<<

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1. REQUISITION NUMBER PAGE OF OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 845540 1 42 2. CONTRACT NO. 3. AWARD/ 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION EFFECTIVE DATE AG-82MK-S-17-0006 ISSUE DATE 04/03/2017 7. FOR SOLICITATION a. NAME b. TELEPHONE NUMBER (No collect calls) 8. OFFER DUE DATE/LOCAL TIME INFORMATION CALL: PEGGY DOBIE 970-642-4415 04/18/2017 1300 MT 9. ISSUED BY CODE 82MK 10. THIS ACQUISITION IS UNRESTRICTED OR X SET ASIDE: 100.00 % FOR: WOMEN-OWNED SMALL BUSINESS X SMALL BUSINESS GRAND MESA UNCOMPAHGRE GUNNISON N (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED HUBZONE SMALL SMALL BUSINESS PROGRAM USDA SERVICE NAICS:115310 ATTN PEGGY DOBIE BUSINESS EDWOSB SERVICE-DISABLED 8(A) 216 NORTH COLORADO STREET VETERAN-OWNED SIZE STANDARD: $7.50 GUNNISON CO 81230 SMALL BUSINESS

11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 13b. RATING TION UNLESS BLOCK IS 13a. THIS CONTRACT IS A MARKED RATED ORDER UNDER 14. METHOD OF SOLICITATION SEE SCHEDULE DPAS (15 CFR 700) RFQ IFB X RFP 15. DELIVER TO CODE 82Z7 16. ADMINISTERED BY CODE 82MK USDA FOREST SERVICE GRAND MESA UNCOMPAHGRE GUNNISON N GUNNISON RANGER DISTRICT USDA FOREST SERVICE 216 N COLORADO STREET ATTN PEGGY DOBIE GUNNISON CO 81230-2197 216 NORTH COLORADO STREET GUNNISON CO 81230

17a. CONTRACTOR/ CODE FACILITY 18a. PAYMENT WILL BE MADE BY CODE OFFEROR CODE

TELEPHONE NO.

17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Gunnison Ranger District - 2017 Spring Site Preparation Contract Slumgullion, Los Pinos, Perfecto and Optional Items

Delivery: 06/30/2017 Period of Performance: 05/15/2017 to 06/07/2017

001 IAS, EZ, Site Preparation Contract Continued ... (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only)

X 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE X ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.

X 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 29. AWARD OF CONTRACT: OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER DREF.ATED . YOUR OFFER ON SOLICITATION (BLOCK 5), ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. HEREIN, IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30b. NAME AND TITLE OF SIGNER (Type or print) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED PEGGY DOBIE AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 2 of 42

19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:

32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37. CHECK NUMBER CORRECT FOR

COMPLETE PARTIAL FINAL PARTIAL FINAL

38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42a. RECEIVED BY (Print) 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE 42b. RECEIVED AT (Location)

42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 2/2012) BACK 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 3 of 42

B - SECTION B - Supplies or Services and Prices/Costs Schedule of Items ...... 4

C - SECTION C - Description/Specifications/Statement of Work ...... 7

D - SECTION D - Packaging and Marking...... 23

E - SECTION E - Inspection and Acceptance...... 23

F - SECTION F - Deliveries or Performance...... 25

G - SECTION G - Contract Administration Data ...... 27

H - SECTION H - Special Contract Requirements ...... 28

I - SECTION I - Contract Clauses...... 29

J - SECTION J - List of Documents, Exhibits, and Other Attachments ...... 33

K - SECTION K - Representations, Certifications, and Other Statements of Offerors ...... 34

L - SECTION L - Instructions, Conditions, and Notices to Offerors or Respondents ...... 40

M - SECTION M - Evaluation Factors for Award...... 41 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 4 of 42

B - SECTION B - Supplies or Services and Prices/Costs Schedule of Items Site Preparation Services Hours Schedule Unit of Project Area Amount Estimated Price Item # Measure Dozer Time

Rehabilitation of 73 Lump Bid Item 1 Slumgullion Pass 18 $ Slash Pile Ash Pits Sum

Rehabilitation of 129 Slash Pile Ash Pits, 53 Acres Site Lump Bid Item 2 Los Pinos Preparation for 73 $ Sum Planting* and 14,100 ft. of Road Closure/Opening

Rehabilitation of 110 Lump Bid Item 3 Perfecto 39 $ Slash Pile Ash Pits Sum

Total Lump Sum Items 1, 2, and 3 $

Additional Equipment Optional Hourly Work TBD (Hours) TBD $ Item 4 Rate (as directed) Snow Removal along TBD Optional Hourly Forest Road 868 to the TBD (Hours) (Estimated $ Item 5 Rate Alpine Guard Station at 18 hours)

Equipment Make, Model, Year

*The 53 acres of site preparation for includes rehabilitation of 17 ash pits and an estimated three acres of slash piling.

NAME:

TIN:

DUNS:

PHONE:

E-MAIL

REQUIREMENTS: OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (www.sam.gov). OFFERORS MUST RESPOND TO ALL CRITERIA INCLUDED IN SECTION L. OFFERORS WHO FAIL TO MEET THESE REQUIREMENTS WILL BE DEEMED NON-RESPONSIVE AND NOT BE CONSIDERED FOR AWARD. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 5 of 42

A total of 312 burned slash piles will be rehabilitated by ripping the bed and soil below, stirring and mixing the ash, soil, and woody debris in the area around the ash pit.

In Bid Item 2, four segments of open road (9,900 feet) will be ripped and closed to motorized and mechanized use. One 4,200-foot segment of closed road will be reopened to motorized use for access to tree planting units. In the harvest unit identified as “006” in Bid Item 2 (see Maps 9 and 10), site preparation for tree planting will be conducted concurrent to the road opening and burned pile ash pit rehabilitation. The site preparation includes spot machine piling of slash (estimated at three acres total), breaking up of deep woody debris mats, and the creation of bare soil spots in dense grass cover suitable for tree planting. The site preparation areas cover 53 acres, including 17 ash pits and the estimated three acres of spot piling.

A tractor/lowboy trailer can be used to access the all drop points designated at each bid item on the maps. For access to Schedule Item 1, Offeror’s should be aware of steep grades (9% plus) on the west side of Slumgullion Pass on Colorado Highway 149 between Lake City and Slumgullion Summit. Prospective Offerors are advised of the requirement to place tires or other materials on Colorado Highway 149 when walking equipment across the highway pavement.

Potential Offeror’s should be aware that a large relocation of equipment is necessary to complete the entire project. Moving heavy equipment directly the 19 miles between Schedule Items 1 (Slumgullion) and 2/3 (Los Pinos/Perfecto) on Forest Road 788 between Deer Lakes Campgound over Los Pinos Pass to Sage Park is not recommended. That segment of forest road is narrow with few pull-outs and short-radius curves. Portions have a steep grade, particularly on the west side of Los Pinos Pass.

Equipment should be loaded and moved between project areas by driving on state highways through either Gunnison, or Del Norte/Saguache.

To access Schedule Items 2 and 3, it is recommended that the Offeror use Colorado Highway 114, Saguache County Road NN-14 to County Road KK-14 to reach Old Agency Work Center, then follow Forest Road 788 southwest to the first equipment drop point in Schedule Item 2.

Method for moving between work areas is at the discretion of the Offeror. The Offeror may either walk the dozer, or load-move-unload by trailer.

Contractor costs for mobilization, moving between treatment areas, operators, maintenance, , and other items will need to be included into the Lump Sum Offer, not as separate costs. Equipment time is estimated at 130 hours (which includes walk-in/out time). Contract performance period is 24 days.

A dozer of the D-4 or D-5 Catepillar size-class (80-120 h.p.) is required for this type of work on this site condition.

Optional Item 4 is for hourly equipment rental with operator, fuel, and supplies for minor additional, related work while in the project area as may be directed by the Government representative (COR). Implementation will be dependent on available funding.

Optional Item 5 is for the removal of drifted snow from FR 868 into Alpine Guard Station to allow for earlier melt out and road drying. Removal would be along an estimated one-half mile of road. There will be a 5.3 mile walk-in (uphill) from Colorado Highway 149 to reach the work area.

This optional item would be paid by the hours worked, including equipment walk-in and out at the hourly equipment rental rate offered. The hourly rate is with operator, fuel, and supplies. Mobilization to the equipment drop point off Colorado Highway 149 will need to be factored into the offered hourly rate. Implementation will be dependent on available funding and natural snow melt. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 6 of 42

52.204-17 Ownership or Control of Offeror. (JUL 2016)

(a) Definitions. As used in this provision-

Commercial and Government Entity (CAGE) code means-

(1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity; or

(2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code.

Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner.

Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees.

(b) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture.

(c) If the Offeror indicates "has" in paragraph (b) of this provision, enter the following information:

Immediate owner CAGE code: [ ]

Immediate owner legal name: [ (Do not use a "doing business as" name)]

Is the immediate owner owned or controlled by another entity?: [ ] Yes or [ ] No.

