805
REQUEST FOR PROPOSAL PROJECT: IDIQ FOR R&A "RVS, DHS CIS FIRST FLOOR EXPANSION" CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA ISSUE DATE: APRIL 19, 2010 PROPOSAL DUE DATE AND TIME : MAY 11, 2010 2:00 PM (PDT) SUBMIT TO : GENERAL SERVICES ADMINISTRATION LOS ANGELES SERVICE CENTER ATTN: HEATHER CANEY 300 NORTH LOS ANGELES ST., ROOM 4100 LOS ANGELES, CA 90012 TASK ORDER RFP NO.: 9P3PSLC101037 GENERAL SERVICES ADMINISTRATION SENSITIVE BUT UNCLASSIFIED PROPERTY OF THE UNITED STATES GOVERNMENT COPYING, DISSEMINATION, OR DISTRIBUTION OF THESE DRAWINGS, PLANS OR SPECIFICATIONS TO UNAUTHORIZED USERS IS PROHIBITED Do not remove this notice - Properly destroy documents when no longer needed

First Floor Expansion Specifications

Embed Size (px)

Citation preview

REQUEST FOR PROPOSALPROJECT: IDIQ FOR R&A

"RVS, DHS CIS FIRST FLOOR EXPANSION" CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CAISSUE DATE: APRIL 19, 2010 PROPOSAL DUE DATE MAY 11, 2010 AND TIME : 2:00 PM (PDT) SUBMIT TO : GENERAL SERVICES ADMINISTRATION LOS ANGELES SERVICE CENTER ATTN: HEATHER CANEY 300 NORTH LOS ANGELES ST., ROOM 4100 LOS ANGELES, CA 90012 TASK ORDER RFP NO.: 9P3PSLC101037

GENERAL SERVICES ADMINISTRATION

SENSITIVE BUT UNCLASSIFIED PROPERTY OF THE UNITED STATES GOVERNMENTCOPYING, DISSEMINATION, OR DISTRIBUTION OF THESE DRAWINGS, PLANS OR SPECIFICATIONS TO UNAUTHORIZED USERS IS PROHIBITED

Do not remove this notice - Properly destroy documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

TASK ORDER REQUEST FOR PROPOSALTIER 2, ZONE 5 TASK ORDER NO.: 9P3PSLC101037 PROJECT TITLE: RVS, DHS CIS FIRST FLOOR EXPANSION LOCATION OF WORK: CHET HOLIFIELD FEDERAL BUILDING 24000 AVILA ROAD, LAGUNA NIGUEL, CA 92677 SECURITY/WORK HOURS RESTRICTIONS: SEE VOLUME III ADDITIONAL REFERERENCES/CODES/STANDARDS: SEE VOLUME III

SITE VISIT DATE(S)/INSTRUCTIONS:

04/22/2010, 10 A.M. (PDT) SEE VOLUME II FOR DETAILS 04/27/2010, 2:00 P.M. (PDT) 05/11/2010, 2:00 P.M. (PDT)

DEADLINE FOR SUBMISSION OF QUESTIONS: DEADLINE FOR PROPOSAL SUBMISSION: SOURCE SELECTION FACTORS: 1. Price

2. Non-Price Factors. If none checked, selection is by price only. If non-price factors are checked, non-price factors will be considered to be roughly equal in weight to price in evaluating the contractor's proposal. Proposals must contain material described in Volume I pertinent to each checked factor. Past Performance Specialized Experience Quality of Equipment and Materials Systems Schematic and Description. List equipment/systems: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ Other (Specify Non-Price Factor)

PAGE 0 - 1 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

ANTICIPATED WORK START DATE: ANTICIPATED REQUIRED COMPLETION TIME: LIQUIDATED DAMAGES AMOUNT (PER DAY): RFP VOLUMES AND ATTACHMENTS: RFP VOLUMES

TBD 90 days from NTP $755.33

VOLUME I: OFFER FORMS VOLUME II: SUPPLEMENTARY CONDITIONS VOLUME III : TECHNICAL SPECIFICATIONS - WRITTEN SPECS & DRAWINGS STANDARD FORM 24 - BID BOND SPECIAL REQUIREMENTS: Installation Plan Commissioning Plan O&M Manuals As-Built DrawingsDESCRIPTION/STATEMENT OF WORK/PERFORMANCE STANDARDS (REFERENCE ATTACHMENTS AS APPROPRIATE):

WARNING : DO NOT QUALIFY YOUR PROPOSALONE LUMP SUM OFFER IS REQUIRED ON TASK ORDER OFFER FORM (VOLUME I). A BID GUARANTEE IS REQUIRED WITH YOUR PROPOSAL. SEE REQUIREMENTS IN VOLUME I AND STANDARD FORM 24. ESTIMATED COST RANGE OF THIS PROJECT IS BETWEEN $500,000 AND $1,000,000.

ORDERING OFFICIAL: HEATHER CANEY, CONTRACTING OFFICER GENERAL SERVICES ADMINISTRATION LOS ANGELES SERVICE CENTER, CONSTRUCTION SERVICES BRANCH

PAGE 0 - 2 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

PROPERTY OF THE UNITED STATES GOVERNMENT. Copying, dissemination, or distribution of these drawings, plans, or specifications to unauthorized persons is prohibited.NOTE: Unauthorized persons are those who do not have a need to know of the contents of the document. Those with a need to know would include contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit and offer or bid, or to complete the work or contract.

NOTICE CONCERNING TASK ORDER REQUEST FOR PROPOSAL

ATTENTION OFFEROR:

You are cautioned to carefully read the entire solicitation in order to be fully aware of all requirements, provisions and clauses. Fill-ins should be properly completed and verified. All copies should contain the same information. Verify calculations before signing your offer.

