IFB# 10144736 Page 36 of 55

EXHIBIT A SCOPE OF WORK ADDENDUM 1

1. Contractor agrees to provide the Department of Water Resources (DWR) Southern Field Division (SFD), Maintenance and Repair of Card Readers and Gates as described herein. Department has the authority to add and remove equipment, and locations as deemed necessary. Any additional requested work will be serviced at the unit’s rates herein.

2. The services shall be performed at: Various Locations within Southern Field Division: a. William E. Warne Power Plant- North end of Pyramid Lake via Smokey Bear Road off Interstate 5, Gorman, 93243 b. Oso Pumping Plant and Sub-Center - 300th Street West off Hwy 138 Gorman, California 93536 c. Alamo Power Plant -300th Street West off Hwy 138, Gorman, California 93536 d. Vista Del Lago Visitor Center - 35800 Vista Del Lago Road, Gorman, California 92343 e. Castaic- 31849 North Lake Hughes Road, Castaic, California 91384 f. Pearblossom O&M - 34534 116th Street East, Pearblossom, California 93553 g. Devil Canyon Power Plant - 6900 Devil Canyon Road, San Bernardino, California 92407 h. Mojave Siphon Power Plant -16001 Highway 173, Hesperia, California 92345 i. Cedar Springs Sub Center – 16051 State Highway 173, Hesperia, California 92345 j. Greenspot Pumping Station - Greenspot Road, Highland, California 92346 k. Crafton Hills Pump Station - Mill Creek Road, Mentone, California 92359 l. Cherry Valley Pumping Plant - Mill Creek Road, Mentone, California 92359 m. Citrus Pumping Station - 9401 Opal Avenue, Mentone, California 92359 3. Location: Electric Gates and Type

a. Castaic Sub Center: arm gate

b. Castaic Lagoon seepage pit: slide gate

c. Castaic Lagoon Metropolitan Water District: slide gate

d. Castaic crest: arm gate

e. crest: arm gate

f. William Warne Power Plant entrance: slide gate

g. PVI Detention Dam: arm gate

h. Lower Quail Highway 138: arm gate

i. Quail Outlet Highway 138: slide gate

j. Oso Pumping Plant East Entrance: slide gate

k. Oso Siphon: arm gate IFB# 10144736 Page 37 of 55

l. Alamo Power Plant: slide gate

m. Willow Siphon (Munz Ranch Road) upstream: arm gate

n. Willow Siphon (Munz Ranch Road) and downstream: arm gate

o. Johnson Siphon (Johnson Road/ 110th Street West) upstream: arm gate

p. Johnson Siphon (Johnson Road/ 110th Street West) downstream: arm gate

q. Goddie Hill Road (60th Street West): arm gate

r. Rail Road Sierra Highway: 2 slide gates

s. Pearblossom Highway us side: arm gate

t. Pearblossom O&M Entrance: slide gate

u. Cedar Springs Dam at the entrance to the old maintenance yard: arm gate

v. Cedar Springs Dam located on the south side of the Dam: arm gate

w. Devils Canyon entrance: slide Gate

x. Mojave Power Plant entrance: slide Gate

4. Location: ID Badge Readers.

a. Alamo Power Plant (2 – door readers)

b. Devil Canyon Power Plant (2 -gate readers, 4- door readers)

c. Mojave Siphon Power Plant (1- gate readers, 2- door readers)

d. Oso Pumping Plant (2 – door readers)

e. Warne Power Plant (2 –door readers)

f. Pearblossom Pumping Plant (2 – gate readers, 5- door readers & 1 elevator reader

g. Pearblossom Pumping Plant, Old Administration building, (3- door readers)

h. Pearblossom Pumping Plant, New Administration building (16- door readers)

i. Pearblossom Pumping Plant, Warehouse (8 – door readers)

j. Green Spot Pumping station (7- door readers)

k. Crafton Hills Pumping station (7- door readers)

l. Citrus Pumping station (11- door readers)

m. Cherry Valley Pumping station (6- door readers)

IFB# 10144736 Page 38 of 55

5. The Contract Managers during the term of this agreement will be:

Department of Water Resources Contractor Name Name: Name: TBD Phone: Phone: Fax: Fax:

Contract Managers may be changed by written notice to the other party.

