You are on page 1of 158

Solicitation No. R11PS30300 Contract No.

Total Small Business Set-Aside

Trash Rack Cleaner, Parker Dam

U.S. Department of the Interior Bureau of Reclamation Lower Colorado Region Boulder City, Nevada

2011

This page left intentionally blank

Document No. R11PS30300

Document Title Trash Rack Cleaner FOREWORD

The Bureau of Reclamation (Reclamation), Lower Colorado Region, has a requirement to have a trash rack cleaner designed, furnished and installed at Parker Dam, California. Parker Dam is located approximately 17 miles, via Highway 95, southeast of Lake Havasu City, Arizona, in San Bernardino County, CA. The Contractor shall furnish all materials, equipment, supplies, services, personnel and all other resources to install the Parker Dam trash rack cleaner outlined in this solicitation. In performing services that are required to furnish the trash rack cleaner requested under this Solicitation, the Contractor shall provide all professional, technical, and related services necessary in receiving assignment, planning and supervising work, designing, installing, estimating costs, checking work progress, checking completed work and reporting results. Principal features of the work include: 1. Equipment furnished under this section shall be suitable for automatic and/or manual operation in raw diverted river water and shall be designed and arranged to remove weeds, grasses, trash, plastic bags, branches, tires, quagga mussels and other debris from the trash racks, and loading debris in trucks so that debris may be disposed of periodically by the owner to make room for new debris collected by the rake. 2. The Contractor shall furnish and install equipment capable of clearing debris across the entire length of the trash racks in their current condition. 3. The Contractor shall not exceed the current loading requirements of the Parker Dam Trash Rack Bridges at any time. The Parker Dam Trash Rack Bridges vehicle load rating of H15-44. 4. Penetration of the rake head: If the rake head has any penetration into the rack it shall not restrict downward or upward movement of the rake head. 5. The contractor shall furnish and install equipment that will allow for 10 feet of clearance along the entire bridge deck. 6. The contractor shall furnish and install equipment capable of being exposed to typical weather at Parker Dam including but not limited to rain and temperatures in excess of 120 degrees Fahrenheit. 7. Final Design should be stamped and sealed by a licensed engineer. 8. The installed equipment shall be capable of loading a standard size dump truck on the bridge deck. 9. The installed equipment shall be capable of operation under maximum flow conditions at the dam. Therefore equipment shall be operational with flows with velocities of 6 feet/sec or less.

Document No. R11PS30300

Document Title Trash Rack Cleaner

A pre-proposal conference is scheduled for Tuesday, August 16, 2011 at Parker Dam, CA. Attendance at the site visit is not mandatory. The majority of the cost under this contract is the design, manufacture and delivery of the trash rack cleaning system, which is considered the supply portion of the project. The Department of Labor determines any contract that requires the alteration of real property over $2,000 shall include construction clauses. Therefore the installation and related installation items of work for the trash rack cleaning system is considered the construction portion of the project and subject to the construction clauses herein. The Contractor's employees performing installation of the trash rack cleaning system shall be paid in accordance with Davis-Bacon wage rates. Clauses pertaining to only construction work onsite are preceded with a "C" next to the clauses. We request that offerors who will be attending the site visit RSVP to Beth Murray by any one of the following ways:

Contact: Telephone No.: Fax No.: Email:

Beth Murray (702) 293 - 8581 (702) 293 - 8499 bmurray@usbr.gov

FOR THE DATE AND TIME OF OFFER SUBMISSION, SEE "SOLICITATION, OFFER, AND AWARD," STANDARD FORM 1442, IMMEDIATELY FOLLOWING THE "TABLE OF CONTENTS." THIS ACQUISITION IS BEING PROCURED UNDER FEDERAL ACQUISITION REGULATIONS PART 15, CONTRACTING BY NEGOTIATIONS. THE OFFEROR IS CAUTIONED TO CAREFULLY REVIEW THE OFFER SUBMISSION REQUIREMENTS CONTAINED IN SECTION L THAT INCLUDES GENERAL, TECHNICAL AND PRICING PROPOSAL INSTRUCTIONS AND IN SECTION M THAT INCLUDES THE EVALUATION FACTORS FOR AWARD. NON-DISCRIMINATION NOTICE TO U.S. DEPARTMENT OF THE INTERIOR CONTRACTORS, SUBCONTRACTORS, AND LESSORS BUREAU OF RECLAMATION--LOWER COLORADO REGION Based upon law, Executive Order, or internal policy, the Department of the Interior prohibits discrimination in the workplace, including sexual harassment, based on race, color, national origin, sex, religion, disability, age, or sexual orientation. The Department urges its contractors, subcontractors, and lessors to develop and enforce comprehensive anti-discrimination policies for their places of work. For information regarding Bureau of Reclamations Publications Entitled Reclamation Safety and Health Standards (2009 Edition) and the 2005 ERRATA, which is applicable to work under this contract. The contractor may download the electronic version on the RSHS Manual at no charge from the Bureau of Reclamations website at http://www.usbr.gov/ssle/safety/RSHS/rshs.htm

TOC

Document No. R11PS30300

Document Title Trash Rack Cleaner TABLE OF CONTENTS

SECTION A Solicitation Offer and Award SECTION B Supplies or Services and Prices B.1 The Requirements Negotiation B.2 The Schedule SECTION C Descriptions and Specifications C.1 Statement of Work/Specifications/Work Statement SECTION D Packaging and Marking SECTION E Inspection and Acceptance E.1 Inspection of Construction SECTION F Deliveries or Performance F.1 Clauses By Reference F.2 Time of Delivery F.3 Delivery Information Parker Dam Bureau of Reclamation SECTION G Contract Administration Data G.1 Postaward Conference Bureau of Reclamation G.2 Invoice Submission Requirements Bureau of Reclamation G.3 Government Administration Personnel Bureau of Reclamation G.4 Contractors Administration Personnel Bureau of Reclamation G.5 Authorities and Delegations SECTION H Special Contract Requirements H.1 Contractor Performance Assessment Reporting System H.2 Authorized Workers Notice to Potential Bureau of Reclamation Contractors H.3 Notification to All Contractors SECTION I Contract Clauses I.1 Clauses By Reference I.2 Authorized Deviations in Clauses I.3 Updates of Publicly Available Information Regarding Responsibility Matters I.4 Statement of Equivalent Rates for Federal Hires I.5 Performance and Payment Bonds Other Than Construction I.6 Subcontracts for Commercial Items I.7 Restriction of Endorsements Department of Interior I.8 Release of Claims I.9 Examination of Records by the Department of The Interior Deviation I.10 Liability Insurance Department of Interior I.11 Security Requirements Bureau of Reclamation I.12 Standard Commercial Warranty Requirements Bureau of Reclamation SECTION J List of Documents, Exhibits and Other Attachments J.1 Applicability of Documents Bureau of Reclamation J.2 List of Contract Documents Bureau of Reclamation SECTION K Representations, Certifications and Other Statements of Offerors Solicitation Provisions Incorporated by Reference K.1 K.2 Annual Representations and Certifications

A-1 B-1 B-1 B-1 C-1 C-1 D-1 E-1 E-1 F-1 F-1 F-1 F-2 G-1 G-1 G-1 G-1 G-2 G-2 H-1 H-1 H-2 H-3 I-1 I-1 I-1 I-3 I-4 I-7 I-8 I-8 I-8 I-8 I-9 I-9 I-17 J-1 J-1 J-1 K-1 K-1 K-3

TOC

Document No. R11PS30300 K.3 K.4 K.5

Document Title Trash Rack Cleaner

ii

Certification Regarding Responsibility Matters Information Regarding Responsibility Prohibition on Conducting Restricted Business Operations in Sudan - Certification

K-3 K-5 K-6 L-1 L-1 L-1 L-2 L-2 L-2 L-4 L-5 L-8 L-9 M-1 M-1

SECTION L Instructions, Conditions and Notices to Bidders L.1 Solicitation Provisions Incorporated by Reference L.2 Requirements of Certified Cost or Pricing Data and Data Other Than Certified Cost L.3 Type of Contract L.4 Authorized Deviations In Provisions L.5 Use and Disclosure of Proposal Information Department of Interior L.6 General Proposal Instructions L.7 Technical Proposal Instructions Bureau of Reclamation L.8 Pricing Proposal Instructions Bureau of Reclamation L.9 Service of Protest Department of Interior SECTION M Evaluation Factors for Award M.1 Quality Predominance Bureau of Reclamation

SECTION B Supplies or Services and Prices

Document No. R11PS30300

Document Title Trash Rack Cleaner

B-1

SECTION B SUPPLIES OR SERVICES AND PRICES B.1 THE REQUIREMENTS - NEGOTIATION--BUREAU OF RECLAMATION-LOWER COLORADO REGION

(a) The Contractor shall furnish the items identified in this Section, in accordance with the terms, conditions, and specifications contained in the contract. (b) Offerors are cautioned to carefully review the proposal submission requirements contained in Section L. Failure to comply with these requirements may result in an offer being determined technically unacceptable. (c) Offers will be considered for award of Schedule 1 and Schedule 2 but no offer will be considered for award of only a part of Schedule 1 and Schedule 2. Schedule 3 is an Optional Schedule to be awarded only when Schedule 1 and Schedule 2 are completed in total. No offer will be considered for award of only Schedule 3, and will be determined technically unacceptable. (d) Offerors shall complete the Schedules in Section B.2 below and furnish any additional information required, as applicable. (e) No drawings or descriptive literature are required to be submitted with the offer. B.2 THE SCHEDULE

Offerors shall complete Schedule 1 and Schedule 2 below by inserting the lump sum price for each contract line item number (CLIN). Lump sum prices shall include all labor, materials equipment, travel expenses, other direct cost and markups associated with that CLIN. Offerors shall complete Schedule 3 below if they offer the option of adding corrosion resistant to any of the parts of the trash rack cleaner provided under this solicitation. Offerors shall complete Schedule 3 with the description of the corrosion resistant part, the quantity, unit, unit price and total price to add the corrosion resistance (only) to the part. The main cost of the part shall remain in Schedule 1 and Schedule 2. The Government will evaluate offers for award purposes by evaluating the total price of Schedule 1 and Schedule 2. Prices in the Optional Schedule (Schedule 3) will not be included in the price evaluation. After contract award, and at the Governments discretion, it may purchase corrosion resistance on any or all trash rack parts at prices in Schedule 3. The cost/price information that must be submitted in support of the offerors rates is contained in Section L of this solicitation.

SECTION B Supplies or Services and Prices

Document No. R11PS30300

Document Title Trash Rack Cleaner

B-2

Schedule 1
19 CLIN 001 002 20. Schedule of Supplies/Services Design and customize one trash rack cleaner for Parker Dam Manufacture one trash rack cleaner for Parker Dam, including delivery 21. Quantity 22. Unit 23. Unit Price 24. Amount

1 1

LS LS

NA NA

$________ $________ $________

Total for Schedule 1

Schedule 2 19 CLIN 003 20. Schedule of Supplies/Services Install one trash rack cleaner for Parker Dam, including mobilization and prep, bonding and insurance 21. Quantity 22. Unit 23. Unit Price 24. Amount

LS

NA

$________ $________

Total for Schedule 2

19 CLIN 004a 004b 004c 004d 004e 004f 004g 004h 004i

Schedule 3 (Optional Schedule) 20. 21. Schedule of Supplies/Services Quantity Description of corrosion resistant part for one trash rack cleaner:_______________ ____________________________________ Description of corrosion resistant part for one trash rack cleaner:_______________ ____________________________________ Description of corrosion resistant part for one trash rack cleaner:_______________ ____________________________________ Description of corrosion resistant part for one trash rack cleaner:_____________ ___________________________________ Description of corrosion resistant part for one trash rack cleaner:______________ ____________________________________ Description of corrosion resistant part for one trash rack cleaner: _____________ ____________________________________ Description of corrosion resistant part For one trash rack cleaner:______________ ____________________________________ Description of corrosion resistant part for one trash rack cleaner:______________ ____________________________________ Description of corrosion resistant part for one trash rack cleaner:______________ ____________________________________

22. Unit

23. Unit Price

24. Amount

SECTION C Descriptions and Specifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

C-1

SECTION C DESCRIPTIONS AND SPECIFICATIONS C.1 1 STATEMENT OF WORK/SPECIFICATIONS/WORK STATEMENT General Description of the Work: a. The Contractor shall furnish all materials, equipment, supplies, services, personnel and all other resources to install the Parker Dam trash rake outlined in this statement of work in support of Parker Dam and other facilities. This project is located at the Parker Dam; the location of the work is approximately 17 miles, via Highway 95, southeast of Lake Havasu City, Arizona, in San Bernardino County, CA. The contractor shall perform specific services outlined in this Statement of Work as directed by the Contracting Officer. In performing services that are required to furnish the end product requested under this Solicitation, the Contractor shall provide all professional, technical, and related services necessary in receiving assignment, planning and supervising work, designing, installing, estimating costs, checking work progress, checking completed work and reporting results. b. Contacts and Authorities: (1) The authorized Contracting Officer under this Contract is: i. Ms. Denise L. Colwell, Contracting Officer, BOR, LC-10200 (2) The Contracting Officers Representative(s) is(are): i. Nathaniel Gee, BOR, LC-6621 ii. Gary Krzisnik, BOR, LC-6400 c. Reporting and Deliverables. All plans and reports shall be completed in a timely manner. The Contractor will be responsible for recording field data into a computerized format. All files delivered by the Contractor are required to be error free and in compliance with federal and state regulations. The Contractor may be responsible for correcting data errors. (3) All deliverable documentation requiring Government approval prior to performance of any work shall be delivered no later than 21 days prior to the expected date of physical performance of the relevant work. (4) The Contractor shall furnish the original or one legible copy of all computations, reports, permit application, permits, and computer printouts required to complete studies and investigations. Written reports, when required, shall include maps, drawings, graphs, forms, tables, photographs, and other illustrative materials, etc., as required. (5) Reports and documents shall generally be in a format compatible with Microsoft Office 2007, and/or in Adobe Acrobat, Version 7.0 or later, portable document file format. All drawings submitted electronically shall be in a format compatible with AutoCAD 2010 or later editions. (6) The contractor shall resolve all comments and submit final documentation that shall consist of the final, approved record of all actions taken and changes introduced to the site and related equipment and utilities, combining as-built records and completion reporting. All deliverable documentation shall be delivered to the Government no later than 21 days after completion of physical performance of work. d. Progress Reports and Payment Requests: A progress report shall be submitted to the Contracting Officer or his representative once each month during tasking period then in

SECTION C Descriptions and Specifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

C-2

progress of duration greater than two months. The report shall give the status, on a percentage basis, of the total amount of work competed. The Contractor shall review this progress report with the Governments field representative and obtain written concurrence with the reported progress and percentage prior to submission. 2. Health and Safety: a. The Contractor shall prepare and submit a written site-specific, Job Hazard Analysis(JHA) as outlined in Reclamation Safety and Health Standards (RSHS) and in compliance with OSHA regulations and protocols. This work is to be included in the lump sum price under CLIN 001. b. Acceptance of the Contractor's JHA is required prior to the start of the first field activity. Acceptance is conditional and will be predicated on satisfactory performance during field activities. No change in the approved plan shall be implemented without written concurrence of the Contracting Officer. Reclamation reserves the right to require the contractor to make changes in the JHA and operations as necessary to assure the safety and health of all persons on or near the site. This work is to be included in the lump sum price under CLIN 001. c. Hazardous, Non-Hazardous and Universal Waste Disposal: 1. In the event that work under any work under this Agreement generates or is likely to generate Hazardous Waste Materials, the Contractor shall immediately notify both the Contracting Officer and the Contracting Officers Representative, including recommendations regarding immediate handling of waste already generated or for which generation is unavoidable. The Contractor shall provide an estimate of the cost and schedule impacts associated with planning, characterizing, manifesting, handling, and disposition of the generated waste, within 48 hours of providing such notification. All Hazmat plans and actions shall comply with relevant requirements of OSHA (29 CFR, et al) and RSHS regarding workforce and environmental health and safety; and 40 CFR, as applicable for training, handling, manifesting, permitting, and disposition actions; and other appropriate regulations and laws. This work is to be included in the lump sum price under CLIN 001. The Contractor shall dispose of general, non-hazardous wastes and wastes below published action thresholds shall be disposed as directed by the site manager, either by deposition locally in an approved container or by transport to an approved public waste repository appropriate to the type and volume of waste generated. This work is to be included in the lump sum price under CLIN 003. The Contractor shall meet all standards and laws of California in handling and disposing of hazardous waste. This work is to be included in the lump sum price under CLIN 003. All hazardous waste that will be brought on site or created on site needs to be approved by the government prior to arrival or creation Contractor shall submit a waste disposal plan that shall encompass all hazardous and non-hazardous waste generated for all onsite work. This work is to be included in the lump sum price under CLIN 001.

2.

3. 4. 5.

d. Hazardous Materials Data. Submit the following in accordance with 8.0, Submittal Requirements: 1) List of Hazardous Materials (LHM) and Material Safety Data Sheets (MSDS) in accordance with the requirements of paragraph (e) of the clause at FAR 52.223-3, Hazardous Materials Identification and Safety Data.

SECTION C Descriptions and Specifications 3.

Document No. R11PS30300

Document Title Trash Rack Cleaner

C-3

Meetings and Conferences: a. Meetings. Meetings shall be held whenever requested by the Contracting Officer or Representative, the customer, or the Contractor for discussion of questions and problems relating to the work required under this Agreement. Meetings between the contractor and the customer shall be coordinated with the Contracting Officers Representative prior to scheduling. b. Conferences: The Contractor or his appropriate representative(s) will be required to attend and participate in all conferences, including site criteria, or other conference pertinent to the work under this Agreement, as directed by the Contracting Officer. This work is to be included in the lump sum price under CLIN 001. c. Minutes, Records, and Confirmation Notices: The government shall promptly provide to the contractor a record of all conferences, meetings, discussions, verbal directions, telephone conversations, etc., participated in by the Contractor or his representative(s) on matters relative to the project and the work. Distribution of the minutes will be made by the Government. This work is to be included in the lump sum price under CLIN 001.