Bid Guarantee/Bid Bond Information on the bid guarantee can be found in Volume I - Offer Forms. Liquidated Damages Information on liquidated damages can be found in Volume II Supplementary Conditions. Site Visit Information on site visits can be found in Volume II Supplementary Conditions.Questions

The deadline for submission of questions regarding this solicitation is Tuesday, April 27, 2010, 2:00 PM (PDT). No questions will be accepted or answered after this time. Questions must be in written format and emailed to Heather Caney, Contracting Officer at [email protected]. Offer Submission The following documents must be submitted with your offer: 1. Task Order Offer Form 2. Standard Form 24 Bid Bond 3. Specialized Experience/Past Performance Reference Sheets (Minimum of 3 for each) Project References must meet the Similar Work definition stated in Volume I 4. Acknowledgement of Amendment(s), if any NOTE: Electronic Commerce IS a permitted method of submission, modification, revision, and withdrawal of proposals for this solicitation. Electronic submissions must be sent to Heather Caney,

PAGE 0 - 3 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

Contracting Officer, at [email protected], followed up with submission of the original documents in sealed envelopes and/ or packages to: U.S. General Services Administration Los Angeles Service Center, Construction Services Branch Attn: Heather Caney 300 North Los Angeles St., Suite 4100 Los Angeles, CA 90012 Be sure to reference the RFP Number, Project Title, and Proposal Closing Date on the envelope containing your offer.

PAGE 0 - 4 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

VOLUME I OFFER FORMS

PAGE I - 0 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA 1. FAR 52.228-1 BID GUARANTEE (SEP 1996)

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

(a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid. (b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return bid guarantees, other than bid bonds, (1) to unsuccessful bidders as soon as practicable after the opening of bids, and (2) to the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted. (c) The amount of the bid guarantee shall be twenty percent of the bid price or $3 Million, whichever is less. (d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails to execute all contractual documents or give a bond(s) within ten days after receipt of the forms by the bidder, the Contracting Officer may terminate the contract for default. (e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference.

2.

FAR 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2009) (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is 236220. (2) The small business size standard is $33.5 million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) Not used. (d) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change byPAGE I - 1 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

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 # ____________ _ ____________ _ ____________ _ Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of provision) 3. METHOD FOR AWARD The Government will make award to the responsive, responsible Offeror that conforms to all the submission requirements and is considered to be most advantageous to the Government, price and other factors considered. For purposes of the evaluation, price is roughly equal in weight and importance to the weight of the technical factor. As technical proposals become more equal in their technical merit, price becomes more important. Technical factors that Offerors will be evaluated on are: 1) Specialized Experience 2) Past Performance. In the case of an Offeror without a record of past performance, or for whom information on past performance is not available, that Offeror will be given neither a favorable nor an unfavorable evaluation regarding past performance. _________ _____ ______ _________ _____ ______ TITLE _________ DATE _____ CHANGE ______

4.

EVALUATION FACTORS A. PRICE EVALUATION

(1) Price Evaluation consists of (1) the base bid (consisting of the lump sum bid and any associated unit price bids extended by the applicable number of units shown on the offer form) plus (2) all alternates designated to be evaluated. The evaluation of alternates will not obligate the Government to accept the alternates. (2) An offer may be rejected as nonresponsive if the offer is materially unbalanced as to offer prices. An offer is unbalanced when the offer is based on prices significantly less than cost for some work and significantly overstated for other work.

PAGE I - 2 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA B. TECHNICAL EVALUATION

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

For purposes of the technical evaluation, the Government will only evaluate projects that meet the Similar Work definition. Similar Work is defined as: a repair & alteration project with a minimum dollar value of $750,000; completed within the last 5 years; and involving new construction, improvements and/or expansion of commercial buildings.(1) SPECIALIZED EXPERIENCE

This factor considers the extent of the Offerors experience within the last 5 years on contracts of Similar Work. Experience will be evaluated by analysis of information provided by the offeror and by interviews with the Offeror's past and/or current customers. The standard is met when Offerors submit a minimum of three contracts for Similar Work, completed within the last 5 years. (2) PAST PERFORMANCE

This factor considers the Offerors past performance, within the last 5 years, in performing contracts for Similar Work. This past performance evaluation may include an evaluation of the Offeror's quality of workmanship, timeliness of delivery, responsiveness of management and cooperation with customer, adherence to contract requirements, and overall quality of Offerors performance and customer satisfaction. Evaluation of past performance is a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The standard is met when an Offerors references indicate that the Offers past performance was good. Additionally, the Contracting Officer may identify and analyze the past performance of the Offeror on any other contract that they currently have or have completed. In the case of an Offeror without a record of past performance, or for whom information on past performance is not available, that Offeror will be given neither a favorable nor an unfavorable evaluation regarding past performance. While Offerors must provide a minimum of 3 references for the past performance evaluations, they may provide more. However, the Government is not required to conduct or complete past performance evaluations on more than 3 contracts, although it may choose to do so. Additionally, if more than 3 references are provided, the Government reserves the right to choose which references to include in its past performance evaluation.

5.

SUBMISSION REQUIREMENTS Each Offeror must provide a minimum of three (3) customer references for both technical evaluation factors. It is the Offerors responsibility to provide sufficient information regarding their reference projects for the Government to determine if a project meets the Similar Work definition as stated in the Evaluation Factor section above. Offerors are cautioned to verify the accuracy of the contact information for references for the past performance evaluation. If GSA is unable to contact a submitted Past Performance reference, then that Offeror will be given neither a favorable nor unfavorable evaluation for that reference. References shall only pertain to the Offeror entity itself, not prospective subcontractors. In addition to those references provided directly by the Offeror, the Government may identify and analyze such relevant past performance or experience of the Offeror on any other contract that the Offeror currentlyPAGE I - 3 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

has or had of which the Government has knowledge or obtains knowledge of, including but not limited to projects listed in the Past Performance Retrieval System (PPIRS).

