Aircraft Worker 23110 - Appliance Mechanic 23120 - Bicycle Repairer 23125 - Cable Spl icer 23130 - Carpenter , Maintenance 23140 - Carpet Layer 23160 - Electrician, Maintenance 2318 1 - Electronics Technician Maintenance I 23182 - Electronics Technician Maintenance II 23183 - Electronics Technician Maintenance III 23260 - Fabric Worker 23290 - Fire Alarm System Mechanic 23310 - Fire Extinguisher Repa irer 23311 - Fuel Dis t ribution System Mechanic 23312 - Fuel Di stribution System Operator 23370 - General Maintenance Worker 23380 - Ground Support Equi pment Mechanic 23381 - Ground Support Equipment Servi cer 23382 - Ground Support Equipment Worker 23391 - Gunsmith I 23392 - Gunsmith II 23393 - Gunsmith III 23410 - Heating, Vent ilation And Air- Conditioning Mechanic 23411 - Heating, Ventilation And Air Contditioning Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt

Page 4of10

8.23 10.12

8 . 23 8.23 8 . 23 8 . 23 8 . 23

10 . 80 11. 49

8 .77

18 . 63 23 . 01

14 . 91 19.94 19.94 14.36 13.39 14.91 13.26 13.26 11. 32 15 . 86 1 4.91 14 . 91

23.77 22.52 23.77 25 . 14 17 . 57 21 . 76 19 . 21 20 . 12 17 . 56 12 . 99 29 . 51 16. 62 23.17 23.13 20.10 23 . 77 25.38 17 . 74 19.48 16. 46 22.45 18. 71 16.68 22 . 52 18 . 67 19.88 16 . 46 19.00 21. 80 18.06

19.06

20.06

9/7/2010

Page 48: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

23440 - Heavy Equipment Operator 23460 - Instrument Mechanic 23465 - Laboratory/Shelter Mechanic 23470 - Laborer 23510 - Locksmith 23530 - Machinery Maintenance Mechanic 23550 - Machini st, Maintenance 23580 - Maintenance Trades Helper 23591 - Metrology Technician I 23592 Metrology Technician II 23593 - Metrology Technician III 23640 - Millwright 23710 - Office Appliance Repairer 23760 - Painter, Maintenance 23790 - Pipefitter, Ma i ntenance 23810 - Plumber, Maintenance 23820 - Pncudraulic Systems Mechanic 23850 - Rigger 23870 - Scale Mechanic 23890 - Sheet-Metal Worker , Maintenance 23910 - Small Engine Mechanic 23931 - Telecommunications Mechanic I 23932 23950 23960 23965

- Telecommunications Mechanic II - Telephone Lineman

Welder, Combination, Maintenance - Well Driller

23970 - Woodcraft Worker 23980 - Woodworker

24000 - Personal Needs Occupations 24570 - Child Care Attendant 24580 - Child Care Center Clerk 24610 - Chore Aide 24620 - Family Readiness And Support Services Coordinator 24630 - Homemaker

25000 - Plant And System Operations Occupations 25010 - Boiler Tender 25040 - Sewage Plant Operator 25070 - Stationary Engineer 25190 - Ventilation Equipment Tender 25210 - Water Treatment Plant Operator

27000 - Protective Service Occupa tions 27004 - Alarm Monitor 27007 - Baggage Inspector 27008 - Corrections Officer 27010 - Court security Officer 27030 - Detection Dog Handler 27040 - Detention Officer 27070 - Firefighter 27101 - Guard I 27102 - Guard II 27131 - Police Officer I 27132 - Police Officer II

28000 - Recreation Occupations 28041 - Carnival Equipment Operator 28042 - Carnival Equipment Repairer 28043 - Carnival Equpment Worker 28210 - Gate Attendant/Gate Tender 28310 - Lifeguard 28350 - Park Attendant (Aide) 28510 - Recreation Aide/Health Faci li ty Attendant

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt

Page 5of10

19.96 21. 68 20. 42 11 . 88 17.12 22 . 53 17 . 62 13 . 80 21. 68 22 . 88 24.20 20 . 67 18 . 45 19 . 96 22 . 26 18 . 37 21. 80 21. 80 19.00 18 . 53 15.82 23.70 25 . 02 22.32 20 .41 20 . 96 21.80 15.13

8 . 59 11. 40

9 . 54 11 . 87

13 . 26

22 . 45 1 8 . 95 22 .4 5 15 . 60 18 . 62

13 . 68 11 . 20 18 . 00 19 . 14 13 . 28 18.00 19 . 79 11.20 13 . 28 21 . 39 22 . 13

10 . 99 12 . 05

9.16 13 . 98 10 .82 15 . 64 11. 42

91712010

Page 49: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

28515 - Recreation Specialist 28630 - Sports Official 28690 - Swimming Pool Operator

29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 29020 - Ha tch Tender 29030 - Line Handler 29041 - Stevedore I 290 42 - Stevedore II

30000 - Technical Occupations 30010 - Air Traffic Control Specialist , Center (HFO) (see 2) 30011 - Air Traffic Control Specialist, Station (H FO ) (see 2) 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30021 - Archeological Technician I 30022 - Archeological Technician II 30023 - Archeological Technician III 30030 - Cartographic Technician 30040 - Civil Engineering Technic i a n 30061 - Drafter/CAD Operator I 30062 - Drafter/CAD Opera tor II 30063 - Drafter/CAD Opera tor III 30064 - Drafter/CAD Operator IV 30081 - Engineering Technician I 30082 - Engineering Technician II 30083 - Engineering Technician III 30084 - Engineering Technician IV 30085 - Engineering Technician V 30086 - Engineering Technician VI 30090 - Environmental Technic i an 30210 - Laboratory Technician 30240 - Mathematical Technician 30361 - Paralegal/Legal Assistant I 30362 - Paralegal/Legal Assistant II 30363 - Paralegal/Legal Assistant III 30364 - Paralegal/Legal Assistant IV 30390 - Photo-Optics Technician 30461 - Technical Writer I 30462 - Technical Writer II 30463 - Technical Writer III 30 491 - Unexploded Ordnance (UXO) Technician I 30492 - Unexploded Ordnance (UXO) Technician II 30493 - Unexploded Ordnance (UXO) Technician III 30494 - Unexploded (UXO) Safety Escort 30495 - Unexploded (UXO) Sweep Personnel 30620 - Weather Observer, Combined Upper Air Or (see 2) Surface Programs 30621 - Weather Observer, senior (see 2)

31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 31030 - Bus Dr iver 31043 - Driver Courier 31260 - Parking and Lot Att endant 31290 - Shut t le Bus Driver 31310 - Taxi Driver 31361 - Truckdriver, Light 31362 - Truckdriver, Medium 31363 - Truckdriver, Heavy 31364 - Truckdriver, Tractor- Trailer

99000 - Miscellaneous Occupations 99030 - Cashier 99050 - Des k Clerk

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt

Page 6 of 10

12 . 69 12.46 15.55

19 . 31 19 . 31 1 9 . 31 18 . 93 21. 26

35 . 77 24 . 66 27 . 16 16.19 18 . 62 22 .4 3 22 . 86 19 . 24 16 . 19 18.44 20 . 47 24 . 86 12 . 90 15 . 44 17 . 27 21 .4 1 26 .1 9 31. 68 16 . 38 17 .4 6 21. 60 14 . 34 17.77 21 . 74 25 . 66 21. 89 18 . 37 22 . 46 27 . 18 22 .74 27 . 51 32 . 97 22.74 22 . 74 19.69

21. 60

9 . 08 15 . 15 11 . 78

9 . 06 12 . 80

9 . 75 12 . 80 18 . 56 17.79 17 . 79

8.82 8.60

917/2010

Page 50: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

99095 - Embalmer 99251 - Laboratory Animal Caretaker I 99252 - Laboratory Animal Caretaker II 99310 - Mortician 99410 - Pest Controller 99510 - Photofinishing Worker 99710 - Recycling Laborer 99711 - Recycling Specialist 99730 - Refuse Collector 99810 - Sales Clerk 99820 - School Crossing Guard 99830 - Survey Party Chief 99831 - Surveying Aide 99832 - Surveying Technician 99840 - Vending Machine Attendant 99841 - Vending Machine Repairer 99842 - Vending Machine Repairer Helper

ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:

HEALTH & WELFARE: $3.50 per hour or $140 . 00 per week or $606 . 67 per month

Page 7of10

23.62 9.85

10.70 23. 62 13 . 90 12.97 13 . 96 17.95 13 . 26 11. 90 11.12 20 . 39 12.66 17.22 12 . 12 14.38 12 . 12

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with 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 King Jr. 's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day o f f wi th pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4 . 174)

THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:

1) COMPUTER EMPLOYEES : Under t he SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C . F . R . Part 541 . Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on thi s wage determination for all occupations within those job f amilies. In addition, because this wage determinat i on may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an indi vidual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination .

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt 91712010

Page 51: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 8of10

Additional ly, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption . There f ore , the exemption applies only to computer e mployees who satisfy the compensati on requirements and whose pr i mary duty consists of :

(1) The application of systems analysis techniques and procedures, including consulti ng with users, to determine hardware , soft war e or system func tional specifications;

(2) The design, development, documentation, analysis, creation, testing or modification o f computer systems or programs , includ ing p rototypes, based on and related to user or system design specifications;

(3) The design, documentation , testing, creation or modification of computer programs related to machine operating s y s t e ms ; or

(4) A combination of the aforementioned duties, the performance of which requires the same level of skills . (29 C . F . R . 541.400) .

2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you wi ll earn a night d ifferential and receive an additional 10% of basic pay for a ny hours worked between 6pm and 6am . If you are a full-time employed (40 hours a we ek ) and Sunday is part of your

regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i. e . occasional work on Sunday outside the normal tour of duty is considered overtime work) .

HAZARDOUS PAY DIFFERENTIAL: An 8 percent differ ential is applicable to employees employed i n a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary ma terials . This i ncludes work such as screening, blending , d yi ng, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder . All dry-house activities i nvolving propellants or explosives.

Demilitari zation, modification, renovation , demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials . All operations involving regrading and cleaning of artillery ranges .

A 4 percent differential is applicable to e mployees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or empl oyees possibly ad j acent t o ) explosives and i ncendi a r y ma t eri als which involves potential injury 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 o r a d jacent work area or equipment being used . All operations involving, unloading, storage, and hauling of ordance, explosive , and incendiary ordnance ma terial other than small arms ammunition. These differentials are only applicable to work t ha t has been specifically desi gna t ed by the agency for ordance, explosives , and incendiary material differential pay.

** UNIFORM ALLOWANCE **

If employees are required to wear uni forms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc .), the cost of furnishing such uniforms and ma i nta ining (by laundering or dry c leaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rat e below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:

The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or t o reimburse employees for the ac t ual cost of the uniforms . In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wag e determination sha l l (i n the abse nce of a bona fide collective bargaini ng

http://www.wdol.gov/wdol/scafil es/std/05-23 l 7.txt 917/2010

Page 52: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 9of10

agreement provi d ing for a different a mount, or t he furnishing of contrary affirmative proof as to the actual cost ), reimburse all e mployees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cent s per day) . However, in those instances where the uniforms f urnished are made of "wash and wear" materials , may be routinely was he d and d ried with oth er personal garments, and do not require any special treatment such as d ry cleaning, dai l y washing, or commercial laundering in order to meet the cleanliness or app earance standards set by the terms of the Government contract, by the contractor , by law, or by the nature of the work, there is no requi r e ment that employees b e r e i mbursed f or uniform maintenance costs .

The duties of e mployees under job titles listed are those described in the "Service Contrac t Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated . Copies of the Directory are available on the Internet. A link s to the Di rectory may be found on the WHO home page at http : //www . dol . gov/esa/whd/ or through the Wage Determinations On- Line (WOOL ) Web s i te at http : //wdol . gov/.

REQUEST FOR AUTHORIZAT I ON OF ADDITIONAL CLASSIFICATI ON AND WAGE RATE {Standar d Form 1 444 (SF 1444) }

conforma nce Process :

The contracting officer shall require that any class of service employee which is not listed herein and which is to be e mployed under the c ontract (i . e., the work to be performed is not performed by any classification l is ted in the wage determination), be class i f i ed b y the contractor so as t o provi de a reasonable relationship (i.e., appropri ate level of skill comparison) b etween such unl i sted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furn i shed the fringe benefit s as are determined . such conforming process shall be i nitiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees . The conformed classificat ion, wage r ate, and/or fringe benefits shal l be retroactive to the commencement d ate of the contract. (See Section 4.6 (C) (vi) } When multiple wage determinations are i nclude d in a contract, a separate SF 1444 shoul d be prepared fo r each wage determination to which a class(es) is to be conformed .

The process for preparing a conformance request is as fo l lows :

1} When preparing the b id, t he contractor identifies the need for a conformed occupati on(s ) and computes a proposed rate (s).

2) After contract award, the contractor prepares a written report listing in order propose d c l assification titl e(s), a Federal grade equivalency (FGE) for each proposed c l assification(s ), job description(s), and rationale for proposed wage rate(s ), including informa tion regarding the agreement o r disagreement of the aut horized r epresentative of the e mp loyees involved, or where there is no authorized representative, the e mployees themselves . This report should be submitted to the contracting officer no l ate r t han 30 days after such unlist ed class( es) of e mployees performs any contract work .

3) The contracting offi cer reviews the p r oposed action and promptly submi ts a report of the action, t ogether with t he agency 's recommendati ons and pertinent information including the position of the contractor and the e mployees, to the Wage and Hour Divis i on, Employment standards Administration, U. S . Department of Labor, for review . (See s ection 4 . 6(b} (2} of Regulations 29 CFR Part 4).

4) Within 30 days of r eceipt, the Wage and Hour Di v i sion approves, modifies, or d i sapproves the action via transmittal t o the agency contracting officer, or notifies the contracting officer that additional time will be required to process the r equest .

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt 9/7/201 0

Page 53: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 10of10

5) The contracting officer transmits the Wage and Hour decision to the contractor.

6) The contractor informs the affected employees .

Information r equi red by the Regulations mus t be submitted on SF 1444 or bond paper .

When preparing a conformance request , the "Service Contract Act Directory of occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, i t i s not the job title, but the required tasks that determi ne whe t her a class i s included in an established wage de t e r minat i on. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination .

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt 9/7/2010

Page 54: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT , 1. CONTRACT .IO CODE IPAG~ OF PAGES

I 2. AMENDMENT/MOOIFICAITON NO. 3. EFFECTIVE DATE 4. f1EOUISITION1rv"'""ASE AEQ. NO. r- PROJECT NU. ilf •pplicblel

0009 10/20/10 Crossroads 6. ISSUEO BV CODE 7. AOMINLSTEAEO BY llf other then I tom 61 cooe I

U.S. Departmen~ of Justice Same as block #6 Office of the Federal Detention and Trustee 4601. N. Fnirf~ Drive, Ste 910 Arlington, VA 22203

B. NAM#! ANO .ADDRESS 01' CONTRAL"TOR (No., street county, Stat••nd ZfPCcdel (X) 9A. AMENDMENT OF SOIJCIATION NO. -Corrections Corporat.ion of America

10 Burton Hill s Boulevard 96. OATfO {SfflTEM 11)

Nashville, TN 37215 lOA. MOOIFICATION OF CONTRACT/OROfl\ NO.

" ODT-7-C-0001

108. OATEO {SEE ITEM 111

CO Of IFAOUTY CODE 11/07/06

11. Tl11S ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 Tho above nirnb••od solicitation ia 11mended u HI forth in Item 14. Tho hour •nd date spoc;ifiod for rucuipl of Offers 0 is extended, 0 ia not extended.

Offo11 mull tCkl\owledgo ••e•ipt of this amtn<hwnt prior to the ho11< and dato opec~;.d in th• tlOlic:illotion o< ,. amondod, by OM of the following methods:

(a)8y CQl'll)letlng ftema 8 and 15. and rttumillQ ___ copi• r of I/WI &m•nm.tt: lb! By 1eknowledoing rec~t of tt>io emendmtrrt on well copy ol tho offer ai.t>minad;

l

or {c) 9y sel"lralo letter or t.J.gram which includ4t1 1t r1.t1Kenco to tile oolicit•tion •nd emendmont n\lrl'lb..... FAllURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PlACE OfSIGl'IA TEO FOii Tl1E RECEIPT OF Off£ RS PRlOR TO THE HOUR ANO OATE ·SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If tr; virtue of this amendment yol)t dtsiro to ehengo on offer olroody <Nbmittod. wdl dlen~ may bo mado by tolog..,,, or t.ttor, provided uch telogram 01 t.ttw maktc Nlfttonce to tho solic:itltion •nd tliis emondrnem. and Is rac.elved pilor to the -Ing hour and dltt specified. ·

12. ACCOIJNTING ANO Al'PROPIRATION DAT A at f'9<1Uiredl

N/A 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. OIECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: {SfMcify outhority) TiiE CHANGES SET FORTW IN ITEM 14 ME MADE IN THE CONTRACT OROEfl

NO. IN ITI:M lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIREO TO REFLECT THE AOMINISlRATIVE CHANGES lauch ea ehang .. In P"Virog office. " 11ppropriltlon dote, etc.) SET FORlli IN ITEM 14, PURSUANT TO THE AUTHORITY Of FAA 43.1031bJ.

C. THIS SUPPlEMENTAl AGREEMENT IS E>ITEREO INTO PURSUANT TO AUTHORITY OF:

0. OTHER lSpeci,fy typo ol modification and autho<ity)

E. IMPORTANT: Contractor 0 is not. ~ is required to sign this document and return --1--- copies to the issuing offico.

14. DESCRIPTION OF AMl:NOMENTIMOOIACATION (Orgenaodby UCF uction l....iil'\QS, inei.ding so~eitarion/contlllCI subject mottw whet• f•tblo.)

Contract Number ODT-7-C-0001 for detention services is hereby modified to:

1. Modification 0007 is cancelled in its entirety effective 10/20/2010.

All other terms and conditions remain the same. Should ·you have questions, contact Deborah M. Johnson, Contracting Officer on (202) 353-4601.