4. Site Visits, Inspections and Investigations: The Contractor or his representative(s) shall visit and inspect or investigate the site as necessary and required during the preparation and accomplishment of the work. All work and data developed under this Contract shall be related to current site conditions. All travel, costs, and expenses incurred by the Contractor, sub-contractor or his representative(s), including consultants, for such site visits, inspections, and investigations shall be included in the lump sum price. These items shall be included in CLIN 001, Design and customization. 5. Government-Furnished Information. In general, the information will consist of the following: 1. Close coordination and communication is required for any task by both Reclamation and the contractor. 2. All work shall be monitored by a Government Technical Representative. This is to include a visit to the site of manufacturing to see the product tested prior to shipment. 3. All accomplished work shall be verified by this Technical Reclamation representative. 4. Prior to close out of the work, the Governments Technical Representative shall contact the Contracting Officers Representative for approval of payment which is based on the successful completion. 6. Releases of Information. Neither the contractor nor his representative shall release any sketch, photograph, report or other material of any nature obtained or prepared under this contract without the specific written approval of the Contracting Officer. Public, media and other queries shall be referred to the COR and/or the regional External Affairs Office. 7. Security and Identification of Employees. The Government will issue all Contractor personnel who will require access to secured areas of the Parker Dam facilities an identification badge clearly identifying the employee. Such identification shall be required for all employees on the jobsite and shall be worn at all times. If special badges holding the employees photograph are required for restricted areas, such badges will be furnished by the Government. The Government reserves the right to issue such badges on a temporary, restricted basis pending completion of background checks, and to withdraw any and all unescorted badges at any time based upon the background

SECTION C Descriptions and Specifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

C-4

check results as described below. Refer to Contract Clause WBR 1452.237-80 for additional information and requirements. This work is to be included in the lump sum price under CLIN 001. 8. Contractor Use of Premises and Utilities and Protection of Installations. a. Government Land 1) The contractor will be permitted to use Government land, controlled by the Bureau of Reclamation, for field office, storage yard, and other on site facilities required for installation purposes. The contractor shall coordinate with COR, at least 14 days prior to mobilization, for areas needed for these purposes. 2) Such use shall not interfere with any part of the work under this contract, nor with the work of other contractors, or the Government in the vicinity or with reservations made, or as may be made, by the Government for the use of such land. 3) Areas of Government land available for use by the contractor for installation purposes are shown on the drawings. b. Private Land. If private land is used for onsite facilities, or other installation purposes, the contractor shall make all necessary arrangements and pay all rental and other costs associated therewith. This work shall be included in the lump sum under CLIN 003. c. Costs. No charge will be made to the contractor for the use of Government land for installation purposes, and all work required by this section shall be at the expense of the contractor. This work shall be included in the lump sum under CLIN 003. d. Onsite Facilities. Arrange and operate onsite facilities in a manner to preserve and protect existing features, trees, and vegetation to the maximum practicable extent. The location, installation, operation, maintenance, and removal of onsite facilities on Government land shall be subject to the approval of the Contracting Officer. This work shall be included in the lump sum under CLIN 003. 1) Removal Of Onsite Facilities. Upon completion of the work, remove onsite facilities and perform the required cleanup. 2) Regrading. After removal of onsite facilities and required cleanup, re-grade the Government land used for installation purposes and not required for the completed installation. e. Temporary Electricity. The contractor shall furnish all the electrical power required to complete the requirements of this specification. There may be 480-volt service available at select locations; if so, there will be no cost to the contractor for use of available station service power at Reclamation facilities. This work shall be included in the lump sum under CLIN 003. 1) Provide generators, transmission lines, distribution circuits, transformers, and other electrical equipment and facilities required for obtaining power and distributing power to points of use where station service power is not available. 2) Remove all temporary equipment and facilities upon completion of work under this contract. f. Temporary Water. This Paragraph addresses only water for work purposes; potable water for workforce use is not included herein. The contractor shall furnish all the water required to

SECTION C Descriptions and Specifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

C-5

complete the requirements of this specification. When there is a Government water source close to the site of work, the contractor may be able to use such water for installation purposes. Coordinate with the COR for such access at least 14 days prior to need. 1) Use water that meets specified requirements for water used in concrete, soil-cement, masonry, grouting mortar, and other permanent work. 2) Provide all the equipment and facilities required for obtaining water and conveying water to points of use. 3) Remove temporary equipment and facilities upon completion of work under this contract. g. Protection of Existing Installations. The Contractor shall be responsible for and shall repair, at the contractors expense; any damage to existing installations due to the contractors operations or the contractors failure to provide proper protection; or at the option of the Contracting Officer, any such damage may be repaired by the Government and back charged to the contractor. This work shall be included in the lump sum under CLIN 003. 1) Identification of Existing Installations. Obtain the location of buried conduit, pipe, cable, ground mat, and other buried items prior to performing any excavations in the existing installations. Coordinate for information using a Request for Information (in Contractor Format) submitted no later than 10 days prior to commencing work. 2) Use proper methods for the protection of buried items during excavating and backfilling operations. Protect adjacent installations when installing equipment and materials. Methods of protection shall be identified in the work plan. 3) In performing work in the vicinity of the installation area, take all necessary precautions to safeguard existing installations that are to remain in place. 4) Arrange all protective installations so as to permit operation of the existing equipment and facilities by the Government while work under these specifications is in progress. 5) Removal of Protective Installations. Remove all protective installations provided by the contractor after they have served their purpose. The materials furnished by the contractor to provide protection shall remain the property of the contractor. 9. Performance Requirements: All work in these sections shall be included in the lump sum under CLINs 001, 002, 003 unless otherwise stated. All design work and customization design of the product to the site shall be included under CLIN 001, all manufacturing and delivery shall be included under CLIN 002, and all installation, mobilization and prep, instruction, bonding and insurance shall be included in CLIN 003. A. General: Equipment furnished under this section shall be suitable for automatic and/or manual operation in raw diverted river water and shall be designed and arranged to remove weeds, grasses, trash, plastic bags, branches, tires, quagga mussels and other debris from the trash racks, and loading debris in trucks so that debris may be disposed of periodically by the owner to make room for new debris collected by the rake. Contractor shall submit lump sum that shall include all required work to furnish and install fully functional trash rack cleaner. All activities required such as but not limited to manufacturing, mobilization, delivery, instruction, coordination, and installation necessary to meet the following requirements shall be included in the contractors lump sum.

SECTION C Descriptions and Specifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

C-6

B. Operating Conditions and Criteria: (1) Trash Rack: The Contractor shall furnish and install equipment capable of clearing debris across the entire length of the trash racks in their current condition. Drawings of the trash racks are provided but contractor takes full responsibility to verify site conditions and ensure that equipment is compatible prior to installation. Contractor shall state any limitations in cleaning any portion of the trash rack. (2) Trash Rack Removal: The facility must be able to remove the trash racks without having to uninstall any equipment that is part of the trash rake. Installed equipment shall not hinder trash rack removal in any way. (3) Bridge Deck Loading During Installation: The Contractor shall not exceed the current loading requirements of the Parker Dam Trash Rack Bridges at any time. The contractor shall design the equipment to meet all operating criteria without exceeding the current loading requirements of the Parker Dam Trash Rack Bridges. The Parker Dam Trash Rack Bridges vehicle load rating of H15-44. (4) Bridge Loading: The Contractor shall install equipment that applies loading on bridge piers only. The equipment shall not load the deck away once it is fully installed. The contractor shall provide all necessary calculations to ensure bride loading is not exceeded and that the bridge maintains current ability to pass vehicles with equipment installed. (5) Access: All equipment shall arrive to the site from the California side of the Dam. Trucks and trailers are restricted from crossing the Dam. (6) Maximum Debris load: The contractor shall furnish and install equipment capable of removing a maximum debris load of 2,000 lbs from each of the trash racks. (7) Debris Type: The rake shall be capable of removing weeds, grasses, trash, plastic bags, branches, tires, and other debris from the trash racks. (8) Penetration of the rake head: If the rake head has any penetration into the rack it shall not restrict downward or upward movement of the rake head. (9) The rake head shall be designed to allow water to pass through and drain for effective raking of leaves and small debris. (10)Bridge Clearance: The contractor shall furnish and install equipment that will allow for 10 feet of clearance along the entire bridge deck. (11)Electrical: The facility has 480 Volt, three-phase power at the site and the new trash rake must function with that voltage system. The contractor shall determine and identify all load requirements to include full load and starting currents. (12)Electrical Plans: The contractor shall provide an electrical one-line diagram showing the electrical interconnections to the equipment. The contractor shall also provide the design analysis, including full schematics, and both the connection, and wiring diagrams, including any shop drawings pertaining to the equipment. These must be submitted to the government for review and approval prior to installation. The electrical design must meet the current National Electrical Code (NEC) 2011 standards. (13)Electrical Extension: All electrical conduits and conductors must be run underground. Direct burial cable is not acceptable. The conduit depth shall be per NEC 2011. If

SECTION C Descriptions and Specifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

C-7

Concrete, asphalt or dirt road must be taken up in order to install any electrical conduit then the concrete, asphalt or dirt road must be restored to pre-installation condition. (14)Electrical Panel-boards: The contractor shall design, furnish, and install local electrical panel-boards with a NEMA 3R rating for exterior application. (15)Power Source: The contractor shall furnish and install equipment that operates on electrical power. The government will not accept equipment that operates on gas, diesel fuel or other alternative sources of energy. It may have emergency backup operation using alternative energy sources but the primary source of power for the equipment shall be electrical. (16) Weather: The contractor shall furnish and install equipment capable of being exposed to typical weather at Parker Dam including but not limited to rain and temperatures in excess of 120 degrees Fahrenheit. (17) Final Design should be stamped and sealed by a licensed engineer. (18) Debris removal: The installed equipment shall be capable of loading a standard size dump truck on the bridge deck. (19)Flow Conditions: The installed equipment shall be capable of operation under maximum flow conditions at the dam. Therefore equipment shall be operational with flows with velocities of 6 feet/sec or less. (20) Offerors shall seek to reduce environmental damages associated with this procurement by considering the use of environmentally preferable products and services to the extent feasible, consistent with price, performance, availability, and safety considerations. In addition, where possible, offerors shall consider products with recycled or biobased content as well as other environmentally preferable attributes, such as: reduced packaging, durability and repair ability, reduced toxicity, conservation of natural resources, water conservation, low Volatile Organic Compound (VOC) Content, and asbestos alternatives. If applicable complete Form D found at Attachment 3 to this solicitation. The proposal products and services and related prices will not be considered in the evaluation of proposals. (21) Bio-based products shall be used in accordance with FAR 53.223-2. All bio-based products must be considered equal in performance to other product alternatives. C. Safety Features: (1) The rake shall have a mechanism that will prohibit the equipment operating under above maximum load. (2) The rake shall have a mechanism that will limit over travel. (3) There shall be visible warnings when equipment is in operation. (4) If an operator must be present during operation of the equipment, the operator must be able to safely access the bridge deck at any time during the operation of the equipment. (5) There must be some barrier along the entire length of the bridge deck to serve as fall protection on the upstream side of the bridge deck. This barrier must not interfere with

SECTION C Descriptions and Specifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

C-8

the operation of the equipment. This barrier cannot encroach on the 10 of clearance needed on the bridge deck. D. The Contractor shall do all engineering, design, fabrication, factory assembly, and on-site startup adjustment necessary for the trash rake. The Contractor shall be responsible for obtaining all field measurements necessary for interfacing his equipment with owners existing facilities. For information purposes, the Government will supply the successful Vendor with all pertinent prints available of the existing intake structure. E. The contractor shall provide detail description of all capacity and limitations of the trash rake so that operating criteria can be created. This work is to be included in the lump sum under CLIN 001 F. The contractor shall perform all necessary on-site tests to ensure the rake is fully operational. This work is to be included in the lump sum under CLIN 003. G. The contractor shall allow for and ensure that the manufacturer of the rake shall provide factory-trained personnel to supervise installation, adjustment, field testing and initial operation of all components. This work is to be included in the lump sum under CLIN 003. H. The contractor shall provide one instruction session conforming to the requirements of the training specifications. Training session shall be scheduled to allow for on-site government operators to attend. The trainings sessions shall include normal operations, preventive maintenance requirements, overhaul and troubleshooting instructions as well as maintenance and troubleshooting manuals. The training shall provide manuals to all attendants as well as additional 2 copies for the facility. These manuals are shown as part of submittals and shall meet all requirements stated in section C.11. This work is to be included in the lump sum under CLIN 003. I. J. The contractor shall state what corrosion resistant parts are available for the equipment and state the cost of corrosion resistant options in CLIN 004 corrosion resistant options. If concrete work is required any removal or replacement shall use methods approved by the COR and in accordance with USBR M-47. This work is to be included in the lump sum under CLIN 003.

K. The contractor shall submit any changes to existing infrastructure including the methods of alteration and replacement if necessary. For example if concrete, asphalt or handrail must be removed as part of installation, method for removal and procedure for replacement shall be approved by government prior to removal. This work is to be included in the lump sum under CLIN 003. 10. Submittals and Submittal Requirements. In case of conflict between requirements of this section and requirements included elsewhere in these specifications, requirements included elsewhere take precedence. a. Drawings, Data, and Records shall be prepared in English, labeled with the Reclamation contract number where applicable, and presented in electronic file formats compatible with Microsoft Office 2007 suite applications, AutoCAD 2010, and/or Adobe Acrobat version 7 or higher. Drawings shall be to scale, based on D-size plots, and shall show as-built record with revision dates as recorded during the work. All Schedules shall be in Microsoft Project 2007. b. Drawings shall conform to all Bureau of Reclamation AutoCAD standards and shall use standard D-size Bureau of Reclamation title block.

SECTION C Descriptions and Specifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

C-9

c. Submittal Procedures. Submit only checked submittals; submittals without evidence of contractors checking and approval will be returned for checking and resubmission. Submit complete sets of required materials for each RSN as specified in submittals column in the RSN Table, where used. A complete set includes all listed items for RSNs with multiple parts. Submit a minimum of 5 copies of each hard-copy submittal or as specified in the submittal table at C.11.g, or the corresponding electronic file on CD or DVD, to the responsible Reclamation office. d. Government Review Of Submittals. 1) The Government will require 21 calendar days, from date of receipt, for review of each submittal or resubmitted, unless otherwise provided elsewhere in the Statement of Work for this contract. This required time begins when the Government receives complete sets of materials required for a particular RSN and extends through return mailing postmark date. e. Return of Submittals. 1. One set of submittals required for approval will be returned approved, not approved, or conditionally approved. 2. Submittals not approved shall be revised and resubmitted for government approval. Show changes and revisions with a revision date. Describe reasons for significant changes in a transmittal letter. 3. Resubmit returned submittals within 14 days after receiving the Government's comments, unless otherwise specified. Requirements for initial submittals apply to resubmittals except that government review of resubmittals will be 14 days. 4. Do not change designs without approval of the Contracting Officer after approval drawings, documentation, and technical data have been approved. f. Submittal Transmittal. Send required submittals to the following addresses: 1. Contracting Officer (CO), Bureau of Reclamation, Attn: LC-10216, PO Box 61470, Boulder City NV 89006-1470 2. Contracting Officers Representative (COR), Bureau of Reclamation, Attn: LC-6000, PO Box 61470, Boulder City NV 89006-1470 g. Specific Submittals Explanation and Requirements. Not all submittals require explanation and those not listed contractor shall refer to Required Submittals Table 1. Initial Schedule: Contractor shall submit overall schedule in Microsoft Project. Schedule shall include submittal dates, review times, design milestones, design completion, projected on-site date, completion date and any other project milestones. This work is to be included in the lump sum under CLIN 001. 2. 30% Design: The contractor shall submit his 30% design for review and approval of the government. The 30% design shall include the electrical one line diagram, all structural calculations, an overall layout showing location of all equipment and plans detailing how the equipment will attach to the structure. The 30% design must follow the basic concepts that are presented in the conceptual design that is to be included as part of the contractors proposal. This should be approved by government prior to continuation of design. This work is to be included in the lump sum under CLIN 001.