6.

FAR 52.215-1 INSTRUCTIONS TO OFFERORS-COMPETITIVE ACQUISITION (JAN 2004) (a) Definitions. As used in this provision"Discussions" are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer's discretion, result in the offeror being allowed to revise its proposal. "In writing," "writing," or "written" means any worded or numbered expression that can be read, reproduced, and later communicated, and includes electronically transmitted and stored information. "Proposal modification" is a change made to a proposal before the solicitation's closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award. "Proposal revision" is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations. "Time," if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day. (b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). (c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision. (2) The first page of the proposal must show(i) The solicitation number; (ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available); (iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item; (iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation; and (v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office. (3) Submission, modification, revision, and withdrawal of proposals. (i) Offerors are responsible for submitting proposals, and any modifications or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30PAGE I - 4 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

p.m., local time, for the designated Government office on the date that proposal or revision is due. (ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and(1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or (2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (3) It is the only proposal received. (B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award. (4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items. (5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation. (6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award. (7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer. (8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer. (d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror).PAGE I - 5 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

(e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall(1) Mark the title page with the following legend: This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of-or in connection with-the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. (f) Contract award. (1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and sub-factors in the solicitation. (2) The Government may reject any or all proposals if such action is in the Government's interest. (3) The Government may waive informalities and minor irregularities in proposals received. (4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. (5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal. (6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. (7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government. (8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. (9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. (10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party.PAGE I - 6 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

(11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (i) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (ii) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (iv) A summary of the rationale for award. (v) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (vi) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision)

PAGE I - 7 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

SPECIALIZED EXPERIENCE / PAST PERFORMANCE REFERENCENote: The offeror shall complete this form in its entirety and submit as part of their proposal. Make additional copies as necessary and complete one form for each reference. See "Similar Work" Definition on Page I-3.ALL INFORMATION REQUESTED ON THE FORM MUST BE COMPLETED.1. OFFEROR (COMPANY NAME)

3. PROJECT STATUS AND TYPE

4. PROJECT NAME AND LOCATION (CITY, STATE)

CURRENT PREVIOUS

GOVERNMENT NON-GOVERNMENT

REFERENCE TYPE (PAST PERFORMANCE, SPECIALIZED EXPERIENCE, OR BOTH COMBINED) 5A. REFERENCE CONTACT PERSON/PROJECT MANAGER 5B. REFERENCE CONTACT PHONE NUMBER

5C. REFERENCE CONTACT FAX NUMBER

5D. REFERENCE CONTACT E-MAIL ADDRESS

6. CONTRACT NUMBER (IF FEDERAL GOVERNMENT CONTRACT)

7. VALUE OF CONTRACT

$8. TYPE OF FACILITY (office, hospital, manufacturing, school, etc.)

7B. PERCENTAGE OF WORK PERFORMED BY OFFEROR

9. SIZE OF PROJECT (SQUARE FOOTAGE)

10A. IS SERVICE COMPLETE?

10B. START DATE

10C. COMPLETION DATE

10D. NUMBER OF DAYS

YES

NO

21 DESCRIPTION OF WORK, PROBLEMS ENCOUNTERED AND CORRECTIVE ACTIONS TAKEN

PAGE I - 8 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

TASK ORDER OFFER FORMTIER 2, ZONE 5 TASK ORDER NO.: 9P3PSLC101037

PROJECT TITLE: RVS, DHS CIS FIRST FLOOR EXPANSION1. ISSUED BY 2. ADDRESS OFFER TO

General Services Administration Los Angeles Service Center, Const. Services Branch 300 N. Los Angeles Street, Suite 4100 Los Angeles, CA 90012

General Services Administration Los Angeles Service Center, Const. Services Branch Attn: Heather Caney 300 N. Los Angeles Street, Suite 4100 Los Angeles, CA 90012

3. OFFEROR (Company Name)

4. OFFEROR PHONE NUMBER

5. OFFEROR FAX NUMBER

6. OFFEROR DUNS NUMBER

7. OFFEROR TAX ID NUMBER

PRICES ARE REQUIRED BELOW FOR ALL ITEMS OF WORK INDICATED IN THE SPECIFICATIONS, DRAWINGS, AND AMENDMENT(S) (IF APPLICABLE). 0001 LUMP SUM BID Write in Price for Lump Sum Bid work: $___________________________

8. The offeror agrees to perform the work required at the prices specified above in strict accordance with the terms of this task order request for proposal, if this offer is accepted by the Government in writing within ________ calendar days after the date offers are due. (Insert any number equal to or greater than the minimum requirement stated below. Failure to insert any number means the offeror accepts the minimum stated below.)

9. A. Sealed offers in original and 1 copies to perform the work required are due at the place specified in Item 2 by 02:00PM local time TUESDAY, MAY 11, 2010. Sealed envelopes containing offers shall be marked to show the offerors name and address, the RFP number, and the date and time offers are due. B. An offer guarantee is, is not required.

C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.