(d) If the Offeror indicates "yes" in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information:

Highest-level owner CAGE code: [ ]

Highest-level owner legal name: [(Do not use a "doing business as" name)]

52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014)

52.236-6 Superintendence by the Contractor. (APR 1984)

452.215-71 Instructions for the Preparation of Technical and Business Proposals. (SEP 1999) 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 7 of 42

C - SECTION C - Description/Specifications/Statement of Work

C.1 DESCRIPTION OF WORK

C.1.1. Scope of Contract

The solicitation is for crawler tractor work on the Gunnison Ranger District of the Grand Mesa, Uncompahgre, and Gunnison National . The Contractor shall furnish all labor, equipment, supervision, transportation, supplies, and incidentals to perform all work necessary on the areas specified in the contract.

All aspects of the work program shall be performed in an organized, systematic manner to ensure services are performed over the entire project areas.

Acreage of the site preparation for planting units was determined using a differentially corrected GPS unit. Other acres are from a combination of GPS and GIS technology.

No forest products shall be removed from the project area.

C.1.1.1. This contract is a Performance Based, firm-fixed price contract.

C.1.1.2. The performance period will be from approximately May 15, 2017 to June 7, 2017 depending upon snowmelt and the running of contract time. Twenty-four (24) consecutive days are allowed for Schedule Items 1, 2, and 3. See F.1.1. – Contract Time. Implementation of Optional Bid Item 2 (Snow Removal) will add two days of contract time.

C.1.2. Location, Access, and Description of Units

Spring 2017 Spring Site Preparation – The contracted work will be in four distinct locations on the Gunnison Ranger District. Each distinct location is bundled as a Schedule Item (one of which is Optional Work Item 5).

Slumgullion Project Area

Schedule Item 1 is on Slumgullion Pass along Colorado Highway 149 nine miles southeast of Lake City, Colorado. Part of the project area is accessed from Forest Road 788 northeast of Colorado Highway 149. The legal description is Sections 3, 8-9, 15-18, 21 and 22. T.43N, R.3W, NMPM, Hinsdale County, Colorado. To access the Slumgullion Project Area, head west from Gunnison on US Highway 50 for 9 miles. Travel south on Colorado Highway 149 for 54 miles, going through the town of Lake City to equipment drop points. A portion of the ash pits to be treated are along or near FR 788, north of the former Slumgullion Campground. A secondary access is through the town of Creede, Colorado, head north on Highway 149 for approximately 40 miles to the Slumgullion worksites. See Maps 1, 2, 3, and 4. The work includes rehabilitating 73 burned slash pile ash pits prior to tree planting. The ash pits are in recent Engelmann spruce clearcuts. The clearcut units/numbers are displayed on Maps 5, 6, and 7 for orientation purposes only.

Los Pinos Project Area

Schedule Item 2 is in upper Los Pinos Creek south of Gunnison, Colorado, and southwest of Old Agency Work Center. The project area is in Sections 2, 3, 10, 11, 13, 14, and 15 of T.44N R.1W, NMPM, Saguache County, Colorado. See Maps 3, 4, 8, 9, and 10. To access the Los Pinos Project Area, travel east from Gunnison via US Highway 50 eight miles to Colorado Highway 114, then south twenty miles on Highway 114 to County Road NN14, then south for four miles to County Road KK14, turn right or west six miles passing by Old Agency Guard Center to the start of FR 788. Travel southwest on FR 788 for eleven miles to Sage Park, then turn left or south on FR 790 to the first drop point. Most of the ash pits and other treatments are just off FR 790. Two work areas are accessed from side road FR 790.1A. One ash pit is 0.4 miles in, the rest of the ash pits and road closure segment about 1.3 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 8 of 42

miles in from FR 790.

The work includes rehabilitating 129 burned slash pile ash pits, 9,900 feet of road closures, 4,200 feet of road opening, and 53 acres of mechanized site preparation for tree planting. The treatment areas are in recent Engelmann spruce clearcuts. The clearcut units/numbers are displayed on Maps 8, 9, and 10 for orientation purposes only.

The site preparation work is in five treatment units within “Unit 006” shown on Map 10. The boundary of the treatment units is blue flagging. The site preparation units include seventeen ash pits and associated woody debris mats, and spot slash piling on an estimated three acres (shown on Map 10). Images 7, 8, 9, and 10 in Exhibit 3 show heavy slash concentrations needing piling or treatment. Images 11, 12, and 13 display areas of deep, dense sedge cover requiring spot machine scalping to facilitate tree planting. Image 14 is an example of a small area which could benefit from spot site preparation. Image 15 is of an area of good advanced regeneration in which mechanized treatment would be detrimental to efforts. Areas well disturbed during recent logging as shown in Image 16 do not require site preparation treatment. Image 21 provides a visual overview of the spatial arrangement of changing site conditions in part of “Unit 006”.

Perfecto Project Area

Schedule Item 3 is south of Gunnison, Colorado and Old Agency Work Center. The treatment units are along FR 790, 794, and 794.2B. This project area is in Sections 7, 15-17, 20-22, and 27 of T.44N R.1E, NMPM, Saguache County, Colorado. See Maps 3, 4, 11, 12, 13, and 14.

The work includes rehabilitating 110 burned slash pile ash pits prior to tree planting. The ash pits are in recent Engelmann spruce clearcuts. The clearcut units/numbers are displayed on Maps 11, 12, 13, and 14 for orientation purposes only.

The project area is accessed from Gunnison via US Hwy 50 eight miles east to Colorado Highway 114, then south twenty miles on Colorado Highway 114 to County Road NN14, then south for four miles to County Road KK14, turn right or west six miles passing by Old Agency Guard Center to the start of FR 788. Travel southwest on FR 788 for three miles, then turn left or south on FR 790. FR 790 will climb nine miles up through Blue Park to Big Meadows. At Big Meadows, one cluster of ash pits is further southwest along FR 790 (see Map 11). The rest of the work areas are left or south on FR 794.2B to Perfecto Creek. Some ash pits are in areas off of FR 794.2H. There is a 1.5 mile string of ash pits along the south side of Perfecto Creek (see Map 12). There are thirteen ash pits to be rehabilitated along FR 794 from Chavez Creek into Nutras Creek (see Maps 12, 13 and 14). The road grade up from Nutras Creek is steep, which may require walking the equipment out to a drop point for loading.

An alternative route to the project area is via FR 794 from Dome Lakes in Cochetopa Park to FR 794.2B. This route is rougher and has a stream ford to be negotiated. Distance is equal to the FR 790 access route.

It is suggested that equipment be moved from Schedule Item 2 to Item 3 along FR 790. The road distance from the east-most Schedule Item 2 work to the west-most Schedule Item 3 work is 1.5 miles. However, late spring snow drifting may block service truck and tractor/lowboy travel. Even if drifted, the dozer should be able to walk across.

Another equipment move is 3.7 miles along FR 790 and FR 794.2B to Perfecto Creek. This may be by walking or by tractor/lowboy.

Optional Item 5, Alpine Road Snow Removal

Optional Item 5 is for the removal of drifted snow from the FR 868 into Alpine Guard Station to allow for earlier melt out and road drying. Snow removal would be along an estimated one-half mile of road. The intention is to remove the overburden snow down to within a few inches of the road surface. Clearing down to the road surface is not desired as road surfacing would be removed, causing soil and a roughing of the road to travel. Once the 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 9 of 42

overburden is cleared, the remaining snow and ice layer will melt rapidily. For this project, the dozer brush rake will need to be removed and the straight dozer blade utilizied.

The work area is in Section 5 of T.45N, R.4W, NMPM, Gunnison County, Colorado. To access the Alpine Road Project Area, head west from Gunnison on US Highway 50 for 9 miles. Travel south on Colorado Highway 149 to the intersection of FR 868 between mileposts 84 and 83. There will be a 5.3 mile walk-in (uphill) on FR 868 from Colorado Highway 149 to reach the work area. See Maps 2, 3, 4, and 15 for location and access of the project area. For mobilization purposes, plan on implementation either on the move into Schedule Item 1, on during the move out.

Specifications or Tactics Planned for Use in the 2017 Spring Site Preparation Contract

Specification or Tactic Planned for Schedule Use? Item(s) C.4.2.1.1 Machine Site Preparation for Tree Planting Yes 2 C.4.2.1.2 Machine Scarification of Seedbeds for Natural Regeneration ------C.4.2.1.3 Rehabilitation of Burned Slash Pile Ash Pits Yes 1, 2, 3 C.4.2.1.4 Reworking Landing Slash Piles Yes 1, 2, 3 C.4.2.1.5 Slash Piling of Excess Amounts of Woody Debris Yes 2 C.4.2.1.6 Crushing Slash and Trampling Cull ------

C.4.2.2.1 Road Opening/Clearing Yes 2 C.4.2.2.2 Waterbars and Rolling Dips Yes 2 C.4.2.2.3 Roadbed Ripping Yes 2 C.4.2.2.4 Road Slashing Yes 2 C.4.2.2.5 Road Tank Traps or Earth Berms Yes 2 C.4.2.2.6 Roadbed Re-contouring ------C.4.2.2.7 Road Mogals ------