SECTION C Descriptions and Specifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

C-10

3. Overall Design: Contractor shall submit final design plans showing all equipment to be installed. Shall include written design analysis report of how design meets all required specifications. This design submittal shall also include all electrical diagrams such as full schematic, equipment interconnections, and wiring diagrams, and catalog cut-sheets. This shall also include structural calculations to show that bridge loadings are not exceeded by the equipment and still allow for current traffic loading. The final design package shall also include Operations and Maintenance manuals, and recommended spare parts list. This design is to be approved by government prior to beginning of work. This work is to be included in the lump sum under CLIN 001. 4. Installation Waste Disposal Plan: Waste disposal plan shall be a written document outlining how the contractor shall dispose of all waste associated with the project, both hazardous and non-hazardous. This submittal is to be reviewed and approved by the government prior to beginning work. This work is to be included in the lump sum under CLIN 001. 5. Revised schedule: Upon completion of design and before onsite work the contractor shall submit a revised schedule outlining any changes from the initial schedule. This shall be in Microsoft project and outline all installation activities on-site and shall include submittal dates for markups and As-built drawings. This schedule shall include all tasks required for project close out. This work is to be included in the lump sum under CLIN 002. 6. Markups: Markups showing installed equipment shall be submitted. The contractor shall make markups daily showing any installed equipment. Markups shall clearly show any deviation from proposed installation. Onsite government inspector will review markups daily with contractor to ensure accuracy. A scanned copy of the markups is to be delivered to the government prior to contractor leaving the job site. This work is to be included in the lump sum under CLIN 003. 7. As-Builts: As builts are to include all changes that have occurred under the contract. They shall be in Auto CAD 2010 format. Copies are to be submitted prior to final payment and are to be submitted for government approval. Final payment will not be received until as-builts are received, reviewed and approved by the government. This work is to be included in the lump sum under CLIN 001. g. Required Submittals Table.
RSN ITEM Reference provision clause or section FAR 52.228-15 Section H Responsible code Submittals required No. of sets to be sent to.* CO 1-C Bonds CO Performance and payment bonds Black Line Print Experience Modification Rate for Workers Compensation Insurance; Log and Summary of Occupational injuries and Illnesses; death and lost workday severity incidence rate 1 COR 0 Within 5 days of contract award As Requested by the Contracting Officer Within 14 calendar days of contract award Due date of delivery

2-C

Progress updating

CO

3-C

Safety Data

WBR 1452.22381

CO

SECTION C Descriptions and Specifications


RSN

Document No. R11PS30300


ITEM Reference provision clause or section See section C.10.f.1 See section C.10.f.2 See section C.10.f.3 See section C.10.f.3 See section C.10.f.3 See section C.10.f.3 See section C.10.f.4 WBR 1452.22381 See section C.10.f.5

Document Title Trash Rack Cleaner


Responsible code Submittals required No. of sets to be sent to.* CO COR 3 3 3 3

C-11

Due date of delivery

4-C 5-C 6-C 7-C

Initial Schedule 30% Design Electrical 1 line Structural Calculations Overall Design Full Electrical Schematic, Connection and Wiring Diagrams Installation Waste Disposal Plan

COR COR CO COR

See section C.10.f.1 See section C.10.f.2 1. Approval Data: a) Electrical diagram 1) Details

1 1 1 1

Within 14 days of contract award Within 45 days of contract award Within 45 days of contract award Within 45 days of contract award Within 4 months of contract award Within 4 months of contract award Within 4 months of contract award 21 days prior to commenceme nt of onsite work 21 days prior to commencing on site work 21 days prior to commencing on site work 10 days prior to commencing on site work 10 days prior to commencing of onsite work At least 10 days prior to job site delivery of each hazardous material Each day that any on-site installation takes place After Completion of the work and prior to final payment

8-C

CO

9-C

COR

1. Approval Data: a) Design 1) Details See section C.10.f.3 1. Approval Data: a) Design 1) Details See section C.10.f.3 See section C.10.f.4

10-C

COR

11-C

Safety and Health

COR

Safety Program JHA (site specific per RSHS)

12-C

Revised Schedule

COR

See section C.10.f.5

13-C

Shop Drawings Insurance Work on a Government Installation Accident Prevention

CO

Trash Rake Current Certification of insurance for prime and each subcontractor Accident exposure data

14-C

FAR 52.228-5

CO

16-C

52.236-13

CO

17-C

Material safety data sheets for hazardous materials

FAR 52.223-3

COR

Updated List of Hazardous Materials and Material safety data sheets Electrical Debris And Rake See section C.10.f.6 Electrical Debris And Rake See section C.10.f.7

18-C

Mark ups

See section C.10.f.6

COR

19-C

AS-Built Plans

See section C.10.f.7

COR

SECTION C Descriptions and Specifications


RSN

Document No. R11PS30300


ITEM Reference provision clause or section

Document Title Trash Rack Cleaner


Responsible code Submittals required No. of sets to be sent to.* CO COR 3

C-12

Due date of delivery

20-C

Service and maintenance Manuals

CO

Trash Rake

21-C

Training Manual

CO

Trash Rake

22-C

Release of Claims

DOI 1452.20470

CO

Release of Claims (DI137) against the United States

23-C

Manufacturers Standard Commercial Warranty Solicitation Attachment 4 Certification of compliance

See section I.15

CO

Warranty Certification and/or Exemption to Reporting Executive Compensation and First-Tier Subcontract Awards

After Completion of the work and prior to final payment After Completion of the work and prior to final payment After Completion of the work and prior to final payment After Completion of work and prior to final payment By the end of the month following the month of award

24-C

FAR 52.204-10 and see section J.2

CO

h. Description for the bases of payment. Progress payments will be allowed for this contract. All work shall be included in the lump sum prices in the bid schedule at CLINs 001, 002, or 003 unless otherwise stated. All design work and customization design of the product to the site shall be included under CLIN 001, all manufacturing shall be included under CLIN 002, and all mobilization, delivery, installation, instruction, bonding and insurance shall be included in CLIN 003. Progress payments will be as follows: o 100% of the contract price of CLIN 001 upon submittal and Government approval of the design, customization and other work as outlined in contract Section C.1.1 through C.1.4 and C.1.7 through C.1.10. 100% of the contract price of CLIN 002 upon submittal and Government approval of the manufacturing and related items of work as outlined in contract Section C.1.1 through C.1.4 and C.1.7 through C.1.10. 100% of the contract price of CLIN 003 upon submittal and Government completion/approval/acceptance of mobilization, installation, instruction, bonding and insurance and related items of work as outlined in contract Section C.1.1 through C.1.4, C.1.7 through C.1.10 and this contract.

SECTION D Packaging and Marking

Document No. R11PS30300

Document Title Trash Rack Cleaner

D-1

SECTION D PACKING AND MARKING (There are no clauses in this section)

SECTION D Packaging and Marking

Document No. R11PS30300

Document Title Trash Rack Cleaner

D-2

This page left intentionally blank

SECTION E Inspection and Acceptance

Document No. R11PS30300

Document Title Trash Rack Cleaner

E-1

SECTION E -- INSPECTION AND ACCEPTANCE E.1 52.252-02 CLAUSES INCORPORATED BY REFERENCE

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following addresses: FAR Clauses - https://www.acquisition.gov/far/ DOI Clauses - http://www.doi.gov/pam/aindex.html Clause 52.246-04 52.246.12 52.246-16 52.246-16 Title Inspection of Supplies Fixed Price Inspection of Construction Certificate of Conformance Responsibility for Supplies Date August 1996 August 1996 April 1984 April 1984

SECTION E Inspection and Acceptance

Document No. R11PS30300

Document Title Trash Rack Cleaner

E-2

This page left intentionally blank

SECTION F Deliveries or Performance

Document No. R11PS30300

Document Title Trash Rack Cleaner

F-1

SECTION F -- DELIVERIES OR PERFORMANCE F.1 52.252-02 CLAUSES INCORPORATED BY REFERENCE

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following addresses: FAR Clauses - https://www.acquisition.gov/far/ DOI Clauses - http://www.doi.gov/pam/aindex.html Clause 52.242-14 52.242-15 52.242-17 52.247-34 52.211-08 Title Suspension of Work Stop-Work Order Government Delay Of Work F.O.B. Destination TIME OF DELIVERY Date April 1984 August 1989 April 1984 November 1991 APRIL 1984

F.2

(a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE Quantity Design and customize one trash rack cleaner for Parker Dam Manufacture and deliver one trash rack cleaner for Parker Dam Corrosion resistant parts for one trash rack cleaner and price for each part

Item No. Schedule 1 CLIN 001 Schedule 1 CLIN 002 Schedule 3 CLIN 004

Delivery Date January 24, 2012 March 24, 2012 June 5, 2012

The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered unacceptable and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR's PROPOSED DELIVERY SCHEDULE Quantity Design and customize one trash rack cleaner for Parker Dam Manufacture and deliver one trash rack cleaner for Parker Dam Corrosion resistant parts for one trash rack cleaner and price for each part

Item No. Schedule 1 - CLINI 001 Schedule 1 - CLIN 002 Schedule 2 - CLIN 004

Within Days After Date of Contract Award

The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required

SECTION F Deliveries or Performance

Document No. R11PS30300

Document Title Trash Rack Cleaner

F-2

delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. F.3 52.211-10 A1 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK - ALTERNATE I APRIL 1984

For Schedule 2, CLIN 003 - Installation of one trash rack cleaner for Parker Dam, including mobilization and preparatory work, bonding and insurance: The Contractor shall be required to (a) commence on-work under this contract within fourteen (14) calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than June 5, 2012. The time stated for completion shall include final cleanup of the premises. F.4 DELIVERY INFORMATION - PARKER DAM--BUREAU OF RECLAMATION--LOWER COLORADO REGION

(a) All supplies or equipment required under this contract shall be shipped f.o.b., destination to the following address: Bureau of Reclamation Parker Dam Powerplant U.S. Highway 95 Parker Dam, California 92267 (b) Deliveries will be accepted between 7:00 a.m. to 4:00 p.m., Pacific Time, Monday through Thursday. Point of contact for delivery information is Mr. Reba Carter, Parker Dam Supply and Procurement, telephone 760-663-3712 ext. 3224.

SECTION G Contract Administration Data

Document No. R11PS30300

Document Title Trash Rack Cleaner

G-1

SECTION G -- CONTRACT ADMINISTRATION DATA G.1 WBR 1452.242-80 POSTAWARD CONFERENCE--BUREAU OF RECLAMATION JULY 1993

(a) Prior to the Contractor starting work, a postaward conference (as described in FAR Subpart 42.5), will be convened by the contracting activity or contract administration office. The Contractor's Project Manager shall attend the conference. If the contract involves subcontractors, a representative of each major subcontractor is also required to attend. (b) The conference will be held at Parker Dam. (c) The Contracting Officer and the Contractor will agree to the date and time of the conference after award of the contract. In event of a conflict in schedules, the Contracting Officer shall establish the date for the conference. (d) The Contractor shall include any associated costs for attendance at the conference in its offer. G.2 INVOICE SUBMISSION REQUIREMENTS--BUREAU OF RECLAMATION--LOWER COLORADO REGION NOV 1996

(a) To ensure timely processing of progress payments under the contract, the designated billing office for such payments is: Beth A. Murray (LC-10216) Bureau of Reclamation P.O. Box 61470 Boulder City, NV 89006-1470 Telephone No.: 702-293-8581 E-Mail Address: LCRAAMO@usbr.gov (b) Final payment under the contract will be approved by the Contracting Officer pursuant to the Prompt Payment clause in the contract after all contract settlement actions are complete. G.3 GOVERNMENT ADMINISTRATION PERSONNEL--BUREAU OF RECLAMATION--LOWER COLORADO REGION JUL 1998

The contracting office representative responsible for overall administration of this contract is: Denise L. Colwell, Contracting Officer (LC-10200) Bureau of Reclamation P.O. Box 61470 Boulder City, NV 89006-1470 Phone No.: 702-293-8234 Facsimile No.: 702-293-8499 E-mail: dcolwell@usbr.gov

SECTION G Contract Administration Data G.4

Document No. R11PS30300

Document Title Trash Rack Cleaner

G-2

CONTRACTOR'S ADMINISTRATION PERSONNEL--BUREAU OF RECLAMATION--LOWER COLORADO REGION

JUL 1998

The designated contractor official who will be in charge of overall administration of this contract is: Name: ________________________________________________________ Title: _________________________________________________________ Address: ______________________________________________________ City/State/Zip: __________________________________________________ Telephone No.: _________________________________________________ Facsimile No.: __________________________________________________ G.5 AUTHORITIES AND DELEGATIONS

(a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waiver any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officers Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractors performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: [fill in name, address, telephone numbers, and e-mail address of COR at award] (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waiver or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractors right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Office in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the CORs appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories in paragraph (c) prior to receipt of the Contracting Officers response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any actions(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractors risk.

SECTION H Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

H-1

SECTION H SPECIAL CONTRACT REQUIREMENTS H.1 CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM

(a) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. (b) The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. (c) DOI will utilize the Primary and Alternate Points of Contact shown in Central Contractor Registration (CCR) as the past performance contacts for your company that will be notified to complete the performance evaluation on behalf of your firm. If you have not yet designated Past Performance Points of Contact in CCR, we recommend that you do so, and request that you furnish the Contracting Officer with the name, position title, phone number, and email address for each person designated to have access to your firms past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official. The report information must be protected as source selection sensitive information not releasable to the public. (d) When your Contractor Representative(s) (Past Performance Points of Contact) are registered in CPARS, they will receive an automatically-generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at http://www.cpars.csd.disa.mil/. The CPARS User Manual, registration for On Line Training for Contractor Representatives, and a practice application may be found at this site. (e) Within 60 days after the end of the performance period(s) specified in paragraph (a), the Contracting Officer will complete an interim or final past performance evaluation, and the report will be accessible at http://www.cpars.csd.disa.mil/. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. Comments are limited to the space provided in Block 22. Your comments should focus on objective facts in the Assessing Officials narrative and should provide your views on the causes and ramifications of the assessed performance. In addition to the ratings and supporting narratives, blocks 1 17 should be reviewed for accuracy, as these include key fields that will be used by the Government to identify your firm in future source selection actions. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating No comment in Block 22, and then signing and dating Block 23 of the form. Without a statement in Block 22, you will be unable to sign and submit the evaluation back to the Government. If you do not sign and submit the CPAR within 30 days, it will automatically be returned to the Government and will be annotated: The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment. Your response is due within 30 calendar days after receipt of the CPAR. (f) The following guidelines apply concerning your use of the past performance evaluation: (1) Protect the evaluation as source selection information. After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the Contracting Officer for instructions. (2) Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control.

SECTION H Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

H-2

(3) Prohibit the use of or reference to evaluation data for advertising, promotional material, preaward surveys, responsibility determinations, production readiness reviews, or other similar purposes. (g) If you wish to discuss a past performance evaluation, you should request a meeting in writing to the Contracting Officer no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 30-day review period. (h) A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. H.2 AUTHORIZED WORKERS NOTICE TO POTENTIAL BUREAU OF RECLAMATION CONTRACTORS SEPTEMBER 2002

(a) Definitions IRCA - Immigration Reform and Control Act of 1986 INA - Immigration and Nationality Act INS - Immigration and Naturalization Service SSA - Social Security Administration INS SAVE Program - The INS Systematic Alien Verification for Entitlements Program ESA - Employment Standards Administration (Department of Labor) (a) Authority. Immigration Reform and Control Act of 1986 (8 USC 1101 as amended) and the Immigration and Nationality Act, Section 274A. (b) Who is Covered. INA includes provisions addressing employment eligibility, employment verification, and nondiscrimination. These provisions apply to all employers, including government contractors. (c) Basic Provisions/Requirements. Under IRCA, employers may hire only persons who may legally work in the U.S., i.e., citizens and nationals of the U.S. and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). Employers must keep each I-9 on file for at least three years, or one year after employment ends, whichever is longer. Detailed guidance on the I-9 is available at the INS web site: http://uscis.gov/graphics/services/employerinfo/index.htm (d) Employment Verification Pilot Programs. The INS and the SSA are conducting the following programs that provide employers a way to confirm the employment eligibility of their newly hired employees. Any employer located in a pilot state may volunteer to participate in a pilot program. If employers are not located in a pilot state, they would verify employment eligibility by following the procedures currently in place, i.e., by completing Form I-9. (1) The Basic Pilot is a joint pilot being conducted by the INS and SSA in the States of California, Florida, Illinois, Nebraska, New York, and Texas. This pilot involves verification checks of the SSA and INS databases of all newly hired employees, regardless of citizenship. To receive information on the Basic Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981, or write to USINS, SAVE Program, 425 I Street, NW, ULLICO Building 4th Floor, Washington, DC 20536. You may also contact the Social Security Administration by calling (410) 966-1940, or writing to Social Security Administration, Office of Program Benefits Policy, 6401 Security Blvd., 760 Altmeyer, Baltimore, MD 21235. (2) The INS is conducting the Citizen Attestation Pilot in the States of Arizona, Maryland, Massachusetts, Michigan, and Virginia. The Citizen Attestation Pilot permits participating employers to electronically verify the employment eligibility of newly hired alien employees by using a personal computer with a modem. To receive information on the Citizen Attestation Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981.

SECTION H Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

H-3

Employers may also write to US/INS, SAVE Program, 425 I Street, NW, ULLICO-4th Floor, Washington, DC 20536. (3) The INS and the SSA are conducting the Machine-Readable Document Pilot in the State of Iowa. The Machine-Readable Document Pilot is identical to the Basic Pilot in all respects, except for the geographic scope of the pilot and for one additional feature. If an employee presents an Iowa's driver's license or identification card containing a machine-readable SSN, the employer will make an inquiry through the confirmation system by using the machine-readable feature. To receive information on the Machine-Readable Document Pilot program please call the INS SAVE Program toll free at 1-888-4644218, or fax your request for information to (202) 514-9981. You may also write to US/INS, SAVE Program, 425 I Street, NW, ULLICO-4th Floor, Washington, DC 20536. (e) Employee Rights. The INA protects U.S. citizens and aliens authorized to accept employment in the U.S. from discrimination in hiring or discharge on the basis of national origin and citizenship status. (f) Compliance Assistance. More detailed information, including copies of explanatory brochures and regulatory and interpretative materials, may be obtained from local offices of the Department of Labor's Employment Standards Division, Wage and Hour Division, and the Office of Federal Contract Compliance Programs. (g) Penalties/Sanctions. Employers who fail to complete and/or retain the I-9 forms are subject to penalties. The INS enforces the INA requirements on verification of employment eligibility. The Justice Department enforces the anti-discrimination provisions. As part of their ongoing enforcement efforts, the ESA's Wage and Hour Division and Office of Federal Contract Compliance Programs conduct inspections of the I-9 forms. They report their findings to the INS and to the Department of Justice when they find cases of disparate treatment or unauthorized employment. A debarring official may debar a contractor, based on a determination by the Attorney General of the United States, or designee, that the contractor is not in compliance with the INA. The Attorney General's determination is not reviewable in the debarment proceedings. H.3 NOTIFICATION TO ALL CONTRACTORS

The recent disclosure of U.S. Government documents by WikiLeaks has resulted in damage to our national security. Each contractor is obligated to protect classified information pursuant to all applicable laws and to use Government information technology systems in accordance with agency procedures so that the integrity of such systems is not compromised. Unauthorized disclosures of classified documents (whether in print, on a blog, or on websites) do not alter the documents' classified status or automatically result in declassification of the documents. To the contrary, classified information, whether or not already posted on public websites or disclosed to the media, remains classified, and must be treated as such by Federal employees and contractors, until it is declassified by an appropriate U.S. Government authority. Executive Order 13526, Classified National Security Information (December 29, 2009), Section 1.1.(c) states, "Classified Information shall not be declassified automatically as a result of any unauthorized disclosure of identical or similar information." Although the Department has blocked access to the WikiLeaks Web site from Departmental computers, it is important to understand our continuing duties and responsibilities in this regard. Contractors therefore are reminded of the following obligations with respect to the treatment of classified information and the use of non-classified government information technology systems: Except as authorized by their agencies and pursuant to agency procedures, contractors shall not, while using Government issued computers or other devices (such as Blackberries or Smart Phones) access the web on non-classified Government systems, access documents that are marked classified (including classified documents publicly available on the WikiLeaks and other Web sites), as doing so risks that material still classified will be placed onto non-classified

SECTION H Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

H-4

systems. This requirement applies to access that occurs either through agency or contractor computers, or through employees or contractors personally owned computers that access nonclassified Government systems. This requirement does not restrict contractor access to nonclassified, publicly available news reports (and other non-classified material) that may in turn discuss classified material, as distinguished from access to underlying documents that themselves are marked classified (including if the underlying classified documents are available on public Web sites or otherwise in the public domain). Contractors shall not access classified material unless a favorable determination of the person's eligibility for access has been made by an agency head or the agency head's designee, the person has signed and approved non-disclosure agreement, the person has a need to know the information, and the person has received contemporaneous training on the proper safeguarding of classified information and on the criminal, civil, and administrative sanctions that may be imposed on an individual who fails to protect classified information from unauthorized disclosure. Classified information shall not be removed from official premises or disclosed without proper authorization. Contractors who believe they may have inadvertently accessed or downloaded classified or sensitive information on computers that access the web via non-classified government systems, or without prior authorization, should contact their Contracting Officer immediately. Thank you for your cooperation, and for your vigilance to these responsibilities. If you have any questions regarding handling classified documents, or the blocking of access to the WikiLeaks Web site, please contact your Contracting Officer. It will be the Contracting Officers responsibility to contact the appropriate Government personnel regarding these matters. B H.4 APPLICABILITY OF PROVISIONS AND CLAUSES

This contract contains requirements for both supplies and construction. The Davis-Bacon wage rates found at Attachment 5 and the construction provisions and clauses of this solicitation are applicable only to work related to the installation work at Parker Dam; see Schedule 2, CLIN 003.