D. Offers providing less than 60 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.10. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED TO SIGN OFFER (Type or print)

11. SIGNATURE

12. DATE

PAGE I - 9 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

VOLUME II SUPPLEMENTARY CONDITIONS

PAGE II - 0 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA 1. GENERAL CONDITIONS

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

Whenever the term General Conditions is used in the specification, it refers to the original IDIQ contract section entitled Construction Contract Clauses (Fixed Price). 2. FAR 52.211-12 LIQUIDATED DAMAGES - CONSTRUCTION (Apr 1984) (a) If the contractor fails to complete the work within the time specified in the contract, or any extension, the Contractor shall pay to the Government as liquidated damages, the sum of $755.33 for each day of delay. (b) If the Government terminates the Contractor's right to proceed, the resulting damage will consist of liquidated damages until such reasonable time as may be required for final completion of the work together with any increased costs occasioned the Government in completing the work. (c) If the Government does not terminate the Contractor's right to proceed, the resulting damage will consist of liquidated damages until the work is completed or accepted. 3. FAR 52.236-27 SITE VISIT (CONSTRUCTION) (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) The organized site visit has been scheduled for Thursday, April 22, 2010 10:00 - 11:30 A.M. This will be the only site visit scheduled for this project. Please make sure a representative from your firm is in attendance if you are interested in submitting a proposal in response to this solicitation. (c) Participants will meet at Meet Project Manager, Rebecca Martinez, in the lobby area outside of the GSA Laguna Niguel Field Office, Suite 4100, Chet Holifield Federal Building promptly at 10:00 am Chet Holifield Federal Building 24000 Avila Road, Suite 4100 Laguna Niguel, CA 92677 (d) Please contact the Project Manager, Rebecca Martinez if more information is needed regarding the organized site visit. Ms. Martinez can be reached at (213) 894-0315 (office) or (213) 219-0793 (cell). (End of provision)

PAGE II - 1 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA 4. FAR 52.211-13 TIME EXTENSIONS (Apr 1984)

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

Notwithstanding any other provisions of this contract, it is mutually understood that the time extensions for changes in the work will depend upon the extent, if any, by which the changes cause delay in the completion of the various elements of construction. The change order granting the time extension may provide that the contract completion date will be extended only for those specific elements so delayed and that the remaining contract completion dates for all other portions of the work will not be altered and may further provide for an equitable readjustment of liquidated damages under the new completion schedule. 5. FAR 52.211-10 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to: (a) Commence work under this contract as stated in the task/delivery order after the Contractor receives the Notice to Proceed. (The phrases "commence work" may, but need not, involve on-site activity by construction tradesmen. Diligent ordering/delivery of materials and equipment, preparation and submission of documents to the government for approval are also included.) Prosecute the work diligently, and Complete the entire work ready for use not later than 90 calendar days after receipt of Notice To Proceed. The time stated for completion shall include final cleanup of the premises.

(b) (c)

6.

Note: The contractor shall furnish the required performance and payment bonds within 10 calendar days after award.FAR 52.228-15 PERFORMANCE AND PAYMENT BONDS-CONSTRUCTION (NOV 2006) (a) Definitions. As used in this clause Original contract price means the award price of the contract; or, for requirements contracts, the price payable for the estimated total quantity; or, for indefinite-quantity contracts, the price payable for the specified minimum quantity. Original contract price does not include the price of any options, except those options exercised at the time of contract award. (b) Amount of required bonds. Unless the resulting contract price is $100,000 or less, the successful offeror shall furnish performance and payment bonds to the Contracting Officer as follows: (1) Performance bonds (Standard Form 25). The penal amount of performance bonds at the time of contract award shall be 100 percent of the original contract price. (2) Payment Bonds (Standard Form 25A). The penal amount of payment bonds at the time of contract award shall be 100 percent of the original contract price. (3) Additional bond protection. (i) The Government may require additional performance and payment bond protection if the contract price is increased. The increase in protection generally will equal 100 percent of the increase in contract price. (ii) The Government may secure the additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond.PAGE II - 2 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

(c) Furnishing executed bonds. The Contractor shall furnish all executed bonds, including any necessary reinsurance agreements, to the Contracting Officer, within the time period specified in the Bid Guarantee provision of the solicitation, or otherwise specified by the Contracting Officer, but in any event, before starting work. (d) Surety or other security for bonds. The bonds shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list contained in Treasury Department Circular 570, individual sureties, or by other acceptable security such as postal money order, certified check, cashier's check, irrevocable letter of credit, or, in accordance with Treasury Department regulations, certain bonds or notes of the United States. Treasury Circular 570 is published in the Federal Register or may be obtained from the: U.S. Department of the Treasury Financial Management Service Surety Bond Branch 3700 East West Highway, Room 6F01 Hyattsville, MD 20782. Or via the internet at http://www.fms.treas.gov/c570/. (e) Notice of subcontractor waiver of protection (40 U.S.C. 3133(c)). Any waiver of the right to sue on the payment bond is void unless it is in writing, signed by the person whose right is waived, and executed after such person has first furnished labor or material for use in the performance of the contract. (End of clause) 7. F AR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (Sept 2007) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. (End of clause)

PAGE II - 3 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA 8. CERTIFICATE OF INSURANCE

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

The contractor must refer to the clauses FAR 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (Jan 1997) and GSAR 552.228-70 WORKERS COMPENSATION LAWS (Sep 1999), which can be found in the Construction Contract Clauses, located in the Master IDIQ contract. The coverage specified below, pursuant to Subpart 28.307-2 of the Federal Acquisition Regulation, are the minimums required: (1) Workers' Compensation and Employers' Liability Contractors are required to comply with applicable Federal and State Workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000, shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers (2) General Liability Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence (3) Property Damage $50,000 per occurrence (4) Automobile Liability The contractor shall provide automobile liability insurance written on the comprehensive form of the policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims.NOTE: THE FOLLOWING PARAGRAPH APPLIES ONLY IF HAZARDOUS MATERIALS ARE TO BE REMOVED, TRANSPORTED OR DISPOSED OF

(5) Hazardous Material Liability Any subcontractor (or contractor) performing asbestos work, polychlorinated biphenyls (PCB) work, or other hazardous materials work, shall provide bodily injury liability insurance policy of at least $1,000,000 per occurrence covering the work to be performed. If an occurrence policy is unavailable, contractor shall provide proof of a current claims made policy also covering this same work, with an extended endorsement period of not less than 10 years. The Government will not indemnify against such risks. Furthermore, the subcontractor (or contractor) will advise GSA in writing where this coverage and any related endorsements can be found in the policy.