MSN 7~40-0l· 152·8070 Pt.Moua odi1ion unu141ble

l8C. DATE SIGNED

10 a0 ac.i10 STANDARD FORM 30 !REV. 10.83) l'loacri>od by CSA FAA 1411 CAii 53.243

Page 55: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

, 1. CONTRACT IO COOE rG~ OF l'AGE$ AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I 2

7. MAENDMENT/MOOIFICAllON NO. 3. EFFECTIVE DATE 4. HEOUJSJl IOIWPURCHASE REO. NO. l 5. PROJECT NO. m ilt)I: licblcl

0009 11/01/10 crossroads G. ISSUE08Y CODE 7. AOMINISTEAEO BY Ill 0U1or thon Item 61 CODE I Office of the Federal Detention Trustee ·1601 N. Fairfax Dr suite 900 Arlington, VA 22203

8. NAM£ ANO ADDRESS OF CONTRACTOR (No., strcot, county, Stale and ZIP Codel (X) 9A. AMENO..-ENT OF SOUCIATION NO. ._ Corrections Corporation of America

10 Burton Hills Boulevard 91l. OATEO (SEE ITEM 11)

Nashville, TN 37215 lOA. MOOIFICA1 ION OF CONTRACT/ORl>ER NO.

ODT-7-C-0001

" 100. OATEO ISEE ITEM 111

CODE IFACIUTY COOE ll/07 /06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 Tho abovo lllrnbere<I solicitation Is &mended as sot forth in Item 14. Tho hour and date spcciried for receipt or Oftors D is extended, D is not c~ton<le(J. OffOfs must actnowlodgo TOOOIPI of thjs amondment prior to the hour and dato specifiod in tho solicitation or as 11mondcd, by ono of 100 following cr.etl>ods:

la19y complci.ng itoms 8 end 15, and rotuming _ __ copies of the amondmont: (b) ~Y ec~nowlcdgtng toceipt of this amondmonl on c.:ich copy of the offal sul>m1Hed:

0< le) By sepa1ate tcner or 1elegram which includes a reference to the solicitation and amendment numbers. FAit.URi:. OF YOUR ACICNOWL.EOGMENT TO BE RECENE.O AT THE Pt.ACE OESIGNATEO FOR niE REC£lf>r OF OffERS PRIOR TO THE HOUR ANO OATE SPEClflEO MAY RESULT IN REJECTION OF YOUR OFFER. If by "irtue of this ,Jlllcodmcot your d~ro 10 ~go on off Of a!roady submitlod, such cNngo may be iMde by telogram or lottor, provided oaoll telogtam 01 leuer makes refllf~nco lO the solicitotion and this umonomont. and iJ rouived ptlor to the cpenl1'g hour and date Sl>ecifioa.

12. ACCOUNTING ANO APPflOPIAATION OATA {If rcquilod)

~011 1020X 046 HDH5000P 046-11-~002 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

$205. 0613. 2·1

CHCCI< ONE A. T\ JIS OiANGE OROtR IS ISSU£0 PURSUANT TO: {Spocily autho<ity) Tl IE CHANGES SET FORTH IN ITEM 14 Al~C MAO( IN THE CONTRACT OROER NO. IN ITEM 1 OA.

B. THE ABOVE NUMBEREO CONTAACT/OROEI\ tS MODIFIED TO REFLECT THE ADMlNJSTllATIVE CHANGES l1uch os changes rt1 p;iying office, uppropriotion date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORffY OF FAR 43.103(b).

C. THIS SUPl'l.EMENT AL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

0 . OTHER (Specify type of modification and authority)

x: Far Part 17. 207 Exercise of Options

E. IMPORT ANT: Contractor D is not, ~ is required to sign this document and return --1-- copies to the issuing office.

M . DESCRIPTION OF AMENOMCNT/MOOlFlCATlON IOrgoni~cd by UCF $0Ction hudings, including aolio1A1tior1/con11ac1 aul;jcct manor wn0tc fc.,ible.)

Contract Number ODT-7-C-0001 for Detention services is hereby modified to: 1. Exercise Option Period II with period of performance from November 1 , 2010 - October 31, 2011. F~nds for Fiscal Year 2011 are contingent upon the availability of funds. Option Il CPI: West Urban - August 2010 = 221.5; CPI difference between Option I and Option I! u 1.3; \Change• 0.6\; 0.6\ * $203,845.20; $1,223.07 decrease per month; $203,845.20 -$1,223.07 • 12 months• $2,431,465.56; Fixed monthly payment = $202,622.13

All other terms and conditions remain the same. See page 2 for FAR Part 52.232-18

... , ~ .. c ... l 6C. OtHE SIGNED

\ \ Sl .;.::_.( STANDARD FORM 30 1nEV. H).83t P1uscrlbo~ hv GSA FAR M8 CFI') S3.243

Page 56: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 . CONTRACT ID CODE rAG~ OF PAGES

I 2 2. AMENDMENT/MODIFICAJTON NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15. PROJECT NO. (If applicblel

0010 02/17/09 Crossroads 6. ISSUEO BY CODE 7. ADMINISTERED BY (If other than ltom 6) CODE I U.S. Department of Justice Same as block #6 Office of the Federal Detention and Trustee 4601 N. Fairfax Drive, Ste 910 Arlington, VA 22203

8. NAME ANO ADDRESS OF CONTRACTOR {No., street. county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICIATION NO. -Corrections Corporation of America

10 Burton Hills Boulevard 9B. DA TED (SEE ITEM 11 l

Nashville, TN 37215 10A. MODIFICATION OF CONTRACT/ORDER NO.

){ ODT-7-C - 0001

10B. DATED (SEE ITEM 11)

CODE !FACILITY CODE 11/07/06

11. TH IS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt ~f Offers D is extended, D is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a)By comploting items 8 and 15. and returning ___ copies of the amendment; (b) By acknowledging receipt of this emendment on oach copy of the offer submitted;

or (cl By separate lotter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted, such chango may bo made by telegram or lotter, provided each telegram or letter makes reference to tho solicitation and this amondmont, end is receivod prior to tho opening hour and date specified.

12. ACCOUNTING AND APPROPIRATION DATA (If required)

N/A

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PUFISUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDEFI IS MODIFIED TO FIEFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, ){ appropriation date, etc.) SET FORTH IN ITEM 14, PUFISUANT TO THE AUTHORITY OF FAR 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT JS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor ~ is not, D is required to sign this document and return - - 1-- copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Number ODT - 7 - C- 0001 for detention services is hereby modified to:

1. Incorporate t he attached Prisoners Rape and Elimination Act, published February ~! 008. This documentation shall be placed on the detainee bulletin boards in all units. Additionally, the 1 - 800 number must be accessibl e to the de tainees through t he detainee telephone syst.em.

Al l other terms and conditions remain the same . Should you have questions, contact Deborah M. Johnson, Contracting Officer on (202) 353 - 4601 .

Except os providod herein, all terms and conditions of tho document roforencod in Item 9A or 1 OA. as heretofore changed, remains unchangod and in full forco end offoct.

1 SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

15B. CONTRACTORIOFFEROR

lSignaturo of porson authorized to sign)

NSN 7540·01-152·8070 Previous edition unusable

Deborah M. Johnson

1 5C. DATE SIGNED 168. 16C. DATE SIGNED

1(0 ;20~0 STANDARD FORM :30 REV. 10.83! Prescribed by GSA FAR (48 CFRl 53.243

Page 57: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Jiris.anet· Ruue f£1hnituili<~u A.ct IlcJl!ff.t!!!Jl.J~!f.~~-r~~).~~!.~.9.!l

.S.~X.~J.Al,,,.AS~A..U.l~TJ\._Wr.1..gJ~N.B.$5 Tbi, r.bc:umf.·nt i:~ n:,1airt:d t (1 b1: po:;i:<:<l ii.1 .~:ich H<Jus:n;~ Unit Bullc:Lin !)(,:l!'1i a1 ~tl! Contr.ict f)c=tntl(l1l F:1dHtic~. Tiu~ d<1<':1men: n~a\· be u:;c·d :ind >v.hp1«d by lnt~:•W>"t:riin·;1.:Jl1 ,~l

Se.tYln~ Agnx-:u <-nf· Pt oY~ckrs . \\.'hih: d::t:1incd by :h(: T)t:-parttfa·n; 1.1f}htkc. l.'r~i1cd St.itc!. i\fan.h:ils ~~<:rvic:(:, vo1.: h:tv!: :;

' . .. :ght lo he s~r~~ :ind in:c. from :iexur.i h ;.u:;i:>S!Xl<'. llt ;rnd ~;n:md a:>saults.

.P~J!.!J.i.!.inm.

l.! .... D.s;,!Jlinec-on-Dctamc<' f.i>XJW 1.V1.!!~!d At<<:>!.~tl! One or rno~e dc:t~it~et~~ c::itr·~;ini; i;~ o;: ll.H<!nipt!ng, to c:ng:\ge in :1. scxwu net w:1h :inoi:bcr 11c:1;1i11c:c o r the u~c. of tlin:atii, iutimiilatioo, inappmpriatc hitH:hi.t1g <)! o the.;: acl:ions ll11C:/;.1r u)11111iu:iiC':ltien~ hr u11c:> 1>1 n!o1r. <.~ct·t! sH:e~ :time(~ ~:~ C"or.r<" i.ug and / c•r pr<?,,;s urin~! :'lH•>:ller rk1~.io~r: to c-og,~4g<' i.n a $C:XtM! act

lt, .. ~!!A!:f.-:g11·_!;~.!;Jf\ll!t~k~albJ:nt!ltLlUli1rnl~ ::::1:1!'£ :·ncmh(~_:: co;r,::gin;(: i!\ <:>1 BW:mpi:ing tt)

<:IW<'!~C' .io =l $C?XV;\I :t;.;t w·i:l: :\~lY r.lt?l:liiwP. t>t : \ ,,~. int<"':t•ivnul t< ... ;v.:fl:ng •.)r a c!~t!titH~c's :~"t~tt.:h~, :\tl\::;, g~r>1:1. h((·a<. t, i:!ner th:p)1, nr h:•t'!•H·L ~ •.v.a·h :h,! io!t'tlt t•> :ihu::;:, hn!r:i!i:Ht', h1 1~1s';, d1·~;''11tir~, arm::;e, •>r gl'll.tify llw ;~cx;:l:I <k~in::~ nCany p<'ts,m. SexuHl aln1se /ast:a11lt of dcta.inl?~S by staff or other clct;daccs is ;ui inapptvprialc 11st: o f p•HYt:t a ucl is firnhihit ed by DO.I pnlky :rnd 1h1; luw.

c. S1i,f[ sl~~.J!.•.~LM!ti.c;.~.m.Y.itf.U~.:. S<:l;U:ll hd1~·:i«:: l1dwn~n :t !'I'll ff mt:mbi'.r :~ nc) tkl aim·.1: '..vhkh nm i.::;dudi:, hut ls llOI iimitt'.d tn irH~t·.rr:-1t. profatH: 1)r .ibC$!;.·(· Lt:if:nig~ ~~= ~~c~111n'"!' ~~=d ;n~p···r·>()~ijl1c ;ris11-il sur;; ... i!i:Ht(r· :,{

d(~l:aint<:!;.

~J.nbl~i.t~-~LA~t~ :\ d:-'.t::tim:e, who c:::g:;ge~ in 1t1.,ppt":,,pri:1a> SCXU!tl 1-<.:h.a"'iO! \\'~t1l (X{ di1:t;ct~; i~ at o-thcJS) C~tn L.c. charged with thG fr•1bwing Prnhibacd t\;:ts unda :he Det•iltl.:(· . . Di~cipJ.in:;ry Polky.

• Usi ng Abu~ivc or Ob:;c"t1e Lang1rngi~

• S(:,_u,tl 1\s::;•mlt

• Making ~ Sexual ProJJosal • 1udc<.:cnt Expo$ m:e

• Engaging in Sc.x Act

!).t.tr..n.ti.t>.U .. !JlUL.S.!!JC. .. E.m:!r.~W,!~~!;Jil \X:bilt: you ate dc1:1i!'led, no 0ne has ihe right to p.r<'.:; ~urc }Oll w eog!lgc it~ scxt1>:l acts o t i~og,tge in ilfl\\'Hlltcd !'C:<\ml hd~avi<) r rcgardif'~S of yo:.;<

age, Rize, ;:;K<:_, o;: cthnic-!ty. Reg:udless uf y<•Hr

sc:-:u:il orient:;1i.oo, yon h,w« the right tu 1;1-. safr from unwanted i•t..':l<wd <1.d\Tt\J'!<e::: aml >i ds.

.C.~mfok!.1(.iali~>: Iofonn~irhn tr:nc(~rning th('. .idc;.1 ti tr i:)f :\ detail'.ll~(· -c:ktirn !'t~portfog ;;_ :;e>:.u:1l .:~i$:rnlt, ;i;.:d the fact!. o( dw rcp•:ii:r itsdi~ "h:1H i.>e limi1cd l<J

1h,)li!~ wh1) hll.•'<: 1hc ;.1<«:d !<:' krvxw in (•rdc:r v·; m>1k<:: 1.kt.1~inn:; co11cei:ni.og t.he det::iion;­·,·jcrirn's wdfoi·e and fnr Lw cnfo,~c:t:mt:x;t 1n;.·e$; igM1~'c p~u p<>scs.

.Jlr.nm:tt.\~~ .. A~.!i.~H,. ! .~~.! Ifyo1.1 lJCC{;1TH? :1 'k tio~ ofu ?: c~.utd a!;s;i111t:, you $l1<)uld n :pnrt i: lmn1·~di :11dy to any :;taf!.

Fe::;o1: y<1-..; 1n:st, 10 1;;dud~ ht•u-:.dn~ o ff:1:cr;., r. haph;in ~ . 11u:di(.;:1i :->ta ff, s~if'l' :·vi:;i:H:s 01: l.lcprny T.} .S. f'vf.:t;::;h.tk Sr;1ff 1m:.:nb~1:; k<:«p I he· ~ t:t it):. i'..:Li n :f,;ru!~ ti,n t '"Llr. f?<h.'t~ ri~tl ,Jtl{i o:: ;y 1iis<'.nss ;! w!•h th<" .\pprnp1:i.u:· oificial.:; (•n a m~cd tv h1, >"\\' ba~J:i. If ym; ::i;:c:- not C<:'nlforrn.bk t.:p<;;-,i;1g 1hc as:;,nih r.o »rn fL y1:>iJ h:w·e 01.h«r ·)pl:;on'\:

• \\:nit t. kttcr rep<nti:;g, the ,~c;;.:ml.

n.11!-:C<.•n<.hict t1 ) the p(.' r'>vn io c-.h!'.::g.~ '" the 'Unit«d Srnt<::; [\fa1shal. T<, 1~n:;ur<: contidi:-nti:iJ.i::y, ni;c q:., . .:cia1 {l..t;gd) rnai! p1'\)<7<'1inrt:s.

4 .hi<: ;i.n Eme.fgeo«y f)<'.o:auH·t: G:tit:YHH·(·~ · J(

you 1...kckle your 1:o•npiaint. ic: t i'!'' $(~n~ilivc ~o file with the Office: in Charge, you c;in Ok }'Ollt GJ:ievanc:e dilectiy with the Field Offo:<" Dm:-ctor. Yon •:a1~ gr. t the f<:JJ:l:ll&

fr<Jm your ho~1'31nr. unit officer, o::: a fad lit:: supervJi;<''"

• \'\.'tin~ tu the Offic~· .;1f Tnspenor G t'.ncnii (CHG), wh.kb i.tiwHigate.<> :lilc;prions ( >(

Slaff rn!5<'0nd uct. ')'he: adtfrt:sS i:S: () ffa.c• 0 l 111sp<:t::C1 GP.1H:r.i!, 1 J.S. D~1~:1rtrne.rit of J1.1$U<.e, ~l.':lfl l"enr:sykan.i,i :\.,re, Roo1·u '1 / <Xi, \X.'nshingt(•!!, ])C. 20530

• C:lll. ~t t n o cxpcm:i:. to y<m, 1 he Of fin: of ln$pCctN Gcm:ri1I (OlG). The phom: rn1mbt".J: i$ 1-800- f~ (,9 .. ,q~i9

flld i·vichials who sexually nbuse or asirnult. clct~incc!l can only lie disci}lliued. or prnscculcd if tht~ ~1\msc is teported.

A puhlk:ttion nf tht: Offtn.· of :h<: h·dc:.;~l u:~lt~Htl011 T m~kc W:1shi!1Sr.'1>n, DC

Pubbhed Fcl•i·:;~y .~%:3

,).•)',! \l',<l'.,.,.M'. A .,,.,..,.,,,.,,.,,.~~·

.,, ... .._......," ... ".-oo; .. ,.w, o:

Page 58: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 . CONTRACT ID CODE IPAG~ OF PAGES

I 2 2. AMENDMENT/MODIFICAJTON NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15. PROJECT NO. (If appl1cblcl

0011 03/ 16/11 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than ltom 6) CODE I U.S. Department of Justice Same as block #6 Office of the Federal De tention and Trustee 4601 N. Fairfax Drive, Ste 910 Arlington, VA 22203

8. NAME ANO ADDRESS OF CONTRACTOR (No .• street, county, State and ZIP Codel (X) 9A. AMENDMENT OF SOLICIATION NO. --Corrections Corporation of America

10 Burton Hi l ls Boulevard 9B. DA1EO JSEE ITEM 111

Nashville, TN 37215 10A. MODIFICATION OF CONTRACT/ORDER NO.

" ODT-7-C- 000 1

1 OB. DA TED (SEE ITEM 11)

CODE !FACILITY CODE 11/07/06

11 . THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D Tho above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers D Is extended. D is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in tho solicitation or as amended, by one of the following methods:

{a)By completing items 8 and 15, and returning ___ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (CJ By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR ANO DATE SPECIFIED MAY RESULT JN REJECTION OF YOUR OFFER. If by virtue of this amendment your dosiro to change an offer already submitted, such change may be made by telegram or lotter. provided each telegram or letter makes roforonco to tho solicitation and this amondmont, and Is rocolvod prior to tho opening hour and date specified.