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-1

SECTION I -- CONTRACT CLAUSES I.1 52.252-02 CLAUSES INCORPORATED BY REFERENCE

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following addresses: FAR Clauses - https://www.acquisition.gov/far/ DOI Clauses - http://www.doi.gov/pam/aindex.html I.2 52.252-06 AUTHORIZED DEVIATIONS IN CLAUSES APRIL 1984

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of the Interior Acquisition Regulation (48 CFR 14) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. Clause 52.202-01 52.203-03 52.203-05 52.203-06 52.203-07 52.203-08 52.203-10 52.203-12 52.204-04 52.204-07 52.204-10 52.209-06 52.209-10 52.211-05 52.215-02 52.215-08 52.215-14 52.215-21 A4 52.219-06 52.219-08 52.219-14 52.219-28 Title Definitions Gratuities Covenant Against Contingent Fees Restrictions On Subcontractor Sales To The Government Anti-Kickback Procedures Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity Price Or Fee Adjustment For Illegal Or Improper Activity Limitation On Payments To Influence Certain Federal Transactions Printed or Copied Double-Sided on Recycled Paper. Central Contractor Registration Reporting Executive Compensation and First Tier Subcontract Awards Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Prohibition on Contracting With Inverted Domestic Corporations Material Requirements Audit and RecordsNegotiation Order of PrecedenceUniform Contract Format Integrity of Unit Prices Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data Modifications Notice of Total Small Business Set-Aside Utilization of Small Business Concerns Limitations on Subcontracting Post-Award Small Business Program Representation Date July 2004 April 1984 April 1984 September 2006 October 2010 January 1997 January 1997 October 2010 May 2011 April 2008 July 2010 December 2010 May 2010 Aug 2000 October 2010 October 1997 October 2010 October 2010 June 2003 January 2011 December 1996 April 2009

SECTION I Contract Clauses 52.222-3 52.222-4 52.222-5 52.222-6 52.222-7 52.222-8 52.222-9 52.222-10 52.222-11 52.222-12 52.222-13 52.222-14 52.222-15 52.222-19 52.222-20 52.222-21 52.222-22 52.222-23 C 52.222-26 52.222-27 52.222-35 52.222-36 52.222-37 52.222-50 52.222-54 52.223-5 52.223-06 52.223-15 52.223-18 52.225-05 52.225-08 52.225-13 52.227-1 52.227-2 52.227-4 52.227-14 52.228-2 52.228-5 52.228-11 52.228-12 52.228-14 52.228-15 52.229-03 52.232-01 52.232-5 52.232-08

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-2

C C C C C C C C C C C

Convict Labor Contract Work Hours and Safety Standards Act Davis Bacon Act-Secondary Site of the Work Davis Bacon Act Withholding of Funds Payrolls and Basic Records Apprentices and Trainees Compliance with Copeland Act Requirements Subcontracts (Labor Standards) Contract Termination-Debarment Compliance with Davis-Bacon and Related Act Regulations. Disputes Concerning Labor Standards Certification of Eligibility Child Labor- Cooperation with Authorities and Remedies Walsh-Healy Public Contracts Act Prohibition of Segregated Facilities Previous Contracts and Compliance Reports Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction Equal Opportunity Affirmative Action Compliance Requirements for Construction Equal Opportunity for Veterans Affirmative Action For Workers with Disabilities Employment Reports Veterans Combating Trafficking in Persons Employment Eligibility Verification Pollution Prevention And Right-To-Know Information Drug Free Workplace Energy Efficiency in Energy-Consuming Products Contractor Policy to Ban Test Messaging While Driving Trade Agreements Duty- Free Entry Restrictions on Certain Foreign Purchases Authorization and Consent Notice And Assistance Regarding Patent And Copy Infringement Patent Indemnity-Construction Contracts Rights in Data--General - Alternate I Additional Bond Security Insurance-Work On A Government Installation Pledges of Assets Prospective Subcontractor Requests for Bonds Irrevocable Letter of Credit Performance and Payment Bonds--Construction Federal, State And Local Taxes Payments Payments under Fixed-Price Construction Contracts Discounts For Prompt Payment

June 2003 July 2005 July 2005 July 2005 February 1988 June 2010 July 2005 February 1988 July 2005 February 1988 February 1988 February 1988 February 1988 July 2010 October 2010 February 1999 February 1999 February 1999 March 2007 February 1999 September 2010 October 2010 September 2010 February 2009 January 2009 May 2011 May 2001 December 2007 September 2010 August 2009 October 2010 June 2008 December 2007 December 2007 December 2007 December 2007 October 1997 January 1997 September 2009 October 1995 December 1999 October 2010 April 2003 April 1984 September 2002 February 2002

C C C

SECTION I Contract Clauses 52.232-09 52.232-11 52.232-17 52.232-23 52.232-25 52.232-27 52.232-33 52.233-01 A1 52.233-03 52.233-04 52.232-9 52.236-2 52.236-3 52.236-5 52.236-6 52.236-7 52.236-8 52.236-9 52.236-10 52.236-11 52.236-12 52.236-13 52.236-14 52.236-15 52.236-26 52.242-13 52.243-01 A2 52.243-4 52.246-23 52.248-01 52.249-02

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-3

Limitation On Withdrawing Of Payment Extras Interest Assignment Of Claims Prompt Payment Prompt Payment for Construction Contracts Payment by Electronic Funds Transfer--Central Contractor Registration Disputes - Alternate I (Dec 1991) Protest After Award Applicable Law for Breach of Contract Claim Limitation on Withholding of Payments Differing Site Conditions Site Investigation and Conditions Affecting the Work Material and Workmanship Superintendence by the Contractor Permits and Responsibilities Other Contracts Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements Operations and Storage Areas Use and Possession Prior to Completion Cleaning Up Accident Prevention Availability and Use of Utility Services Schedules for Construction Contracts Preconstruction Conference Bankruptcy ChangesFixed-Price Alternate II (Apr 1984) Changes Limitation Of Liability Value Engineering Termination for Convenience of the Government (Fixed-Price) Default (Fixed-Price Supply and Service) Default (Fixed-Price Construction) Computer Generated Forms Authorities and Limitations -- Bureau of Reclamation Prohibition on Release of Information -- Bureau of Reclamation Asbestos-Free Warranty--Bureau of Reclamation Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace Certification of Representatives for Corporate Sureties Equipment Ownership and Operating Expense--Bureau of Reclamation Claims Accounting--Bureau of Reclamation Preservation of Cultural Resources Modification Proposals--Bureau of Reclamation

April1984 April 1984 October 2010 January 1986 October 2008 October 2008 October 2003 July 2002 August 1996 October 2004 April 1984 April 1984 April 1984 April 1984 April 1984 November 1991 April 1984 April 1984 April 1984 April 1984 April 1984 November 1991 April 1984 April 1984 February 1995 July 1995 August 1987 June 2007 February 1997 October 2010 May 2004 April 1984 April 1984 January 1991 July 1993 July 1997 October 1992 December 2009 September 1996 July 1998 July 1993 February 2000 December 2001

C C C C C C C C C C C C C C

52.249-08 52.249-10 52.253-01 WBR 1452.201-80 WBR 1452.209-82 WBR 1452.223-80 WBR 1452.223-82 WBR 1452.228-84 WBR 1452.231-81 WBR 1452.233-81 WBR 1452.236-84 WBR 1452.243-80

SECTION I Contract Clauses I.3 52.225-09

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-4

BUY AMERICAN ACT - CONSTRUCTION MATERIALS

SEPTEMBER 2010

(a) Definitions. As used in this clause"Commercially available off-the-shelf (COTS) item"-(1) Means any item of supply (including construction material) that is-(i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products. "Component" means an article, material, or supply incorporated directly into a construction material. "Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. "Cost of components" means-(1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the construction material (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material. "Domestic construction material" means-(1) An unmanufactured construction material mined or produced in the United States; (2) A construction material manufactured in the United States, if-(i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic; or (ii) The construction material is a COTS item. "Foreign construction material" means a construction material other than a domestic construction material.

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-5

"United States" means the 50 States, the District of Columbia, and outlying areas. (b) Domestic preference. (1) This clause implements the Buy American Act (41 U.S.C. 10a - 10d) by providing a preference for domestic construction material. In accordance with 41 U.S.C. 431, the component test of the Buy American Act is waived for construction material that is a COTS item (See FAR 12.505(a)(2)). The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause. (2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows: None (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that-(i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American Act is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii) The application of the restriction of the Buy American Act to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c) Request for determination of inapplicability of the Buy American Act. (1)(i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including (A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty free certificate may be issued). (iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-6

have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination. (2) If the Government determines after contract award that an exception to the Buy American Act applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause. (3) Unless the Government determines that an exception to the Buy American Act applies, use of foreign construction material is noncompliant with the Buy American Act. (d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers: Foreign and Domestic Construction Materials Price Comparison Construction material description Unit of measure Item 1 Foreign construction material Domestic construction material Item 2 Foreign construction material Domestic construction material Quantity Price (dollars)* _____________ _____________ _____________ _____________

____________ _______ ___________ _______ ____________ ____________ _______ _______

* Include all delivery costs to the construction site and any applicable duty (whether or not a duty free entry certificate is issued). [List name, address, telephone number, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary.] [Include other applicable supporting information.] I.4 52.209-09 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS JANUARY 2011

(a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the Central Contractor Registration database at http://www.ccr.gov. (b)(1) The Contractor will receive notification when the Government posts new information to the Contractors record. (2) The Contractor will have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3)(i) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600.

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-7

(ii) As required by section 3010 of Public Law 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available.\ I.5 52.228-1 BID GUARANTEE SEPTEMBER 1996

(a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid. (b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return bid guarantees, other than bid bonds-(1) to unsuccessful bidders as soon as practicable after the opening of bids; and (2) to the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted.(c) The amount of the bid guarantee shall be 100 percent of the bid price. (d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the bidder, the Contracting Officer may terminate the contract for default.(e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference. I.6 52.244-06 SUBCONTRACTS FOR COMMERCIAL ITEMS DECEMBER 2010

(a) Definitions. As used in this clause Commercial item has the meaning contained in Federal Acquisition Regulation 2.101, Definitions. Subcontract includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the Contractor or subcontractor at any tier. (b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial items or nondevelopmental items as components of items to be supplied under this contract. (c)(1) The Contractor shall insert the following clauses in subcontracts for commercial items: (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)), if the subcontract exceeds $5,000,000 and has a performance period of more than 120 days. In altering this clause to identify the appropriate parties, all disclosures of violation of the civil False Claims Act or of Federal criminal law shall be directed to the agency Office of the Inspector General, with a copy to the Contracting Officer. (ii) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5), if the subcontract is funded under the Recovery Act.

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-8

(iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), if the subcontract offers further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1,500,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212(a)); (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (ix) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241 and 10 U.S.C. 2631), if flow down is required in accordance with paragraph (d) of FAR clause 52.247-64). (2) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under this contract. I.7 1452.203-70 RESTRICTION ON ENDORSEMENTS--DEPARTMENT OF THE INTERIOR JULY 1996

The Contractor shall not refer to contracts awarded by the Department of the Interior in commercial advertising, as defined in FAR 31.205-1, in a manner which states or implies that the product or service provided is approved or endorsed by the Government, or is considered by the Government to be superior to other products or services. This restriction is intended to avoid the appearance of preference by the Government toward any product or service. The Contractor may request the Contracting Officer to make a determination as to the propriety of promotional material. I.8 1452.204-70 RELEASE OF CLAIMS--DEPARTMENT OF THE INTERIOR JULY 1996

After completion of work and prior to final payment, the Contractor shall furnish the Contracting Officer with a release of claims against the United States relating to this contract. The Release of Claims form (DI-137) shall be used for this purpose. The form provides for exception of specified claims from operation of the release. I.9 1452.215-70 EXAMINATION OF RECORDS BY THE DEPARTMENT OF THE INTERIOR DEVIATION AUGUST 1996

For purposes of the Examination of Records by the Audit and Records -- Negotiation (JUN 1999) clause of this contract (FAR 52.215-2), the Secretary of the Interior, the Inspector General, and their duly authorized representative(s) from the Department of the Interior shall have the same access and examination rights as the Comptroller General of the United States.

SECTION I Contract Clauses I.10 1452.228-70

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-9

LIABILITY INSURANCE--DEPARTMENT OF THE INTERIOR

JULY 1996

(a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY $100,000 GENERAL LIABILITY $500,000 per occurrence AUTOMOBILE LIABILITY $200,000 each person $500,000 each occurrence $ 20,000 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The Contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. I.11 1452.237-80 SECURITY REQUIREMENTS--BUREAU OF RECLAMATION FEBRUARY 2011

(a) General Security Requirements: (1) This clause addresses security requirements, including general procedural requirements, information security requirements, contractor employee suitability requirements, identification card requirements, site security requirements, and information technology security requirements. Within this clause, COR means Contracting Officer's Representative. If there is no COR appointed and identified to the Contractor, the term instead will mean the Program Manager or any other authorized individual responsible for technical oversight under the contract. "Work site" means the Government facility, office, construction site, and any other area within the Government office or facility that the Contractor must access to accomplish work under this contract. (2) The work performed under this contract shall only be accomplished by individuals (in the employment of the Contractor or any subcontractors) whose conduct and behavior is consistent with the efficiency of the Federal Service and the requirements of this contract, and who are acceptable to the CO. If Reclamation finds a Contractor employee to be unsuitable or unfit for his or her assigned duties, the CO will direct the Contractor to remove the individual from the contract and access to the Federal facility at which the contract activities are occurring. (3) The Contractor's employees governed by this contract may need access to sensitive information and/or sensitive areas. The Federal Government (Government) reserves the right, in its sole discretion, to determine suitability of Contractor personnel and deny access to any sensitive information or project specific area to any personnel for any cause.