C.4.2.3 Snow Removal Yes 5

C.4.2.4 Other Minor “Finesse” Work Yes 4

Work To Be Completed By Map Unit Harvest Units which do not have work to be completed are shown on the project maps for orientation purposes only. Acres of Road Site Closure Treatment Average Number of Preparation Road Feet and Unit on Map Treatment Percent Ash Pits to for Tree Opening Number of Map Number Unit Acres Slope Rehabilitate Planting Feet Segments 1 5 106 14% 12 2 5 16 18% 4 8 7 30 18% 5 9 7 36 15% 12 10 6 30 19% 1 12 6 77 18% 3 26 6 7 18% 1 30 6 46 17% 7 35 5 15 20% 9 37 5 22 22% 2 40 5 5 21% 5 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 10 of 42

Acres of Road Site Closure Treatment Average Number of Preparation Road Feet and Unit on Map Treatment Percent Ash Pits to for Tree Opening Number of Map Number Unit Acres Slope Rehabilitate Planting Feet Segments 41 5 30 28% 4 43 5 15 22% 2 45 5 7 17% 6 Schedule Item 1 442 73 2 8 & 9 105 26% 22 1 – 3,500 ft 3 8 7 11% 1 4 9 80 21% 22 2 – 5,400 ft 5 9 74 14% 23 1 – 1,000 ft 6 9 & 10 157 12% 17 53 4,200 ft 54 8 3 23% 1 55 8 6 22% 4 56 8 5 27% 1 57 8 13 7% 3 58 8 20 21% 5 59 9 4 16% 2 60 9 9 21% 4 61 9 3 25% 1 62 9 9 25% 1 63 9 8 29% 2 64 9 5 28% 2 65 9 1 24% 1 66 9 10 30% 3 67 9 3 32% 1 68 9 1 14% 2 69 9 2 20% 2 70 9 & 10 21 12% 6 71 9 & 10 5 30% 3 Schedule Item 2 551 129 53 4,200 ft 4 – 9,900 ft 5 12 220 12% 24 7 12 75 5% 6 40 14 5 14% 4 441 14 3 23% 1 442 14 2 15% 1 45 13 & 14 13 9% 3 46 13 & 14 13 11% 2 47 13 3 16% 2 73 11 6 8% 2 74 11 4 7% 2 75 11 11 19% 2 76 11 9 29% 2 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 11 of 42

Acres of Road Site Closure Treatment Average Number of Preparation Road Feet and Unit on Map Treatment Percent Ash Pits to for Tree Opening Number of Map Number Unit Acres Slope Rehabilitate Planting Feet Segments 77 11 12 7% 3 78 11 10 14% 3 80 11 29 16% 6 A06 13 176 12% 30 A08 13 40 15% 3 A09 13 36 14% 5 A10 13 91 18% 9 Schedule Item 3 758 110 Total Schedule Items 1, 2, and 3 1,751 312 53 4,200 ft 4 – 9,900 ft

C.2 DEFINITION OF TERMS

These definitions are given for clarification. Addition definitions and method descriptions are located in the Technical Requirements section.

Ash Pits – The footprint and area surrounding burned slash piles which includes ash, partially burned log ends, and shoulders of unburned or partially burned woody debris, and surrounding woody debris mats. The ash pit itself is usually a depression in the ground. See Images 1, 3, 5, 6, and 9 in Exhibit 3 for examples.

Crushing - Process of breaking up, spreading, and compacting slash to reduce slash height, and spreading concentrations of slash out over a larger area by mechanical means.

Trampling - Process of knocking down cull and undesired trees, brush, and deep slash, spreading and compacting slash to reduce slash height, and spreading concentrations of slash out over a larger area by mechanical means. Trees which are trampled shall have their root systems either grubbed out of the soil or be so damaged as to eliminate the trees potential for survival.

Scarification - Process by which mineral soil is exposed and disturbed (but not displaced) by mechanical means to create an acceptable seed bed for trees. Soil is disturbed by turning on the tracks, ripping the soil with the brush rake teeth or rippers, by rocking the blade, or by moving woody debris across the ground.

Slash - All existing woody debris, including but not limited to cull logs, chunks, branches, tops, stumps from push- outs or windthrows, and broken understory trees or brush resulting from natural accumulation, timber , logging, thinning, and clearing. Trees severely damaged by the Contractor shall be treated as slash. Tree stumps imbedded naturally in the soil are not considered slash.

Heavy Slash Concentrations - Areas where accumulated larger-diameter slash results in piles or windrows which equal or exceed the following dimensions: average depth of two (2) feet and cover a ground surface of 100 square feet. See Images 7, 8, 9, and 10 in Exhibit 3.

Slash Mats – Areas of deep, compacted, organic material generated during timber harvest operations. Slash mats include cull logs, tops, branches, bark, foliage, and other finely ground organic material, mixed with soil. Untreated slash mats are not suitable seed beds for trees and are not practical to plant trees in. See Images 8 and 9 in Exhibit 3. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 12 of 42

Slash Piling - The concentrating and compacting of excess amounts of woody debris and slash such that piles may be consumed by burning. Piles must be reasonably dirt-free, compacted, and piled sufficiently tight to facilitate complete burning. Piles in some areas may be left unburned to provide habitat for wildlife.

Road Closure – Treatment to road ways to make them unusable by motorized or mechanized traffic. The road bed is capable of vegetation production. Drainage is adequate to minimize soil erosion and sedimentation.

Road Obliteration – Treatment to road beds to make them no longer strongly evidence as a travel way, and capable of natural vegetation production. The road prism is usually recontoured back to natural slope.

Snow Removal – Removing snow from road ways to allow more rapid snow melt and drainage. Removal is normally not down to the road surface in order to protect road surface material from erosion.

C.3 GENERAL SPECIFICATIONS

C.3.1. GOVERNMENT-FURNISHED PROPERTY

There is no Government-furnished property for this project.

C.3.2. OTHER GOVERNMENT-FURNISHED SERVICES

Erosion control seed and seed application will be provided by the Government.

C.3.3. PERSONNEL QUALIFICATIONS

All work under this contract shall be performed in a skillful and workmanlike manner. The Contracting Officer may require the Contractor to replace any employee whom the Contracting Officer determines to be incompetent, careless or otherwise objectionable.

C.3.4. PROGRESSION OF WORK

Contractor shall perform the work in a progressive, orderly manner. All road closure, site preparation, brush piling and/or crushing work on one unit shall be completed before work is started on another unit, unless wet ground conditions halts work, or if more than one piece of equipment is on the job.

Past experience in this type of site preparation and road closure work has provided insight into the expected production rates (varying some for terrain, ground condition, and needed treatments). Failure to meet expected production rates could be cause for the Contracting Officer to direct the replacement of operators or pieces of equipment, changes in methodologies, or stopping work on the contract.

C.3.5. PROTECTION OF IMPROVEMENTS AND RESOURCES

The Contractor will protect all structural improvements such as cattle guards, gates, fences, ponds, ditches, signs, and roads. The Contractor will restore any improvements damaged by the operation in a timely fashion. Improvements will be restored to pre-operation condition at the expense of the Contractor. Equipment will not cross meadows, live streams, springs, primary roads, or any other non-work areas except as designated by the Contracting Officers Representative. Movement of equipment between work areas will only be allowed on open designated roads. Cross country travel is not allowed to prevent establishment of new OHV routes.

C.3.6. ROAD DAMAGE

Vehicles shall not be operated on roads in the contract area if ground or weather conditions during operation causes lateral displacement or flowing of soil and deep rutting. Such conditions usually develop where frozen ground is 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 13 of 42

thawing, when snow is melting, and during or immediately following rain storms. When walking equipment across State Highway 149, the contractor shall place tires or other materials on the highway pavement to prevent damage to the road surface.

C.3.7. USE OF ROADS BY THE CONTRACTOR

The contractor shall not operate steel-tracked equipment on State Highway 149 except when walking equipment across the roadway.

In addition to wet weather operating restrictions, it is the intent of this contract that the work be performed with the present system of existing roads. An existing road is one with a distinguishable roadbed that permits vehicle travel without major improvements to the road. Distinguishable roadbeds that are now reforested (have at least 300 stems/acres) with trees at least 3-feet tall, or that would require major earth work to permit vehicle travel are not considered existing roads for the purpose of this contract. Limited improvement of existing roads is permitted to allow for safe vehicle access (e.g., filling or smoothing ruts, removing roadside trees or obstacles and removing trees less than 3-feet tall or obstacles from the roadbed).

Upon written approval of the Forest Service, the Contractor may open closed roads to access a work area. Any closed roads opened by the Contractor will be returned to the closed condition in which it was found (e.g., replacing rocks, stumps or logs/slash previously scattered on the roadbed and restoring drainage or barrier structures removed or altered to permit vehicle travel).

Where seasonal road closure gates are closed to limit public motorized traffic during spring snow melt, the Contractor will be required to close and lock the gate after passing through.

C.3.8. CLEANING OF EQUIPMENT

In order to reduce the spread of noxious weeds to the project area and other public lands, crawler tractors and other equipment will be cleaned by the Contractor prior to moving the equipment onto public lands and the project area. Equipment will be cleaned of mud, dirt, and accumulations of organic material which may harbor seed or plant parts of noxious weeds. Steam cleaning is an acceptable method of reducing the import of noxious weeds. Belly pans must be cleaned prior moving in. Fluid leaks shall be repaired prior to moving onto site.