6. Qualifications:

a. Contractor shall perform the work in strict accordance with all applicable laws and regulations. In the event of a conflict with the provisions herein, applicable laws or regulations shall prevail.

7. Specifications:

a. Contractor shall be responsible for all work site security and safety; California Occupational Safety and Health Administration (Cal/OSHA) standard applies.

b. Contractor’s Crew Supervisor shall instruct and supervise the work crew, including safety instructions and supervision specific to this contract or work site

c. Depending on the scope of requested maintenance, work contractor may be required to pass a background check provided by DWR.

8. Schedule of Work:

a. Work hours shall be from 7:00 a.m. to 3:00 p.m., excluding holidays recognized by the State and holidays observed by the Contractor, if different from State holidays. In the event working hours and/or work days need to be adjusted, the changes must be agreeable between the Contractor and the Department’s representative.

b. Contractor shall provide and arrange transportation of the Crew Supervisor and work crew to and from work site.

c. Contractor shall notify the Department’s representative a minimum of one week (a maximum of two weeks) in advance to arrange commencement of work.

d. Contractor shall be provided gate keys(s) to access areas to be maintained within compounds and right of way.

9. Schedule of Service (Depending on weather conditions and as agreed upon with DWR’s Contract Manager)

a. Semi Annual - First week of each month of October and April

b. A list of all locations needing service will be provided by the Southern Field Division. For security reasons, the awarded contractor will be provided detailed information on the locations. Some gates are solar powered.

IFB# 10144736 Page 39 of 55

10. Semi-Annual Service Gates - Specifications:

Contractor shall perform the following maintenance services in Southern Field Division.

a. Work will include service of all electric gates semi-annually to ensure they are in a safe working condition and functional. All swing gates have grease nipples on the bottom of the hinges and therefore each gate must be jacked up individually to inject grease. Fifteen gates are solar powered.

b. Semi-Annual service of electric gates will include inspection of wear surfaces and structural integrity. Lubrication as needed to insure proper function and extended service life. Inspection of welds and all security features to maintain integrity of gate.

c. Work will include service of all electronic ID Badge Readers semi-annually to insure they are in a safe working condition and functional.

d. Semi-annual service of electronic ID Badge Readers will include inspection of wear surfaces pad face and structural integrity. Sealing and weather proofing the pads at connection points and checks mounting are secure. Testing of the electronic reader to make sure it is in proper working order.

12. Repairs:

a. Call outs for service to respond to damage or inoperable electric gates must be responded to within 48 hours from notification.

b. Contractor shall report all deficiencies and replace all missing or damaged parts at Department’s expense, upon first receiving approval from Department’s representative. Any damage caused by the Contractor will be repaired at their expense.

c. Any repair that requires welding or grinding will need to be brought to the attention of the Departments representative. The representative will notify the DWR Area Control Center and provide proper documentation for hot work permits and approvals to work.

d. The Contractor must notify DWR’s Area Control Center upon arrival and departure of all work sites.

13. This contract will include replacement of any part that becomes worn or inoperable or otherwise affect the equipment’s operability in any way. Parts with a dollar value above $100.00 may be replaced only with prior approval from the DWR’s Contract Manager or designee. Any parts that have been replaced by the Contractor become the property of the State. A published price list for parts shall be submitted with the Contractor’s invoice to the State. Contractor must notify the project representative or designee prior to ordering and /or installing the part. A written estimate of the required part(s) must be submitted in writing to the Contract Liaison or designee and approved before replacement. All replaced parts will be invoiced at the listed rates which shall include a 10% mark-up, plus sales tax, and paid in arrears.

14. Contractor will be obligated to keep their equipment in safe working order and to make necessary repairs and adjustments when necessary, with a clear right for the State to terminate or cease paying for services should the contractor fail to maintain their equipment in safe working condition properly.