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-10

(4) The Contractor is responsible for informing and ensuring compliance by its employees with any applicable security procedures of the Government facility where work may be performed under this contract. (5) Any Contractor employee that will have access to a Federally-controlled facility or information system will be required to have a Government-issued identification card, consisting of either a Personal Identity Verification (PIV) Card, a temporary identification card, or a visitor badge. During performance of the contract, the Contractor shall keep the COR apprised of any changes in personnel, or changes in personnel access or duration, to ensure that performance is not delayed by compliance with credentialing processes. (6) A Contractor employee will not be provided access to a Government facility or information system until a Government PIV Card, temporary identification card, or visitor identification badge has been issued to the Contractor employee. For those individuals that will be receiving a PIV Card, the Government may, at its discretion, issue a temporary identification card or visitor identification badge after the electronic background investigation forms have been received and the investigation is initiated. (7) All Contractor employees shall access the facility via the facility's entry screening system and visibly display the Government-issued PIV Card, temporary identification card, or visitor identification badge at all times. Contractor employees must visibly wear the Government-issued identification card at all times they are on Government facilities. Contractor employees are responsible for the safekeeping of all Government-issued identification cards, whether on-site or off-site. Cards that have been lost, damaged, or stolen must be reported to the COR within 24 hours. The Contractor shall return all identification cards and card keys and any other Government property and information upon completion of performance or when personnel depart permanently or for a period of 7 days or more. The Contractor may be required to turn in access control cards or identification cards on a daily basis. (8) Misuse or loss of access control or identification cards, or failure to comply with required surrender of such cards may, at Government discretion, result in Contractor personnel being denied access to the work site, at no cost to Government. The Contractor may be charged up to $500 for each occurrence for any required replacement of Government-issued access control or identification cards due to loss or misuse. At the end of contract performance, or when a Contractor employee is no longer working under this contract, the Contractor shall ensure that all access control and identification cards are returned to the COR. (9) All Contractor personnel, including subcontractor personnel, with access to the work site shall be U.S. citizens or foreign individuals legally residing in, or legally admitted to, the U.S. For all non-U.S. citizens working under this contract, the Contractor shall provide to the COR, legible and valid copies of the individual's passport and visa (unless individual is on the Visa Waiver Program) a minimum of 14 calendar days prior to beginning work or arriving at the facility. A driver's license is not acceptable identification. In addition, a completed form I-94 shall be submitted to the COR upon the individual's arrival at the work facility and prior to beginning work. For those individuals with access to the work site, the Contractor shall also provide documentation that the foreign individual is legally residing in, or has been legally admitted to the U.S. (10) The Contractor shall report all contacts with entities, individuals, and counsel/representatives (including foreign entities and foreign nationals) who seek in any way to obtain unauthorized access to sensitive information or areas. The Contractor shall report any violations of contract provisions, laws, executive orders, regulations, and guidance to the CO. The Contractor shall report any information raising a doubt as to whether an individual's eligibility for continued employment or access to sensitive information is consistent with the interests of National Security and the Public Trust. (11) Unsanctioned, negligent, or willful inappropriate action on the part of the Contractor (or its employees) may result in termination of the contract or removal of some Contractor employees from Reclamation facilities at no cost to the Government. These actions include, but are not limited to,

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-11

exploration of a sensitive system and/or information, introduction of unauthorized and/or malicious software, or failure to follow prescribed access control policies and/or security procedures. Failure to comply with Reclamation policies, procedures, or other published security requirements may result in termination of the contract or removal of some contracted employees from Reclamation buildings and/or facilities at no cost to the Government. (12) All provisions of this clause shall equally apply to all subcontractors. The Contractor shall incorporate the substance of this clause in all subcontracts. (13) These security requirements apply to all sections of this Contract including Contract Drawings and other Contract Specifications as applicable. Related documents include other general provisions of Construction or Operations and Maintenance type Contracts, including FAR clauses by reference or as amended by related documents. (b) Information Security Requirements. (1) The term "sensitive information" means any information which warrants a degree of protection and administrative control as defined by Reclamation or that meets the criteria for exemption from public disclosure set forth under Sections 552 and 552a of Title 5, United States Code: the Freedom of Information Act and the Privacy Act. Sensitive information is generally categorized as FOR OFFICIAL USE ONLY (FOUO) information or CONTROLLED UNCLASSIFIED INFORMATION (CUI), but in some cases may include other unclassified information. (The protection of National Security information is beyond the scope of this clause. If any work on National Security information is required under this contract, it is addressed under other contract clauses.) The Contractor shall protect this type of information from unauthorized release into public domain, or to unauthorized persons, organizations, or subcontractors. Information which, either alone or in aggregate, is deemed sensitive by Reclamation shall be handled and protected in accordance with Reclamation directives and standards for identifying and safeguarding sensitive information (SLE 02-01), which is available from the COR or at http://www.usbr.gov/recman/DandS.html#sle. (2) Any Government-furnished information or material does not become the property of the Contractor and may be withdrawn at any time. Upon expiration or termination of the contract, all documents released to the Contractor and any material created using data from such documents shall be returned to the COR for final disposition. Government-furnished information residing on any electronic systems (laptops, servers, desktops, media) shall be deleted from those systems using a COR-approved data erasure solution. Only with prior authorization from the CO may the Contractor retain the material. The Contractor or subcontractor shall not disclose or release the materials provided to the Contractor to any individuals of the Contractor's organization not directly engaged in providing services under the contract or that do not have a valid need-to-know. All technical data provided to the Contractor by the Government shall be protected from public or private disclosure in accordance with the markings printed on them. All other information relating to the items to be delivered or the services to be performed under this contract shall not be disclosed by any means without prior approval of the CO. Prohibited dissemination or disclosure includes, but is not limited to: permitting access to such information by foreign nationals or by immigrant aliens who may be employed by the Contractor, publication of technical or scientific papers, advertising, disclosure to Contractor staff not investigated and deemed acceptable at the appropriate information sensitivity level, and any other public release. The Contractor shall maintain, and furnish upon request of the CO, records of the names of individuals who have access to sensitive material in its custody. All questions regarding information security, access, and control shall be referred to the COR. (3) The Contractor shall not release to anyone outside the Contractor's organization any sensitive, or otherwise protected information, regardless of medium in which it is contained (for example, film, tape, document, electronic), pertaining to any part of this contract or any Reclamation program or activity, unless the CO has given prior written approval. This includes, but is not limited to, news releases, marketing promotions, articles, interviews, reports, and any other media releases. Requests for approval

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-12

shall identify the specific information to be released, the medium to be used, the purpose for the release, and a description of the need-to-know. The Contractor shall submit its request to the CO ten business days before the proposed date for release. Subcontractors shall submit requests for authorization to release through the prime Contractor to the CO. (4) The Contractor shall notify the COR immediately when known or suspected loss/compromise of sensitive information or other documents, notes, drawings, sketches, reports, photographs, exposed film or similar information which may affect the security interests of Government has occurred. This requirement extends to employees and other personnel working on behalf of the Contractor, and expands responsibility to include prompt reporting of security issues, including observed or subsequently discovered efforts by unauthorized persons to gain unauthorized access to sensitive information. (c) Contractor Employee Suitability and Issuance of Government Identification Cards: (1) Performance of this contract requires Contractor personnel to have a Federal Governmentissued HSPD-12/FIPS-201 compliant Personal Identification Verification Card (PIV Card) before being allowed unsupervised access to a Federally-controlled facility or information system. (Note: within the Department of the Interior this card is known as a DOI Access Card.) An active PIV Card issued by another Federal Government agency will be accepted by Reclamation if the associated background investigation is sufficient for the work and access to facilities and information systems required under this contract, as determined solely by Reclamation. (2) At the Government's sole discretion, the Government may issue a temporary identification card or visitor identification badge, in lieu of a PIV Card, under one of the following conditions: (i) The individual will only be associated with Reclamation for a period of 180 days or less, will not have access to sensitive information, and any access to a sensitive area or Federalcontrolled information systems will be fully supervised. The 180 calendar day period begins on the first day of the individual's affiliation with Reclamation (in this case, the date that the individual's contract performance begins) and ends exactly 180 days later, regardless of the number of times the individual actually accesses a Government facility or information system. (ii) The individual will only have sporadic access to Federal facilities and information systems; will not have access to sensitive information, and any access to a sensitive area or Federalcontrolled information system will be fully supervised. (iii) The individual will work exclusively outdoors, will not have access to sensitive information, and any access to a sensitive area or Federal-controlled information system will be fully supervised. (iv) In paragraphs (i) through (iii), supervised access means the individual's access to, and movement within, a facility is monitored and controlled sufficiently to prevent access to any unauthorized areas, equipment, or information; and the individual's access to an information system is monitored and controlled sufficiently to ensure appropriate use of the system and information, and to prevent access to any unauthorized systems or information. Supervision must be performed by an individual with an active Government-issued PIV Card. (3) The Contractor shall furnish to the COR an alphabetical list of contract personnel, to include subcontractors, who will require access to a Government facility or information system. The list shall provide the full name, social security number, date of birth, place of birth, purpose or job title, and the estimated duration of access. If the Contractor believes an individual should be issued a temporary identification card or visitor identification badge in lieu of a PIV Card based on the conditions in paragraph (4), then the Contractor must also submit a sufficient written justification as to why the specific individual or individuals will not need a PIV Card. The Contractor shall provide this information before the start of contract performance, or before the start of an individual's performance when there is a change or

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-13

addition of personnel, with sufficient time to ensure that performance is not delayed by compliance with credentialing processes. (4) Any contract employees that will be issued a temporary identification card or visitor identification badge, in lieu of a PIV Card, at the Government's sole discretion, will be subject to the following credentialing procedures: Show person's name, photograph, assigned identification number, and employer's name on card. Maintain a list of authorized persons and provide a copy to CO, COR, and Plant Manager. Collect card from authorized person at completion of their work at site. (5) Any contract employees that will be issued a PIV Card will be subject to the following credentialing procedures: (i) For Contractor employees needing a PIV Card, as determined by the Government, the CO or COR will initiate the e-Qip electronic background investigation process, and give the Contractor instructions for completing the background investigation and PIV Card process. As part of the PIV Card process, each Contractor employee shall be required to appear in person at a Government PIV Enrollment Station to have personal identity verification documents verified, have a photograph taken, be fingerprinted, and to pick up and activate the PIV Card when completed. The Contractor must make its personnel available at the place and time specified by the COR in order to initiate this process. The following electronic or paper forms shall be used to initiate the background investigation and PIV process: OPM Standard Form 85, 85P, or 86; OF 306; Fingerprint Card FD-258 or electronic fingerprints; and Fair Credit Reporting Act Authorization Form. (ii) The cost of completing the above processes and submitting the above forms, including any charges for obtaining fingerprints and traveling to a Credentialing Center for card enrollment and activation, shall be borne by the Contractor. The cost of suitability and PIV-related background investigations shall be borne by Reclamation. For contracts that require a national security clearance, the cost of obtaining the national security clearance, including any associated background investigation, will be borne by the Contractor. (iii) Contractor employees are required to complete all forms and to give, and to authorize others to give, full, frank, and truthful answers to relevant and material questions needed to reach a suitability determination. Refusal or failure to furnish or authorize provision of information may constitute grounds for denial or revocation of credentials. Government personnel may contact the Contractor personnel being investigated in person, by telephone, or in writing, and the Contractor agrees to make them available for such contact. (iv) For each Contractor employee that will be issued a PIV Card, the Government will conduct a background investigation. The level of background investigation for each Contractor employee will be determined by the Government based on the risk and sensitivity levels as described in Reclamation's Personnel Security and Suitability Directives and Standards," SLE 01-01, which is available at http://www.usbr.gov/recman/DandS.html#sle. At a minimum, each Contractor employee that will be issued a PIV Card will receive a National Agency Check with Written Inquiries (NACI) Background Investigation. The minimum standards which will be used in suitability determinations are contained in the DOI Departmental Manual Part 441, Chapter 5, which is available at http://elips.doi.gov/app_dm/act_getfiles.cfm?relnum=3862. (v) Each Contractor employee in a position designated as higher than Low Risk NonSensitive shall be reinvestigated on a periodic basis as described in Reclamation's Personnel Security and Suitability Directives and Standards. A reinvestigation may also be initiated when the Contractor or the Government believes that a particular individual's continued ability to meet the contract's minimum standards is in question; or if it is determined that the position has changed and a higher level investigation is warranted.

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-14

(vi) If a Contractor employee has worked under a Federal agency contract within the past two years, and that contract required a successfully-adjudicated background investigation at the same risk level as (or higher than) this contract, further investigation may not be necessary. The Contractor shall provide the COR with documentation that supports the individual's previous contract work and any information, including name and social security number, date of birth, and place of birth, needed for Government verification of previous background investigation. (vii) If the final adjudication is unfavorable on a Contractor employee, or if Reclamation finds a Contractor employee to be unsuitable or unfit for his or her assigned duties, the CO will direct the Contractor to remove the individual from the contract and access to the Federal facility at which the contract activities are occurring. In the event of a disagreement between the Contractor and the Government concerning the suitability of a particular employee to perform work under this contract, the Government shall have the right of final determination. Determinations under this requirement are subject to the Disputes Clause. Failure of the Contractor to comply with the requirements of this clause could constitute grounds for termination for default. (viii) Reclamation will not allow a Contractor employee access to their investigation files. An individual may request, under the provisions of the Privacy Act and/or Freedom of Information Act, copies of their files from the investigative agency (Office of Personnel Management). Reclamation will not release a copy of any investigative file, in whole or part, to the Contractor or any Contractor representative. (d) Site Security Requirements (1) General Description. This section provides provisions to ensure the full security integrity of the facility and personnel working at the facility. The work of this section may involve interfaces with a number of Government security personnel, normally coordinated through the designated COR. The Contractor is responsible for ensuring that activities are accomplished in a manner that complies fully with applicable security statutes, regulations, policies, directives, and standards. (2) Government Security Personnel. When and where applicable, security personnel may be assigned to control access, secure materials or activities at the work site, or escort Contractor personnel in sensitive areas. Personnel may include security managers, security guards, security contractors acting as agents of the Government, law enforcement personnel, or others. These individuals may be used to ensure the overall security and integrity of the site or building and provide controlled access. These individuals may conduct inspection of all workers, vehicles, equipment, or materials entering, or reentering the work site. The inspection may be done with walk-through and/or hand-held metal detectors or by other means as may be deemed necessary by Reclamation. (3) Contractor Guard Force. At the Contractor's sole discretion, and at the Contractor's own expense, with prior written Government approval, a Contractor may be authorized to hire its own guards to secure Contractor-owned equipment and/or to protect Contractor employees or subcontractors. If such a relationship is permitted, the Contractor shall be exclusively liable for all guard activities to include action or inaction of Contractor's guard personnel. The Government will not offer nor provide any indemnification. Contractor shall be solely responsible for guards at all times to include any supervision, oversight, and for the development of local guard orders and/or procedures. The Contractor shall be responsible for coordinating all guard activities with the COR and shall develop and submit to the COR, for advance approval, any guard orders and/or guard procedures. (4) Additional Security-Related Submittals (i) Visitor List. The Contractor shall furnish to the COR, in advance, notification of visit of any Contractor-sponsored visitor to a Government-controlled facility. This notification should be in writing and must include the purpose or nature of the visit, the full name of the visitor, and the full name and

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-15

phone number of the designated sponsor who will be physically responsible for escorting the visitor for the duration of the scheduled visit. (ii) Delivery Schedule. The Contractor shall furnish to the COR, in advance, a schedule for all deliveries. This list shall include estimated delivery date, time, nature of the materials being delivered, and - where available - the name of delivery company and type of vehicle. (iii) Explosive Security Plan. The Contractor shall furnish to the COR for approval, in advance, an explosive security plan at any work site where explosives will be stored or used. (5) General Provisions. (i) General. The Contractor shall comply with the Government's site security procedures as specified, and as requested subsequent to award of Contract. Failure of the Contractor to comply with required access controls, information handling procedures, or any other security controls or procedurees, may result in revocation of Contractor personnel access to the work site. The Government reserves the right to modify or clarify security provisions of this contract based on changing political and civil circumstances, and perceived threats to personnel or the facility. (ii) Security Facilities and Equipment. The Contractor shall use security facilities and equipment only for the purposes intended and as directed by the CO. The Contractor shall comply with the Government's instructions for use of secure storage areas, site enclosure and gates, temporary security lighting, building space enclosure, and lockup devices and systems established for detection, monitoring, signaling, and alarming field office facilities. Measures necessary to secure the integrity of materials, equipment, and tools installed or used in furtherance of this contract shall be at no cost to the Government. (iii) Security Personnel Availability/Work Schedules. The Contractor shall notify the COR at least 24 hours in advance of any projected work which might impact on security or require the scheduling of extended security personnel support. The Contractor shall provide a weekly work schedule which may have security implications, such as anticipated delivery of materials, use of explosives or heavy machinery, and extra time needed for continuous or inherently lengthy construction or project specific operations (such as concrete placement). (iv) Deliveries. The Contractor shall provide at least one day's advance notice of major deliveries, including time of arrival and trucks/carriers/documentation to be expected for arrival at work site. The Contractor shall provide reasonable advanced notice of deliveries which must be accommodated/accepted at times other than the Government's established working hours. Failure to provide adequate advanced notice may result in delivery delays at the Contractor's expense. (v) Site Access. All Contractor personnel will be issued appropriate identification and must comply with all local access control procedures. The Government reserves the exclusive right to refuse or disallow any vehicular or pedestrian access to any Government-controlled facility or for any deliveries to the work site, regardless if access was scheduled or unscheduled. (vi) Inspections and Searches. The Government reserves unqualified and unlimited right at any time to conduct security-related inspections or searches of work, material, equipment, personnel, and temporary facilities at the work site. The Contractor shall afford unrestricted access to work and allow surveillance and inspection by any Government personnel as authorized by the COR. The Government reserves the right to conduct searches of articles and personal effects of all Contractor personnel, both at point of entry and exit from the work site or Government facility. All Contractor personnel entering and leaving the work site may be required to pass through a Walk-Through-MetalDetector device and/or other detection devices.

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-16

(vii) After Duty Hours. No Contractor personnel shall be permitted access to the work site after the Government's established working hours without prior authorization from the Government. All personnel seeking access to the site after the Government's established working hours may be required to sign in and out in a visitor's log that may be maintained by the on duty security personnel (if any). (viii) Access Procedures at Sensitive Areas. In some instances, the Contractor may be required to erect temporary security barriers and doors to isolate a sensitive area as instructed by the Government. The Contractor may be required to install locks and thereafter control access. The Contractor shall comply with the Government's requirement for limited and escorted access to the sensitive area. The Contractor shall notify the COR at least one day prior to each requested access to the sensitive area that is outside of the Government's established working hours. (ix) Reported Violations. Where an indication, report, or observation of unauthorized access or performance of unauthorized work has occurred, the Government reserves the right to stop work and deny access until the circumstance and work can be investigated, inspected, tested, and resolved. The entire cost of such stoppages and resolutions shall be borne by Contractor, except when alleged violations of established security requirements, after investigation, are found not to be the fault of the Contractor. (x) Briefings. Contractor personnel who will be assigned to this project, and who will have access to the work site, may be required to attend Government-conducted security briefings. The Government reserves the right to conduct security briefings for Contractor personnel and visitors at all levels of involvement in performance of work and maintenance of security. Required briefings may include, but are not limited to, the following: Information Security, Site Security Requirements and Procedures, Delivery Methods and Inspections, Storage Requirements, Reporting Requirements, Supervisory Procedures, Contractor Employee Conduct, Visitor Control, and Threats. (xi) Key Control. Control of keys/access codes and lock combinations is essential for the Government's project security. The Contractor shall not allow keys or access codes to be duplicated or removed from the work site, nor allow lock combinations to be divulged without specific written advanced authorization from the COR. Such loss of control, observed or suspected, may result in a requirement to change locks involved at the Contractor's expense. At the direction of the COR, the Contractor shall provide duplicate keys and lock combinations to Government security personnel when requested for the purpose of security inspections and emergency actions, including keys, combinations, and access codes needed for unrestricted access to every area and element of the project. The Contractor may be required to establish a key control program that is acceptable to the Government for Government-issued keys and for heavy machinery parked at the construction site (if this is a construction contract). (xii) Vehicle Control. In general, parking of vehicles on the work site shall not be permitted, except for tractors, cranes, and similar equipment used directly in performance of work, for delivery of materials/supplies, and for removal of waste and surplus material. The Government may designate an approved contractor employee parking area. Upon entering the work site, vehicles and drivers may be subject to search and inspection. The Contractor shall obtain authorization from the COR to park the Contractor's official vehicles and motorized vehicular construction equipment that are required/desired to be parked on the work site. Vehicles in violation may be towed off the work site at the Contractor's expense. Where Government-designated employee parking is not available, parking of construction employees' automobiles and similar transportation vehicles may be excluded from the work site. It is the Contractor's responsibility to arrange for suitable accommodation for these vehicles. (xiii) Prohibited/Restricted Items. Prohibited/restricted items and activities on the work site include but are not limited to the following: firearms and other weapons, except as specifically authorized by the COR in compliance with state and Federal laws and regulations; drugs, including narcotics, barbiturates, marijuana, alcoholic beverages, and similar substances, except for use with valid medical prescription; and explosives.