12. ACCOUNTING AND APPROPIRATION DATA (If rcqulrodl

2011 1020X 046 HDH5000P $405 , 244 . 26 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A . THIS CHANGE ORDER JS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES {such as changes m 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:

0. OTHER {Specify type of modification and authority)

E. IMPORTANT: Contractor ~ is not, D is required to sign this document and return 0 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. Including solicitation/contract subject matter where feasible.I

Contract Number ODT- 7- C- 0001 for detention services is hereby modified to:

1. Provide funding through February 28, 2011, in the amount of $405,244.26. Funds for Fi scal Year 2011 are contingent upon the availability of funds (See page 2) .

Al l other terms and conditions of the contract remain unchanged.

Except as provided herein, all terms and condit ions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME ANO TITLE OF SIGNER (Type or printl 16A. NAME ANO TITLE OF CONTRACTING OFFICER (Type or print)

1 5B. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540·0 1· 152-8070 Provlous edition unusable

Deborah M. Johnson

15C. DATE SIGNED 16C. DATE SIGNED

3 ft .JOI ( STANDARD FORM 30 IREV. 10-831 Proscribed by GSA FAR (48 CFR) 53.243

Page 59: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

REFERENCE NO. ur Du1..UMENT BEING CONTINUEU

CONTINUATION SHEET ODT-7 - C-0001 Modification 0011 2

NAME u~ u~~tROR OR CONTRACTOR

Corrections Corporation of America

ITEM NO. SUPPLIES/SERVICES QUANTITY UNI UNIT PRICE AMOUNT

2 .

3.

Esimated Housing Expenses Year 2:

Funds Provided to Date : Amount of this Action: Estimated Pending Funds :

for Option $ 2,431,465.56

$ 205,068.27 $ 405,244.26 $ 1,821,153.03

52 .232-18 Availability of Funds Funds are not presently available for the full year under this contract The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the parL of the Government for any payments may arise for performance under this contract, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.

Should you have any questions, please contact the Contracting Officer on (202) 353 - 4601.

NSN 7540·01 -152-8067 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

Page 60: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 . CONTRACT ID CODE IPAG~ OF PAGES

I 2 2. AMENDMENT/MODIFICAITON NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO.

15. PROJECT NO. (If applicble)

0012 04/20/11 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I U.S. Department of Just ice Sarne a s b l ock #6 Off ice of the Federal Detention and Trustee 4601 N. Fai rfax Drive, Ste 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., stroet, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICIATION NO. -Correct i ons Corporation of America

10 Burton Hills Boulevard 9B. DA TED (SEE ITEM 11)

Nashville, TN 37215 10A. MODIFICATION OF CONTRACT/ORDER NO.

" ODT-7-C-0001

10B. DATED (SEE ITEM 11)

CODE !FACILITY CODE 11/07 /06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers D is extended, D is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date speci fied in tho solicitation or as amended, by one of the following methods:

lalBy completing items 8 and 15, and returning ___ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted, such change may be made by telegram or letter. provided each telegram or lotter makes reference to the solicitation and this amendment, and Is rccoivod prior to the opening hour and dato specified.

12. ACCOUNTING AND APPROPIRATION DATA (If required)

2011 1020X 046 HDHSOOOP $202,622 . 13 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A . THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office. X 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. IMPORT ANT: Contractor ~ is not, D is required to sign this document and return 0 copies to the issuing office.

14. DESCRIPTION OF AM ENDMENT/MODIFICATION (Organized by UCF section hoadings, including solicitationfcontract subject matter where feasible.)

Contract Number ODT-7-C-0001 for detention services is hereby modified to :

1 . Provide funding through March 31, 2011, in the amount of $202,622 . 13 . Year 2011 are contingent upon the availability of funds {See page 2).

Funds for Fiscal

All other terms and conditions of the contract remain unchanged .

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed. remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER {Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER {Type or print)

15B. CONTRACTOR/OFFEROR

!Signature of person authorized to sign)

NSN 7540-01-1 52-8070 Previous edition unusable

15C. DATE SIGNED

Deborah M. Johnson

16C. DATE SIGNED

STANDARD FORM 30 !REV. 10-831 Prescribed by GSA FAR (48 CFRl 53.243

Page 61: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGES

CONTINUATION SHEET ODT-7-C-0001 Modification 0012 2

NAME OF OFFEROR OR CONTRACTOR

Corrections Corporation of America

ITEM NO. SUPPLIES/SERVICES QUANTITY UNI UNIT PRICE AMOUNT

2.

3 .

Esimated Housing Expenses for Option Year 2: $ 2,431,465 . 56

Funds Provided to Date : $ 610,312.53 Amount of this Action : $ 202,622.13 Estimated Pending Funds: $ 1 ,618,530.90

52 . 232 - 18 Availability of Funds Funds are not presently available for the full year under this contract beyond 03/31/2011 . The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made . No legal liability on the part of the Government for any payments may arise for performance under this contract, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contract ing Officer .

Should you have any questions, please contact the Contracting Officer on (202) 353-4601 .

NSN 7540-01-152-8067 OPTIONAL FORM 336 {4-86l Sponsored by GSA FAR {48 CFR) 53. 110

Page 62: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 · CONTRACT ID CODE IPAG~ OF PAGES

I 2 2. AMENOMENT/MOOIFICAITON NO. 3. EFFECTIVE DA TE 4 . REQUISITION/PURCHASE REO. NO. , 5. PROJECT NO. (If applicble)

0013 05/04/11 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If othor then Item 61 CODE I

U. S. Department of Justice Same as block #6 Office of the Federal Detention and Trustee 4601 N. Fa irfax Drive, Ste 910 Arlington, VA 22203

8. NAME ANO ADDRESS OF CONTRACTOR (No., street. county, State and ZIP Code) (XI 9A. AMENDMENT OF SOLICIATION NO. ~

Corrections Corporation of America

10 Burton Hills Boulevard 9B. DA TEO (SEE ITEM 11)

Nashville, TN 37215 10A. MODIFICATION OF CONTRACT/ORDER NO.

" ODT-7-C-0001

10B. DATED {SEE ITEM 11)

CODE !FACILITY CODE 11/07 /06

11 . THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers 0 is extended. 0 is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date speof1ed in the solicitation or as amended, by one of the following methods:

(a)By completing items 8 and 15, and returning ___ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR ANO DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offor already submitted, such change may be made by telogram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the oponing hour and date specified.

12. ACCOUNTING ANO APPROPIRATION DATA (If required)

2011 1020X D46 HDH5000P D46-11-5002 $405,244.26 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Spocify authot1ty) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. 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.I 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:

0. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor (!] is not, 0 is required to sign this document and return ----"0'--- copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, 1ncluchng sol1citaoon/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 for detention services is hereby modified to:

1. Provide funding through May 31, 2011, in the amount of $405,244.26. Funds for Fiscal Year 2011 are contingent upon the availability of funds (See page 2) .

All other terms and conditions of the contrac t remain unchanged.

Except as provided herein, all terms end conditions of the document referenced in Item 9A or 10A, es het'etofore changed, remains unchangod and in full force and effect.

15A. NAME ANO TITLE OF SIGNER (Type or print) 16A. NAME ANO TITLE OF CONTRACTING OFFICER (Type or print)

15B. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-0 1-152-8070 Previous edition unusable

15C. DATE SIGNED

Deborah M. Johnson

16C. DATE SIGNED

\\ STANDARD FORM 30 !REV. 10·83) Proscribed by GSA FAR 148 CFR) 53.243

Page 63: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

PA

CONTINUATION SHEET ODT-7-C-0001 Modifica tion 0012 2

NAME OF

Corrections of America

ITEM N O.

2 .

3 .

SUPPLIES/SERVICES

Esimated Housing Expenses Year 2 :

Funds Provided to Date: Amount o f this Action : Estimated Pending Funds :

for $

$ $ $

Option 2,431,465 . 56

610,312 . 53 202 , 622 . 13

1 ,618, 530 . 90

52 . 232 - 18 Availability of Funds Funds are not presently availabl e for the full year under t his contract beyond 03/31/2011. The Government's obligation for performance of this contract beyond that date is contingent upon the avail abil ity of appropriated funds from which payment for contract purposes can be made . No legal liability on the part of t he Government for any payments may arise for performance under this cont ract, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by t he Contracting Officer .

Should you have any quest ions, p l ease contact t he Contracting Officer on (202) 353-4601.

NSN 7540-01 -1 52-8067

QUANTITY UNI UNIT PRICE AMOUNT

OPTIONAL FORM 336 {4-861 Sponsored by GSA FAR (48 CFR) 53. 110

Page 64: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT r. CONTRACT ID CODE IPAG~ OF PAGES

I 2 2. AMENDMENT/MODIFICAITON NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15. PROJECT ND. (If applicble)

0014 06/30/11 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I U.S. Department of Justice Same as block #6 Office of the Federal Detention and Trustee 4601 N. Fairfax Drive, Ste 910 Arlington , VA 22203

B. NAME AND ADDRESS OF CONTRACTOR (No .. stroot, county, State and ZIP Code) !XJ 9A. AMENDMENT OF SOLICIATION NO. ,..._

Corrections Corporation of America

10 Burton Hills Boulevard 9B. DA TED (SEE ITEM 11)

Nashville, TN 37215 10A. MODIFICATION OF CONTRACT/ORDER NO.

ODT-7-C-0001

" 1 OB. DA TED !SEE ITEM 111

CODE !FACILITY CODE 11/07 /06

11 . THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers D is extended, D is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a)By completing items 8 and 15, and returning ___ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of tho offer submitted;

or (c} 8y separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted, such change may be made by telegram or lotter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to tho opening hour and date specified.

12. ACCOUNTING AND APPROPIRATION DATA (If required}

2011 1020X D46 HDHSOOOP $202,622.13 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A . THIS CHANGE ORDER IS ISSUED PURSUANT TO: {Specify authority) THE CHANGES SET FORTH IN ITEM '14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 10A.

8. 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. IMPORTANT: Contractor ~ is not, D is required to sign this document and return 0 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION {Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C- 0001 for detention services is hereby modified to:

1 . Provide funding through June 30 , 2011 , in the amount of $202,622.13. Funds for Fiscal Year 2011 are contingent upon the availabili ty of f unds (See page 2) .

All other terms and conditions of the contract remain unchanged.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 1 OA. as heretoforo changed, remains 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)

15B. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-01-152·8070 Previous edition unusable

1 5C. DA TE SIGNED

Deborah M. Johnson

16C. DATE SIGNED

STANDARD FORM 30 !REV. 10-831 Prescribed by GSA FAR 148 CFR) 53.243

Page 65: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

REFERENCE NO. OF DOCUMENT BEING 1,,vN TINUEo PAGES

CONTINUATION SHEET ODT - 7- C- 0001 Modificat ion 0014 2

NAME OF OFFEROR OR CONTRACTOR

Corrections Corporation of America

ITEM NO. SUPPLIES/SERVICES QUANTITY UNI UNIT PRICE AMOUNT

2.

3.

Esimated Housing Expenses Year 2:

Funds Provided t o Date : Amount of this Action: Estimated Pending Funds:

for Option $ 2,431,465 . 56

$ 1, 218 , 178 . 92 $ 202,622.13 $ 1,010 , 664 . 90

52.232 - 18 Avai labi l i ty of Funds Funds are not present l y available for the full year under this contract beyond 06/30/2011 . The Government 's obligat ion for performance of this contrac t beyond that date is contingent upon the availability of appr opr iated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payments may arise for performance under this cont rac t, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in wri t i ng by the Contract i ng Officer.

Shou ld you have any ques t ions, p l eas e contac t the Contracting Off i cer on (202) 353 - 4601.

NSN 7540 -01 -152-8067 OPTIONAL FORM 336 !4·8 6) Sponsored b y GSA FAR (48 CFR) 53. 110

Page 66: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 . CONTRACT ID CODE rAG~ OF PAGES

I 2 2. AMENDMENT/MODIFICAITON NO. 3. EFFECTIVE DATE 4 . REQUISITION/PURCHASE REQ. NO. IS. PROJECT NO. (If applicble)

0015 08/26/11 crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 61 CODE I U. S . Department o f Justice Same as block #6 Office of the Federal Detention and Trustee 4601 N. Fai rfax Drive, Ste 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street , county, State and ZIP Code) (X) SA. AMENDMENT OF SOLICIATION NO. -

Corrections Corporation o f America

10 Burton Hill s Boulevard SB. DATED (SEE ITEM 11)

Nashville, TN 37215 10A. MODIFICATION OF CONTRACT/ORDER NO.

ODT- 7- C-0001 x 1 OB. DATED (SEE ITEM 11)

CODE I FACILITY CODE 11/07 /06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D The above numbered solicitation is amended as set forth in Item 14. The hour and date speci fied for receipt of Offers D is extended, D is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a)By completing items 8 and 1 S, and returning ___ copies of the amendment ; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted, such change may be made by telegram or letter. provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPIRATION DATA (If required)

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 1 OA.

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 modi fication and authority)

E. IMPORTANT: Contractor ~ is not, 0 is required to sign this document and return 0 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 for detention s e rvices is hereby modified to :

Incorporate the attached "Attachment One".

Except as provided herein, all terms and conditions of the document referenced in Item gA or 1 OA, as heretofore changed, remains unchanged and in full force and effect.

1 SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

1 SB. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7S40-01·1S2·8070 Previous edition unusable

1SC. DATE SIGNED

Deborah M. Johnson

16C. DATE SIGNED

I\ STANDARD FORM 30 (REV. 10·B3l Prescribed by GSA FAR (48 CFR) S3. 243

Page 67: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Attachment One

If the changes made to the policies are initiated or generated by CCA's own continuous annual up-date and review/revision of policies, procedures and operations, those policies should be submitted to the Office of the Federal Detention Trustee (OFDT) at the following e-mail address: DSCD.Detention.Programs.Division(a),USDOJ.GOV. Additionally, information need to be provided regarding "what was specifically changed (language, procedure, additions, deletion, etc.) and exactly where in the policy the new revision occ·ur. Each policy submitted to OFDT for review consideration must have the aforementioned accompanied information. Policies which are forwarded without this information will be returned with a request to provide the necessary information.

CCA Facility Policy Review Workflow: shall provide for a corporate point of contact for policy submissions. Policies will be submitted singularly to OF.OT, via OF.OT Detention Standards & Compliance Division's resource mailbox: [email protected]. Policy submissions shall contain a naming convention (i.e., Special Housing Unit Policies) in the subject e-mail and need to be detention facility specific. The policy or procedure should be contained within a single PDF file which clearly identifies the policy changes.

Policies unrelated to detention standards do not require the contracting officer's approval. Policy changes which do not impact the actual implementation of the policy (e.g., redesigned forms) do not require OFDT's approval. Changes in policies which do not affect United States Marshal Service prisoner populations not included by the OFDT contract do not need to be submitted to OFDT.

If the policy change occurs in response to and as occurs as a result of a finding during a Quality Assurance Review, then the policy submitted for consideration should be submitted as attachments as part of CCA's corrective actions which are submitted to the OFDT contracting officer.

***ALL OTHER TERMS AND CONDITIONS SHALL REMAIN UNCHANGED***

1

Page 68: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE IPAG~ OF PAGES

I 2 2. AMENDMENT/MODIFICAITON NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. 15. PROJECT NO. (If applicblol

0016 09/08/11 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 61 CODE I U.S. Department of Justice Same as block #6 Office of the Federal Detention and Trustee 4601 N. Fairfax Drive, Ste 910 Arlington, VA 22203

8. NAME AND ADDRESS DF CONTRACTOR (No., street, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICIATION NO. ,...__

Corrections Corporation of America

10 Burton Hills Boulevard 9B. DATED (SEE ITEM 11 I

Nashville, TN 37215 10A. MODIFICATION OF CONTRACT/ORDER NO.

" ODT-7-C- 0001

10B. DA TED (SEE ITEM 1 11

CODE I FACILITY CODE 11/ 07 /06

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers 0 is extended, 0 is not extended .

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a)By completing items 8 and 15, and returning copies of the amendment; (bl By acknowledging receipt of this amendment on each copy of the offer submitted;

or (cl By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to tho opening hour and date specified.

12. ACCOUNTING AND APPROPIRATION DATA (If required)

2011 1020X D46 HDHSOOOP $607,866.39 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

NO. IN ITEM 1 QA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office,

X appropriation date, etc.I SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(bl.

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authorit y)

E. IMPORTANT: Contractor ~ is not, 0 is required to sign this document and return 0 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Numbe r ODT-7-C- 0001 for detention services is hereby modified to :

1 . Provide funding through September 30, 2011, in the amount of $607,86~.39 . Fiscal Year 2011 are contingent upon the availability of funds (See page 2) .

All other terms and conditions of the contract remain unchanged.

Funds for

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 1 OA, as heretofore changed, remains 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)

1 5B. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-01 -152-8070 Previous edition unusable

Deborah M. Johnson

Page 69: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

CONTINUATION SHEET ODT-7-C-0001 Modification 0016 2

Corrections of America

ITEM NO.

2 .

3.

SUPPLIES/ SERVICES

Esimated Housing Expenses for Option Year 2: $ 2 ,431,465 . 56

Funds Provided to Date: $ 1,420,801 . 05 Amount of this Action: $ 607,866.39 Estimated Pending Funds: $ 402,798 . 12

52.232-18 Availability of Funds Funds are not presently available for the full year under this contract beyond 06/30/2011. The Government ' s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No l egal liability on the part of the Government for any payments may arise for performance under this contract , until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.

Should you have any questions, please contact the Contracting Officer on (202) 353 - 4601 .

NSN 7540·01·152·8067

QUANTITY UNI UNIT PRICE AMOUNT

OPTIONAL FORM 336 14·861 Sponsored by GSA FAR (48 CFRl 53. 1 1 0

Page 70: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

11. CONTRACT ID cooe IPA7

or PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I 8

2 AMl::NUMFNTIMODlrlCATION NO 3. EFFECTIVE DATE 4 REQUISITION/PURCHASE REO. NO ,6. PROJf:CT NO /Ir app1canlo)

0017 10/21/2011 Crossroads a ISSUEOBV CODE 7 ADMINISTERED B'r' (lfotnartnan //om 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Dr Suite 900 Arlington, VA 22203

a NAME ANO ADDRESS OF CONTRACTOR (No . strnet, cot111ly, Slnto n11d ZIP CodoJ J& 9A. AMENDMENT Of SOLICIT A nor J NO

Corrections Corporation of America 10 Burton Hill Boulevard D Nashville, TN 37215

90 0/\ltU {:il:I: 11/:iM 11)

10A. MOOIHCATION OF CONTRACTIOROCR NO

181 ODT-7-C-0001 1CB DA1W (SCI! ITf:M 13)

CODE f~ACIUTV COOE 11/07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 Th• above numbe1od IOl!dlation Is amondod aa oet forth In llttm 14. The hour ll1d d110 apedfied for rwcelp! or Ollert 0 la elllended, [J la not extonded.