C.3.9. TRANSPORTATION OF EQUIPMENT

Equipment must be moved between work sites in such a manner as not to damage permanent road surfaces. A lowboy trailer is considered an acceptable method. Any other method must be approved in writing by the Contracting Officer. Maximum gross vehicle weight and vehicle width allowed is 82,500 lbs. and 10 feet. Equipment on a trailer may be wider, but will need to be flagged and placarded with “Over Size Load” signs per State laws. The minimum road or bridge width to be encountered on this project is twelve feet six inches. Contractor is responsible for transporting Government furnished property or Contractor furnished property to, between, and from all work sites.

The Contractor is responsible for obtaining all necessary permits, licenses, etc., for operating and transporting equipment.

C.3.10. LEAVE TREES

In cutting units, all live trees shall be left standing to the maximum extent possible. Standing dead lodgepole pine and aspen (live or dead) 8-inches dbh and larger, and standing dead Douglas-fir and Engelmann spruce 10-inches dbh and larger, will be protected. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 14 of 42

C.3.11. SLASH DISPOSAL

Slash resulting from work on this contract shall be removed from streams, drainages, power lines, telephone right- of-ways, private land, and from within 10-feet of property corners. Slash may be left in road ways which are to be closed. Slash falling upon cut and fill slopes along permanent open roads in the work area shall be removed from cut and fill slopes and scattered into the units in a manner so as to not form piles or windrows. Remaining slash shall be treated to lie within eighteen (18) inches of the ground.

C.3.12. PERSONAL PROTECTIVE EQUIPMENT

The contractor shall train workers in the safe operation and use of equipment that the worker may use before the worker begins using such equipment.

Personal protective equipment (PPE) including hard hats, eye protection, hearing protection, gloves, and sturdy work boots should be worn during equipment operations. Personal protective equipment shall be maintained in a sanitary and reliable condition. Defective or damaged personal protective equipment shall not be used.

In any area where the worker is exposed to the potential for flying or falling objects, the contractor shall provide a hard hat, at no cost to the employee, and the contractor shall assure that the employee wears the hard hat. The hard hat must meet the minimum requirements of American National Standards Institute (ANSI) standard Z89.1-1997.

The contractor shall provide, at no cost to the employee, eye protection where there is potential for eye injury due to flying objects. This eye protection must meet the minimum requirements of ANSI standard Z87.1-2003.

The contractor shall provide, at no cost to the employee, hearing protection where there is a potential for hearing loss due to high intensity noise for example, chainsaw operation.

Refer to Occupational Safety and Health Administration (OSHA) regulations at 29 CFR 1910.266(d) Logging Operations and 29 CFR 1910 Subpart I (1910.132, 133, 135, 136, and 138).

C.3.13. CAMPING PERMITS

Work camp locations will be approved in advance by the Contracting Officers Representative with a District Ranger approved camping permit. Contractors will be required to maintain the camp site in clean, orderly, sanitary condition. Leakage of fuel and oil will be cleaned up and disposed of.

C.4 TECHNICAL REQUIREMENTS

C.4.1. EQUIPMENT SPECIFICATIONS

Past experience has shown that a D-4 or D-5 class dozer is effective for completing the required work. Other types of heavy equipment maybe substituted for the requested type after approval by the Contracting Officer. As a minimum, other types of heavy equipment must meet the standards outlined below for crawler tractors.

Crawler Tractors

Crawler tractors must be equipped with operable Forest Service approved spark arrestor or turbo charger. As a minimum, the tractor(s) shall be equipped with an open canopy, roll-over protective structure (ROPS), logging type, including brush deflector, overhead canopy and rear screen in accordance with SAEJ-395. The tractor will also be equipped with an operable standard brush rake and track grousers (minimum of two inches high). Experience has shown that crawler tractors should be equipped with belly pan and track guards. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 15 of 42

Engine size may range from 80 to 120 net engine H.P. Equipment smaller than 80 H.P. may not be powerful enough to complete work in a timely fashion or be able to move through stands without getting hung-up. Lighter equipment may not be able to crush woody debris or be able to pile slash as required (push and lift slash). Smaller equipment is generally more maneuverable between stumps and residual trees. Experience has shown that a crawler tractor in the Caterpillar D-4 or D-5 size class (or equivalent size in other manufacturer lines) works best in this type operation.

The crawler tractor must be equipped with a brush rake – clearing blade (with teeth) or brush rake. Heavy duty rock rakes with top guards to permit high piling are satisfactory. Tooth spacing shall be a maximum of 18- inches and a minimum of 12-inches between teeth. This tooth spacing is necessary to allow debris, rocks, pine cones, and dirt to filter through and not be pushed into the piles.

The dozer must be equipped with rear mounted, hydraulically lifted ripping teeth.

Other Equipment Required

a. Spark arrestor or turbo charger meeting either (I) USDA - Forest Service Standard 5100-1a: or (II) the 80 efficiency level determined according to the appropriate Society of Automotive Engineers (SAE) recommended practices J335 and J350.

b. Extinguishers and Tools on Equipment - while in use, each internal engine including tractors, trucks, yarders, loaders, welder, stationary engines, or comparable heavy equipment shall be provided with at least the following:

One chemical meeting one of the following specifications: 1. Two and one-half pound or larger size of the dry chemical type, minimum 10: BC rating. 2. Five pound or larger size of the carbon dioxide type, minimum 10: BC rating.

One shovel, sharp, size 0 or larger, round-pointed with the handle at least 36 inches long.

One axe, sharp, double-bit 3-1/2#, or one sharp .

Extinguishers, shovels and axes shall be mounted so as to be readily available from the ground. All tools shall be maintained in a serviceable condition.

c. Hobbs Meter.

d. Fluid Leaks – the equipment shall be free of leaking hydraulic fluid or oils. Minor leakage of fluid within normal limits may be accepted by the Contracting Officers Representative. When leakage becomes severe, the Contractor will stop operations and repair the leak. Severe leakage is where fluid reaches the ground, creating pools or stained soil. The Contractor will be responsible for cleaning up and removing fluid spills.

C.4.2. WORK SPECIFICATIONS

For the rehabilitation of burned slash pile ash pits, the treatment area is the ash pit footprint, and the area surrounding the ash pit covered by compacted woody debris (slash mats) and logging slash. The treatment of the surrounding area may extend 30 to 100-feet out from the ash pit. The location of ash pits is shown on the project maps. There may be ash pits in the area not shown on the project maps which will need rehabilitation, and some of the mapped ash pits may still be unburned or poorly-burned slash piles.

The boundary of units identified for site preparation for tree planting in Schedule Item 2 have been marked by blue flagging. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 16 of 42

The locations where road closure method changes from one type to another will either be marked on the ground with pin flags or flagging, or as specified by the Contracting Officers Representative at the location of changes.

The specific type of treatment in a cutting unit or along a road segment will be determined by the Contracting Officers Representative based on site-specific conditions. More than one treatment method may be used in a single cutting unit or along a single road segment as site conditions dictate. Due to adverse ground conditions and desirable regeneration, some areas for non-treatment will be designated by the Contracting Officers Representative.

Not all of the different treatment sections below will be utilized during this contract. They are included to describe scenarios where a different tactic maybe employed to gain the desired result. The variety of tactics are included so that where additional “finesse” type work is encountered, the matching treatment tactic can be utilized.

C.4.2.1. Methods of Site Preparation for Reforestation and Treatment

C.4.2.1.1 Machine Site Preparation for Tree Planting

This is a treatment where spots of bare soil are created which will be free of competing vegetation, and suitable for hand planting of tree seedlings. The hand planting may be by planting tools such as the “hoedad”, planting tool, shovel, or powered auger. Trees are planted at a spacing of six to fourteen-feet depending on the availability of good planting spots with acceptable microsites, tree species, aspect and slope of the ground.

Mechanized treatment will be necessary in areas covered by deep, dense sod, sedge, grass, and forb cover, or areas covered by slash mats and logging slash. See Images 7, 8, 9, 10, 11, 12, and 13 in Exhibit 3 for examples of areas which are not plantable or which will be very difficult to plant. Planting spots will need to be at least 18 to 24- inches across. Planting spots will need to be spaced out at six to twelve-foot intervals. See Images 12 and 13 of completed site preparation for tree planting. Potential planting spots occupied by living tree seedlings and saplings do not need to be treated (Image 15). Where the soil and vegetation has been well disturbed during timber harvest operations, and planting spots are available, site preparation is not necessary (Image 16).

In areas where slash mats are present, the organic material will be spread out and spots of mineral soil exposed for reforestation requirements. Some mounding of organic material is acceptable when necessary to expose mineral soil. Do not allow organic material from slash mats to be incorporated into slash piles to be burned. Where slash mats are adjacent to roads to be closed, the fine organic material can be spread across the road. The road bed should be ripped prior or during slash mat spread to reduce soil compaction in the road bed and help work fine organic material into the soil. Be wary of short logs and high stumps hidden in the slash mat.

Planting beds for seedlings may be created by disturbing the soil surface by turning on the tracks, ripping the soil with the brush rake or rippers, digging and scalping with the blade, by rocking/dipping the blade, by digging or dragging as excavator bucket across the ground, or by moving woody debris across the ground.