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-17

(xiv) Exceptions for Explosives. When needed for use in specifically limited amounts and controlled circumstances for construction work, explosives may be brought onsite with written prior authorization from the COR. As a hazardous material, the Contractor shall treat the use of explosives in accordance with regulations and guidance provided by Federal, State, and local authorities. The storage of explosives shall be in accordance with requirements of the Bureau of Alcohol, Tobacco, and Firearms or the State in which they are stored. If onsite storage of explosives is necessary, explosives shall be stored at a pre-designated, secure site approved by the COR. Prior to Government approval of storage, the Contractor shall develop and submit to the COR a complete storage/security/retrieval plan for approval. The storage/security plan can be included in a "Blasting Safety Plan." The plan shall make accommodations for surveillance, detection, and response. Explosives firing systems shall be stored offsite and under no circumstances shall be stored together with explosives. (xv) Photography. The use of photographic equipment and taking of photographs shall only be allowed as authorized by the COR. (e) Information Technology Security - Basic Security Requirements: (1) The Contractor shall ensure that its employees, in performance of the contract, receive annual IT security training in Reclamation IT Security policies, procedures, computer ethics, and best practices in accordance with the awareness and training requirements of the latest version of the Department of the Interior Information Technology Security Policy. Applicable excerpts from this document are available, upon request, from the CO. The Contractor may use web-based training available from Reclamation to meet this requirement. (2) The Contractor shall afford Reclamation, including the Department of the Interior Office of Inspector General, access to the Contractor's and subcontractors' facilities, installations, operations, documentation, databases, and personnel used in performance of the contract. Access shall be provided to the extent required to carry out a program of IT inspection, investigation, and audit to safeguard against threats and hazards to the integrity, availability, and confidentiality of Reclamation data or to the function of computer systems operated on behalf of Reclamation, and to preserve evidence of computer crime. If the Contractor has a question regarding the access rights or identity of Government employees requesting access to Contractor-operated IT facilities, it should be referred to the COR for resolution before access is granted. (3) In addition to the notification requirements (b)(4), the Contractor shall immediately notify the COR, of all cyber-related incidents (including the compromise of Contractor- or Government-owned systems for which the Contractor bears operational or management responsibility), regardless of location. I.12 STANDARD COMMERCIAL WARRANTY REQUIREMENTS-BUREAU OF RECLAMATION-LOWER COLORADO REGION

(a) The Contractor shall furnish the manufacturers standard commercial warranty for the following equipment to be furnished under the contract: (1) Trash Rack Cleaner (b) The written warranty furnished by the manufacturer shall be submitted as prescribed in the specifications paragraph Submittal Requirements. The written warranty shall contain, as a minimum, the items covered, warranty provisions, the effective date, and overall duration of the warranty.

SECTION I Contract Clauses

Document No. R11PS30300

Document Title Trash Rack Cleaner

I-18

(this page is left intentionally blank)

SECTION J List of Documents

Document No. R11PS30300

Document Title Trash Rack Cleaner

J-1

SECTION J LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS J.1 APPLICABILITY OF DOCUMENTS--BUREAU OF RECLAMATION-LOWER COLORADO REGION NOV 1996

The documents, exhibits, and other attachments which are identified in this Section J, apply to and are a part of this contract. In the event that any document is missing in whole or in part from this document when received, the Contracting Officer shall be notified immediately. J.2 Attachment No. 1 2 3 4 5 6 LIST OF CONTRACT DOCUMENTS--BUREAU OF RECLAMATION--LOWER COLORADO REGION Title Set of 32 Trash Rack Drawings Past Performance Questionnaire Form D - Recovered Materials Content or Bio-based Product Certification and/or Exemption to Reporting Davis-Bacon Act - Wage Determination No. CA100037 FAR Clause 52.219-14, Limitations of Subcontracting, Subcontracting Percentage Worksheet NOV 1996 No. of Pages 32 2 3 1 25 1

SECTION J List of Documents

Document No. R11PS30300

Document Title Trash Rack Cleaner

J-2

This page left intentionally blank

SECTION K Representations and Certifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

K-1

SECTION K -- REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS K.1 52.252-01 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a provision may be accessed electronically at the following addresses: FAR provisions https://www.acquisition.gov/far/ DOI provisions http://www.doi.gov/pam/aindex.html Clause 52.222-38 Title Compliance With Veterans' Employment Reporting Requirements 52.204-08 Date Sep 2010

K.2

ANNUAL REPRESENTATIONS AND CERTIFICATIONS

MAY 2011

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 3332313. (2) The small business size standard is 500 employees. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in ORCA are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the

SECTION K Representations and Certifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

K-2

clause at 52.204-7, Central Contractor Registration. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-2, Prohibition on Contracting with Inverted Domestic CorporationsRepresentation. This provision applies to solicitations using funds appropriated in fiscal years 2008, 2009, or 2010. (vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vii) 52.214-14, Place of PerformanceSealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (viii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (ix) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (x) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xiii) 52.222-38, Compliance with Veterans Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xiv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDAdesignated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPAdesignated items. (xvi) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvii) 52.225-4, Buy American ActFree Trade AgreementsIsraeli Trade Act Certificate. (Basic, Alternate I, and Alternate II) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $67,826, the provision with its Alternate II applies. (xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan

SECTION K Representations and Certifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

K-3

Certification. This provision applies to all solicitations. (xx) 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification. This provision applies to all solicitations. (xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following certifications are applicable as indicated by the Contracting Officer: __ (i) 52.219-22, Small Disadvantaged Business Status. __ (A) Basic. __ (B) Alternate I. __ (ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. __ (iii) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. __ (iv) 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain ServicesCertification. __ (v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPADesignated Products (Alternate I only). __ (vi) 52.227-6, Royalty Information. __ (A) Basic. __(B) Alternate I. __ (vii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR CLAUSE # ____________ TITLE _________ DATE _____ CHANGE _______

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.

K.3

52.209-05

CERTIFICATION REGARDING RESPONSIBILITY MATTERS

APRIL 2010

(a)(1) The Offeror certifies, to the best of its knowledge and belief, that (i) The Offeror and/or any of its Principals

SECTION K Representations and Certifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

K-4

(A) Are [ ] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [ ] have not [ ], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks have, the offeror shall also see 52.209-7, if the included in the solicitation; (C) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; (D) Have [ ], have not [ ], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [ ] has not [ ], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

SECTION K Representations and Certifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

K-5

(2) Principals, for the purposes of this certification, means officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offerors responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. K.4 52.209-07 INFORMATION REGARDING RESPONSIBILITY MATTERS JANUARY 2011

(a) Definitions. As used in this provision Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinitedelivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multipleaward Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000.

SECTION K Representations and Certifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

K-6

(c) If the offeror checked has in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). K.5 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDANCERTIFICATION AUGUST 2009

(a) Definitions. As used in this provision Business operations means engaging in commerce in any form, including by acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. Marginalized populations of Sudan means (1) Adversely affected groups in regions authorized to receive assistance under section 8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note); and (2) Marginalized areas in Northern Sudan described in section 4(9) of such Act. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate

SECTION K Representations and Certifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

K-7

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. (b) Certification. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.

SECTION K Representations and Certifications

Document No. R11PS30300

Document Title Trash Rack Cleaner

K-8

This page left intentionally blank

SECTION L Instructions, Conditions and Notices to Bidders

Document No. R11PS30300

Document Title Trash Rack Cleaner

L-1

SECTION L -- INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS L.1 52.252-01 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a provision may be accessed electronically at the following addresses: FAR provisions https://www.acquisition.gov/far/ DOI provisions http://www.doi.gov/pam/aindex.html Clause 52.215-01 52.225-25 WBR 1452.211-80 WBR 1452.215-80 WBR 1452.222-80 L.2 52.215-20 Title Instructions to Offerors--Competitive Acquisition Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification Notice of Intent to Acquire Metric Products and Services -- Bureau of Reclamation Source Evaluation and Selection Procedures -Bureau of Reclamation Notice of Applicability--Cooperation with Authorities and Remedies - Child Labor--Bureau of Reclamation Date January 2004 September 2010 March 1993 May 2005 January 2004 OCTOBER 2010

REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA

(a) Exceptions from certified cost or pricing data.(1) In lieu of submitting certified cost or pricing data, offerors may submit a written request for exception by submitting the information described in the following paragraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable. (i) Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a governmental body, attach a copy of the controlling document, unless it was previously submitted to the contracting office. (ii) Commercial item exception. For a commercial item exception, the offeror shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include (A) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities; (B) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition,

SECTION L Instructions, Conditions and Notices to Bidders

Document No. R11PS30300

Document Title Trash Rack Cleaner

L-2

describe the nature of the market; (C) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item. (2) The offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offerors determination of the prices to be offered in the catalog or marketplace. (b) Requirements for certified cost or pricing data. If the offeror is not granted an exception from the requirement to submit certified cost or pricing data, the following applies: (1) The offeror shall prepare and submit certified cost or pricing data, data other than certified cost or pricing data, and supporting attachments in accordance with the instructions contained in Table 15-2 of FAR 15.408, which is incorporated by reference with the same force and effect as though it were inserted here in full text. The instructions in Table 15-2 are incorporated as a mandatory format to be used in this contract, unless the Contracting Officer and the Contractor agree to a different format and change this clause to use Alternate I. (2) As soon as practicable after agreement on price, but before contract award (except for unpriced actions such as letter contracts), the offeror shall submit a Certificate of Current Cost or Pricing Data, as prescribed by FAR 15.406-2. L.3 52.216-01 TYPE OF CONTRACT APRIL 1984

The Government contemplates award of a firm-fixed price supply contract resulting from this solicitation. L.4 52.252-05 AUTHORIZED DEVIATIONS IN PROVISIONS APRIL 1984

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of the Interior Acquisition Regulation (48 CFR Chapter 14) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. L.5 WBR 1452.215-71 USE AND DISCLOSURE OF PROPOSAL INFORMATION-DEPARTMENT OF THE INTERIOR APRIL 1984

(a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below: (1) "Trade Secret" means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities. (2) "Confidential commercial or financial information" means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to

SECTION L Instructions, Conditions and Notices to Bidders

Document No. R11PS30300

Document Title Trash Rack Cleaner

L-3

business information contained in proposals include exemption (4), which covers "commercial and financial information obtained from a person and privileged or confidential," and exemption (9), which covers "geological and geophysical information, including maps, concerning wells." (b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend: "The information specifically identified on pages _______ of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the Government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract." (c) The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend: "This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal." (d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction. (e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information. (f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or financial information will be treated by the Government as evidence that the information is not exempt from disclosure under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's proposal due to clerical error.

SECTION L Instructions, Conditions and Notices to Bidders L.6 WBR 1452.215-81

Document No. R11PS30300

Document Title Trash Rack Cleaner

L-4

GENERAL PROPOSAL INSTRUCTIONS -- BUREAU OF RECLAMATION

JANUARY 1998

In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror shall submit a proposal in accordance with the instructions contained in this provision. (a) General contents. Offerors are encouraged to submit proposals using recycled paper and double sided copying to minimize waste and to utilize products that are made with post-consumer recycled content, recyclable, bio-based, and/or energy efficient products. Each proposal shall: (1) Be specific and complete in every detail; (2) Conform to all solicitation provisions, clauses, or other requirements; (3) Be logically assembled, practical, legible, clear, concise, coherent; and indexed (crossindexed, where appropriate); and (4) Contain appropriately numbered pages of each volume or part. (b) Arrangement of Proposal. The proposal shall consist of three (3) physically separated volumes, individually entitled as stated below. The required number of copies for each volume are shown below: Volume I II III Title Business Proposal Technical Proposal Pricing Proposal Copies Required 2 5 2

(c) Separation of volumes. All copies of each proposal volume (i.e., all copies of Volume I) are to be packaged individually and clearly marked to identify contents. The exterior of each package containing proposals shall be marked with the solicitation number, and the time and date for receipt of proposals and the name and address of the offeror, in order to prevent mishandling. (d) Business Proposal (Volume I). Volume I shall incorporate the other Volumes by reference, but shall not physically include them. It shall consist of: (1) A fully executed Solicitation, Offer, and Award form required by Part I, Section A of this solicitation. It shall be used as the cover sheet (or first page) of each copy of Volume I; (2) Fully executed and completed offeror representations, certifications, and acknowledgments required by Part IV, Section K of this solicitation; (3) Additional information required by the solicitation to be furnished by the offeror which is not required to be obtained in another volume of the proposal; (4) Make or Buy Program (if applicable); any waivers of any solicitation provisions or contract clauses; and (5) A summary of any exemptions from, or deviations to, any other solicitation requirements.

SECTION L Instructions, Conditions and Notices to Bidders

Document No. R11PS30300

Document Title Trash Rack Cleaner

L-5

(6) Fully completed Section F.2, contract clause 52.211-08, Time of Delivery, if offeror proposes a delivery schedule. (7) Fully completed Section G.3, Contractors Administration Personnel Bureau of Reclamation Lower Colorado Region. (8) Acknowledgement of all amendments (if applicable). (9) Identify Dun & Bradstreet (D&B) number and Federal tax identification number. (10) Fully completed Form D (if applicable). See Section C.1.9.B.(20) and Section J.2. (11) Fully completed Subcontract Percentage Worksheet (Attachment 6) (e) Technical Proposal (Volume II) Refer to paragraph L.7 Provision 1452.215-82 Technical Proposal Instructions in Part IV, Section L. The Technical Proposal will be incorporated by reference into the contract; however, the offeror's Technical Proposal shall not take precedence or supersede the requirements defined in the statement of work (SOW at Section C.) (f) Pricing Proposal (Volume III). Refer to paragraph L.8, Provision 1452.215-83 Pricing Proposal Instructions--Bureau of Reclamation in Part IV, Section L. Offerors are hereby notified that even if cost or pricing data are not initially requested in this solicitation, the Contracting Officer reserves the right to request such data if they are later found necessary pursuant to FAR 15.403-5(a)(1). (g) Alternate Proposals. Alternate proposals will not be accepted or evaluated. (h) The volume and number of proposal copies to be submitted are indicated above. Because of the amount of documentation to be submitted, electronic delivery is not acceptable. The preferred delivery method is by overnight mail and should be delivered to the following address: Bureau of Reclamation 500 Fir Street Attention: Beth A. Murray LC-10216 Boulder City, NV 89005-2403 Hand delivery is also acceptable and can be delivered to: Bureau of Reclamation, Annex Building, Nevada Highway and Park Streets, Room AA-106, Boulder City, NV. L.7 WBR 1452.215-82 TECHNICAL PROPOSAL INSTRUCTIONS -- BUREAU OF RECLAMATION APRIL 2001

(a) General. The technical proposal shall be identified as Volume II of the offeror's proposal and shall be an orderly, specific, and complete document in every detail. It should be presented in a manner which allows it to "stand alone" without the need to reference other documents. It should convincingly describe the capability of the offeror's organization to participate in this project and effectively demonstrate a thorough understanding of the work statement contained in Part I, Section C of this solicitation. The proposal shall be organized and written so that it can be easily read and meaningfully evaluated by Reclamation personnel from a variety of different functional and technical disciplines. It should be a coherent document free of internal inconsistencies as well as inconsistencies with other volumes of the proposal.

SECTION L Instructions, Conditions and Notices to Bidders

Document No. R11PS30300

Document Title Trash Rack Cleaner

L-6

(b) Use and Disclosure of Proposal Information. In accordance with the Use and Disclosure of Proposal Information -- Department of the Interior provision of this solicitation, offerors shall mark trade secret or confidential commercial or financial information contained in the proposal with the restrictive legends specified. The offeror shall also clearly and separately mark all proprietary information (as defined in FAR 3.104-3) contained in the proposal with the restrictive legend "Proprietary Information." (c) Format and Content. To assist in the uniform evaluation of proposals, the following format shall be utilized in preparing the technical proposal: (1) Table of contents. The Table of Contents shall list all sections of the technical proposal. Any future amendments, additions and/or revisions to the proposal shall be included in an updated Table of Contents; (2) Index. The index shall cross reference the work statement to the terms of the proposal and indicate how the proposal conforms to the evaluation factors contained in Part IV, Section M; (3) Enclosures. The enclosures shall include a list of any tables, drawings, charts, and any other enclosures which summarize data or information; (4) Executive summary. The Executive Summary shall include a brief discussion of how the required work will be performed and important highlights of the proposal. (5) Technical approach proposed to accomplish the work statement. The discussion of the technical approach shall: (i) Contain detailed explanations of proposed approaches to performing and accomplishing the work, including preliminary design and other information indicating configuration and functions of components as applicable, and a specific outline of the actual tasks proposed to be performed in order to complete the work. Repeating the work statement without elaborating on the specific tasks to be performed is unacceptable; (ii) Contain a specific statement of any problems or major difficulties anticipated in performing or accomplishing the work, an evaluation of the various methods considered for resolution of the problems/difficulties, substantiation of the method(s) selected, principles or techniques which are proposed to solve the problem, and the degree of success expected; (iii) Include specific statements of any interpretations, deviations, and exceptions to the work statement, specifications, or other solicitation requirements (unless alternate proposals are permitted by the General Proposal Instructions -- Bureau of Reclamation provision of this solicitation, offerors are cautioned that deviations and exceptions to the solicitation requirements may be detrimental to the evaluation of a proposal); (iv) In accordance with the work statement, include a proposed project plan which divides the work into severable tasks or phases which indicates for each task or phase the work to be accomplished, start/completion schedule, milestone chart, and labor hours by labor category including the basis for the hour estimates; (v) Include a discussion of the method(s) and resources to be used in timely preparation and transmittal of reports and submittals required by the solicitation; (vi) Include an estimate of the extent of anticipated subcontracting together with a list of items or work to be subcontracted; and (vii) Address each of the factors listed in the table below. See also Technical Evaluation

SECTION L Instructions, Conditions and Notices to Bidders

Document No. R11PS30300

Document Title Trash Rack Cleaner

L-7

Criteria in Part IV, Section M of this solicitation.