Otto~ mual acl<nowtodge re<:elpt or lhla amendment prior 10th• hour and dale apecifiod In th• 1oflcltallon or as emended, by On41 or the following methods: (•) By completing lie ms 8 and 15, and returning oopl11 ol the amendment; (b) By 1c:Julowlodglng receipt d lhls 1mendmlnt on old\ copy of the offer aul>mittad; or (c) By Hparate lallor or telegram which indudoe a raforenoe to thll 1otidtatlon and 1mendmenl numb1<1. FAILURE OF YOUR ACKNO'M..EOGMENT TO BE RECENEO AT THE

PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO TI-IE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by >Artue of lhla amendm1n1 yoor 001111 to chllnge •n olfftf already 1ubmlttod, 1uch ch1111ge may be made by telegram or letter, provided eacll teleoram or letter maku referene» to the aol1citation and this nmondmont, ond 11 rec.lv•d p1Jor to the oponlng hour and data ap&ciOed.

1 ~ ACCOUN I ING /IND Al'PROflHl/11 ION DATA (II r&<JUltfJ<J}

N/A 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO {Spocify ~ut'-'r1fy} 1 HE CHANG£$ SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT OROER NO.

0 IN ITEM 10A.

n B. Tl-ii: ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CH/,NGES (wch 116 diangts In paying oftlc., 1ppt0pria~on data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b)

C. Tl 11$ SUPPLCMCNT AL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

FAR Part 52.243-1 - Changes Clause

I l 0. OTHEH (5p«lfy lype of mOd~Cdtlon and 11Ufhority)

E. IMPORTANT: Contractor Dis not, 181 is required to sign this document and return ---- cople& to the Issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Orrianlzed by UCF SIC/Jon heading$, inciud119 solldt1tionlconttact wbjtcl meHtrwhtre l1111ib1-.)

Contract Number ODT-7-C-0001 for detention services Is hereby modified to: 1. Provide Federal detainees with free telephone calls to Federal Defenders offices nationwide. The Contractor shall provide detainees with procedures for calls made to the main Federal Defender office telephone numbers (one per headquarters and one per staffed branch office). Calls will be at no charge to the Inmate or the Federal Defender offices. Attached Is a spreadsheet showing the main telephone numbers of Federal Defender offices to be Included in this program. All costs providing these free calls are considered acceptable as an acceptable expense and shall be deducted from the income of the Detainee Telephone System. No equitable adjustment in contract will be granted under this change.

Except u pro\Aded he11in. 1P lerma .ild condlti0/15 ol tho doalment referenced In Item 9A or 10A, as ~ere\Olore chenged, remains unchanged 1nd In t\Jll force and atrlld. 1SA Nl\M!:'A~lD tTt OF :;1 • CR(lypcorpnt~J 1GA NAMli.ANOTITL!lOFCONTRACTINGOFFICER(TypeorPtlllf}

J 1se ~~n~qroRicr~rnoR1 1 ~//( 112 I ,, I ,

(S<g11;tUfO of 1>91son aulhoiued to $lgn)

NSN 7640.01·162-l1070 P1111lou1 edition unusable

16C. DATE SIGNED

11/7/11

Scott P. Sterr er Assistari T

IGC. DATE SIGNCO

/e { u // STANDARD FORM 30 (REV. 1G-83) PrelCtlbed by GSA FAA (48 CFR) 53.243

Page 71: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

REFERENCE NO. OF OOCUMENT BEING CONTINUEO PAGES

CONTINUATION SHEET ODT-7-C-0001 Crossroads

NAME OF OFFEROR OR CONTRACTOR

Corrections Corporation of America

ITEM NO. SUPPLIES/SERVICES

Contractor shall put procedures in place and forward copies of such procedures to the Contracting Officer no later than November 15, 2011.

All other terms and conditions remain unchanged by this modification.

NSN 7640-01-152-11067

QUANTITY UNIT

2

UNIT PRICE AMOUNT

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

Page 72: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Defender Name Phone City

AlabamaM Federal Defender Program, Inc. 334-834-2099 Montgomery

AlabamaS Southern Federal Defender Program, Inc. 251-433-0910 Mobile --·--AlaskaX Alaska Federal Public Defender 907-646-3400 Anchorage --ArizonaX Arizona Federal Public Defender 602-382-2700 Phoeni>< ArizonaX Arizona Federal Public Defender 928-213-1944 Flagstaff

ArizonaX Arizona Federal Public Defender 801-538-5090 Salt Lake City -~

ArizonaX Arizona Federal Public Defender 520-879-7500 Tucson ArizonaX Arizona Federal Public Defender 928-314-1780 Yuma

ArkansasE Arkansas Eastern Federal Public Defender 501-324-6113 Little Rock

ArkansasE Arkansas Eastern Federal Public Defender 479-442-2306 Fayetteville ArkansasE Arkansas Eastern Federal Public Defender 479-782-1097 Fort Smith

CaliforniaC California Central Federal Public Defender 213-894-2854 Los Angeles California( California Central Federal Public Defender 951-276-6346 Riverside

California( California Central Federal Public Defender 714-338-4500 Santa Ana CaliforniaE Cillifornlil Eastern Federal Public Defender 916-498-5700 Sacramento Californ iaE California Eastern Federnl Public Defender 559-487-5561 Fresno

CaliforniaN California Northern Federal Public Defender 415-436-7700 San Francisco CaliforniaN California Northern Federal Public Defender 510-637-3500 Oakland

Californ iaN California Northern Federal Public Defender 408-291-7753 San Jose

CalifornlnS Federal Defenders of San Diego, Inc. 619-234-8467 San Diego

CaliforniaS Federal Defenders of San Diego, Inc. 760-335-3510 El Centro ColoradoX Colorado Federal Public Defender 303-294-7002 Denver - --ColoradoX Colorado Federal Public Defender 307-772-2781 Cheyenne, WY

ConnecticutX Connecticut Federal Public Defender 860-493-6260 Hartford

ConnecticutX Connecticut Federal Public Defender 203-498-4200 New Haven

DelawareX Delaware Federul Public Defender 302-573-6010 Wilmington

District of ColumbiaX District of Columbia Federal Public Defender 202-208-7500 Washington

FloridaM Florida Middle federal Public Defender 813-228-2715 Tampa FloridaM Florida Middle Federal Public Defender 239-334-0397 Fort Myers

FloridaM Florida Middle Federal Public Defender 904-232-3039 Ja cksonvllle FloridaM Florida Middle Federal Public Defender 352-351-9157 Ocala FloridaM Florida Middle Federal Public Defender 407-648-6338 Orlando FloridaN Florida Northern Federal Public Defender 850-942-8818 Tallahassee FlorldaN Florida Northern Federal Public Defender 352-373-5823 Gainesville FloridaN Florida Northern Federal Public Defender 850-436-8512 Pensacola FloridaN Florida Northern Federal Public Defender 850-769-8580 Panama City FloridaS Florida Southern Federal Public Defender 305-373-4357 Miami --FloridaS Florida Southern Federal Public Defender 954-763-4357 Fort Lauderdale FloridaS Florida Southern Federal Public Defender 561"-802-8999 West Palm Beach GeorgiaM Federal Defenders of the Middle District of Georgia, Inc. 478-743-4747 Macon GeorgiaM Federal Defenders of the Middle District of Georgia, Inc. 229-435-6162 Albany GeorRiaM Federal Defenders of the Middle District of Georgia, Inc. 706-358-0030 Columbus GeorgiaN Georgia Federal Defender Program, Inc. 404-688-7530 Atlanta GuamX Guam Federal Public Defenders 671-472-7111 Mong Mong HawaiiX Hawaii federal Public Defender 808-541-2521 Honolulu ---

Page 73: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

ldahoX Federnl Defender Services of Idaho, Inc. 208-331-5500 Boise ldahoX Federal Defender Services of Idaho, Inc. 208-478-2046 Pocatello Illinois( Illinois Central Federal Public Defender 309-671-7891 Peoria -illlnolsC Illinois Central Federal Public Defender 217-492-5070 Springfield -Illinois( Illinois Central Federal Public Defender 217~3 73-0666 Urbana lllinoisN llllnols Federal Defender Program, Inc. 312-621-8300 Chicago ·-lllinoisN Illinois Federal Defender Program, Inc. 815-961-0800 Rockford lllinolsS Illinois Southern Federal Public Defender 618-482-9050 East St. Louis

lllinoisS Illinois Southern Federal Public Defender 618-435-2552 Benton lndian;iN Federal Community Defenders, Inc. 219-937-8020 Hammond lndlanaN Federal Community Defenders, Inc. 260·422-9940 Fort Wayne lndianaN Federal Community Defenders, Inc. 574-245-7393 South Bend

lndianaS Indiana Federal Community Defender, Inc. 317-383-3520 Indianapolis Iowas Iowa Southern Federal Public Defender 515-309-9610 Des Moines Iowas Iowa Southern Federal Public Defender 319-363-9540 Cedar Rapids Iowas Iowa Southern Federal Public Defender 563-322-8931 Davenport Iowas Iowa Southern Federal Public Defender 712-252-4158 Sioux City -KansasX Kansas Federal Public Defender 316-269-6445 Wichita -KansasX Kansas Federal Public Defender 913-551-6712 Kansas City KansasX Kansas Federal Public Defender 785-232-9828 Topeka

KentuckyW Western Kentucky Federal Community Defender, Inc 502-584-0525 Louisville

LouislanaE Louisiana Eastern Federal Public Defender 504-589-7930 New Orleans ·-LouisianaW Louisiana Western Federal Public Defender 337-262-6336 Lafayette louislanaW Louisiana Western Federal Public Defender 225-382-2118 Baton Rouge

LoulsianaW Louisiana Western Federal Public Defender 318-676-3310 Shreveport -MaineX Maine Federal Public Defender 207-553-7070 Portland MaineX Maine Federal Public Defender 207-992·41 ll Bangor MarylandX Maryland Federal Public Defender 410-962-3962 Baltimore -MarylandX Maryland Federal Public Defender 301-344-0600 Greenbelt MarylandX Maryfand Federal Public Defender 203-498-4200 New Haven MassachusettsX Massachusetts Federal Public Defender 617-223-8061 Boston MassachusettsX Massachusetts Federal Public Defender 603-226-7360 Concord, New Hampshire MassachusettsX Massachusetts Federal Public Defender 401-528-4281 Providence, Rhode Island __ MichiganE Legal Aid & Defender Assoc. of Detroit 313-967-5542 Detroit MlchlganE Legal Aid & Defender Assoc. of Detroit 810-232-3600 Flint MichiganW Michigan Western Federal Public Defender 616-742-7420 Grand Rapids MichiganW Michigan Western Federal Public Defender 906-226-3050 Marquette MinnesotaX Minnesota Federal Public Defender 612-664-5858 Minneapolis MississlpplS Mississippi Southern Federal Public Defender 601-948-4284 Jackson MississippiS Mississippi Southern Federal Public Defender 228-865-1202 Gulfport MississipplS Mississippi Southern Federal Public Defender 662-236-2889 Oxford MissouriE Missouri Eastern Federal Public Defender 314-241-1255 St. Louis MissouriE Missouri Eastern Federal Public Defender 573-339-0242 Cape Girardeau MissouriW Missouri Western Federal Public Defender 816-471-8282 Kansas City

~--

MissouriW Missouri Western Federal Public Defender 573-636-8747 Jefferson City MissourlW Missouri Western Federal Public Defender 417-873-9022 Springfield MontanaX Federal Defenders of Montana 406-727-5328 Great Falls

Page 74: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Montan ax Federal Defenders of Montana 406-259-2459 Billings

Montan;iX Federal Defenders of Montana 406-449-8381 Helena

MontanaX Federal Defenders of Montana 406-721-6749 Missoula

NebraskaX Nebraska Federal Public Defender 402-221-7896 Omaha NebraskaX Nebraska Federal Public Defender 402-437-5871 Lincoln NevadaX Nevada Federal Public Defender 702-388-6577 las Vegas NevadaX Nevada Federal Public Defender 775-321-8451 Reno New JerseyX New Jersey Federal Public Defender 856-757-5341 Camden

New JerseyX New Jersey Federal Public Defender 973-645-6347 Newark New JerseyX New Jersey Federal Public Defender 609-989-2160 Trenton

New MexicoX New Mexico Federal Public Defender 505-346-2489 Albuquerque

New MexicoX New Mexico Federal Public Defender 575-527-6930 las Cruces

New YorkN New York Northern Federal Public Defender 315· 701-0080 Syracuse

New YorkN New York Northern Federal Public Defender 518-436-1850 Albany ·-New Yorks Federal Defenders of New York, Inc. 212-417-8700 New York

New Yorks Federal Defenders of New York, Inc. 718-330-1200 Brooklyn New Yorks Federal Defenders of New York, Inc. 631-712-6500 Central Islip

New Yorks Federal Defenders of New York, Inc. 914-428-7124 White Plains

New YorkW New York Western Federal Public Defender 716-551-3341 Buffalo --New VorkW New York Western Federal Public Defender 585-263-6201 Rochester

North CarolinaE North Carolina Eastern Federal Publlc Defender 919-856-4236 Raleigh

North CarolinaE North Carolina Eastern Federal Public Defender 910-484-0179 raycttev1lle

North CarolinaE North Carolina Eastern Federal Public Defender 252-830-2620 Greenville North CarolinaM North Carolina Middle Federal Public De.fender 336-333-5455 Greensboro

North CarollnaM North Carolina Middle Federal Public Defender 336-631-5278 Winston Salem North CarolinaW Federal Defenders of Western North Carolina, Inc. 704-374-0720 Charlotte North CarolinaW Federal Defenders of Western North Carolina, Inc. 828-232-9992 Asheville OhloN Ohio Northern Federal Publlc Defender 216-522-4856 Cleveland OhioN Ohio Northern Federal Public Defender 330·3 75-5739 Akron

OhioN Ohio Northern Federal Public Defender 419-259-7370 Toledo OhioS Ohio Southern Federal Public Defender 614-469-2999 Columbus

OhioS Ohio Southern Federal Public Defender 513-929-4834 Cincinnati

OhioS Ohio Southern Federal Public Defender 937-225-7687 Oilyton OklahomaN Oklahoma Northern Federal Public Defender 918-S81-7656 Tulsa OklahomaW Oklahoma Western Federal Public Defender 405-609-5930 Oklahoma City

OregonX Oregon Federal Public Defender 503-326-2123 Portland OregonX Oregon Federal Public Defender 541-465-6937 Eugene OregonX Oregon Federal Public Defender 541-776-3630 Medford PennsylvaniaE Defender Association of Philadelphia 215-928-1100 Philadelphia -Pennsylvania£ Defender Association of Philadelphia 610-434-6316 Allentown PennsylvanlaM Pennsylvania Middle Federal Public Defender 717-782-2237 Harrlsburp, PennsylvaniaM Pennsylvania Middle Federal Public Defender 570-343-6285 Scranton PennsylvaniaM Pennsylvania Middle Federal Public Defender 570-323-9314 Williamsport PennsylvaniaW Pennsylvania Western Federal Public Defender 412-644-6565 Pittsburgh PennsylvaniaW Pennsylvania Western Federal Public Defender 814-45 5·8089 Erie Puerto RicoX Puerto Rico Federal Public Defender 787-281-4922 San Juan ·-South DakotaX North & South Dakota Federal Public Defender 605-224-0009 Pierre

Page 75: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

·-South DakotaX North & South Dakota Federal Public Defender 701-250-4500 Bismarck, ND

South DakotaX North & South Dakota Federal Public Defender 701-239-5111 Fargo, ND ~--

South DakotaX North & South Dakota Federal Public Defender 605-343-5110 Rapid City, IA

South DakotaX North & South Dakota Federal Public Defender 605-330-4489 Sioux Falls

TennesseeE Federal Defender Services of Eastern Tennc:.sce, Inc. 865-637-7979 Knoxville

TennesseeE Federal Defender Services of Eastern Tennessee, Inc. 423-756-4349 Chattanooga

TennesseeE Federal Defender Services of Eastern Tennessee, Inc. 423-636-1301 Greeneville

TennessecM Tennessee Middle Federal Public Defender 615-736-5047 Nashville

TennesseeW Tennessee Western Federal Public Defender 901-544-3895 Memphis

TennesseeW Tennessee Western Federal Public Defender 731-427-2556 Jackson

TexasE Texas Eastern Federal Public Defender 903-531-9233 Tyler

TexasE Texas Eastern Federal Public Defender 409-839-2608 Beaumont

TexasE Texas Eastern Federal Public Defender 469-362-8506 Frisco

TexasE Texas Eastern Federal Public Defender 903-892-4448 Sherman -TexasN Texas Northern Federal Public Defender 214-767-2746 Dallas TexasN Texas Northern Federal Public Defender 806-324-2370 Amarillo

TexasN Texas Northern Federal Public Defender 817-978-2753 Fort Worth

TexasN Texas Northern Federal Public Defender 806-472-7236 Lubbock TexasS Texas Southern Federal Public Defender 713-718·4600 Houston

TexasS Texas Southern Federal Public Defender 956-548-2573 Brownsville

TexasS Texas Southern Federal Public Defender 361-888-3532 Corpus Christi

TexasS Texas Southern Federal Public Defender 956-753-5313 Laredo TexasS Texas Southern Federal Public Defender 956-630-2995 McAllen TexasW Texas Western Federal Public Defender 210-472-6700 San Antonio

TexasW Texas Western Federal Public Defender 432-837-5S98 Alpine -TexasW Texas Western Federal Public Defender 512-916-5025 Austin

TexasW Texas Western Federal Public Defender 830-703-2040 Del Rio TexasW Texas Western Federal Public Defender 915-534-6525 El Paso

UtahX Utah Federal Public Defender 801-524-4010 Sa It Lake City

VermontX Vermont Federal Public Defender 802-862-6990 BurlinBton Virgin lslandsX Virgin Islands Federal Public Defender 340-773-3585 St. Croix

Virgin lslandsX Virgin Islands Federal Public Defender 340-77 4-4449 St. Thomas VirginiaE Virginia Eastern Federal Public Defender 703-600·0800 Alexandria ·-VirginiaE Virginia Eastern Federal Public Defender 757-457-0800 Norfolk VirginiaE Virginia Eastern Federal Public Defender 804-343-0800 Richmond VirginiaW Virginia Western Federal Public Defender 540-777-0880 Roanoke VirginiaW Virginia Western Federal Public Defender 276-619-6080 Abingdon --VirginlaW Virginia Western Federal Public Defender 434-220·3380 Charlottesville WashlngtonE Federal Defenders of Eastern Washington 509-624-7606 Spokane WashlngtonE Federal Defenders of Eastern Washington 509-248-8920 Yakima

WashinRtonW Washington Western Federal Public Defender 206-553-1100 Seattle WashlngtonW Washington Western Federal Public Defender 253-593-6710 Tacoma West VirginlaN West Virginia Northern Federal Public Defender 304-622-3823 Clarksburg West VlrginiaN West Virginia Northern Federal Public Defender 304-260-9421 Martinsburg West VirginiaN West Virginia Northern Federal Public Defender 304-233-1217 Wheeling West VlrginiaS West Virginia Southern Federal Public Defender 304-347-3350 Charleston WisconsinE Federal Defender Services of Wisconsin, Inc. 414-221-9900 Miiwaukee

Page 76: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

WisconslnE Federal Defender Services of Wisconsin, Inc. 920-430-9900 Green Uay

WisconsinE Federal Defender Services of Wisconsin, Inc. 608-260-9900 Madison

Page 77: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE IPA~E OF PAGES

I 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. , 5. PROJECT NO. (If applicable)

0018 10/01/2011 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Dr Suite 900 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) ._N_ 9A. AMENDMENT OF SOLICITATION NO.