C.4.2.1.2 Machine Scarification of Seedbeds for Natural Regeneration

For most conifer tree species, bare mineral soil is necessary for natural tree seed to land on in order for consistent, adequate seed germination and seedling establishment. Scarification is the process by which mineral soil is exposed and disturbed (but not displaced) by mechanical means to create an acceptable seed bed for trees. Soil is disturbed by turning on the tracks, ripping the soil with the brush rake teeth or rippers, by digging or dragging an excavator bucket across the ground, by rocking/dipping the blade, or by moving woody debris across the ground.

In areas of treatment units unoccupied by desired trees, it is desired that a minimum of forty (40) percent of the ground be in exposed and disturbed mineral soil seedbeds. Where slope exceeds thirty (30) percent and scarification is directed, the area to be treated is twenty-five (25) percent of the ground surface. Soil is to be disturbed, but not displaced. The scarification is to be scattered across the entire treatment area. Where desired trees are close 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 17 of 42

together, do not treat those areas. Do not scarify the soil under the drip line of the crowns of desired overstory trees (usually within ten-feet of overstory tree boles) to avoid damage to root systems.

At the discretion of the Contracting Officers Representative, treatment of specific steep areas will not be conducted to protect resources. Areas with considerable surface rock which are not conducive to machine scarification, and areas which were sufficiently scarified during logging, will be identified by the Forest Service for non-treatment.

In partial cut stands, most of the residual trees are desired for retention. Protect advanced regeneration and desired trees, but do grub out or machine trample cull trees. See Image 15 in Exhibit 3 for an example of desirable advanced regeneration. Areas of desirable dense seedlings and saplings will be identified by the Contracting Officers Representative to be avoided. In general, lodgepole pine, Douglas-fir, spruce, fir, and aspen trees should be protected.

In areas where slash mats are present, the organic material will be spread out and spots of mineral soil exposed for reforestation requirements. Some mounding of organic material is acceptable when necessary to expose mineral soil. Do not allow organic material from slash mats to be incorporated into slash piles to be burned. Where slash mats are adjacent to roads to be closed, the fine organic material can be spread across the road. The road bed should be ripped prior or during slash mat spread to reduce soil compaction in the road bed and help work fine organic material into the soil. Be wary of short logs and high stumps hidden in the slash mat.

Where roads are identified for closure under this contract, logs and slash mat material may be scattered across the road way to aid in closure.

C.4.2.1.3 Rehabilitation of Burned Slash Pile Ash Pits

In areas where slash piles have been burned in recent years, ash pits exist which will not naturally vegetate for a prolonged period of time. These untreated ash pits do tend to be preferred by several species of undesirable noxious weeds to become established in an area. The ripping and mixing of the ash pit is intended to break-up and mix heat sterilized soil such that desirable vegetation will become established. The established desirable vegetation will deter noxious weed establishment.

For the rehabilitation of burned slash pile ash pits, the treatment area is the ash pit footprint, and the area surrounding the ash pit covered by compacted woody debris (slash mats) and logging slash. The treatment of the surrounding area may extend 30 to 100-feet out from the ash pit.

The Contractor will rip the charcoal bed and soil below, break up surrounding woody debris slash mats, stir and mix the ash, soil, and woody debris, smooth out humps and piles of dirt and ash, scatter remaining logs and poorly burned log ends across the burned area, and scatter/crush remaining fuels in the area.

See Images 1, 3, 5, 6, 7, and 9 in Exhibit 3 of slash pile ash pits, surrounding slash mats, and completed rehabilitation (Images 2 and 4).

C.4.2.1.4 Reworking Landing Slash Piles

Landing slash piles which have been ignited, but burned poorly, or did not ignite at all will benefit from being reworked or repiled. Some slash piles and cull log decks were not well compacted during timber harvest operations. These cull log decks are to be burned to reduce the volume of woody debris in the area. There are uneven log ends on the cull log decks which will not burn well and will become burned log ends or chunks.

The Contractor will pile the cull logs into or onto landing slash piles with the heavy equipment. Slash piles will be compacted and pushed up to improve consumability of the debris. The Forest Service may provide chainsaw support to break-up the length of cull logs to facilitate piling. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 18 of 42

Logging slash piles commonly have a deep slash mat apron around the pile. Fine organic material in slash piles will smolder for a prolonged period of time, which could create air pollution issues later on. Woody debris in slash mats has been observed to smolder and “charcoal” for months, creating the potential for an escaped fire. Use the blade/rake to work the fine organic material back away from the slash pile. Do not push the fine organic material into the pile.

C.4.2.1.5 Slash Piling of Excess Amounts of Woody Debris

Slash piling is the concentrating and compacting of excess amounts of slash or woody debris such that the piles may be consumed by burning. Piles must be reasonably dirt-free, compacted, and piled sufficiently tight to facilitate complete burning. Piles in certain areas may be left unburned to provide habitat for wildlife. It is not desired that 100% of woody debris be piled. Light or scattered amounts of woody debris is okay to be left unpiled on site as long as the debris is within eighteen (18) inches of the ground.

Image 16 in Exhibit 3 shows as area where woody debris is light. Images 7, 8, 9, and 10 show areas of increasing slash loadings where slash piling will be necessary in order to obtain the desired mineral soil seedbed.

Where specified by the Forest Service, the Contractor shall uniformly pile sixty (60) to eighty (80) percent of existing larger-sized slash. Logs larger than 6-inches in diameter, measured at the large end, shall be piled for burning, except that up to 20 logs per acre may be left unpiled provided they are well-scattered, touch the ground for their full length and are not attached to a root wad. Excess slash and logs, including cull standing timber and snags except designated leave trees, shall be moved into piles. It is desired that much of the needles, small twigs and branches, cones, litter, and duff be left on site, unpiled, for nutrient cycling, erosion control, and for a seed source (cones). Undesired live trees will be grubbed out of the ground and piled for disposal, or have their root systems so damaged that the potential for survival is nil. All remaining slash shall be treated to lie within eighteen (18) inches of the ground. At least forty (40) percent of the ground surface shall be scarified, that is, the soil is to be disturbed, but not displaced.

In areas with slopes greater than thirty (30) percent, the Contractor may have the option of either crushing or piling the steeper ground. All remaining slash shall be treated to lie within eighteen (18) inches of the ground and leave twenty-five (25) percent of the ground surface scarified, that is, the soil is to be disturbed, but not displaced. At the discretion of the Contracting Officers Representative, treatment of specific steep areas will not be conducted to protect resources.

Piles to be burned shall be a minimum of 8-feet wide by 6-feet high and 8 and 20-feet long. When it can be done safely, slash shall be piled on the contour rather than parallel to the slope of steep ground to avoid erosion of the soil. Piles must be reasonably dirt-free, compacted, and piled sufficiently tight, steep-sided, and pushed as tall as the equipment will allow in order to facilitate complete burning. Fine organic material from slash mats will not be incorporated into slash piles. If necessary, slash piles will be reworked to reduce the amount of dirt and fine-organic material included in the pile.

Stumps shall not be grubbed out of the ground and incorporated into slash piles due to the amount of dirt. Root wads from down trees will not included in piles unless old and dirt-free.

Smaller piles of debris may be built and/or left as directed by the Contracting Officers Representative for wildlife habitat.

Piles of slash to be burned shall be located so that burning operations will not damage desirable standing live trees. Piles shall not be constructed within a 50-foot of the edge of units, or within 100 feet of drainage ditches, or within high water marks of live and intermittent streams. All units will be piled in such a manner that after treatment, heavy slash concentrations shall not exist unless otherwise directed by the Contracting Officers Representative. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 19 of 42

Experience has shown that treatment of slash mats normally turns up a number of short logs which if in excessive amounts will need to be piled for disposal. The logs will need to be separated from the fine organic debris and dirt during piling to provide for cleaner burning, dirt-free piles. There also tends to be high stumps hidden under slash mats which the operator will need to be careful to avoid for high centering or damaging the equipment. See Image 9 for an example of a slash mat with high stumps and short log pieces imbedded the equipment operator will need to be careful of.

C.4.2.1.6 Crushing Slash and Trampling Cull Trees

Crushing is the process of breaking up, spreading, and compacting slash to reduce slash height, and spreading concentrations of slash out over a larger area by mechanical means.

Trampling is the process of knocking down standing cull and undesired trees, brush, and deep slash; spreading and compacting slash to reduce slash height, and spreading concentrations of slash out over a larger area by mechanical means. Trees which are trampled shall have their root systems either grubbed out of the soil or be so damaged as to eliminate the trees potential for survival.

Crushing and trampling of woody debris may be used where heavy slash concentrations do not exist, and most of the slash is comprised of debris less than 6-inches diameter at the large end. Slash shall be treated to lie within eighteen (18) inches of the ground. Where crushing and trampling is used, areas will be treated in such a manner that after treatment, heavy slash concentrations shall not exist, unless otherwise directed by the Contracting Officers Representative. Small piles of debris may be built and/or left as directed by the Contractor Officers Representative for wildlife habitat.

C.4.2.2 Methods and Features for Road Maintenance, Road Closure and Road Obliteration

Road closure locations and methods may be designated on the ground by the Forest Service using pin flags or plastic flagging, or as directed by the Contracting Officers Representative.

Ripping and slashing are commonly used together in road closure work. Ripping the roadbed is intended to reduce soil compaction, rehabilitate the soil to a vegetative productive condition, and to make the soil surface receptive to grass and tree seed. Slashing is intended to eliminate the use of the roadbed by motorized and mechanized traffic. Waterbars are installed or maintained during the process for erosion control.