Factor 1 Subfactor 1 Subfactor 2 Factor 2 Factor 3 Technical Capability Conceptual Design Maintenance Relevant Experience Past Performance

Factor 1: TECHNICAL CAPABILITY 1. Subfactor 1 - Conceptual Design: Offerors shall provide a conceptual design of the trash rack cleaner. The conceptual explanation of the design should provide the necessary detail to demonstrate that each requirement in the specification can be met. The conceptual design shall include the following items: a. The type and standard specifications of trash rack cleaner. b. Describe how the trash rack cleaner will attach (be installed) to the structure. c. Describe the day to day operation of the trash rack cleaner and how debris will be loaded into a dump truck. d. Describe the number of Parker Dam operators/personnel required and the rule, start-up process and all maneuvers required to clean the racks. 2. Subfactor 2 - Maintenance: Offerors shall provide an explanation of the corrosion resistance parts and all basic maintenance that will be required. Factor 2: RELEVANT EXPERIENCE Offeror is required to demonstrate all relevant experience in the past 10 years of the same and/or similar size, scope and/or complexity. The offeror must show ability either on its own or through subcontractors in three areas of the work: design, manufacturing and installation. The Offeror shall provide a list of all projects similar in scope and magnitude to the work required under this solicitation which the Offeror or subcontractor has completed during the past 10 years. For each project, the Offeror shall submit the following information in chart or outline format for each experience reference: (a) (b) (c) (d) (e) (f) (g) Name of the project. Name of the Offeror or Subcontractor performing the work. Detailed description of what work was done. Contract number, price and type. Area of work performed, i.e., design, manufacture, installation Date of contract award and date of contract completion. Name and address of the acquiring Government agency or commercial customer, and the name(s) and telephone numbers of references from the acquiring agency or customer who may be contacted for further information. (h) For each project listed, indicate whether the offeror was functioning in the capacity of the prime contractor or subcontractor.

SECTION L Instructions, Conditions and Notices to Bidders

Document No. R11PS30300

Document Title Trash Rack Cleaner

L-8

Factor 3: PAST PERFORMANCE The offeror and subcontractors shall demonstrate 3 (three) successfully completed projects similar in magnitude and that have used the same style trash rack cleaning system proposed under this solicitation. Past performance shall include: (a) Name, contract number, and location of each project. (b) Brief description of the project performance requirements and style of trash rack cleaning system. (c) Name, address, and telephone number of client/customer. (d) The required and actual completion times/dates of the project, including explanation of any time extensions granted. (e) The number of change orders and/or modifications to the project including the original and final contract values of the project. (f) The number of warranty defects and/or maintenance calls for each project. (g) The Contractor maintained a satisfactory working relationship with Government personnel in facilitating changes to the contracts, e.g. change order proposals submitted within required timeframes; negotiations conducted in good faith, price proposals initially submitted with reasonable pricing. The offeror shall submit the past performance questionnaire (Section J, Attachment 2) to their references and have the references complete and return the questionnaires via fax to: (702) 2938499 or e-mail to Beth A. Murray at bmurray@usbr.gov. The offeror shall assure that at least three past performance questionnaires are submitted by references prior to the proposal due date. (d) Cost/Price Information. To permit objective evaluation of the technical proposal, no cost or price information shall be included in the technical proposal. L.8 WBR 1452.215-83 PRICING PROPOSAL INSTRUCTIONS -- BUREAU OF RECLAMATION JANUARY 1998

(a) General. The pricing proposal shall be identified as Volume III of the offeror's proposal and shall be an orderly, specific, and complete document in every detail. It should be a coherent document free of internal inconsistencies and should be consistent with the technical approach(es) proposed in the technical proposal (Volume II). Offerors are hereby notified that even though cost or pricing data are not initially requested in this solicitation, the Contracting Officer reserves the right to request such data if they are later found necessary pursuant to FAR 15.403-5(a)(1). (b) Use and Disclosure of Proposal Information. In accordance with the Use and Disclosure of Proposal Information -- Department of the Interior provision of this solicitation, offerors shall mark trade secret or confidential commercial or financial information contained in the proposal with the restrictive legends specified. The offeror shall also clearly and separately mark all proprietary information (as defined in FAR 3.104-3 contained in the proposal with the restrictive legend "Proprietary Information." (c) Format and Content. To assist in the uniform evaluation of proposals, the following format shall be utilized in preparing the pricing proposal:

SECTION L Instructions, Conditions and Notices to Bidders

Document No. R11PS30300

Document Title Trash Rack Cleaner

L-9

(1) Table of contents. The Table of Contents shall list all sections of the pricing proposal. Any modifications or revisions to the proposal, up to the date of agreement on price, shall include an updated Table of Contents; (2) Index. The index shall cross reference the work statement to the terms of the proposal and indicate how the proposal conforms to the evaluation factors contained in Part IV, Section M of this solicitation; (3) Enclosures. A list shall be included of all enclosures, attachments, tables, drawings, charts, and any other material which summarize data or information contained or referenced in the pricing proposal. (4) Pricing proposal breakdown. The Government will evaluate offers for award purposes by evaluating the total prices of Schedule 1 and 2. Prices in the Optional Schedule (Schedule 3) will not be included in the price evaluation. One or more of the CLINs in Optional Schedule (Schedule 3) may be awarded at the Governments discretion. The offeror shall submit Schedule 1 and Schedule 2 and the Optional Schedule (Schedule 3) found at Section B of the contract Schedule (Part I of this solicitation) with its proposed total prices/costs for each contract line item and proposed unit price(s), if required. In addition, a total proposed price consisting of the sum of all contract line items in Schedule 1 and Schedule 2 shall be submitted. A pricing proposal summary cost estimate for each Schedule line item shall include the following information: (i) Labor: Provide a breakdown by labor category showing proposed hours and wage rates used to compute the cost. The inclusion of a factor for non-specific contingencies is not acceptable. (ii) Labor Burden: Show the computation of the labor burden amount by multiplying the direct labor costs by the burden rate. Please provide documentation to support your proposed workmans compensation rate, general liability rate and any other factors that are included in the labor burden rate. (iii) Materials: Provide a listing of all material costs. The proposed costs should be supported by supplier quotations and/or catalog references suitable to establish price reasonableness. Identify any relevant catalog, its date, catalog prices, and related discounts. (iv) Equipment: Provide a listing of all equipment costs. The proposed costs should be supported by supplier quotations. (v) Other Direct Costs: Provide a brief explanation for substantial miscellaneous items. (vi) Indirect Costs: Show the computation of any indirect costs such as Project Overhead or General and Administrative (G&A) costs. Please provide the complete Financial Statement including the Accountants Notes for the offerors two most recent fiscal years. Please ensure the items which have been proposed as direct costs in this proposal, i.e., sales taxes, workmans compensation, etc., have been removed from the G&A pool. (vii) Duplicate Information: When the same information is applicable to more than one contract line item, include the information only one time and make a reference to the information when it applies to other Contract Line Item Numbers (CLINs). (d) Cost Information in Other Volumes. No cost information shall be included in any other volume of a proposal unless required by paragraph (d) of the Technical Proposal Instructions -- Bureau of Reclamation provision of this solicitation.

SECTION L Instructions, Conditions and Notices to Bidders

Document No. R11PS30300

Document Title Trash Rack Cleaner

L-10

(e) Page Numbering. All pages in the cost proposal should be consecutively numbered (including pages with tables and exhibits). The offeror shall clearly identify all exhibits and supporting information. (f) Rounding of Costs. All price or cost amounts proposed shall be expressed to the nearest whole dollar except for individual hourly labor rates (if required). All percentages shall be expressed to one decimal place. (g) Alternate Proposals. Alternate proposals will not be accepted or evaluated. L.9 WBR 1452.233-02 SERVICE OF PROTEST DEPARTMENT OF THE INTERIOR JULY 1996

(a) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from: Contracting Officer, Bureau of Reclamation, P.O. Box 61470, Boulder City NV 89006-1470. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (c) A copy of the protest served on the Contracting Officer shall be simultaneously furnished by the protestor to the Department of Interior Assistant Solicitor for Procurement and Patents, 1849 C Street, NW, Room 6511, Washington, D.C. 20240.

SECTION M Evaluation Factors for Award

Document No. R11PS30300

Document Title Trash Rack Cleaner

M-1

SECTION M EVALUATION FACTORS FOR AWARD M.1 WBR 1452.215-85 QUALITY PREDOMINANCE BUREAU OF RECLAMATION MAY 2005

(a) Award will be made to the responsible offeror submitting a proposal which conforms to the solicitation and is most advantageous to the Government considering the factors and any significant subfactors listed in this provision. (b) In the evaluation of proposals, all evaluation factors other than cost or price (listed in this provision), when combined, are considered to be significantly more important than cost or price. The relative importance to be placed on the factors in relation to each other is contained in paragraph (e) of this provision. However, the degree of importance of cost or price may increase with the degree of non-cost or non-price equality between the proposals. If a proposal is determined by the Contracting Officer to be "technically unacceptable" as a result of evaluating all factors other than cost or price, the proposal may be rejected from further consideration. The Contracting Officer reserves the right to make award to other than the technically-acceptable offeror with the lowest cost/price proposal if it is determined that the technical benefits of another offeror's proposal justify its higher cost/price. The Contracting Officer also reserves the right to make award to a lower-cost/price, lower-scored offeror if it is determined that the cost/price premium involved in awarding to a higher-rated, higher-cost/price offeror is not justified. Since technical proposals are being solicited to obtain information to be used in the evaluation, the Government reserves the right to use information outside of the proposal to evaluate the capability of offerors and the value of offers. (c) Pursuant to FAR 15.305, a cost or price evaluation may be performed to determine the reasonableness of costs or prices proposed and the offeror's understanding of, and ability to perform, the prospective contract. (d) The following factors and significant subfactors (if listed), will be considered in evaluating proposals and making the source selection: Factor 1: TECHNICAL CAPABILITY 1. Subfactor 1 - Conceptual Design To achieve an "Acceptable" rating, the offeror's proposal shall-(a) Demonstrate and explain the conceptual design of the trash rack cleaner that can meet the requirements in the specification, including: the type and standard specifications of trash rack cleaner, how the trash rack cleaner will attach (be installed) to the structure, the day to day operation of the trash rack cleaner and how debris will be loaded into a dump truck and the number of Parker Dam operators/personnel required and the rule, start-up process and all maneuvers required to clean the racks. 2. Subfactor 2 - Maintenance To achieve an "Acceptable" rating, the offeror's proposal shall-Fully demonstrate the trash rack cleaner meets the Government's minimum corrosion resistance and basic maintenance requirements.

SECTION M Evaluation Factors for Award

Document No. R11PS30300

Document Title Trash Rack Cleaner

M-2

Factor 2: RELEVANT EXPERIENCE Offerors will be evaluated based on the proposal information submitted under the criteria stated in Provision 1452.215-82, Technical Proposal Instructions, to demonstrate relevant experience in the past 10 years of the same and/or similar size, scope and/or complexity. The offeror may attribute to its relevant experience on their own or through subcontractors in three areas of the work: design, manufacturing and installation. To achieve an "Acceptable" rating, the offeror's proposal shall-Offeror and/or subcontractors must demonstrate that it has relevant experience in one of the three areas of the work, i.e., design, manufacturing and installation, that is same and/or similar in size, scope, and/or complexity by providing at least one job in the past five years in each area and limited experience in the second and third areas of work that is same and/or similar in size, scope, and/or complexity. Factor 3: PAST PERFORMANCE Offerors will be evaluated based on the proposal information submitted under the criteria stated in Provision 1452.215-82, Technical Proposal Instructions, to demonstrate satisfactory relevant past performance. In the investigation of the offerors past performance, the Government has the right to contact former customers and Government agencies, and other private/public sources of information, listed under the Experience criteria or other sources. The Government may also use past performance information obtained from other than the sources/references identified by the offeror and any information received used in the evaluation of the offerors past performance. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Seal Logistics Center Detachment Portsmouth. The lack of relevant past performance will result in a neutral rating (i.e. not rated favorably or unfavorably). The Government may review performance ratings on file for prior Government projects the offeror may have performed. All relevant facts and circumstances gathered from information in the offerors listed references and other sources of information available to the Government will be used to evaluate the offerors overall past performance and quality of performance. Failure to submit at least three Past Performance Questionnaires within the requested timeframe may result in the inability of the Government to rate the offerors past performance and may affect the overall rating of the offerors proposal. It is the Offerors responsibility to ensure that references respond within the required timeframe. To achieve an Acceptable rating, offerors shall demonstrate(1) relevant satisfactory past performance on at least three completed projects each, of similar scope and magnitude, with the same style trash rack cleaning system, and (2) have completed work on two of the three projects within established the required timeframes, and (3) there were no more than eight change orders and/or modifications to the project and (4) the original and final contract values of the project did not differ by more than 40 percent and (5) the Contractor maintained a satisfactory working relationship with owner/Government personnel in facilitating changes to the contracts, e.g. change order proposals submitted within required timeframes; negotiations conducted in good

SECTION M Evaluation Factors for Award

Document No. R11PS30300

Document Title Trash Rack Cleaner

M-3

faith, price proposals initially submitted with reasonable pricing and (6) the number of warranty defects and maintenance calls for each project total no more than 6 (six) and (7) all references recommend using the offer and/or subcontractor. Factor 4: PRICE The cost/price evaluation will be subject to adjustments made to the price in accordance with Section B. (e) The relative importance of the factors listed in paragraph (d) of this provision is as follows: Technical Capability is slightly more important than Relevant Experience and Relevant Experience is slightly more important than Past Performance, Technical Capability, Relevant Experience and Past Performance, when combined, are significantly more important when compared to Price. (f) Options. The Government will evaluate offers for award purposes by evaluating the total price of Schedule 1 and Schedule 2. Prices in the Optional Schedule (Schedule 3) will not be included in the price evaluation. One or more of the CLINs in Optional Schedule (Schedule 3) may be awarded at the Governments discretion.

SECTION M Evaluation Factors for Award

Document No. R11PS30300

Document Title Trash Rack Cleaner

M-4

This page left intentionally blank

Attachment 1
Set of 32 Trash Rack Drawings

This page left intentionally blank

Attachment 2
Past Performance Questionnaire

This page left intentionally blank

Attachment 1

Document No. R11PS30216

Document Title Trash Rack Cleaner

Page 1

SOURCE SELECTION SENSITIVE WHEN COMPLETED ***NOT TO BE RELEASED OUTSIDE GOVERNMENT CHANNELS***

PAST PERFORMANCE QUESTIONNAIRE (PPQ)


U.S. Department of the Interior, Bureau of Reclamation, Boulder City, NV, is considering the firm listed below. Your comments would be appreciated regarding this firms past performance.

Past Performance Information:


Name and Address of Firm Being Evaluated:______________________________________ ______________________________________ ______________________________________ Contract No.:__________________ Project Title:___________________ Date of Award:_________________ Location:______________________ Initial Amount:__________________ Type of Contract: _____________________ Completion Date: _____________________ Final Amount: ________________________

Description of the trash rack cleaning system: ____________________________________________________________________________ ___________________________________________________________________________

Evaluator: (The following information will assist in the analysis of the data.)
Name of Evaluator: ______________________________________ Company/Agency Name: ______________________________________ Address: ______________________________________ Phone Number: ______________________________________ Email Address: ______________________________________ Position Held or Function in Relation to Project: ______________________________________ ____________________________________________________________________________

Rating: If the rating is Marginal or Unacceptable, please provide additional information in the appropriate block or in the remarks section of this form. O Outstanding Performance greatly exceeded the contract requirements. A Above Average Performance exceeded the contract requirements. S Satisfactory Performance met the contract requirements. M Marginal Performance met the minimum contract requirements but Some material aspects of the contractors performance were less than satisfactory. U Unacceptable Performance was poor and/or did not satisfy contract requirements.

Attachment 1

Document No. R11PS30216

Document Title Trash Rack Cleaner

Page 2

Please circle the appropriate rating and provide applicable response and supporting information/comments for the following: 1. Contract compliance 2. Working relationship between the firm and Government personnel/client/customer in facilitating changes to the contracts, e.g. change order proposals submitted within required timeframes; negotiations conducted in good faith, price proposals initially submitted with reasonable pricing. 3. Quality of work 4. Timeliness of work 5. Contract administration 6. Compliance with safety standards 7. Total number of change orders/modifications: 8. Total number of warranty defects/maintenance calls for the project Additional Remarks: O A S M U

O O O O

A A A A

S S S S

M M M M

U U U U

_________ __________

7. Overall rating for this firm:

_____________________________________

Print Name

_____________________________________

_______________________________

Signature of Evaluator

Date

The questionnaire should be submitted to the Bureau of Reclamation by one of the following means. Return via Fax (702)293-8499, via email to bmurray@usbr.gov, or mailed to Bureau of Reclamation, Attn: Beth A. Murray (LC-3136), P.O. Box 61470, Boulder City, NV 89006-1470.