PAGE II - 4 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

INSTRUCTIONS FOR SUBMITTING CERTIFICATES OF INSURANCE (a) Following award of the contract and as a condition of the issuance of notice to proceed, the contractor must furnish a Certificate of Insurance executed by the insurance provider. The contractor is to convey the enclosed Certificate of Insurance to the insurance provider for execution. A Certificate of Insurance may be submitted in any format provided that the certificate addresses all of the items indicated on the enclosed certificate, subject to the specific insurance requirements stated in the contract documents. (b) The insurance coverage obtained must satisfy the requirements of the contract in terms of: (1) Types of insurance (2) Minimum coverage amounts (3) Any required endorsements (c) Particular requirements include: (1) The policy or policies of insurance must stipulate that the Government is to be notified 30 days prior to any cancellation of the policy or any material change adversely affecting the Government's interest. (See FAR 52.228-5--INSURANCE--WORKS ON A GOVERNMENT INSTALLATION). (2) For contracts involving the abatement of asbestos, polychlorinated biphenyls (PCB's), and/or other hazardous materials, or contracts which are likely to involve the handling of such materials: If the contract insurance requirements stipulate, coverage for liabilities for bodily injury arising out of such work under this contract must be provided with limits no less than those specified for general liability insurance. Coverage for property damage associated with the hazardous materials will be required if it is specified in the contract documents.

PAGE II - 5 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

CERTIFICATE OF INSURANCE INSURERS AFFORDING COVERAGE: PRODUCER: INSURED: IDIQ CONTRACT/ DELIVERY ORDER NUMBER: TYPE OF INSURANCE General Liability POLICY NO. POLICY EFFECTIVE DATE POLICY EXPIRATION DATE Bod. Inj. Prop. Dam. BI/PD Comb. Pers. Inj. Bod. Inj. Prop. Dam. Bod. Inj. Bod. Inj. Prop. Dam. BI/PD Comb. BI/PD Comb. LIABILITY LIMITS (000s) Each Aggregate Occurrence

Hazardous Mat. Liab. (if req.-see specs)

Automobile Liability

Per Person Per Accident

Excess Liability Workmens Comp. & Employers Liability

Statutory Ea. Accident Disease-PL Disease-Ea. Employee

Other Coverage (if required) ADDITIONAL PROVISIONS: Any cancellation or any material change adversely affecting the Governments interest shall not be effective: (1) For such period as the laws of the State in which this contract is to be performed prescribe, or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. CERTIFICATE HOLDER: General Services Administration Los Angeles Service Center, Construction Services Branch 300 North Los Angeles St. Room: 4100 Los Angeles, CA 90012 AUTHORIZED REPRESENTATIVE: SIGNATURE: DATE:

PAGE II - 6 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA 9.

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

FAR 52.223-1 BIOBASED PRODUCT CERTIFICATION (DEC 2007) As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 2902, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements. (End of provision)

10.

FAR 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACT (DEC 2007) (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless (1) The product cannot be acquired (i) Competitively within a time frame providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 2902.10 et seq.). For example, some USDA-designated items such as mobile equipment hydraulic fluids, diesel fuel additives, and penetrating lubricants are excluded from the preferred procurement requirement for the application of the USDA-designated item to one or both of the following: (i) Spacecraft system and launch support equipment. (ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at http://www.usda.gov/biopreferred. (End of clause)

11.

FAR 52.223-4 RECOVERED MATERATIAL CERTIFICATION (MAY 2008) As required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. 6962(c)(3)(A)(i)), the offeror certifies, by signing this offer, that the percentage of recovered materials content for EPAdesignated items to be delivered or used in the performance of the contract will be at least the amount required by the applicable contract specifications or other contractual requirements. (End of Provision)

12.

FAR 52.223-9 ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA-DESIGNATED ITEMS (MAY 2008) (a) Definitions. As used in this clause Postconsumer material means a material or finished product that has served its intended use and has been discarded for disposal or recovery, having completed its life as a consumer item. Postconsumer material is a part of the broader category of recovered material. Recovered material means waste materials and by-products recovered or diverted from solid waste, but the term does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process.PAGE II - 7 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

(b) The Contractor, on completion of this contract, shall (1) Estimate the percentage of the total recovered material content for EPA-designated item(s) delivered and/or used in contract performance, including, if applicable, the percentage of postconsumer material content; and (2) Submit this estimate to ___________ [Contracting Officer complete in accordance with agency procedures]. (End of clause) 13. FAR 52.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS (MAY 2008) (a) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired (1) Competitively within a timeframe providing for compliance with the contract performance schedule; (2) Meeting contract performance requirements; or (3) At a reasonable price. (b) Information about this requirement is available at EPAs Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/ . The list of EPA-designate items is available at http://www.epa.gov/cpg/products.htm . (End of clause) 14. FAR 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009) (a) Definitions. As used in this clause Commercially available off-the-shelf (COTS) item (1) Means any item of supply that is (i) A commercial item (as defined in paragraph (1) of the definition at 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products. Per 46 CFR 525.1(c)(2), bulk cargo means cargo that is loaded and carried in bulk onboard ship without mark or count, in a loose unpackaged form, having homogenous characteristics. Bulk cargo loaded into intermodal equipment, except LASH or Seabee barges, is subject to mark and count and, therefore, ceases to be bulk cargo. Employee assigned to the contract means an employee who was hired after November 6, 1986, who is directly performing work, in the United States, under a contract that is required to include the clause prescribed at 22.1803. An employee is not considered to be directly performing work under a contract if the employee (1) Normally performs support work, such as indirect or overhead functions; and (2) Does not perform any substantial duties applicable to the contract. Subcontract means any contract, as defined in 2.101, entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract. It includes but is not limited to purchase orders, and changes and modifications to purchase orders. Subcontractor means any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime Contractor or another subcontractor.