Drainage crossings will be treated to provide for water flow with minimized erosion and sedimentation.

Roads which will be left open to public motorized and mechanized use will be maintained to reduce soil erosion. In general, maintenance will be by installing or improving waterbars, rolling dips, and drainage ditches. The size and shape of drainage facilities will be such to remain effective for an extended period of time while allowing passage by normal high clearance highway vehicles operated by prudent drivers. A minimal amount of road surface blading may be conducted as necessary and practical considering the type of heavy equipment used in the contract work, such as a dozer back blading with a swing brush rake.

The Forest Service may provide chainsaw support for the Contractor during closure operations and apply erosion control seed as needed.

C.4.2.2.1 Road Opening/Clearing

Level road closure berms or tank traps, move obstructing slash, stumps, logs, rocks and other debris off to the side to allow full-sized motor vehicles to safely operate on the roadway. Waterbars and rolling dips will be cleared and made functional. A minimum of road surface blading will be conducted only as needed to facilitate traffic. Otherwise leave “grassed over” road surfaces alone and use the equipment tracks to “smooth” the road surface. Road slashing materials should be conserved at the side of the road for future reuse in closing the roadway. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 20 of 42

C.4.2.2.2 Waterbars and Rolling Dips

Water bars are earthen berms installed in a road way or exposed area with the intention of deflecting moving water off to the side of the road and into vegetated areas, thus minimizing soil movement and erosion. The road way may or may not be closed to motorized and mechanized travel. The berm is usually installed at a 30o to 45o angle to the slope. Where waterbars exist, the Contractor will clean out the dip and outlet to maintain functionality. On open roads, the equipment operator will compact the berm by running over it several times during construction to firm the feature up to motor vehicle passage.

While waterbars may be somewhat short and abrupt, rolling dips are longer (often 20 to 40 feet) to allow vehicles towing trailers to cross, or facilitate higher speeds. Same principle, just longer and larger.

See “Exhibit 2 Waterbar” for a display of the waterbars and rolling dips.

Location and spacing of waterbars will depend on the soil type and grade of the road. It best to divert water early before it has an opportunity to flow, increase in volume, and increase in speed. Often a waterbar near the top of a grade are more efficient than waterbars further down the slope.

C.4.2.2.3 Roadbed Ripping

Rip the roadbed with rippers or brush rake teeth to break-up soil compaction and roughen the road surface. The ripped road surface will be more receptive to grass and tree seed establishment. Surface water flow is disrupted on the road surface, reducing the soil erosion potential. The intent is to return the roadbed to vegetative production and assist in preventing motorized or mechanized use. The road closure may be for a short number of years, or a permanent closure. Ripping is commonly applied along the entire length of the road segment except where the road surface is already revegetated or is too rocky to rip. Pulling up rocks helps in discouraging vehicle traffic. Ripping should be as deep as the equipment will allow. See Image 18 in Exhibit 3 for an example of a partially ripped road bed.

Short of full road re-contouring, during the ripping process, as much of the fill material on the downhill side of the road is to be pulled back up onto the roadbed. Realistically, the amount of fill to be drifted back up will be dependent on the type of heavy equipment in use and whether or not a brush rake or straight dozer blade is installed. It is not necessary that drifted fill material be spread and smoothed. Mounds and windrows of soil will be acceptable as long as water flow or erosion control is not compromised. Woody debris and rocks maybe mixed into the drifted material.

Waterbars will be installed or maintained to minimize water flowing across the disturbed surface for erosion control. Waterbar frequency or spacing will be dependent on soil type, cross slope, and road grade. Steeper slopes and road grades will necessitate closer waterbar spacing to divert water from the disturbed area.

C.4.2.2.4 Road Slashing

Placement of logs, slash, stumps, and rocks on a roadbed to prevent motorized and mechanized use. The roadbed prism may or may not be left intact for future reopening and use. Felling or pushing over nearby trees often provides the woody debris necessary to close the roadway to use. Caution is required to avoid creating a situation where Off Road Vehicles are able to pioneer new travel ways adjacent to closed routes because all the obstructing materials are placed in the closed road. Commonly the entire length of road segment to be closed will be treated as needed to prevent use and avoid erosion.

C.4.2.2.5 Road Tank Traps or Earth Berms

Large, tall, abrupt, and steep-sided earthen berms installed with the intention of closing road ways to motorized and mechanized use. Placement of rocks, logs, stumps and slash enhance the road closure effectiveness. The roughened 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 21 of 42

surface will be receptive to grass and tree seed for revegetation. Earth Berms also act as waterbars for erosion control. Tank traps are usually one of several road closure features utilized on a road segment. See “Exhibit-2 Earth Berms” for an illustration. Images 19 and 20 in Exhibit 3 show completed earth berms.

C.4.2.2.6 Roadbed Re-contouring

Restoring an excavated roadbed prism back to full vegetative productivity by pulling road fill material up on to the roadbed and cut slope, thus returning the ground line back to the natural contour. Prior to re-contouring, the roadbed will be ripped to reduce soil compaction. Logs, slash, stumps, and rocks are placed on the roadbed to further discourage and prevent motorized and mechanized use. See “Exhibit 2 - Recontour” for an illustration.

C.4.2.2.7 Road Mogals

A random pattern of divits and soil mounds along a road way segment produced by an excavator or backhoe with the intention of physically closing a roadbed to motorized and mechanized use. Slash, logs, stumps and rocks are placed in the roadway to further discourage vehicular use. The mogal road surface will be more receptive to grass and tree seed establishment. Surface water flow is disrupted on the road surface, reducing the soil erosion potential. See “Exhibit 2 - Mogals” for an illustration of mogal Installation.

C.4.2.3 Snow Removal

Snow removal is to allow more rapid snow melt and drainage such that the roadbed will firm-up earlier to normal vehicle traffic. It is assumed that normal vehicles will not be using the road way immediately.

Blade overburden snow from road ways to the downhill side of the road. Removal is normally not to the road surface in order to protect road surface material from erosion. Usually blading to within four to six-inches of the road surface is adequate. Commonly, at that depth is an ice lens, which protects the surface that can be left.

Snow berms will be broken at intervals to facilitate drain water getting off the road way. Make berm breaks at culvert inlet/outlets, in rolling dips, and low natural drain points.

Where snow depth is shallow and drifted snow is not present, simply running the equipment on the snow blade up will break-up the snow pack and accelerate melting.

C.4.2.4 Other Minor “Finesse” Work

Other minor amounts of unspecified equipment work may requested by the Contracting Officers Representative while the equipment is in the project area, if contract time allows, and if the minor work is agreed to by the Contractor. Minor “finesse” work could include, but is not limited to, items such as installing or maintaining erosion control facilities away from roads and cutting units, cleaning up other slash concentrations, or closing jeep trails. The ash beds of burned slash piles in previously site prepared cutting units (not included in this solicitation) may be ripped and spread out as time allows.

Minor finesse work will be paid for at the contracted hourly rate of Optional Bid Item 4. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 22 of 42

C.5 PERFORMANCE REQUIREMENTS SUMMARY

PERFORMANCE PERFORMANCE STANDARD MONITORING EFFECT OF NOT WORK (Acceptable Quality Level) METHODS MEETING STATEMENT PERFORMANCE STANDARD Rehabilitation of The ash and charcoal bed has been ripped Visual inspection by Rework the area at no Ash Pits and mixed with mineral soil, the site Government additional cost to the C.4.2.1.3 smoothed, and surrounding residual Inspector. Government. C.4.2.1.4 woody debris mats scattered, spread, or broken-up. If necessary, poorly burned or unburned slash piles will be re-piled for burning. Machine Site Where acceptable advanced regeneration Visual inspection by Rework the area at no Preparation for is not already established, planting spots Government additional cost to the Tree Planting to mineral soil of at least 18 to 24-inches Inspector Government. C.4.2.1.1 across will be available at six to twelve- supplemented by foot spacing. On the average, planting sample plots as spots will be at nine-foot spacing or 538 necessary. spots per acres. Planting spots will be free of competing vegetation and woody debris. Slash mats will be broken-up, mounded or spread to provide planting spots. Slash Piling of 60% to 80% of larger-sized slash piled in Visual inspection by Rework the area at no Excess Amounts of essentially dirt-free piles. Slash mats will Government additional cost to the Woody Debris be broken-up, mounded or spread to Inspector Government. C.4.2.1.5 provide seed beds. supplemented by sample plots as necessary. Road Closure Roadbed is closed as requested, effective Visual inspection by Rework the road at no C.4.2.2.2 erosion control is in place, and motorized Government additional cost to the C.4.2.2.3 and mechanized use is not practical. Inspector. Government. C.4.2.2.4 C.4.2.2.5 Road Opening The road way is wide enough and smooth Visual inspection by Rework the road at no C.4.2.2.1 enough to allow 4WD highway vehicles Government additional cost to the C.4.2.2.2 operated by prudent drivers access during Inspector. Government. dry ground conditions. Drainage features are fully functional. Snow Removal Snow removed to above the road surface, Visual inspection by Rework area at no C.4.2.3 and snow berms broken at intervals to Government additional cost to the facilitate drainage. Inspector. Government. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 23 of 42

D - SECTION D - Packaging and Marking

(There are NO clauses in this Section)

E - SECTION E - Inspection and Acceptance

52.246-4 Inspection of Services - Fixed-Price. (AUG 1996)

(a) Definition: "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services.