Corrections Corporation of America 1 O Burton Hill Boulevard D Nashville, TN 37215 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

~ ODT-7-C-0001 10B DATED (SEE ITEM 13)

CODE !FACILITY CODE 11/07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers 0 is extended, 0 is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing items 8 and 15, and returning copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which indudes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

2012 1020X D46 HDH5000P 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

$202,622.13

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

D 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).

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor ~ is not, 0 is required to sign th is document and return _____ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 for detention services is hereby modified to: 1. Provide additional funding through October 31 , 2011 All other terms and conditions remain the same

Amount obligated to date: $2,028,667.05 Amount of this action: $202,622.13 Unfunded balance: $200, 176.38

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 1 OA, as heretofore changed, remains 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)

(Signature of person authorized to sign)

NSN 7540·01-152-8070 Previous edition unusable

Deborah M. Johnson Contracting Officer

ANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 78: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE IPA~E OF PAGES

I 1

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO. (ff applicable)

0019 11/01/2011 Crossroads

6. ISSUED BY CODE 7. ADMINISTERED BY (ff other than Item 6) CODE I Office of the Federal Detention Trustee

4601 N. Fairfax Dr

Suite 900

Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) (X) SA. AMENDMENT OF SOLICITATION - NO.

Corrections Corporation of America

10 Burton Hill Boulevard D Nashville, T N 37215

SB. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

~ ODT -7-C-0001 10B. DATED (SEE ITEM 13)

CODE jFACILITY CODE 11/07/2006

11 . THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers 0 is extended, 0 is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended. by one of the following methods:

(a) By completing items 8 and 15. and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted: or (c) By separate letter or telegram which indudes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted. such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment. and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

D D

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).

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

FAR Part 52 .217-9 Option to Extend the Term of the Contract

E. IMPORTANT: Contractor ~ is not, 0 is required to sign this document and return ____ _ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Number ODT-7 - C - 0001 for detention services is hereby modified to:

1. Exercise Option Period 3 for the above referenced contract, which extends the term of the contract 24 months until

10/31/2013. All other terms and conditions remain the same.

Note: FAR Part 52.232-19 AVAILABILITY OF FUNDS - Funds are not presently available for the full year of this contract. The

Government's obligat ion for performance on this contract beyond this date is contingent upon the availability of appropriated

funds from which paym ent for contract purposes can be made. No legal liability on the part o f the Government for any payment

may arise for performance under this contract, until funds are made available to the Contracting Officer for performance and

until the contractor receives notice o f availability, to be confirmed in writing by the Contracting Officer.

Except as provided herein. all terms and conditions of the document referenced in Item SA or 10A. as heretofore changed, remains 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)

(Signature of person authorized to sign)

NSN 7540-01-152-8070 Previous edition unusable

Deborah M. Johnson

Contracting Orou.O<T""CTY'lo.

STANDARD FORM 30 (REv. 10.: 3) Prescribed by GSA FAR (48 CFR) 53.243

Page 79: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

·--11 . CONl "".;T ID CODE IPA~E OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/ PURCHASE REQ. NO. ,5. PROJECT NO. (If applicable)

0020 11/01/201 1 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Dr Suite 900 Arlington , VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street. county, State an_d ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION ,____ NO.

Corrections Corporation of America 10 Burton Hill Boulevard Nashville, TN 37215

D 9B. DATED (SEE ITEM 11 I

10A MODIFICATION OF CONTRACT/ORDER NO.

[g] ODT-7-C-0001 10B. DATED (SEE ITEM 13)

CODE I FACILITY CODE 11/07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers 0 is extended. 0 is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE

PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this

amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation

and this amendment, and is received prior to the opening hour and date specified.

12 ACCOUNTING AND APPROPRIATION DATA (If required)

2012 1020X D46 HDH5000P $202,623.87 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTSIORDERS.

IT MODIFIES THE CONTR~CTIORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO.

IN ITEM 10A.

D 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).

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [gj is not, 0 is requ ired to sign this document and return ____ _ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 for detention services is hereby modified to: Provide funding for Option Period 3 through November 18, 2011

Option Period 3 Amount - $2,504,409.48 Total Obligated to Date - $0.00 Amount of this action - $202,623.87 Unfunded balance - $2,301 ,785.61

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

15B. CONTRACTORIOFFEROR

(Signature of person authorized to sign)

NSN 7540-01-152-8070 Previous edition unusable

1 SC. DATE SIGNED 16C DATE SIGNED

\\ ·:;- )011 STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 80: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE IPA~E OF PAGES

I 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO. (If applicable)

0021 12/20/2011 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Drive, Suite 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION - NO.

Corrections Corporation of America 10 Burton Hill Boulevard D Nashville, TN 37215 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

[_g] ODT-7o-C-0001 10B. DATED (SEE ITEM 13)

CODE I FACILITY CODE 11/07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers 0 is extended, 0 is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted:

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE

PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this

amendment your desire to change an offer already submitted, such change may be made by telegram or letter. provided each telegram or letter makes reference to the solicitation

and this amendment. and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

2012 1020X 046 HDH5000P $2,093,087.00 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO.

D 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).

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [_g] is not. D is required to sign this document and return _ _ ___ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 for detention services is hereby modified to:

1. Add additional funding for housing. The total obligated amount for housing is $2,093,087.00.

Previous contract amount $202,623.87 Modification amount $2,093,087.00 New total amount $2,295,710.87

Except as provided herein. all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Deborah M. Johnson

(Signature of person authorized to sign)

NSN 7540-01-152-8070 Previous edition unusable

Contracting Officer

J()-~i/ao11 STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 81: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE IPA~E OF PAGES

I 2 2. f\MENDMENTIMODl/j[j(J"' 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO. <" opp/1CDblt1)

o~ (X);<& } 01/27/2012 Crossroads 6 ISSUEOBY -(/ CODE 7. ADMINISTERED BY {/fol/1ort/1un /lom 6) CODE I Office ot' the Federal Detention Trustee 4601 N. Fairfax Drive, Suite 910 Arlington, VA 22203

6. NAME AND ADDRESS OF CONTRACTOR (No .. strool, county, Stolo and ZIP Ccdo) ~ 9A. AMENDMENT OF SOLICITATION NO.

Corrections Corporation of America 10 Burton Hills Boulevard D Nashville, TN 37215 9B DATED (SEE ITEM 11}

10A. MODIFICATION OF CONTRACT/ORDER NO.

~ ODT-7-C-0001 10B. DATED (SEE ITEM 13)

CODE I FACILITY CODE 11/07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D The above numbered solicitation Is amended as set forth In Item 14. The hour and date speclfled for receipt of Offers D Is extended, D Is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date spec~ied In the solicitation or as amended, by one of the following methods: ' (e) By completing items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which Includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue a this amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and Is received prior to the opening hour and date spec~led.

12. ACCOUNTING AND APPROPRIATION DATA (If required}

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO.

D IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes In paying office, appropriation dais, sic.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor D is not, ~ Is required to sign this document and return ____ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including sollcllstionlcontrect sub}llct matter where fssslb/11.)

Contract Number ODT-7-C-0001 for Detention Services is hereby modified to: 1. Clarify and update the period of performance in Section B of the original contract. As stated in Section B - For the purposes of price re-determination, performance of this contract is divided into successive periods. The first period shall extend from the date of the contract to October 31, 2008 and the second and each succeeding period shall extend for 24 months from the end of the last preceding period. Therefore, the period of performance schedule Is corrected as follows: Base Period: January 2007 to October 31, 2008; Option 1: November 1, 2008 - October 31, 2010; Option 2: November 1, 2010 - October 31, 2012; Option 3: November 1, 2012 - October 31 , 2014; Option 4: November 1, 2014 - October 31 , 2016; Option 5: November 1, 2016-0ctober 31, 2018; Option 6: November 1, 2018 - October 31, 2020

NSN 7540-01-152-8070 Previous edilion unusable

16C. DATE SIGNED

d. \C) c90\d-STANDARD FORM 30 (REV. 0-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 82: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGES

CONTINUATION SHEET ODT-7-C-0001

NAME OF OFFEROR OR CONTRACTOR

Corrections Corporation of America

ITEM NO. SUPPLIES/SERVICES

2. Correct the Period of Performance for Modification 0009

to extend through October 31, 2012. The fixed monthly payment remains at $202,622.13. The corrected annual

total for Option 2 should read$ 4,862,931.12 instead of

$2,431,465.56.

3. Cancel Modification 0019 in its entirety. ·

4. Correct and change all references of Option 3 in block

#14 to read Option 2 in Modification 0020.

NSN 7540-01-152-8067

Crossroads 2

QUANTITY UNIT UNIT PRICE AMOUNT

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

Page 83: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 . CONTRACT ID CODE I PA~E OF l'AGES

I 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO. (If applicab.e)

0023 10/01 /2012 Crossroads 6. ISSUED BY CODE 7 ADMINISTERED BY (If other than Item 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Drive , Suite 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, Stale and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION - NO.

Corrections Corporation of America 10 Burton Hills Boulevard Nashville, TN 37215

D 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

~ ODT-7-C-0001 10B. DATED (SEE ITEM 13)

CODE !FACILITY CODE 11 /07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[_J The above numbered solicitation 1s amended as set forth in Item 14. The hour and date specified for receipt of Offers 0 is extended, 0 is not extended

Offers must acknowledge receipt ot this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing items 8 and 15, and returning copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer submitted: or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE

PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this

amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation

and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

2013 1020x D46 2522 HDH5000P $202,623.00 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTSIORDERS.

IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO.

IN ITEM 10A.

D 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).

D C THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor ~ is not, 0 is required to sign this document and return ____ _ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 is hereby modified to: 1. Increase funding for Option Year 2 (11 /1/2010 - 10/31 /2012) in the amount of $202,623.00

Should you have any questions, please contact Deborah M. Johnson, Contracting Officer on 202.353.4601

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 1 OA, as heretofore changed, remains 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)

Deborah M. Johnson

158 CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-01-152-8070 Previous edition unusable

Contracting Officer 15C. DATE SIGNED 168. 16C. DATE SIGNED

/o 31 ;to I a.-STANDARD FORM 30 (REV 10-83) Prescribed by GSA FAR (48 CFRl 53 .243

Page 84: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

-------------------------------------~1-.C~'O~,N~l~R~A~C~r~l~O~C~O~D~E---~·..,,-,Gi o;-·,-,\1.; AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

0024 'i; 1SS'tj·~-o I·_\·-;-

Oft1ce of the Federal Uetention Trustee 4601 N. Fairfax Dnve, Suite 910 Arlington, VA 22203

J. f:ff''ECilVE-DAl'E ___ . 4REoufslTIONTPUi?Ci-fASE-RfXCi-ND,

110112012

---···--·----·-!_ Mrt•i)f COLJfl/y, Stale 1:111d (!11 Cm1d

Corrections Corporation of Arnerica 10 Burton Hills Boulevard l\ashv1lle, TN 3'7215

O"<:rs rn•i~;1 ocknowled\Je rnco1p1 ol llm; am~ndmcn1 prior lo 1ho ho1Jr anU dale ~Pec1f1ed in tho solic11alion 01 aij umtVidod, Oy on!l of lht7 !ol1ow111g mell1ods

(iii !ly cornoloLng nemo 0 an<:1 HI. ~r\Q 1olurning -----copies of 1he omemJment: (tJ) 6y ucknowl&:1dging H!Ceipl of H11~ arnunctmur:1 on eacn copy ol \lie olior ~1.111rnrl <id

2

(l< 1<-1 fly sq111raw l1W<'• or 1e1egram wr->1ch 1nclvd1:1> a re1erence lo the iol'citfWQn ancl arnm1drnen! nurnbern FAILURE OF YOUH ACKNOWLEDGMENT TO GE f<ECEIVCD Ai l! · ·

f'l.ACf or~S1Ct\l1TF.D fOR THE RECEIPT OF OFFl:HS PRIOR TO THE HOUH AND DATE SPE:CIFIED MAY RESULT IN REJECTION OF YOUH OFH'.R If by Vlrtue ol (h.·.

<0nwndrnen1 your cesire lo chonge an l)fJO> Hlready :>ubmit1ed. Sltch change n11ly bo rmitJ<i by \elegram 01 le\lor, pro\/idod oech 1olcgrC1n1 or lotter makf;ls rt>IGlronce 10 llw sohc:l:1:1on

ano 1~11~ a1>1end-".lw11, 0<nct 1~ received prior lo the opening hour and d&le specified

"i''j"' A(;C00NT!NG ;i.,"Nl) ,A1>fi'fi(lPl~Al:'i'01TDATA-(i/r;Qi1~"ieCif---······-~---·-··---··-·~ · _ .. _ ----...

20131020X 046 2522 HDH5000P $1,013,115.00 ---·---- -----~·--. ...... _. 13. THIS ITEM ONLY APPL!ES r·o-·rt11C5DfF1cA r10N OF "CONTRACTS/OROERs."--·--·---.. ·---

IT MODIFIES THE CONTRACT/ORDER NO, AS DESCRIBED IN ITEM 14, '"C~~;CK ON1:, r:-· 1:1-=11·5 CHAN"Gf-Offoi:::r~"f~; 1~;:;,uro l'Ui\SUANirQ (Specify !lU!fli,i11y)-THE CHANGES-SE"T"f"(ilf);"iiNITEM--,-:iAflEMADi~-l~·T1i"i'! c ·)N1i1 .. \Ci0H[)l.-J{-~\i()

· ··1 IN ITEM lQA

><i I B-·nir: AElOVE N.UMflEF{-EDC-oN T'RACTtOr-~OER IS MOD'1Fifi'i) ''r'6-l<ifr·LE:":CT THE AC}Mi'NISrRA:r;ve··cH'A~iGEs {su~i; a.s cll1Jnfi;.:i i1; µ;;·y;;,g·~/i;~~~;;;,,:;p--;;_~i~(~;;· I dtitc. etc J SFI FOl~TH IN ITEM 1~. PURSUANfTO TtlE AUTHORITY OF Fl·~~ 43.103(b)

] ;.;··r;i s ··sur'! ~L ~MENTAL-1~ Gli'!j:.~.;,.; t: NfiS -z·N'l·c·ii-;; r) 1.\i'i ·;::;· 1·,·ljl{~L;°;\N·i:ro AUT1-16RITY{·~.--

l" o , 1i'e·;0;;;;;:;;';r;;;;;;,1 ;,;;,;;,;c;o~;;~,, ;,;;, ;,;;;;;;;:;;;:----·-· ·----- ·-·-····· ..

E 'MPORTANT: Con11actor []is no{, [~J 1s. ri;,:qu1i-ed lo sign this document a!'1d return

1,1 li.' ~''~'! 1f;1 ·,<:JN CH 1\MCNDM~:N·i·/Moo'i'l:'"iCAT-1fiN'(Q;:ga111111d oy D'GF~Sec11on--h-e~dinr;s. mc1u;;";""''''' ;o;,,c;,;,;;,;;;:,;;;;;;0;;1,;;;,;;;;;;~;;;;;:;;;;;;~ ;;,,;;,1,,)

Contract Nuntber OOT .-f-C-000 is heret;:iy rnodif:ed to: 1 Exercise Option Period 3, wit!1 Period of Performance from November 1, 2.012 - Oclober 31, 2014.

Opt,on Period 3 CPI West Urban. Augcist 2012 = 233.0; CPI difference between Option II and Option Ill" 11.5; % Gharqe' 5.2'%; () 2°/o • $202 .622. ·13 :::: $10,536.35 increase per month; $202,622.13 + $10,536. 35 * 12 n1onths = $2.557, 901 76. Fixed monthly p01yment " $213, 158.48 NOTE: FAR Part 52 232-19 Availability of Funds - Funds are not presently available for performance under this contract beyond 03/31/2013. The Government's obligation for performance of this contract beyond that date Is contingent upon the avaiabiltty of appropriated funds from wich payment for contract purposes can be made. No legial liability on the part of the ·1

Deborah M. Johnson

"~:n~.~~,~~~~~~:ta;;y:±li5;c;'ih\f-'4''"1ii¥c\~tl~~-0l~[~;~~!:t!''~~;:' =-:~~ i it\ i \.§t? I 0-{Signeitur(J of Co11 ','/1119 Officer)

srANDARo FORM 30 (REV 10 !i !°'

PrciscriberJ by GSA f'Af~ M8 CHl) :JJ, ·1.1

Page 85: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

.,

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE I PA~E OF PAGES

I 2 2. AMENDMENT/MODIFICATION NO 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO (If applicable)

0024 11/01 /2012 Crossroads 6. ISSUED BY CODE 7. ADM INISTERED BY (If other than Item 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Drive , Suite 910 Arlington. VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION ,______. NO

Corrections Corporation of America 10 Burton Hills Boulevard Nashvil le, TN 37215

D 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

~ ODT-7-C-0001 10B. DATED (SEE ITEM 13)

CODE !FACILITY CODE 11 /07 /2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[ ] The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers D is extended. 0 is not extended

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the fol lowing methods:

(a) By completing items 8 and 15. and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE

PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this

amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation

and this amendment, and is received prior to the opening hour and date specified.