PAGE II - 8 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

United States, as defined in 8 U.S.C. 1101(a)(38), means the 50 States, the District of Columbia, Puerto Rico, Guam, and the U.S. Virgin Islands. (b) Enrollment and verification requirements. (1) If the Contractor is not enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall (i) Enroll. Enroll as a Federal Contractor in the E-Verify program within 30 calendar days of contract award; (ii) Verify all new employees. Within 90 calendar days of enrollment in the E-Verify program, begin to use E-Verify to initiate verification of employment eligibility of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); and (iii) Verify employees assigned to the contract. For each employee assigned to the contract, initiate verification within 90 calendar days after date of enrollment or within 30 calendar days of the employees assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section). (2) If the Contractor is enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall use E-Verify to initiate verification of employment eligibility of (i) All new employees. (A) Enrolled 90 calendar days or more. The Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract within 3 business days after the date of hire (but see paragraph (b)(3) of this section); or (B) Enrolled less than 90 calendar days. Within 90 calendar days after enrollment as a Federal Contractor in E-Verify, the Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section ); or (ii) Employees assigned to the contract. For each employee assigned to the contract, the Contractor shall initiate verification within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section). (3) If the Contractor is an institution of higher education (as defined at 20 U.S.C. 1001(a)); a State or local government or the government of a Federally recognized Indian tribe; or a surety performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond, the Contractor may choose to verify only employees assigned to the contract, whether existing employees or new hires. The Contractor shall follow the applicable verification requirements at (b)(1) or (b)(2), respectively, except that any requirement for verification of new employees applies only t new employees assigned to the contract. (4) Option to verify employment eligibility of all employees. The Contractor may elect to verify all existing employees hired after November 6, 1986, rather than just those employees assigned to the contract. The Contractor shall initiate verification for each existing employee working in the United States who was hired after November 6, 1986, within 180 calendar days of (i) Enrollment in the E-Verify program; or (ii) Notification to E-Verify Operations of the Contractors decision to exercise this option, using the contact information provided in the E-Verify program Memorandum of Understanding (MOU). (5) The Contractor shall comply, for the period of performance of this contract, with the requirement of the E-Verify program MOU.PAGE II - 9 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

(i) The Department of Homeland Security (DHS) or the Social Security Administration (SSA) may terminate the Contractors MOU and deny access to the E-Verify system in accordance with the terms of the MOU. In such case, the Contractor will be referred to a suspension or debarment official. (ii) During the period between termination of the MOU and a decision by the suspension or debarment official whether to suspend or debar, the Contractor is excused from its obligations under paragraph (b) of this clause. If the suspension or debarment official determines not to suspend or debar the Contractor, then the Contractor must reenroll in E-Verify. (c) Web site. Information on registration for and use of the E-Verify program can be obtained via the Internet at the Department of Homeland Security Web site: http://www.dhs.gov/E-Verify . (d) Individuals previously verified. The Contractor is not required by this clause to perform additional employment verification using E-Verify for any employee (1) Whose employment eligibility was previously verified by the Contractor through the E-Verify program; (2) Who has been granted and holds an active U.S. Government security clearance for access to confidential, secret, or top secret information in accordance with the National Industrial Security Program Operating Manual; or (3) Who has undergone a completed background investigation and been issued credentials pursuant to Homeland Security Presidential Directive (HSPD) -12, Policy for a Common Identification Standard for Federal Employees and Contractors. (e) Subcontracts. The contractor shall include the requirements of this clause, including this paragraph (e) (appropriately modified for identification of the parties), in each subcontract that (1) Is for (i) Commercial or noncommercial services (except for commercial services that are part of the purchase of a COTS item (or an item that would be a COTS item, but for minor modifications), performed by the COTS provider, and are normally provided for that COTS item); or (ii) Construction; (2) Has a value of more than $3,000; and (3) Includes work performed in the United States. (End of Clause) 15. SENSITIVE BUT UNCLASSIFIED BUILDING INFORMATION (SBU) PBSs policy on SBU building information (GSA Order No. PBS 3490.1A (dated June 1, 2009)) has two principal objectives to reduce exposure to possible attacks or threats to GSA-controlled space: a. To diminish the potential that sensitive information about a building will be available for use by a person or persons with an interest in causing harm to persons or property. b. To respect GSAs legitimate business needs to allow access to this information to those authorized recipients who have a need to know such information. Sensitive But Unclassified (SBU) building information is contained in any document with information that is sufficiently sensitive to warrant some level of protection from disclosure but that does not warrant classification. Based on the above, the contractor will take necessary precautions as outlined in the subject order to ensure that SBU documents, including, but not limited to, building designs (floor plans), construction plans and specifications, renovation/alteration plans, equipment plans and locations, building operating plans, information used for building service contracts and/or contract guard services or any other informationPAGE II - 10 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

considered a security risk, shall be disseminated ONLY upon a determination that the recipients are authorized to receive said information. Furthermore, at the conclusion of the project, the Project Manager will coordinate with the contractor for the return of copies of building plans/specifications, solicitation documents, and other SBU electronic or hardcopy information, to the Government. A copy of this Order is available from the Contracting Officer upon request. SAFEGUARDING AND DISSEMINATION OF SENSITIVE BUT BUILDING INFORMATION UNCLASSIFIED (SBU)