(b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires.

(c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work.

(d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties.

(e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may -

(1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and

(2) Reduce the contract price to reflect the reduced value of the services performed.

(f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may -

(1) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or

(2) Terminate the contract for default. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 24 of 42

E.1 INSPECTION

E.1.1. Inspection of Equipment

Each unit of equipment will be inspected at the time it is delivered to the job site. Equipment that does not meet contract specifications and requirements will be rejected. Equipment must be clean to minimize the import of noxious weed seed into the project area.

At the end of the contract or when equipment is removed from the job site, the equipment will be inspected again to document damage which may have occurred during the contract operations.

E.1.2. Quality Inspection

Periodic inspections may be performed by the Government while work is in progress. Inspections may include observations, ocular estimations, or formal sample plots as the situation dictates. Inspection for payment and acceptance may be conducted by the Government as work progresses. Customarily, inspection on mechanized site preparation contracts is done through ocular estimations.

E.1.2.1. Inspection With Snow Cover

Inspection will not be done when Inspector cannot see the ground surface due to snow cover.

E.1.3. Inspection Time

Inspection for payment will be made within five working days after the date on which the Contractor requests in writing an inspection on a completed unit.

E.2. ACCEPTANCE

E.2.1. Acceptance

A treatment will be considered satifactory if the Performance Standard in the C.5 Performance Requirement Summary table have been meet.

E.2.2. Deficiencies

Specific deficiencies detected as a result of Government inspection shall be corrected so that the work complies with the contract specifications. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 25 of 42

F - SECTION F - Deliveries or Performance

52.242-15 Stop-Work Order. (AUG 1989)

(a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either -

(1) Cancel the stop-work order; or

(2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if -

(1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and

(2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract.

(c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement.

(d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order.

452.211-74 Period of Performance. (FEB 1988)

The period of performance of this contract is from approximately May 15, 2017 (or date on Notice to Proceed) through approximately June 7, 2017 (twenty four calendar days).

F. 1. DELIVERIES

F.1.1. Contract Time. The Contractor shall start work promptly after receipt of a Notice to Proceed. The Contractor shall maintain progress at a rate that will assure completion within the stated contract time. The contract time will generally not exceed a required rate of progress exceeding that determined from the accepted work plan. If more than one area is available for treatment, the Government may prescribe the treatment sequence.

Items Estimated Complete Date Contract Time 1, 2, 3 June 7, 2017 24 days 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 26 of 42

The Forest Service will issue a Notice to Proceed as soon as weather and ground conditions are favorable for rehabilitation of the ash pits on one or more of the areas. Contract time will start whichever is sooner: (1) on the date specified on the Notice to Proceed, if the notice is hand-delivered; (2) on the third-day after the post office has issued a Notice of Certified Mail to the Contractor; or (3) when planting commences, whichever is sooner. Failure of the Contractor to pick-up Certified Mail will not be considered excusable.

F.1.2. Unsuitable Conditions. Whenever it is determined that environmental or physical conditions become unsuitable for successful mechanical treatment, or when extreme weather conditions create the potential for blow down, the Contractor shall move to another area identified by the Contractor and agreed to by the Contracting Officer, or take other mitigating actions to improve the situation agreed to by the Contracting Officer. When there is no acceptable mitigating practice and no other area is available, the Contracting Officer shall suspend work and stop the contract time. When conditions are again suitable, the Contracting Officer will issue an oral Resume Work Order and confirm that order in writing. The count of contract time will resume on the day indicated by the Contracting Officer. If the Contractor fails to keep in contact with the Contracting Officer, a written Resume Work Order will be mailed and the count of days of contract time will resume on the date specified in that order.

F.1.3. Work Completed After The Performance Period. Whenever the Contractor fails to complete work within the performance period, and is allowed to work beyond that period, the Contractor will be assessed the actual damages. Items to be included in the actual damage includes but is not limited to: wages of the COR and Government Inspector(s) for quality assurance after the performance period, costs of vehicles, meals and lodging that are incurred while administering the contract after the performance period. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 27 of 42

G - SECTION G - Contract Administration Data

452.215-73 Postaward Conference. (NOV 1996)

A post award conference with the successful offeror is required. It will be scheduled within * days after the date of contract award. The conference will be held at: Gunnison Ranger District Office 216 North Colorado Gunnison, CO 81230

G.1 INVOICES:

The "Submit Invoice-to" address for USDA orders is the Department of Treasury's electronic Invoice Processing Platform (IPP); all invoices shall be submitted via IPP. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at https://www.ipp.gov/index.htm.

The successful offeror must register at https://www.ipp.gov/vendors/enrollment-vendors.htm upon contract award if an IPP account has not previously been established.

G.2 FOREST SERVICE REPRESENTATIVES:

A Contracting Officer Representative shall be appointed for this contract upon award. His/her delegated authority, responsibilities and contact information shall be defined on a delegation letter after contract award.

G.3 PAYMENT PROCEDURES

Payment will be made by Item when the Item is inspected and accepted by the Government at the contracted price submitted by the Contractor.

Minor additional work items requested by the Forest Service will be paid for at the appropriate hourly Optional Item One rate for the equipment used as measured by Hobbs Meter and clock time, crosschecked by the Inspector's daily diary 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 28 of 42

H - SECTION H - Special Contract Requirements

The Contractor shall provide a list of all employees and subcontracted employees that will be working on the contract site. This list must be provided to the contracting officer prior to commencement of work.

The Contractor shall make no substitutions of key personnel without notifying the Contracting Officer within a reasonable timeframe (72 hours) in advance, and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the contract. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contractor shall make no substitution of personnel without the written consent of the Contracting Officer.

452.237-74 Key Personnel. (FEB 1988)

(a) The Contractor shall assign to this contract the following key personnel: Equipment Operator(s).

(b) During the first ninety (90) days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period, the Contractor shall submit theinformation required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions.

(c) The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes of key personnel. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 29 of 42

I - SECTION I - Contract Clauses

52.202-1 Definitions. (NOV 2013) 52.204-7 System for Award Management. (OCT 2016) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) 52.215-8 Order of Precedence - Uniform Contract Format. (OCT 1997) 52.219-6 Notice of Total Small Business Set-Aside. (NOV 2011) 52.222-3 Convict Labor. (JUN 2003) 52.222-41 Service Contract Labor Standards. (MAY 2014)

52.222-42 Statement of Equivalent Rates for Federal Hires. (MAY 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits WG4 $13.56 WG5 $14.75 WG6 $15.94 WG7 $17.19 WG8 $18.41

52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (SEP 2013) 52.223-5 Pollution Prevention and Right-to-Know Information. (MAY 2011) 52.223-6 Drug-Free Workplace. (MAY 2001) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases. (JUN 2008) 52.232-1 Payments. (APR 1984) 52.232-11 Extras. (APR 1984) 52.232-23 Assignment of Claims. (MAY 2014) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management. (JUL 2013)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013)

(a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.

(b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.

(c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. 52.233-1 Disputes. (MAY 2014) 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 30 of 42

52.233-3 Protest after Award. (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. (APR 1984) 52.243-1 Changes - Fixed-Price. (AUG 1987)

52.244-6 Subcontracts for Commercial Items. (JAN 2017)

(a) Definitions. As used in this clause-

Commercial item and commercially available off-the-shelf item have the meanings 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 (OCT 2015) (41 U.S.C. 3509), if the subcontract exceeds $5.5 million 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.

(iii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017).

(iv) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), if the subcontract offers further subcontracting opportunities.

(v) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

(vii) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).

(viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212(a));

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 31 of 42

(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496), if flow down is required in accordance with paragraph (f) of FAR clause 52.222-40.

(xii)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).

(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xiii) 52.222-55, Minimum Wages under Executive Order 13658 (DEC 2015), if flowdown is required in accordance with paragraph (k) of FAR clause 52.222- 55.

(xiv) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016), if the estimated subcontract value exceeds $500,000, and is for other than commercially available off-the-shelf items.

Note to paragraph (c)(1)(xiv): By a court order issued on October 24, 2016, 52.222- 59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

(xv)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a) if flow down is required in accordance with 52.224-3(f).

(B) Alternate I (JAN 2017) of 52.224-3, if flow down is required in accordance with 52.224-3(f) and the agency specifies that only its agency-provided training is acceptable).

(xvi)52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016), if the estimated subcontract value exceeds $500,000, and is for other than commercially available off-the-shelf items.

(xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706), if flowdown is required in accordance with paragraph (m) of FAR clause 52.222-62.

(xviii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10U.S.C. 2302 Note).

(xix) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), if flow down is required in accordance with paragraph (c) of FAR clause 52.232-40.

(xx) 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 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 32 of 42

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.