12. ACCOU NTING AND APPROPRIATION DATA (If required)

20131020X D46 2522 HDH5000P $1 ,013,115.00 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO.

IN ITEM 1 OA. .

D B THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes m paying office, appropriation

date. etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43 103(b)

D C THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor D is not, ~ is requi red to sign this document and return ____ _ copies to the issuing office.

·14, DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-000 is hereby modified to: 1. Exercise Option Period 3, with Period of Performance from November 1, 2012 - October 31 , 2014.

Option Period 3 CPI: West Urban - August 2012 = 233.0; CPI difference between Option II and Option Il l= 11 .5; % Change= 5.2%; 5.2% * $202,622.13 = $10,536.35 increase per month; $202,622.13 + $10,536.35 * 12 months= $2,557 ,901 .76; Fixed monthly payment= $213, 158.48 NOTE: FAR Part 52.232-19 Availability of Funds - Funds are not presently available for performance under this contract beyond 03/31 /2013. The Government's obligation for performance of this contract beyond that date is contingent upon the avaiability of appropriated funds from wich payment for contract purposes can be made. No legial liability on the part of the' 1 Except as provided herein, al l terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

15B. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-01 -152-8070 Previous edition unusable

15C. DATE SIGNED

Deborah M. Johnson Contracting Officer

16C. DATE SIGNED

\\, \ ~\0-STANDARD FORM 30 (REV 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 86: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGES

CONTINUATION SHEET ODT-7-C-0001

NAME OF OFFEROR OR CONTRACTOR

Corrections Corporation of America

ITEM NO. SUPPLIES/SERVICES

Government for any payment may arise for performance under this contract beyond $1,013, 115.00, until funds are

made available to the Contracting Officer for performance and until the Contractor receives notice in writing from the Contracting Officer.

NSN 7540-01-152-8067

QUANTITY UNIT

2

UNIT PRICE AMOUNT

OPTIONAL FORM 336 i'-''' Sponsored by GSA FAR (48 CFR) 5'.1 110

Page 87: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Johnson, Deborah (OFDT)

From: Johnson, Deborah (OFDT) Sent: To:

Thursday, November 01, 2012 4:28 PM 'Verhulst, Bart' ·

Cc: 'Olson, Carol' Subject: Modification 0024 - Crossroads

Importance: High

Bart -Please find attached Modification 0024 to Crossroads for your signature. Please sign and return at your earliest. Thank you,

1tJ ODT7C0001_Mod

0024.pdf

{.!!)~60 l'Ct!I :0/::fJ;li11·Jl•ll Contracting Officer Office of the Federal Detention Trustee Procurement Division 202.353.4601 - office 202.353. 9100 - fax

1

Page 88: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT , 1. CONTRACT ID CODE I PA~E OF PAGES

I 1 2. AMENDMENT/MODIFICATION NO. 3 . EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO. (If applicable}

0025 12/04/2012 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Drive, Suite 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) ~ 9A. AMENDMENT OF SOLICITATION NO.

Corrections Corporation of America 10 Burton Hills Boulevard D Nashville, TN 37215 9B. DATED (SEE ITEM 11)

10A MODIFICATION OF CONTRACT/ORDER NO

~ ODT-7-C-0001 10B. DATED (SEE ITEM 13)

CODE !FACILITY CODE 11 /07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

CJ The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers D is extended. D is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended. by one of the following methocs.

(a) By completing items 8 and 15, and returning copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE

PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this

amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or let1er makes reference to the solicitation

and this amendment. and is received prior to the opening hour and date specified.

12 ACCOUNTING AND APPROPRIATION DATA (If required)

2013 1020X 046 2522 HDH5000P 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

$52,682.00

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

D 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).

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor ~ is not, Dis required to sign this document and return ____ _ copies to the issuing office.

14 DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 is hereby modified to:

1. Increase the funding in the amount of $52,682.00.

Except as provided herein , all terms and conditions of the document referenced in Item 9A or 1 OA, as heretofore changed, remains 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)

Deborah M. Johnson

15B CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-01-152-8070 Previous edition unusable

15C. DATE SIGNED

Contracting Officer 16C. DATE SIGNED

JJ_ 13 CloJd-STANDARD FORM 30 (REV 10-83) Prescribed by GSA FAR (48 CFR) 53 .243

Page 89: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT , 1. CONTRACT ID CODE rA~E OF PAGES

I 1 2 AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO. (If appllcati e)

0026 05/14/2013 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Drive, Suite910 Arlington, VA 22203

8 NAME AND ADDRESS OF CONTRACTOR (No., street. county, State and ZIP Code) (X) 9A AMENDMENT OF SOLICITATION r- NO

Corrections Corporation of America 10 Burton Hills Boulevard D Nashville, TX 37215 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO

~ ODT-7-C-0001 10B DATED (SEE ITEM 13)

CODE jFACILITY CODE 11 /07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[ J The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers D is extended, D is not extended

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods·

(a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer subm1t·cd;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED A·- THE

PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of th s

am,mdment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solic1t.ition and this amendment, and is received prior to the opening hour and date specified.

12 ACCOUNTING AND APPROPRIATION DATA (If required)

2013 1020X HDH5000P 25801 $682 ,720.00 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

ChECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDc. R !\O.

D IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADM INISTRATIVE CHANGES (such as changes in paying office. appropna11011 date. etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF

D D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor ~ is not, D is required to sign th is document and return copies to the issuing office.

14 DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 is hereby modified to:

1. Increase funding for housing in the amount of $682,720.00.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect

15A NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

158. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-01-152-8070 Previous edition unusable

15C. DATE SIGNED

Deborah M. Johnson Contracting Officer

16C. DATES GNt:D

_? '9-.q d...Ol.3 STANDARD FORM 30 (REV ' 0-83) Prescribed by GSA FAR (48 CFR) 53 . ~43

Page 90: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT , 1. CONTRACT ID CODE IPA~E OF PAG<::S

I 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO , 5. PROJECT NO (If applicable)

0027 07/15/2013 Shelby 6. ISSUED BY CODE 7. ADMINISTERED BY (ff other than Item 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Drive, Suite 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No .• street. county. State and ZIP Code) ~ 9A. AMENDMENT OF SOLICITATION NO.

Corrections Corporation of America 10 Burton Hills Boulevard Nashvil le, TN 37215

D 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO

~ ODT-7-C-0001 10B DATED (SEE ITEM 13)

CODE I FACILITY CODE 11/07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLIC ITATIONS

D The above numbered solicitation is amended as set forth 1n Item 14. The hour and date specified for receipt of Offers 0 is extended. 0 is not extended

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By compleung items 8 and 15. and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer suom1t1cd; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT n-E

PLJ\ CE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of th s

amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation

and this amendment. and is received prior to the opening hour and date specified.

12 ACCOUNTING AND APPROPRIATION DATA (If required)

2013 1020X 046 HDH5000P SOC 25801 $651,577.00 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO IN ITEM 10A.

D 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).

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D D. OTHER {Specrfy type of modification and authonty)

E. IMPORTANT: Contractor ~ is not, 0 is required to sign this document and return ____ _ copies to the issuing office

14 DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. including solicitationlcontract subject m13tter where feasible.)

Contract Number ODT-7-C-0001 is hereby modified to:

Increase funding in the amount of $651 ,577.00

Except as provided herein, all terms and conditions of the document re ferenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect

15A. NAME AND TITLE OF SIGNER (Typo or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Deborah M. Johnson

15B CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-01- 152-8070 Previous edition unusable

15C. DATE SIGNED

Contracting Officer 16C DATE SIGNED

07/24/2013

STANDARD FORM 30 (REV ·o-83) Prescribed by GSA FAR (48 CFR) 53 243

Page 91: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11 . CONTRACT ID CODE rA~E OF PAGES

I 11 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO. (If applicable)

0028 09/01/2013 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Drive, Suite 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Coda) (X) 9A. AMENDMENT OF SOLICITATION - NO.

Corrections Corporation of America 10 Burton Hills Boulevard D Nashville, TN 37215

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

[8] ODT-7-C-0001 10B. DATED (SEE ITEM 13)

CODE I FACILITY CODE 11/07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers D Is extended, Dis not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified In the sollcltallon or as amended, by one of the following methods:

(a) By completing items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which Includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE

PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this

amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation

and this amendment, and Is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

D D

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).

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

FAR Part 52.222-43 Fair Labor Standards Act and Service Contract Act

E. IMPORTANT: Contractor [8J is not, 0 is required to sign this document and return ----- copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 is hereby modified to:

Incorporate the Department of Labor Wage Determination No. 2005-2317 (Rev. No. 13) dated 06/19/2013. In accordance with FAR Part 52.222-43 (f) the contractor shall notify the Contracting Officer of any increase or decrease claimed under this clause within 30 days after receiving a new wage determination, unless this notification period is extended in writing by the Contracting Officer. The date for submission of any claim shall be submitted by October 1, 2013 to [email protected]. New wages will take effect on November 1, 2013.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 1 OA, as heretofore changed, remains 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)

Deborah M. Johnson

15B. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-01·152-8070 Previous edition unusable

15C. DATE SIGNED

Contracting Officer 16C. DATE SIGNED

q 10 d-Ol3 STANDARD FORM 30 (REV.10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 92: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 1of10

WD 05-2317 (Rev.-13) was first posted on www.wdol . gov on 06/25/2013 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER I

THE SERVICE CONTRACT ACT I By direction of the Secretary of Labor I

I I I I I

Diane C . Koplewski Division of I Di rector Wage Determinations!

U.S . DEPARTMENT OF LABOR EMPLOYMENT STANDARDS ADMINISTRATION

WAGE AND HOUR DIVISION WASHINGTON D. C. 20210

Wage Determination No.: 2005-2317 Revision No.: 13

Date Of Revi sion : 06/1 9/2013 ~~~~~~~~~~~~~~~~~~~~!~~~~~~~~~~~~~~~~~~~~~~-State: Montana Area: Montana Statewide

**Fringe Benefits Requi red Follow t he Occupational Listing** OCCUPATI ON CODE - TITLE FOOTNOTE 01000 - Administrative Support And Cl erical Occupations

01011 - Accounting Clerk I 01012 Accounting Clerk II 01013 Account i ng Clerk II I 01020 Administrative Assistant 01040 Court Reporter 01051 - Data Entry Operator I 01052 - Data Entry Operator II 01060 - Dispatcher, Motor Vehic l e 01070 - Document Preparation Clerk 01090 - Dupl icating Machin e Operator 01111 - General Clerk I 01112 - General Clerk II 01113 - General Clerk III 01120 - Housing Referral Assistant 01141 - Messenger Courier 01191 - Order Clerk I 01192 - Order Clerk II 01261 - Personnel Assistant (Employment) I 01262 - Personnel Assistant (Employment) II 01263 - Personn e l Assistant (Emp loyment) III 01270 - Production Control Clerk 01280 - Receptionist 01290 - Rental Cl erk 0 1300 - Scheduler, Maintenance 01311 - Secretary I 01312 - Secretary II 01313 - Secretary I II 01320 - Service Order Dispatcher 01410 - Supply Te chnician 01420 - Survey Worker 0153 1 - Travel Clerk I 01532 - Travel Clerk I I 01533 - Trave l Clerk I I I 01611 - Word Processor I 01612 - Word Proc essor II 01613 - word Processor III

05000 - Automotive Service Occupations 05005 - Automobile Body Repairer , Fibergl ass 05010 - Automotive Electrician 05040 - Automotive Glass Installer 05070 - Automotive Worker 05110 - Mobile Equipment Servicer

http://www.wdol.gov/wdol/scafiles/std/05-23 l 7.txt?v= l3

RATE

12.83 14. 40 16.11 16 . 87 16.65 10.84 11.83 16 . 63 12 . 32 12 . 32 10.43 11 . 38 12 . 77 15 . 91 10.55 11 . 9 1 13. 00 13. 69 15 . 31 17.08 19.04 10.95 10.31 11.98 11. 98 13 .40 15 .91 15 . 82 16.87 13.27 11. 66 12.50 13 . 31 11 . 82 13 . 27 14.84

16.97 16 . 06 15.17 15.17 13.53

9/10/2013

Page 93: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

05130 - Motor Equipment Metal Mechanic 05160 - Motor Equipment Metal Worker 05190 - Motor Vehicle Mechanic 05220 - Motor Vehicle Mechanic Helper 05250 - Motor Vehicle Upholstery Worker 05280 - Motor Vehicle Wrecker 05310 - Painter, Automotive 05340 - Radiator Repair Specialist 05370 - Tire Repairer 05400 - Transmission Repair Specialist

07000 - Food Preparation And Service Occupations 07010 - Baker 07041 - Cook I 07042 - Cook II 07070 - Dishwasher 07130 - Food Service Worker 07210 - Meat Cutter 07260 - Waiter/Waitress

09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 09040 - Furniture Handler 09080 - Furniture Ref inisher 09090 - Furniture Ref inisher Helper 09110 - Furniture Repairer, Minor 09130 - Upholsterer

11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11060 - Elevator Operator 11090 - Gardener 11122 - Housekeeping Aide 11150 - Janitor 11210 - Laborer, Grounds Maintenance 11240 - Maid or Houseman 11260 - Pruner 11270 - Tractor Operator 11330 - Trail Maintenance Worker 11360 - Window Cleaner

12000 - Health Occupations 12010 - Ambulance Driver 12011 - Breath Alcohol Technician 12012 - Certified Occupational Therapist Assistant 12015 - Certified Physical Therapis t Assistant 12020 - Dental Assistant 12025 - Dental Hygienist 12030 - EKG Technician 12035 - Electroneurodiagnostic Technologist 12040 - Emergency Medical Technician 12071 - Licensed Practical Nurse I 12072 - Licensed Practical Nurse II 12073 - Licensed Practical Nurse III 12100 - Medical Assistant 12130 - Medical Laboratory Technician 12160 - Medical Record Clerk 12190 - Medical Record Technician 12195 - Medical Transcriptionist 12210 - Nuclear Medicine Technologist 12221 - Nursing Assistant I 12222 - Nursing Assistant II 12223 - Nursing Assistant III 12224 - Nursing Assistant IV 12235 - Optical Dispenser

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt?v=13

Page 2of10

16.97 15.17 16.97 12. 78 14.30 15.17 16.06 15.17 12.99 16.97

11.11 10.09 11.65

7.96 8.86

12.85 8.07

15.96 11 . 23 15.96 12.70 14.21 15.96

8.97 10.58 13 .74 10.58 10.58 11.50 8.68

10.29 13 .64 11.50 11.82

12.02 14.61 16.95 17.30 14. 77 31. 69 22.99 22.99 12.45 13.06 14.61 16.30 13 .12 18.21 12.98 14.52 14.63 30.19 10.54 11. 85 12.93 14.51 12.45

9/10/2013

Page 94: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

12236 - Optical Technician 12250 - Pharmacy Technician 12280 - Phlebotomi s t 12305 - Radiologic Technologist 12311 - Registered Nurse I 12312 - Registered Nurse II 12313 - Registered Nurse II, Specialist 12314 - Registered Nurse III 12315 - Registered Nurse III, Anesthe tist 12316 - Registered Nurse IV 12317 - Scheduler (Drug and Alcohol Testing)

13000 - Information And Arts Occupat ions 13011 - Exhibits Specialist I 13012 - Exhibits Specialist II 1 301 3 - Exh ibi t s Specialist III 13041 - Illustrator I 13042 - I l lustrator II 13043 - I l lustrator III 13047 - Librarian 13050 - Library Aide/Clerk 13054 - Library Information Technology Systems Administrator 13058 - Library Technician 13061 - Media Specialist I 13062 - Media Specialist II 1 3063 - Media Sp ecialis t III 13071 - Photographer I 13072 - Photographer II 1 3073 - Photographer III 13074 - Photographer IV 13075 - Photographer V 13110 - Video Teleconference Technician

14000 - Information Technology Occupations 14041 - Computer Operator I 14042 - Computer Operator II 14043 - Computer Operator III 14044 - Computer Operator IV 14045 - Computer Operator V 14071 - Computer Programmer I 14072 - Computer Programmer II 1 4073 - Computer Programmer III 14074 - Computer Programmer IV 14101 - Computer Systems Analyst I 14102 - Computer Systems Analyst II 14103 - Computer Systems Analyst III 14150 - Peripheral Equipment Operator 14160 - Personal Comput er Support Technician

15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non -Rated) 15020 - Aircrew Training Devices Instructor (Rated) 15030 - Air Crew Training Devices Instructor (Pilot) 15050 - Computer Based Training Specialist I Instructor 15060 - Educational Technologist 15070 - Flight Instructor (Pilot) 15080 - Graphic Artist 15090 - Technical Instructor 15095 - Technical Instructor/Course Developer 15110 - Test Proctor 15120 - Tutor

(see 1) (see 1) (see 1) (see 1) (see 1) (see 1) (see 1)