This clause applies to all recipients of SBU building information, including offerors, bidders, awardees, contractors, subcontractors, lessors, suppliers, and manufacturers. (a) Marking SBU. Contractor-generated documents that contain building information must be reviewed by GSA to identify any SBU content, before the original or any copies are disseminated to any other parties. If SBU content is identified, the contracting officer may direct the contractor, as specified elsewhere in this contract, to imprint or affix SBU document markings to the original documents and all copies, before any dissemination. (b) Authorized recipients. Building information considered SBU must be protected with access strictly controlled and limited to those individuals having a need to know such information. Those with a need to know may include Federal, State, and local government entities, and nongovernment entities engaged in the conduct of business on behalf of or with GSA. Nongovernment entities may include architects, engineers, consultants, contractors, subcontractors, suppliers, and others submitting an offer or bid to GSA or performing work under a GSA contract or subcontract. Contractors must provide SBU building information when needed for the performance of official Federal, State, and local government functions, such as for code compliance reviews and for the issuance of building permits. Public safety entities such as fire and utility departments may require access to SBU building information on a need to know basis. This clause must not prevent or encumber the dissemination of SBU building information to public safety entities. (c) Dissemination of SBU building information: (1) By electronic transmission. Electronic transmission of SBU information outside of the GSA firewall and network must use session (or alternatively file encryption). Sessions (or files) must be encrypted with an approved NIST algorithm, such as Advanced Encryption Standard (AES) or Triple Data Encryption Standard (3DES), in accordance with Federal Information Processing Standards Publication (FIPS PUB) 140-2, Security Requirements for Cryptographic Modules. Encryption tools that meet FIPS 140-2 are referenced on the NIST web page found at the following URL: http://csrc.nist.gov/groups/STM/cmvp/documents/140-1/1401vend.htm . All encryption products used to satisfy the FIPS 140-2 requirement should have a validation certificate that can be verified at the following URL: http://csrc.nist.gov/groups/STM/cmvp/validation.html#02. (Not all vendors of security products that claim conformance with FIPS 140-2 have validation certificates.) Contractors must provide SBU building information only to authorized representatives of State, Federal, and local government entities and firms currently registered as active in the Central Contractor Registration (CCR) database at www.ccr.gov that have a need to know such information. If a subcontractor is not registered in the CCR and has a need to possess SBU building information, the subcontractor shall provide to the contractor its DUNS number or its tax ID number and a copy of its business license. (2) By nonelectronic form or on portable electronic data storage devices. Portable electronic data storage devices include but are not limited to CDs, DVDs, and USB drives. Nonelectronic forms of SBU building information include paper documents.PAGE II - 11 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

(i) By mail. Utilize only methods of shipping that provide services for monitoring receipt such as track and confirm, proof of delivery, signature confirmation, or return receipt. (ii) In person. Contractors must provide SBU building information only to authorized representatives of State, Federal, and local government entities and firms currently registered as active in the CCR database that have a need to know such information. (3) Record keeping. Contractors must maintain a list of the State, Federal, and local government entities and the firms to which SBU is disseminated under sections (c) (1) and (c) (2) of this clause. This list must include at a minimum (1) the name of the State, Federal, or local government entity or firm to which SBU has been disseminated; (2) the name of the individual at the entity or firm who is responsible for protecting the SBU building information, with access strictly controlled and limited to those individuals having a need to know such information; (3) contact information for the named individual; and (4) a description of the SBU building information provided. Once work is completed, or for leased space with the submission of the as built drawings, the contractor must collect all lists maintained in accordance with this clause, including those maintained by any subcontractors and/or suppliers, and submit them to the contracting officer. For federal buildings, final payment may be withheld until the lists are received. (d) Retaining SBU documents. SBU building information (both electronic and paper formats) must be protected, with access strictly controlled and limited to those individuals having a need to know such information. (e) Destroying SBU building information. SBU building information must be destroyed such that the marked information is rendered unreadable and incapable of being restored, or returned to the contracting officer, when no longer needed, in accordance with guidelines provided for media sanitization within Appendix A of NIST Special Publication 800-88, Guidelines for Media Sanitization, available at http://csrc.nist.gov/publications/nistpubs/800-88/NISTSP800-8_rev1.pdf. If SBU building information is not returned to the contracting officer, examples of acceptable destruction methods for SBU building information are burning or shredding hardcopy; physically destroying portable electronic storage devices such as CDs, DVDs, and USB drives; deleting and removing files from electronic recycling bins; and removing material from computer hard drives using a permanent-erase utility such as bit wiping software or disk crushers. (f) Notice of disposal. The contractor must notify the Contracting Officer that all SBU building information has been destroyed, or returned to the Contracting Officer, by the contractor and its subcontractors or suppliers in accordance with section (e) of this clause, with the exception of the contractor's record copy. This notice must be submitted to the contracting officer at the completion of the contract in order to receive final payment. For leases, this notice must be submitted to the Contracting Officer at the completion of the lease term. (g) Incidents. All improper disclosures of SBU building information must be immediately reported to the contracting officer at: U.S. General Services Administration Los Angeles Service Center Attn: Heather Caney 300 N. Los Angeles St., Suite 4100 Los Angeles, CA 90012 (213) 894-4145 If the contract provides for progress payments, the contracting officer may withhold approval of progress payments until the contractor provides a corrective action plan explaining how the contractor will prevent future improper disclosures of SBU building information. Progress payments may also be withheld forPAGE II - 12 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

failure to comply with any provision in this clause until the contractor provides a corrective action plan explaining how the contractor will rectify any noncompliance and comply with the clause in the future. (h) Subcontracts. The Contractor must insert the substance of this clause in all subcontracts. [End of clause]