52.245-1 Government Property. (JAN 2017) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). (APR 1984) 52.249-8 Default (Fixed-Price Supply and Service). (APR 1984)

52.252-2 Clauses Incorporated by Reference. (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): For Federal Acquisition Regulations (FAR): www.acquisition.gov/far For Agriculture Acquisition Regulations (AGAR): www.usda.gov/procurement/policy/agar.html

52.253-1 Computer Generated Forms. (JAN 1991) 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 33 of 42

J - SECTION J - List of Documents, Exhibits, and Other Attachments

List of Documents, Exhibits, and Other Attachments

Attachme Title Date Number of Pages nt Number1 Exhibit 1 – Maps 02/28/2017 15 2 Exhibit 2 – Road Schematic Plates 02/27/2017 4 3 Exhibit 3 – Photographic Images 02/27/2017 11 4 Exhibit 4 – Wage Determination 01/05/2016 3 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 34 of 42

K - SECTION K - Representations, Certifications, and Other Statements of Offerors

52.204-8 Annual Representations and Certifications. (JAN 2017)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 115310.

(2) The small business size standard is $7,500,000.

(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 provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.

(2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM 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 SAM are applicable to this solicitation as indicated:

(ii) 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.

(iii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iv) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. This provision applies to all solicitations. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 35 of 42

(v) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include provision at 52.204-7, System for Award Management.

(vi) 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.

(vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation.

(viii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

(ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (x) 52.214-14, Place of Performance-Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(xii) 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.

(xiii) 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.

(xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xv) 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.

(xvi) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 36 of 42 exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xvii) 52.222-57, Representation Regarding Compliance with Labor Laws (Executive Order 13673). This provision applies to solicitations expected to exceed $50 million which are issued from October 25, 2016 through April 24, 2017, and solicitations expected to exceed $500,000, which are issued after April 24, 2017.

Note to paragraph (c)(1)(xvi): By a court order issued on October 24, 2016, 52.222- 57 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

(xviii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xix) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items.

(xx) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation. This provision applies to solicitations that include the clause at 52.204- 7.)

(xxi) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xxii) 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) 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 $77,533, the provision with its Alternate II applies.

(D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies.

(xxiii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xxiv) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification. This provision applies to all solicitations.

(xxv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. This 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 37 of 42

provision applies to all solicitations.

(xxvi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

(Contracting Officer check as appropriate.)

[ ] (i) 52.204-17, Ownership or Control of Offeror. [ ] (ii)

52.204-20, Predecessor of Offeror.

[ ] (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

[ ] (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification.

[ ] (v) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification.

[ ] (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only).

[ ] (vii) 52.227-6, Royalty Information. [ ] (A) Basic.

[ ] (B) Alternate I.

[ ] (viii) 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 SAM Web site accessed through https://www.acquisition.gov. After reviewing the SAM 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 (offeror to insert changes, identifying change by clause number, title, date). 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 No. Title Date Change 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 38 of 42

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 SAM.

(End of provision)

52.219-28 Post-Award Small Business Program Rerepresentation. (JUL 2013)

(a) Definitions. As used in this clause-

Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.

Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.

(3) For long-term contracts-

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 39 of 42

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:

The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code [insert NAICS Code] assigned to contract number [insert contract number]. (Contractor to sign and date and insert authorized signer's name and title).

52.223-1 Biobased Product Certification. (MAY 2012)

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015)

452.219-70 Size Standard and NAICS Code Information. (SEP 2001)

The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below:

Contract line item(s): All

- NAICS Code: 115310

- Size Standard: $7,500,000 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 40 of 42

L - SECTION L - Instructions, Conditions, and Notices to Offerors or Respondents

52.204-16 Commercial and Government Entity Code Reporting. (JUL 2016)

52.215-1 Instructions to Offerors - Competitive Acquisition. (JAN 2017) 52.216-1 Type of Contract. (APR 1984)

The Government contemplates award of a firm fixed price contract resulting from this solicitation.

52.237-1 Site Visit. (APR 1984)

Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

452.204-70 Inquiries. (FEB 1988)

Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award.

452.237-71 Pre-Bid/Pre-Proposal Conference (FEB 1988)

(a) The Government is NOT planning a pre-bid/pre-proposal conference. Potential offerors are encouraged to visit the work location before submitting a proposal.

(b) Offerors shall submit all questions regarding the project in writing at least fourteen (14) days prior to the closing date of this solicitation. An amendment to the solicitation containing an abstract of the questions and answers will be posted on the FBO website.

(c) The Government assumes no responsibility for any expenses incurred by an offeror prior to contract award.

(d) Offerors are cautioned that all terms and conditions of the solicitation remain unchanged unless they are changed by amendment to the solicitation. If the answers to questions, or any solicitation amendment, create ambiguities, it is the responsibility of the offeror to seek clarification prior to submitting an offer. 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 41 of 42

M - SECTION M - Evaluation Factors for Award

M.1 AWARD DETERMINATION

The Government will award one contract resulting from this solicitation to the responsible Offeror whose response best conforms to the solicitation and which will be the most advantageous to the Government, price and other factors considered.

This acquisition will utilize the Performance Price Trade-off technique to make a best value award decision. Technical Capability and Past Performance, when combined, are approximately equal in importance to Price. Technical Capability/ Past Performance and Price may be traded off, one against the other, to determine the best value for the Government.

M.2 OFFER COMPLIANCE

Offerors shall submit their proposal(s) in the format and quantities specified in Section L.

M.3 EVALUATION FACTORS FOR AWARD

A Technical Evaluation Board (TEB) will evaluate the proposals. Offerors are advised that the technical evaluation will be conducted in strict confidence in that the technical packages will be evaluated without knowledge of the price offered. The number and identity of Offerors are not revealed to anyone who is not involved in the evaluation/ award process or to the other Offerors.

Proposals will be evaluated based on the factors described below and the basis of award is the tradeoff process.

As the Government intends to make award without discussions, proposals should be submitted on the most favorable terms that the Offeror can make from both price and technical standpoints.

The evaluation process consists of four parts: (1) proposal compliance review and responsibility determination, (2) technical evaluation, (3) price evaluation and (4) cost/technical tradeoff analysis.

1. Proposal Compliance Review: This is an initial review to ensure that all required forms and certifications are complete and that both technical and price proposals are received.

2. Technical Evaluation of Capability to Perform Site Preparation Services: The Evaluation Board will evaluate and rate the proposals against RFP requirements. Factors will receive adjectival ratings of Unsatisfactory, Satisfactory, or Superior.

a. Organization: The TEB will evaluate the extent and quality of recent experience identified in the proposal. Documentation of successful completion of projects similar in size, scope and dollar value will be considered to have met the minimum requirements. Proposals that do not include substantial evidence that the Offeror has experienced, qualified operators and production capabilities to successfully execute this project will be considered to not meet the minimum requirements.

b. Plan of Operations: Narratives that demonstrate a clear understanding of the work, highly qualified on-site team supported by appropriate resources, and an ability to coordinate resources to ensure successful pursuit and completion of the work will be considered to meet the RFP requirements. Plans that do not demonstrate a clear understanding of the work, that do not demonstrate a capability to coordinate resources, do not identify the availability of suitable equipment or that do not demonstrate appropriate capacity will be considered to not meet the 2017 Spring Site Preparation Grand Mesa, Uncompahgre & Gunnison NFs AG-82MK-S-17-0006 Page 42 of 42

solicitation requirements.

c. Quality Control: Proposals will be evaluated on the adequacy and appropriateness of quality control and self-inspection plans and procedures.

Past Performance: In addition to the references provided by the Contractor, the Government may use other tools such as CPARS to evaluate past performance. The following points will be included in the evaluation of past performance:

a. Business Relations: Demonstrates effective management, ability to manage projects involving subcontracts, working relationship with the Contracting Officer and technical representatives, reasonable/cooperative behavior, flexibility, effective Contractor recommended solutions, businesslike concern for Government's interests.

b. Compliance with Contract Terms and Conditions: The standard is met by Contractors who have consistently met contract terms and specifications and demonstrated conformance to standards of good workmanship.

c. Timeliness of Performance: The standard is met by Contractors who have consistently demonstrated compliance with contract schedules and have completed work on-time.

d. Customer Satisfaction: The standard is met by Contractors who have consistently satisfied their customer’s expectations as evidenced by the willingness to rehire.

e. Quality of Work: Demonstrated ability to perform services in accordance with contract specifications and conformance to good standards of workmanship.

f. Cost control: Demonstrates the ability to complete contracts within budget (at or below); reasonableness of price change proposals submitted; providing current, accurate, and complete billings.

The evaluation board will evaluate the degree of successful completion of the experience identified in the proposal. Documentation of satisfactory past performance of projects considered similar in size, scope and dollar value will be considered to have met the minimum requirements. Proposals that do not demonstrate satisfactory past performance will be considered to not meet the minimum requirements of the RFP. Past performance that demonstrates superior performance completing similar projects may receive additional consideration. The Government may use other tools such as CPARS to evaluate past performance.

Note: in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. (see FAR 15.305(a)(2)(iv)). In this instance past performance will receive a neutral rating.

3. Price Evaluation: The evaluation board will evaluate price proposals independent of the technical evaluations. The evaluation board will evaluate the price for balance, reasonableness and realism through comparison to the Independent Government Estimate and the use of cost/price analysis.

4. Cost/Technical Tradeoff: After all the above evaluations are complete, the evaluation board will compare the relative advantages and disadvantages of the technical proposals, relative to the requirements of the RFP, and overlay the element of price. The intent is to select the proposal offering the best value to the Government.