16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 1 601 0 - Assembler

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt?v=13

Page 3of 10

12.76 13. 78 13.87 24.21 21. 64 26 . 47 26 . 47 32.02 32 . 02 38.38 18 . 11

15.39 19.07 23.33 16.93 20.98 24.94 19.26 1 0 . 3 1 18. 76

12.55 12.70 14.03 15.66 15.46 17.98 22.28 26.63 32.98 13 . 61

12.91 1 4. 44 16.10 17.93 19.82 21.01 26.04

12 . 72 17 . 07

29 . 19 35.31 41.49 29.19 20. 72 41. 49 18 . 83 16.45 20.12 13.27 13.27

8.23

9/10/2013

Page 95: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

16030 - Counter Attendant 16040 - Dry Cleaner 16070 - Finisher, Flatwork, Machi ne 16090 - Presser, Hand 16110 - Presser, Machine, Drycleaning 16130 - Presser, Machine, Shirts 16160 - Presser, Machine, Wearing Apparel, Laundry 16190 - Sewing Machine Operator 16220 - Ta ilor 16250 - Washer, Machine

19000 - Machine Tool Operation And Repair Occupations 19010 - Machine- Tool Operator (Tool Room) 19040 - Tool And Die Maker

21000 - Materials Handling And Packing Occupations 21020 - Forkl ift Opera tor 21030 - Material Coordinator 21040 - Material Expediter 21050 - Material Handling Laborer 21071 - Order Filler 21080 - Production Line Worker (Food Processing) 21110 - Shipping Packer 21130 - Shipping/Receiving Clerk 21140 - Store Worker I 21 150 - St ock Clerk 21210 - Tools And Parts Attendant 21410 - warehouse Specialist

23000 - Mechanics And Maintenance And Repair Occupat i ons 23010 - Aerospace Structural Welder 23021 - Air craft Mechanic I 23022 - Aircraft Mechani c II 23023 - Aircraft Mechanic III 23040 - Aircraft Mechanic Helper 23050 - Aircraft, Painter 23060 - Aircraft Servicer 23080 - Aircraft Wor ker 23110 - Appliance Mechanic 23120 - Bicycle Repairer 231 25 - Cabl e Splicer 23130 - Carpenter, Maintenance 23140 - Carpet Layer 23160 - Electrician, Maintenance 23181 - Electronics Technician Maintenance I 23182 - Electronics Technician Maintenance II 23183 - Electronics Technician Maintenance II I 23260 - Fabric Worker 23290 - Fire Alarm System Mechanic 23310 - Fire Extinguisher Repairer 23311 - Fuel Distribution System Mechanic 23312 - Fuel Distr .ibution System Operator 23370 - General Maintenance Worker 23380 - Ground Support Equipment Mechanic 23381 - Ground Support Equipment Servicer 23382 - Ground Support Equipment Worker 23391 - Gunsmith I 23392 - Gunsmith II 23393 - Gunsmith III 23410 - Heating, Ventilation And Air-Condi tioning Mechanic 23411 - Heating, Ventilation And Air Contdit ioning Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic

http://www.wdol.gov/wdol/scafiles/std/05-23 l 7.txt?v=13

Page 4 of10

8 . 23 10.12

8 . 23 8 . 23 8.23 8 . 23 8.23

10.80 11 . 49

8.77

18.63 23.01

14. 91 19.94 19 . 94 14. 36 13 .39 14 . 91 13 . 26 13 .26 11.32 15.86 14.91 14. 91

23.77 22.52 23.77 25 . 14 17 . 57 21. 76 19 . 21 2 0 .12 17.56 12.99 29 . 5 1 1 6.62 23.17 23 .13 20.10 23.77 25.38 17.74 1 9 . 48 1 6 . 46 22.45 18. 71 1 6.68 22.52 18.67 19.88 16.46 19.00 21.80 18.06

19.06

20 . 06

9/10/2013

Page 96: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

23440 - Heavy Equipment Operator 23460 - Instrument Mechanic 23465 - Laboratory/Shelter Mechanic 23470 - Laborer 23510 - Locksmith 23530 - Machinery Maintenance Mechanic 23550 - Machinist, Maintenance 23580 - Maintenance Trades Helper 23591 - Metrology Technician I 23592 - Metrology Technician II 23593 - Metrology Technician III 23640 - Millwright 23710 - Office Appliance Repairer 23760 - Painter, Maintenance 23790 - Pipefitter, Maintenance 23810 - Plumber, Maintenance 23820 - Pneudraulic Systems Mechanic 23850 - Rigger 23870 - Scale Mechanic 23890 - Sheet-Metal Worker, Maintenance 23910 - Small Engine Mechanic 23931 - Telecorrununications Mechanic I 23932 - Te lecorrununications Mechanic II 23950 - Telephone Lineman 23960 - Welder, Combination, Maintenance 23965 - Well Driller 23970 - Woodcraft Worker 23980 - Woodworker

24000 - Personal Needs Occupations 24570 - Child Care Attendant 24580 - Child Care Center Clerk 24610 - Chore Aide 24620 Family Readiness And Support Services Coordinator 24630 - Homemaker

25000 - Plant And System Operations Occupations 25010 - Boiler Tender 25040 - Sewage Plant Operator 25070 - Stationary Engineer 25190 - Ventilation Equipment Tender 25210 - Water Treatment Plant Operator

27000 - Protective Service Occupations 27004 - Alarm Monitor 27007 - Baggage Inspector 27008 - Corrections Officer 27010 - Court Security Officer 27030 - Detection Dog Handler 27040 - Detention Officer 27070 - Firefighter 27101 - Guard I 27102 - Guard II 27131 - Police Officer I 27132 - Police Officer II

28000 - Recreation Occupations 28041 Carnival Equipment Operator 28042 - Carnival Equipment Repairer 28043 - Carnival Equpment Worker 28210 - Gate Attendant/Gate Tender 28310 - Lifeguard 28350 - Park Attendant (Aide) 28510 - Recreation Aide/Health Facility Attendant

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt?v=13

Page 5of10

19.96 21.68 20 .42 11. 88 17.12 22.53 17.62 13.80 21.68 22.88 24.20 20.67 18.45 19.96 22.26 18 . 37 21 . 80 21. 80 19.00 18 . 53 15.82 23 . 70 25.02 22.32 20 .41 20.96 21. 80 15.13

8.59 11.40

9 . 54 11.87

13 .26

22.45 18 . 95 22 . 45 15.60 18.62

13.68 11.20 18.00 19 . 14 13.28 18.00 19.79 11.20 13.28 21 . 39 22 . 13

10.99 12.05

9.16 13 . 98 10.82 15 . 64 11.42

9/10/2013

Page 97: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

28515 - Recreation Specialist 28630 - Sports Official 28690 - Swinuning Pool Operator

29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 29020 - Hatch Tender 29030 - Line Handler 29041 - Stevedore I 29042 - Stevedore II

30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30021 - Archeological Technician I 30022 - Archeological Technician I I 30023 - Archeological Technician III 30030 - Cartographic Technician 30040 - Civil Engineering Technician 30061 - Drafter/CAD Operator I 30062 - Drafter/CAD Operator II 30063 - Drafter/CAD Operator III 30064 - Drafter/CAD Operator IV 30081 - Engineering Technician I 30082 - Engineering Technician II 30083 - Engineering Technician III 30084 - Engineering Technician IV 30085 - Engineering Technician V 30086 - Engineering Technician VI 30090 - Environmental Technician 30210 - Laboratory Technician 30240 - Mathematical Technician 30361 - Paralegal/Legal Assistant I 30362 - Paralegal/Legal Assistant II 30363 - Paralegal/Legal Assistant III 30364 - Paralegal/Legal Assistant IV 30390 - Photo-Optics Technician 30461 - Technical Writer I 30462 - Technical Writer II 30463 - Technical Writer III 30491 - Unexploded Ordnance (UXO) Technician I 30492 - Unexploded Ordnance (UXO) Technician II 30493 - Unexploded Ordnance (UXO) Technician III 30494 - Unexploded (UXO) Safety Escort 30495 - Unexploded (UXO) Sweep Personnel 30620 - Weather Observer, Combined Upper Air Or (see 2) Surface Programs 30621 - Weather Observer, Senior (see 2)

31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 31030 - Bus Driver 31043 - Driver Courier 31260 - Parking and Lot Attendant 31290 Shuttle Bus Driver 31310 - Taxi Driver 31361 - Truckdriver , Light 31362 - Truckdriver, Medium 31363 - Truckdriver, Heavy 31364 - Truckdriver, Tractor-Trailer

99000 - Miscel laneous Occupations 99030 - Cashier 99050 - Desk Clerk

http://www.wdol.gov/wdol/scafiles/std/05-23 l 7.txt?v= l 3

Page 6of10

12.69 12.46 15.55

19.31 19.31 19.31 18.93 21. 26

35.77 24.66 27.16 16.19 18.62 22.43 22.86 19.24 16.19 18.44 20.47 24.86 12.90 15.44 17.27 21.41 26.19 31.68 16.38 17.46 21.60 14.34 17.77 21.74 25.66 21. 89 18.37 22.46 27.18 22.74 27.51 32.97 22.74 22.74 19.69

21.60

9 . 08 15.15 11. 78

9.06 12.80

9.75 12.80 18.56 17.79 17.79

8.82 8 . 60

9/10/2013

Page 98: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

99095 - Embalmer 99251 - Laboratory Animal Caretaker I 99252 - Laboratory Animal Caretaker II 99310 - Mortician 99410 - Pest Controller 99510 - Photofinishing Worker 99710 - Recycling Laborer 99711 - Recycling Specialist 99730 - Refuse Collector 99810 - Sales Cl erk 99820 - School Crossing Guard 99830 - Survey Party Chief 99831 - Surveying Aide 99832 - Surveying Technician 99840 - Vending Machine Attendant 99841 - Vending Machine Repairer 99842 - Vending Machine Repairer Helper

ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:

HEALTH & WELFARE: $3 . 81 per hour or $152.40 per week or $660.40 per month

Page 7of10

23.62 9.85

10.70 23.62 13 .90 12.97 13.96 17.95 13 . 26 11.90 11.12 20 . 39 12.66 17.22 12.12 14.38 12.12

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with 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 King Jr . 's Birthday, Washington' s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved . } (See 29 CFR 4.174)

THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:

1) COMPUTER EMPLOYEES : Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541 . Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job f amilies. In addition, because this wage determination may not list a wage rate f or some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on t his wage determination.

http://www.wdol.gov/wdol/scafiles/std/05-23 l 7.txt?v=13 9/10/2013

Page 99: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 8of10

Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation r equirements and whose primary duty consists of:

(1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications;

(2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications;

(3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or

(4) A combination of the aforementioned duties, the performance of which requires the same level of skills . (29 C.F.R. 541.400).

2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) ·and Sunday is part of your

regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work) .

HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a hi gh degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. Al l dry-house activities involving propellants or explosives.

Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials . All operations involving regrading and cleaning of artillery ranges.

A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury 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 adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary mater~al differential pay.

** UNIFORM ALLOWANCE **

If employees are required to wear uniforms in the performance of thi s contract (either by the terms of the Government contract, by t he employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by t he wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:

The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uni form cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (i n the absence of a bona fide collective bargaining

http://www.wdol.gov/wdol/scafiles/std/05-23l7.txt?v=13 9/10/2013

Page 100: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 9of10

agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees f or such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day) . However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.

The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise i ndicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHO home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol .gov/.

REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)}

Conformance Process:

The contracting officer shall require that any class of service employee which is not 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), be classified by the contractor so as to provide a reasonable relationship (i.e . , appropriate level of skill comparison} between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor pri or to the performance of contract work by such unlisted class(es} of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C) (vi)} When multiple wage determinations are included in a contract, a separate SF 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 occupation(s) and computes a proposed rate(s) .

2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, t he employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.

3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U. S. Department of Labor, for review. (See section 4.6(b) (2) of Regulations 29 CFR Part 4).

4) Within 30 days of receipt, the Wage and Hour Division approves , modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer tha t addi tional time will be required to process the request.

http://www.wdol.gov/wdoJ/scafiles/std/05-2317.txt?v=13 9/10/2013

Page 101: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 10of10

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 Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already lis t ed in the wage determination. Remember, it is not the job title , but the required tasks that determine whether a class is i ncluded in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classif ications listed in the wage determination.

http://www.wdol.gov/wdol/scafiles/std/05-23 l 7.txt?v=l3 9/10/2013

Page 102: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 1 of 10

WD 05-2317 (Rev. -13) was f i rst posted on www.wdol.gov on 06/25/201 3 ***************** ******************************************************************* REGISTER OF WAGE DETERMINATIONS UNDER I

THE SERVICE CONTRACT ACT I By d irection of t he Secretary of Labor I

I I I I I

Diane C. Koplewski Division of I Director Wage Determinations !

U. S . DEPARTMENT OF LABOR EMPLOYMENT STANDARDS ADMINISTRATION

WAGE AND HOUR DIVI SION WASHINGTON D.C. 2021 0

Wage Determination No. : 2005-2317 Revision No.: 13

Date Of Revision: 06/19/2013 ~~~~~~~~~~~~~~~~~~~ !~~~~~~~~~~~~~~~~~~~~~-State: Montana Area: Montana Statewide

**Fringe Benefits Required Fol l ow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE

Administrative Support And Clerical Occupations 01000 -01011 01012 01013 0 1020 01 040 01051 01052 01060 01070 01090 01111 01112 01113 01120 01141 01191 01192 01261 -01262 01263 01270 01280 01290 01300 01311 01312 01313 01320 01410 014 20 01531 01532 0 1533 01611 01612 01613

05000 -05005 05010 05040 05070 05110

- Accounting Cl erk I Accounti ng Clerk II Account ing Clerk III Administrative Assistant Court Reporter Data Entry Operator I Data Entry Operator II Dispatcher, Motor Vehicle Document Preparation Clerk Duplicating Machine Operator General Clerk I

- General Clerk II - General Clerk III - Housing Referral Assistant - Messenger Courier - Order Clerk I - Order Clerk II

Personnel Assistant (Employment) I Personne l Assistant (Employment) II

III - Personnel Assistant (Employment) - Production Control Clerk - Receptionist - Rental Clerk - Scheduler, Maintenance

Secretary I - Secretary II - Secretary III

Service Order Dispatcher - Supply Technician

Survey Worker - Travel Clerk I - Travel Clerk II - Travel Clerk III - Word Processor I - Word Processor II - Word Processor III Automotive Service Occupations - Automobile Body Repairer, Fiberglass - Automotive Electrician - Automot ive Glass Insta l ler - Automotive Worker - Mobi l e Equipment Ser vicer

http://www.wdol.gov/wdol/scafiles/std/05-2317 .txt?v=l 3

RATE

12.83 14.40 16.11 16.87 16.65 10.84 11 . 83 16.63 12.32 12 .32 10.43 11.38 12.77 15.91 10.55 11.91 13. 00 13. 69 15.31 17 .08 19 . 04 10 .95 10 .31 11 . 98 11. 98 13 .40 15.91 15.82 16.87 13.27 11.66 12 . 50 13 . 3 1 11.82 13 .27 14.84

16 . 97 16.06 15 . 17 15 . 17 13 . 53

9/10/2013

Page 103: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

05130 - Motor Equipment Metal Mechanic 05160 - Motor Equipment Metal Worker 05190 - Motor Vehicle Mechanic 05220 - Motor Vehicle Mechanic Helper 05250 - Motor Vehicle Upholstery Worker 05280 - Motor Vehicle Wrecker 05310 - Painter, Automotive 05340 - Radiator Repair Specialist 05370 - Tire Repairer 05400 - Transmission Repair Specialist

07000 - Food Preparation And Service Occupations 07010 - Baker 07041 - Cook I 07042 - Cook II 07070 - Dishwasher 07130 - Food Service Worker 07210 - Meat Cut ter 07260 - Waiter/Waitress

09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 09040 - Furniture Handler 09080 - Furniture Ref inisher 09090 - Furniture Ref inisher Helper 09110 - Furniture Repairer, Minor 09130 - Upholsterer

11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11060 - Elevator Operator 11090 - Gardener 11122 - Housekeeping Aide 11150 - Janitor 11210 - Laborer , Grounds Maintenance 11240 - Maid or Houseman 11260 - Pruner 11270 - Tractor Operator 11330 - Trail Maintenance Worker 11360 - Window Cleaner

12000 - Health Occupations 12010 - Ambulance Driver 12011 - Breath Alcohol Technician 12012 - Certified Occupational Therapist Assistant 12015 - Certified Physical Therapist Assistant 12020 - Dental Assistant 12025 - Dental Hygienist 12030 - EKG Technician 12035 - Electroneurodiagnostic Technologist 12040 - Emergency Medical Technician 12071 - Licensed Practical Nurse I 12072 - Licensed Practical Nurse II 12073 - Licensed Practical Nurse III 12100 - Medical Assistant 12130 - Medical Laboratory Technician 12160 - Medical Record Clerk 12190 - Medical Record Technician 12195 - Medical Transcriptionist 12210 - Nuclear Medicine Technologist 12221 - Nursing Assistant I 12222 - Nursing Assistant II 12223 - Nursing Assistant III 12224 - Nursing Assistant IV 12235 - Optical Dispenser

http://www.wdol.gov/wdol/scafiles/std/05-23l7.txt?v=13

Page 2of10

16 . 97 15.17 16.97 12. 78 14.30 15.17 16.06 15.17 12.99 16.97

11.11 10.09 11. 65

7 .96 8.86

12.85 8.07

15.96 11. 23 15.96 12 .70 14.21 15.96

8.97 10.58 13. 74 10.58 10.58 11.50

8.68 10.29 13 . 64 11.50 11.82

12 .02 14.61 16.95 17.30 14 . 77 31.69 22.99 22.99 12.45 13 .06 14.61 16 . 30 13 . 12 18.21 12.98 14.52 14.63 30.19 10.54 11.85 12 . 93 14.51 12. 45

9/10/2013

Page 104: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

1 2236 - Optical Technician 12250 - Pharmacy Technician 12280 - Phlebotomist 12305 - Radiologic Technologist 12311 - Registered Nurse I 12312 - Registered Nurse II 12313 - Registered Nurse II, Specialist 12314 - Registered Nurse III 12315 - Registered Nurse III, Anestheti st 12316 - Registered Nurse IV 1 231 7 - Scheduler (Drug and Alcohol Testing)