Attachment 3
Form D - Recovered Materials Content or Biobased Product

This page left intentionally blank

R11PS30300 Trash Rack Cleaner, Parker Dam FORM D* RecoveredMaterialsContentorBiobasedProduct Thisformistobesubmittedbythecontractoronaquarterlybasis


ProjectName: Date: ContactName/phone number: Product/Material

RecoveredMaterialsContentorBiobased
Checkif Biobased Biobased Quantity EPA%Recovered materialcontent Guidance(EPACPG) Estimated%Recovered Calculation/Estimation PriceProposed MaterialsContent basis

R11PS30300 Trash Rack Cleaner, Parker Dam FORM D*


ProjectName: Date: Contact Name/phone number:

WasteDiversionTable

Waste Name/description Quantity generated Unit

WasteRecycling/DiversionTable
(lbs/gal/ton/cf)

Quantity Recycled

Unit
(lbs/gal/ton/cf)

%Recycled

COST

R11PS30300 Trash Rack Cleaner, Parker Dam FORM D*


EPA designated recovered materials for this acquisition may include but are not limited to the following;

Building insulation

Binders Playground surfaces (paper, solid plastic or plastic covered) Park and recreational Roofing materials

Nonpressure pipe

Polyester carpet Cement & concrete containing: Coal fly ash Ground granulated blast furnace slag Cenospheres

Furniture

Plastic presentation folders Plastic file folders Plastic clip portfolios Plastic clipboards

Running tracks Playground equipment Traffic barricades Traffic cones Parking stops

Pallets Blasting Grit

Silica fume Flowable fill Latex paint Floor tiles Laminated paperboard Patio blocks Shower & restroom dividers/partitions Office furniture Plastic fencing (snow or erosion control, safety barriers) Office recycling containers Compost from yard trimmings or food waste Office waste receptacles Channelizers Plastic desktop accessories Plastic envelopes Plastic trash bags Delineators Flexible delineators Rebuilt vehicular parts Structural fiberboard Railroad grade crossing surfaces Garden and soaker hoses Lawn and garden edging Printing and writing papers Landscaping timbers and posts (plastic lumber) Hydraulic mulch Mats Paperboard and packaging Tray liners Strapping Printer ribbons Toner cartridges Newsprint Commercial/industrial sanitary tissue products Engine coolants Re-refined lubricating oils Retread tires Sorbents Awards and plaques Industrial drums Bike racks Signage Modular threshold ramps

Thispageleftintentionallyblank

Attachment 4
Certification and/or Exemption to Reporting

This page left intentionally blank

R11PS30300 Trash Rack Cleaner, Parker Dam FORM D* RecoveredMaterialsContentorBiobasedProduct Thisformistobesubmittedbythecontractoronaquarterlybasis


ProjectName: Date: ContactName/phone number: Product/Material

RecoveredMaterialsContentorBiobased
Checkif Biobased Biobased Quantity EPA%Recovered materialcontent Guidance(EPACPG) Estimated%Recovered Calculation/Estimation PriceProposed MaterialsContent basis

R11PS30300 Trash Rack Cleaner, Parker Dam FORM D*


ProjectName: Date: Contact Name/phone number:

WasteDiversionTable

Waste Name/description Quantity generated Unit

WasteRecycling/DiversionTable
(lbs/gal/ton/cf)

Quantity Recycled

Unit
(lbs/gal/ton/cf)

%Recycled

COST

R11PS30300 Trash Rack Cleaner, Parker Dam FORM D*


EPA designated recovered materials for this acquisition may include but are not limited to the following;

Building insulation

Binders Playground surfaces (paper, solid plastic or plastic covered) Park and recreational Roofing materials

Nonpressure pipe

Polyester carpet Cement & concrete containing: Coal fly ash Ground granulated blast furnace slag Cenospheres

Furniture

Plastic presentation folders Plastic file folders Plastic clip portfolios Plastic clipboards

Running tracks Playground equipment Traffic barricades Traffic cones Parking stops

Pallets Blasting Grit

Silica fume Flowable fill Latex paint Floor tiles Laminated paperboard Patio blocks Shower & restroom dividers/partitions Office furniture Plastic fencing (snow or erosion control, safety barriers) Office recycling containers Compost from yard trimmings or food waste Office waste receptacles Channelizers Plastic desktop accessories Plastic envelopes Plastic trash bags Delineators Flexible delineators Rebuilt vehicular parts Structural fiberboard Railroad grade crossing surfaces Garden and soaker hoses Lawn and garden edging Printing and writing papers Landscaping timbers and posts (plastic lumber) Hydraulic mulch Mats Paperboard and packaging Tray liners Strapping Printer ribbons Toner cartridges Newsprint Commercial/industrial sanitary tissue products Engine coolants Re-refined lubricating oils Retread tires Sorbents Awards and plaques Industrial drums Bike racks Signage Modular threshold ramps

Thispageleftintentionallyblank

Attachment 5
Davis Bacon Wage Determination No. CA100037

This page left intentionally blank

General Decision Number: CA100037 06/10/2011

CA37

Superseded General Decision Number: CA20080037 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway

County: San Bernardino County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS

Modification Number 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26

Publication Date 03/12/2010 03/26/2010 04/02/2010 04/16/2010 06/25/2010 07/02/2010 07/23/2010 08/06/2010 08/13/2010 08/27/2010 09/03/2010 09/10/2010 09/24/2010 10/08/2010 12/03/2010 01/21/2011 02/18/2011 03/04/2011 03/18/2011 04/08/2011 04/15/2011 04/29/2011 05/06/2011 05/20/2011 05/27/2011 06/03/2011 06/10/2011

ASBE0005-002 06/28/2010 Rates Asbestos Workers/Insulator (Includes the application of all insulating materials, Fringes

2
protective coverings, coatings, and finishes to all types of mechanical systems).....$ 32.79 16.31 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)...........................$ 24.21 13.76 ---------------------------------------------------------------ASBE0005-004 06/28/2010 Rates Fringes

Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)....$ 18.70 8.65 ---------------------------------------------------------------* BOIL0092-003 05/01/2011 Rates Fringes

BOILERMAKER......................$ 41.26 25.27 ---------------------------------------------------------------BRCA0004-011 05/01/2011 Rates Fringes

BRICKLAYER; MARBLE SETTER........$ 35.66 10.87 ---------------------------------------------------------------BRCA0018-004 06/01/2008 Rates Fringes

MARBLE FINISHER..................$ 25.52 9.08 TILE FINISHER....................$ 21.07 7.88 TILE LAYER.......................$ 32.05 11.99 ---------------------------------------------------------------BRCA0018-010 09/01/2009 Rates Fringes

TERRAZZO FINISHER................$ 26.59 9.62 TERRAZZO WORKER/SETTER...........$ 33.63 10.46 ---------------------------------------------------------------CARP0409-001 07/01/2010 Rates Fringes

3
CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer, and solar panels.$ (2) Millwright..............$ (3) Piledriver/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial)................$ (4) Pneumatic Nailer, Power Stapler...............$ (5) Sawfiler...............$ (6) Scaffold Builder.......$ (7) Table Power Saw Operator....................$

37.35 37.85

11.08 11.08

37.48 37.60 37.44 28.55 37.45

11.08 11.08 11.08 11.08 11.08

FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. Certified Welder - $1.00 per hour premium. ---------------------------------------------------------------CARP0409-002 07/01/2008 Rates Diver (1) (2) (3) (4) Fringes

Wet.....................$ Standby.................$ Tender..................$ Assistant Tender........$

663.68 331.84 323.84 299.84

9.82 9.82 9.82 9.82

Amounts in "Rates' column are per day ---------------------------------------------------------------CARP0409-005 07/01/2010 Rates Fringes

Drywall DRYWALL INSTALLER/LATHER....$ 37.35 11.08 STOCKER/SCRAPPER............$ 10.00 6.67 ---------------------------------------------------------------CARP0409-008 08/01/2010 Rates Modular Furniture Installer......$ 17.00 Fringes 7.41

4
---------------------------------------------------------------ELEC0011-002 11/30/2010 COMMUNICATIONS AND SYSTEMS WORK Rates Communications System Installer...................$ 27.25 Technician..................$ 30.23 Fringes

10.85 9.76

SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings. Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Does not cover work performed at China Lake Naval Ordnance Test Station. Fire alarm work shall be performed at the current inside wireman total cost package. ---------------------------------------------------------------ELEC0477-002 01/31/2011 Rates Electricians:....................$ 34.85 Fringes 3%+15.90

CABLE SPLICER: $1.00 per hour above Electrician rate. TUNNEL WORK: 10% above Electrician rate. ZONE PAY: Zone A - 80 road miles from Post Office, 455 Orange Show Lane, San Bernardino, will be a free zone for all contractors Zone B - Any work performed outside Zone A's 80 road miles, shall add $11.00 per hour to the current wage scale. ---------------------------------------------------------------ELEC1245-001 06/01/2010 Rates LINE CONSTRUCTION Fringes

5
(1) Lineman; Cable splicer..$ (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ (3) Groundman...............$ (4) Powderman...............$ 46.14 13.41

36.85 28.19 41.20

12.36 12.10 12.53

HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------ELEV0018-001 01/01/2010 Rates ELEVATOR MECHANIC................$ 45.33 Fringes 20.035

FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------ENGI0012-003 01/01/2011 Rates OPERATOR: (All Other GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP Power Equipment Work) 1....................$ 2....................$ 3....................$ 4....................$ 5....................$ 6....................$ 8....................$ 9....................$ 10....................$ 11....................$ 12....................$ 13....................$ 14....................$ 15....................$ 16....................$ 17....................$ 18....................$ 19....................$ 20....................$ Fringes

36.83 37.61 37.90 39.39 40.49 39.61 39.72 40.82 39.84 40.94 40.01 40.11 40.14 40.22 40.34 40.51 40.61 40.72 40.84

18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72

6
GROUP 21....................$ GROUP 22....................$ GROUP 23....................$ GROUP 24....................$ GROUP 25....................$ OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1....................$ GROUP 2....................$ GROUP 3....................$ GROUP 4....................$ GROUP 5....................$ GROUP 6....................$ GROUP 7....................$ GROUP 8....................$ GROUP 9....................$ GROUP 10....................$ GROUP 11....................$ GROUP 12....................$ GROUP 13....................$ OPERATOR: Power Equipment (Tunnel Work) GROUP 1....................$ GROUP 2....................$ GROUP 3....................$ GROUP 4....................$ GROUP 5....................$ GROUP 6....................$ GROUP 7....................$ 41.01 41.11 41.22 41.34 41.51 18.72 18.72 18.72 18.72 18.72

38.18 38.96 39.25 39.39 39.61 39.72 39.84 40.01 40.18 41.18 42.18 43.18 44.18

18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72 18.72

38.68 39.46 39.75 39.89 40.11 40.22 40.34

18.72 18.72 18.72 18.72 18.72 18.72 18.72

PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman

7
GROUP 2: Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini-max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Horizontal Directional Drilling Machine; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator

8
(crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Selfpropelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman

9
GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine); Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine,

10
over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck)

11
GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane

12
operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons)

13
GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator

ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County

14
and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM.

$2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along

15
the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ---------------------------------------------------------------ENGI0012-004 08/01/2009 Rates Fringes

OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 44.83 17.22 (2) Dredge dozer............$ 40.36 17.22 (3) Deckmate................$ 40.25 17.22 (4) Winch operator (stern winch on dredge)............$ 39.70 17.22 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand...................$ 39.16 17.22 (6) Barge Mate..............$ 39.77 17.22 ---------------------------------------------------------------IRON0002-004 07/01/2010 Rates Ironworkers: Fence Erector...............$ 26.58 Ornamental, Reinforcing and Structural..............$ 33.00 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------LABO0300-001 09/01/2010 Fringes

15.26 23.73

16
Rates Fringes

Brick Tender.....................$ 27.17 12.40 ---------------------------------------------------------------LABO0300-003 07/01/2010 Rates LABORER (GUNITE) GROUP 1.....................$ GROUP 2.....................$ GROUP 3.....................$ LABORER (TUNNEL) GROUP 1.....................$ GROUP 2.....................$ GROUP 3.....................$ GROUP 4.....................$ LABORER GROUP 1.....................$ GROUP 2.....................$ GROUP 3.....................$ GROUP 4.....................$ GROUP 5.....................$ Fringes

30.04 29.09 25.55 31.24 31.56 32.02 32.71 26.33 26.88 27.43 28.98 29.33

14.20 14.20 14.20 12.51 12.51 12.51 12.51 16.00 16.00 16.00 16.00 16.00

FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler;

17
Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until

18
completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot-Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Bull Changehouse person; Concrete crew, spreader; Dump person; Dump person (brake person and switch person on materials handling person GROUP 2: Chucktender, cabletender; agitator cars; Nipper; Pot tender, materials (for example, but not by shotcrete, etc.); Vibrator person, tools (except driller) gang mucker, track person; including rodder and (outside); Swamper tunnel work); Tunnel

Loading and unloading using mastic or other way of limitation, jack hammer, pneumatic

GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work

GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen ---------------------------------------------------------------LABO0300-008 08/05/2009

19
Rates LABORER PLASTER CLEAN-UP LABORER....$ 26.65 PLASTER TENDER..............$ 29.20 Fringes

15.95 15.95

Work at Military Bases - $3.00 additional per hour: Coronado Naval Amphibious Base, Fort Irwin, Marine Corps Air Station-29 Palms, Imperial Beach Naval Air Station, Marine Corps Logistics Supply Base, Marine Corps Pickle Meadows, Mountain Warfare Training Center, Naval Air Facility-Seeley, North Island Naval Air Station, Vandenberg AFB. ---------------------------------------------------------------LABO0882-002 01/01/2010 Rates Asbestos Removal Laborer.........$ 26.15 Fringes 11.65

SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------LABO1184-001 07/01/2010 Rates Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ (2) Vehicle Operator/Hauler.$ (3) Horizontal Directional Drill Operator..............$ (4) Electronic Tracking Locator.....................$ Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ GROUP 2.....................$ GROUP 3.....................$ GROUP 4.....................$ Fringes

27.05 27.22 29.07 31.07

11.65 11.65 11.65 11.65

28.50 29.80 31.81 33.55

14.56 14.56 14.56 14.56

LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician

20
GROUP 2: Traffic surface abrasive blaster; pot tender removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ---------------------------------------------------------------PAIN0036-001 01/01/2011 Rates Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County)...............$ 26.05 (2) All Other Work..........$ 29.32 Fringes

10.08 10.08

REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. ---------------------------------------------------------------PAIN0036-008 01/05/2011 Rates Fringes

DRYWALL FINISHER/TAPER...........$ 33.22 12.94 ---------------------------------------------------------------PAIN0036-015 01/01/2011 Rates GLAZIER..........................$ 36.90 FOOTNOTE: Fringes 21.78

Additional $1.25 per hour for work in a condor,

21
from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up ---------------------------------------------------------------PAIN1247-002 01/01/2010 Rates Fringes

SOFT FLOOR LAYER.................$ 30.85 10.54 ---------------------------------------------------------------PLAS0200-008 08/04/2010 Rates PLASTERER........................$ 30.21 Fringes 14.23

FORT IRWIN; MARINE CORPS AIR STATION 29 PALMS, AND MARINE CORPS LOGISTICS SUPPLY BASE: $3.00 additional per hour. ---------------------------------------------------------------PLAS0500-002 07/01/2010 Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 29.50 19.85 ---------------------------------------------------------------PLUM0016-002 07/01/2010 Rates Fringes

PLUMBER, PIPEFITTER, STEAMFITTER (1) Work on strip malls, light commercial, tenant improvement and remodel work........................$ 30.32 14.98 (2) Work on new additions and remodeling of bars, restaurants, stores and commercial buildings, not to exceed 5,000 sq. ft. of floor space.................$ 37.74 16.66 (3) All other work..........$ 38.92 17.64 (4) Work at Edwards AFB....$ 43.42 17.64 (5) Work at Fort Irwin Army Base, Marine Corps Logistic Base at Nebo, Marine Corps Logistic Base at Yermo and Twenty-Nine Palms Marine Base...........$ 45.92 17.64 ---------------------------------------------------------------PLUM0345-001 07/01/2010 Rates PLUMBER Fringes

22
Landscape/Irrigation Fitter.$ 27.35 14.59 Sewer & Storm Drain Work....$ 26.43 16.47 ---------------------------------------------------------------ROOF0036-002 08/01/2010 Rates ROOFER...........................$ 34.65 Fringes 9.07

FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ---------------------------------------------------------------SFCA0669-009 04/01/2011 Does not include the northern part of the City of Chino, or the Cities of Montclair and Ontario

Rates

Fringes

SPRINKLER FITTER.................$ 33.35 17.75 ---------------------------------------------------------------SFCA0709-004 01/01/2011 THE NORTHERN PART OF THE CITY OF CHINO, AND THE CITIES OF MONTCLAIR AND ONTARIO:

Rates

Fringes

SPRINKLER FITTER (Fire)..........$ 40.98 23.15 ---------------------------------------------------------------SHEE0105-003 01/01/2011 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES

Rates SHEET METAL WORKER (1) Commercial - New Construction and Remodel work........................$ 42.54 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C,

Fringes

17.87

23
heating, ventilating systems for human comfort...$ 36.92 23.79 ---------------------------------------------------------------TEAM0011-002 07/01/2008 Rates TRUCK DRIVER GROUP 1....................$ GROUP 2....................$ GROUP 3....................$ GROUP 4....................$ GROUP 5....................$ GROUP 6....................$ GROUP 7....................$ GROUP 8....................$ GROUP 9....................$ GROUP 10....................$ GROUP 11....................$ GROUP 12....................$ Fringes

26.44 26.59 26.72 26.91 26.94 26.97 27.22 27.47 27.67 27.97 28.47 28.90

18.24 18.24 18.24 18.24 18.24 18.24 18.24 18.24 18.24 18.24 18.24 18.24

WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB]

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck, 6-1/2 yds. water level and over; Vehicle or combination of

24
vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above ---------------------------------------------------------------WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * * * * an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted

25
because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

26

This page is left intentionally blank

Attachment 6
FAR Clause 52.219-14, Limitations of Subcontracting, Subcontracting Percentage Worksheet

This page left intentionally blank

You might also like