13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 13012 - Exhibits Specialist I I 1 3013 - Exhibi ts Specialist III 13041 - Illustrator I 13042 - Illustrator II 13043 - Illustrator III 13047 - Librarian 13050 - Library Aide/Clerk 13054 - Library I nformation Technology Systems Administrator 13058 - Library Technician 13061 - Media Special ist I 13062 - Media Specialist II 13063 - Media Special ist III 13 07 1 - Pho tographer I 13072 - Photographer II 13073 - Photographer III 13074 - Photographer I V 13075 - Photographer v 13110 - Video Teleconference Technician

14000 - Information Technology Occupations 14041 - Computer Operator I 14042 - Computer Operator II 14043 - Computer Operator III 14044 - Computer Operator IV 14045 - Computer Operator V 14071 - Computer Programmer I 14072 - Computer Programmer II 14073 - Computer Programmer II I 14074 - Computer Programmer IV 141 01 - Computer Systems Analyst I 141 02 - Comput er Systems Analyst I I 14103 - Computer Systems Analyst I I I 14150 - Per i p heral Equipment Operator 14160 - Personal Computer Suppor t Technician

15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 15020 - Aircrew Training Devices Instructor (Rated) 15030 - Air Crew Training Devices Instructor (Pilot) 15050 - Computer Based Training Specialist I Instructor 15060 - Educational Technologist 15070 - Flight Instructor (Pilot) 15080 - Graphic Artis t 15090 - Technical Instructor 15095 - Technical Instructor/Course Developer 15110 - Test Proctor 15120 - Tutor

(see 1) (see 1) (see 1) (see 1) (see 1) (see 1) (see 1)

16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler

http://www.wdol.gov/wdol/scafiles/std/05-23 l 7.txt?v=13

Page 3of10

12.76 13. 78 13.87 24.21 21.64 26 . 47 26.47 32 . 02 32.02 38.38 18 .11

15.39 19.07 23.33 16.93 20.98 24.94 19.26 1 0 . 3 1 18.76

12.55 12.70 14.03 15 . 66 15.46 17.98 22.28 26 . 63 32.98 13.61

12 . 91 14.44 16.10 17.93 19.82 21.01 26 .04

12 . 72 17.07

29.19 35.31 41.49 29.19 20.72 41.49 18. 83 16.45 20.12 13.27 13.27

8.23

9/10/2013

Page 105: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

16030 - Counter Attendant 16040 - Dry Cleaner 16070 - Finisher, Flatwork, Machine 16090 - Presser, Hand 16110 - Presser, Machine, Drycleaning 16130 - Presser, Machine, Shirts 16160 - Presser, Machine, Wearing Apparel, Laundry 16190 - Sewing Machine Operator 16220 - Tailor 16250 - Washer, Machine

19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Qperator (Tool Room) 19040 - Tool And Die Maker

21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 21030 - Material Coordinator 21040 - Material Expediter 21050 - Materia l Handl ing Laborer 21071 - Order Filler 21080 - Production Line Worker (Food Processing) 21110 - Shipping Packer 21130 - Shipping/Receiving Clerk 21140 - Store Worker I 21150 - Stock Clerk 21210 - Tools And Parts Attendant 21410 - Warehouse Specialist

23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 23021 - Aircraft Mechanic I 23022 - Aircraft Mechanic II 23023 - Aircraft Mechanic III 23040 - Aircraft Mechanic Helper 23050 - Aircraft, Painter 23060 - Aircraft Servicer 23080 - Aircraft Worker 23110 - Appliance Mechanic 23120 - Bicycle Repairer 23125 - Cable Spli cer 23130 - Carpenter , Maintenance 23140 - Carpet Layer 23160 - Electrici an, Mai n t enance 23181 - Electronics Technician Maintenance I 23182 - Electronics Technician Ma i ntenance II 23183 - Electronics Technician Maintenance III 23260 - Fabric Worker 23290 - Fire Alarm System Mechanic 23310 - Fire Extinguisher Repai rer 23311 - Fuel Distribution System Mechanic 23312 - Fuel Distribution System Operator 23370 - General Maintenance Worker 23380 - Ground Support Equipment Mechanic 23381 - Ground Support Equipment Servicer 23382 - Ground Support Equipment Worker 23391 - Gunsmith I 23392 - Gunsmith II 23393 - Gunsmi th III 23410 - Heating, Ventilation And Air-Conditioning Mechanic 23411 - Heating, Ventil ati on And Air Contditioning Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt?v=l 3

Page 4 of1 0

8 . 23 10.12

8 . 23 8 . 23 8.23 8 . 23 8.23

10.80 11.49 8. 77

18 . 63 23 . 01

14 . 91 19 . 94 19 . 94 14. 36 13 .39 14. 91 13 . 26 13 .26 11 . 32 15 . 86 14.91 14 . 91

23. 77 22 . 52 23. 77 25.14 17 . 57 21. 76 19.21 20 .12 17.56 12 . 99 29 . 51 16.62 23 . 17 23 . 13 20 . 10 23 . 77 25 . 38 17.74 19 . 48 16 . 46 22.45 18. 71 16.68 22.52 18.67 19 . 88 16 . 46 19 . 00 21.80 18 . 06

19 . 06

20.06

9/10/2013

Page 106: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

23440 - Heavy Equipment Operator 23460 - Instrument Mechanic 23465 - Laboratory/Shelter Mechanic 23470 - Laborer 23510 - Locksmith 23530 - Machinery Maintenance Mechanic 23550 - Machinist, Maintenance 23580 - Maintenance Trades Helper 23591 - Metrology Technician I 23592 - Metrology Technician II 23593 - Metrology Technician III 23640 - Millwright 23710 - Office Appliance Repairer 23760 - Painter, Maintenance 23790 - Pipefitter, Maintenance 23810 - Plumber, Maintenance 23820 - Pneudraulic Systems Mechanic 23850 - Rigger 23870 - Scale Mechanic 23890 - Sheet-Metal Worker, Maintenance 23910 - Small Engine Mechanic 23931 - Telecommuni cations Mechanic I 23932 - Telecommunications Mechanic II 23950 - Telephone Lineman 23960 - Welder, Combination, Maintenance 23965 - Well Driller 23970 - Woodcraft Worker 23980 - Woodworker

24000 - Personal Needs Occupations 24570 - Child Care Attendant 24580 - Child Care Center Clerk 24610 - Chore Aide 24620 - Family Readiness And Suppor t Services Coordinator 24630

25000 -25010

- Homemaker Plant And System Operations Occupations - Boiler Tender

25040 - Sewage Plant Operator 25070 - Stationary Engineer 25190 - Ventilation Equipment Tender 25210 - Water Treatment Plant Operator

27000 - Protective Service Occupations Al arm Monitor Baggage Inspector Corrections Officer Court Security Officer Detection Dog Handler Detention Officer Firefighter Guard I

27004 -27007 27008 27010 27030 27040 27070 27101 27102 - Guard I I 27131 - Police Officer I 27132 - Police Officer II

28000 - Recreation Occupations 28041 - Carnival Equipment Operator 28042 - Carnival Equipment Repairer 28043 - Carnival Equpment Worker 28210 - Gate Attendant/Gate Tender 28310 - Lifeguard 28350 - Park Attendant (Aide) 28510 - Recr eat i on Ai de/Hea l th Facility Attendant

http://www.wdol.gov/wdol/scafiles/std/05-23 l 7.txt?v=l 3

Page 5of10

19.96 21. 68 20.42 11. 88 17.12 22.53 17.62 13. 80 21 . 68 22.88 24.20 20 . 67 18.45 19.96 22 . 26 18.37 21. 80 21. 80 19.00 18.53 15.82 23.70 25.02 22.32 20 . 41 20 . 96 21.80 15.13

8.59 11. 40

9 . 54 11. 87

13 . 26

22.45 18 . 95 22.45 15.60 18.62

13.68 11.20 18.00 19.14 13.28 18.00 19.79 11.20 13.28 21. 39 22.13

10 . 99 12.05

9.16 13.98 10.82 15.64 11.42

9/10/2013

Page 107: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

28515 - Recreation Specialist 28630 - Sports Official 28690 - Swimming Pool Operator

29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 29020 - Hatch Tender 29030 - Line Handler 29041 - Stevedore I 29042 - Stevedore II

30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 30011 - Air Traffic Control Specialist , Station (HFO) (see 2) 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30021 - Archeological Technician I 30022 - Archeological Technician II 30023 - Archeological Technician I II 30030 - Cartographic Technician 30040 - Civil Engineering Technician 30061 - Drafter/CAD Operator I 30062 - Drafter/CAD Operator II 30063 - Drafter/CAD Operator III 30064 - Drafter/CAD Operator IV 30081 - Engineering Technician I 30082 - Engineering Technician II 30083 - Engineering Technician III 30084 - Engineering Technician IV 30085 - Engineering Technician V 30086 - Engineering Technician VI 30090 - Environmental Technician 30210 - Laboratory Technician 30240 - Mathematical Technician 30361 - Paralegal/Legal Assistant I 30362 - Paralegal/Legal Assistant II 30363 - Paralegal/Legal Assistant III 30364 - Paralegal/Legal Assistant IV 30390 - Photo-Optics Technician 30461 - Technical Writer I 30462 - Technical Writer I I 30463 - Technical Writer III 30491 - Unexploded Ordnance (UXO) Technician I 30492 - Unexploded Ordnance (UXO) Technician II 30493 - Unexploded Ordnance (UXO ) Technician III 30494 - Unexploded (UXO) Safety Escort 30495 - Unexploded (UXO) Sweep Personnel 30620 - Weather Observer, Combined Upper Air Or (see 2) Surface Programs 30621 - Weather Observer, Senior (see 2)

31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 31030 - Bus Driver 31043 - Driver Courier 31260 - Parking and Lot Attendant 31290 Shuttle Bus Driver 31310 - Taxi Driver 31361 - Truckdriver, Light 31362 - Truckdriver, Medium 31363 - Truckdriver , Heavy 31364 - Truckdriver, Tractor -Trailer

99000 - Miscellaneous Occupations 99030 - Cashier 99050 - Desk Clerk

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt?v= l 3

Page 6 of IO

12 .69 12 . 46 15.55

19.31 19.31 19 . 31 18.93 21.26

35. 77 24 . 66 27.16 16.19 18.62 22 .43 22 . 86 19.24 16 .19 18.44 20.47 24 . 86 12 . 90 15.44 17 . 27 21.41 26.19 31.68 16.38 17 .46 21.60 14 .34 17.77 21. 74 25.66 21.89 18 .37 22.46 27.18 22.74 27.51 32 . 97 22.74 22.74 19 . 69

21. 60

9 . 08 15.15 11. 78

9 . 06 12.80

9.75 12.80 18 . 56 17.79 17 . 79

8.82 8.60

9/10/2013

Page 108: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

99095 - Embalmer 99251 - Laboratory Animal Caretaker I 99252 - Laborat ory Animal Caretaker II 99310 - Mortic ian 99410 - Pest Controller 99510 - Pho t ofinishing Worker 99710 - Recycling Laborer 99711 - Recycling Specialist 99730 - Refuse Collector 99810 - Sales Cl erk 99820 - School Crossing Guard 99830 - Survey Party Chief 99831 - Surveying Aide 99832 - Surveying Technician 99840 - Vending Mach ine Attendant 99841 - Vending Machine Repairer 99842 - Vending Machine Repairer Helper

ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:

HEALTH & WELFARE: $3 . 81 per hour or $152.40 per week or $660 .40 per month

Page 7of10

23 .62 9.85

10 . 70 23.62 13.90 12 .97 13. 96 17.95 13 .26 11. 90 11.12 20.39 12.66 17.22 12.12 14.38 12.12

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor ; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with 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 King Jr . 's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans ' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance wit h a plan communicated to the employees involved .) (See 29 CFR 4.174)

THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:

1) COMPUTER EMPLOYEES: Under t he SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative , or professional empl oyee as defined i n 29 C. F.R. Part 541 . Because most Computer System Analyst s and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week ) an hour would l ikely qualify as exempt computer professionals , (29 C. F . R. 541 . 400) wage rates may not be listed on this wage determination for all occupations within those job families . In addition, because this wage determination may not lis t a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27 . 63 per hour conformances may be necessary for certain nonexempt employees . For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Anal yst or Computer Programmer occupations for which this wage determinat ion does not specify an SCA wage rate , then the wage rate for t hat employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination .

http://www.wdol.gov/wdol/scafiles/std/05-23 l 7.txt?v=l 3 9/10/2013

Page 109: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 8of1 0

Additionally, because job titles vary widely and change quickly in the computer industry, job tit l es are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of :

(1) The application of systems analysis t echniques and procedures, including consulting with users, to determine hardware, software or system functional specif i cations;

(2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications;

(3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or

(4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541 . 400).

2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NI GHT PAY & SUNDAY PAY : If you work at night as part of a regular tour of duty, you will earn a night differential and receive an addi t ional 10% of basic pay for any hours worked between 6pm and 6am. If you are a ful l -time employed (40 hours a week) and Sunday is part of your

regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work).

HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and i ncendi ary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives.

Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations i nvolving regrading and cleaning of artillery ranges.

A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximit y to ordance, (or employees possibly adjacent to) explosives and i ncendiary materials which involves pot ential injury 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 adjacent work area or equipment being used. All operations involving, unloading, storage , and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay.

** UNIFORM ALLOWANCE **

If employees are r equi red to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uni forms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:

The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse empl oyees for the actual cost of the uniforms . In addi tion, where uniform cleaning and main tenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in t he absence of a bona fide · collective bargaining

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt?v=l 3 9/10/2013

Page 110: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 9of10

agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.

The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise i ndicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/.

REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)}

Conformance Process:

The contracting officer shall require that any class of service employee which is not 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), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the 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 work by such unlisted class(es) of employees . The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C) (vi)} When multiple wage determinations are included in a contract, a separate SF 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 occupation(s) and computes a proposed rate(s).

2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s) , including information regarding the agreement or disagreement of the authorized representat ive of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later t han 30 days after such unlisted class(es) of employees performs any contract work.

3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees , to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor , for review. (See section 4.6(b) (2) of Regulations 29 CFR Part 4).

4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request.

http://www.wdol.gov/wdol/scafiles/std/05-23 l 7.txt?v=l3 9/10/2013

Page 111: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

Page 10of10

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 Occupations• (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications l i sted in the wage determination.

http://www.wdol.gov/wdol/scafiles/std/05-2317.txt?v=l 3 9/10/2013

Page 112: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE IPA~E OF PAGES

I 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4 REQUISITION/PURCHASE REQ NO. 15. PROJECT NO. (If app/1cable)

0029 10/01/2013 Crossroads 6. ISSUEDBY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I Office of the Federal Detention Trustee 4601 N. Fairfax Drive, Suite 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION - NO.

Corrections Corporation of America 10 Burton Hills Boulevard Nashville, TN 37215

D 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

[8J ODT-7-C-0001 108. DATED (SEE ITEM 13)

CODE !FACILITY CODE 11/07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

D Tho above numbered solicitation is amended as set for1h In Item 14. The hour and date specified for receipt of Offers D is extended, D is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing items 8 and 15. and returning copies of the amendment; (b) By acknO'Nledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which indudes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOVVLEDGMENT TO BE RECEIVED AT THE

PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by vir1ueof thos

amendment your desire to change an offer already submitted, such change may be made by telegram or letter. provided each telegram or letter makes reference to the solicitation

and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DA TA (If required}

2014 1020XD 25801 HDH5000D $21 5,019.00 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO.

INITEM 10A.

D B. THE ABOVE NUMBERED CONTRACT/ORDER JS 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).

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [8J is not, 0 is required to sign this document and return ----- copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, incluciing solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 is hereby modified to:

Increase funding in the amount of $215,019.00.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 1 OA, as heretofore changed, remains unchanged and in full fOfce and effect.

15A. NAME AND TITLE OF SIGNER (Ty,,. or pnnt) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Ian Rothfuss

15B CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540-01-152-8070 Previous edition unusable

15C. DATE SIGNED

Contracting Officer 16C DATE SIGNED

(Signature of Contracting Officer) 10 isl/ 2-v f3

STANDARD FORM 30 (REV 10-83) Prescribed by GSA f'.AR (48 CFR) 53.243

Page 113: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE rA~E OF PAGES

I 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO (If applicable)

0030 11/21/2013 Crossroads 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I United States Marshals Service Prisoner Operations Division 4601 N. Fairfax Drive, Suite 910 Arlington, VA 22203

8. NAME AND ADDRESS OF CONTRACTOR (No . street. county. State and ZIP Code) ~ 9A AMENDMENT OF SOLICITATION NO.

Corrections Corporation of America D 1 O Burton Hills Boulevard 9B. DATED (SEE ITEM 11)

Nashville, TN 37215 10A. MODIFICATION OF CONTRACT/ORDER NO.

~ ODT-7-C-0001 100. DATED (SEE ITEM 13)

CODE I FACILITY CODE 11/07/2006 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered solicilation is amended as set forth in Item 14. The hour and date specified for receipt of Offers 0 is extended, 0 is nol extended.

Offers must acknowledge receipl of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing ilems 8 and 15, and returning copies ol the amendment; (b) By acknowledging reoeipl of this amendment on each copy of the offer submitted;

or (c) By separale letter or telegram which includes a reference lo the solicitalion and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE

PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this

amendment your desire to change an offer already submitted, such change may be made by telegram or letter. provided each telegram or letter makes reference to lhe solicitation and this amendment, and Is received prior 10 lhe opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If reqwred)

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO.

D 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)

D C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor ~ is not, 0 is required to sign this document and return ----- copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. including solicitation/contract subject matter where feasible.)

Contract Number ODT-7-C-0001 is hereby modified to:

1. Delete Modification Number 28 in its entirety.

Excepl as provided herein. all terms and conditions of the document referenced in Item 9A or 1 OA, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE F I NER (Type orpnnt) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Deborah M. Johnson

15B. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540·01·152-8070 Previous edition unusable

Contracting Officer 16C. DATE SIGNED

STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 114: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 115: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 116: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 117: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 118: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 119: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 120: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 121: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 122: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 123: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 124: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 125: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 126: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c
Page 127: CONTRACT AWARD ,2. 14. I - U.S. Marshals · CONTRACT AWARD 1 I 44 1 . CONTRACT NUMBER ,2. EFFECTIVE DATE 3. SOLICITATION NUMBER 14. REQUISITION/PROJECT NUMBER ODT-7-C-0001 Block 15c