PAGE II - 13 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

APPLICABLE MINIMUM HOURLY RATES OF WAGES 1. The attached wage determination decision of the Secretary of Labor specifies the minimum hourly rates of wages which shall be paid to laborers and mechanics employed or working directly upon the site of the work. The rates have been determined by the Secretary of Labor in accordance with the provisions of the Davis-Bacon Act, as amended, to be the prevailing rates for the corresponding classes of laborers and mechanics employed on contracts of a similar character in the locality where this work is to be performed. THESE MINIMUM HOURLY RATES OF WAGES SHALL APPLY ONLY IF THE CONTRACT IS IN EXCESS OF $2,000 IN AMOUNT. 2. While the wage rates given in the attached decision are the minimum rates required to be paid during the life of the contract, it is the responsibility of bidders to inform themselves as to local labor conditions such as the prevailing wage rates, the length of the work day and work week, overtime compensation, fringe benefit payments, available labor supply, and prospective changes or adjustments of wage rates. The Contractor shall abide by and conform to all applicable laws, Executive Orders, and rules, regulations and orders of the Secretary of Labor. No increase in the contract price shall be allowed or authorized on account of the payment of wage rates in excess of those listed in the attached decision. 3. The wage determination decision of the Secretary of Labor is attached solely for the purpose of setting forth the minimum hourly wage rates required to be paid during the life of the contract and is not to be accepted as a guarantee, warranty or representation as to the wage rates indicated. Under no circumstances shall any mistake in attaching the appropriate wage determination decision of the Secretary of Labor and in the wage rates set forth entitle the successful bidder to cancellation of his bid or contract or to an increase in the contract price or other additional payment or recovery.

PAGE II - 14 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

GENERAL DECISION: CA20100035 04/16/2010 CA35Date: April 16, 2010 General Decision Number: CA20100035 04/16/2010 Superseded General Decision Number: CA20080035 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: Orange County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number 0 1 2 3 Publication Date 03/12/2010 03/26/2010 04/02/2010 04/16/2010

ASBE0005-002 01/01/2010 Rates Fringes

Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems).....$ 32.93 15.32 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)...........................$ 24.21 13.76 ---------------------------------------------------------------ASBE0005-004 01/01/2010 Rates Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)....$ 18.85 Fringes

8.03

PAGE II - 15 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

---------------------------------------------------------------BRCA0004-010 05/01/2009 Rates Fringes

BRICKLAYER; MARBLE SETTER........$ 34.55 11.56 ---------------------------------------------------------------BRCA0018-004 06/01/2008 Rates Fringes

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

TERRAZZO FINISHER................$ 26.59 9.62 TERRAZZO WORKER/SETTER...........$ 33.63 10.46 ---------------------------------------------------------------CARP0409-001 07/01/2009 Rates CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer...................$ (2) Millwright..............$ (3) Piledriver/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial)................$ (4) Pneumatic Nailer, Power Stapler...............$ (5) Sawfiler...............$ (6) Scaffold Builder.......$ (7) Table Power Saw Operator....................$ Fringes

37.35 37.85

10.58 10.58

37.48 37.60 37.44 28.55 37.45

10.58 10.58 10.58 10.58 10.58

FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. Certified Welder - $1.00 per hour premium. ---------------------------------------------------------------CARP0409-005 07/01/2009PAGE II - 16 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

Rates

Fringes

Drywall DRYWALL INSTALLER/LATHER....$ 37.35 10.58 STOCKER/SCRAPPER............$ 10.00 6.67 ---------------------------------------------------------------ELEC0011-002 02/01/2010 COMMUNICATIONS AND SYSTEMS WORK Rates Communications System Installer...................$ 26.99 Technician..................$ 28.79 Fringes 3%+8.64 3%+8.64

SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings. Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Does not cover work performed at China Lake Naval Ordnance Test Station. Fire alarm work shall be performed at the current inside wireman total cost package. ---------------------------------------------------------------ELEC0441-001 08/27/2009 Rates Fringes

CABLE SPLICER....................$ 41.36 3%+11.90 ELECTRICIAN......................$ 39.54 3%+11.90 ---------------------------------------------------------------* ELEC0441-003 11/30/2009 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Communications System Installer...................$ 27.03 Fringes 3%+8.60

PAGE II - 17 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA Technician..................$ 28.83

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037 3%+8.60

SCOPE OF WORK The work covered shall include the installation, testing, service and maintenance, of the following systems that utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for TV monitoring and surveillance, background foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms and low voltage master clock systems. A. Communication systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems SCADA (Supervisory control/data acquisition PCM (Pulse code modulation) Inventory control systems Digital data systems Broadband & baseband and carriers Point of sale systems VSAT data systems Data communication systems RF and remote control systems Fiber optic data systems B. Sound and Voice Transmission/Transference Systems Background-Foreground Music Intercom and Telephone Interconnect Systems Sound and Musical Entertainment Systems Nurse Call Systems Radio Page Systems School Intercom and Sound Systems Burglar Alarm Systems Low-Voltage Master Clock Systems Multi-Media/Multiplex Systems Telephone Systems RF Systems and Antennas and Wave Guide C. *Fire Alarm Systems-installation, wire pulling and testing. D. Television and Video Systems Television Monitoring and Surveillance Systems Video Security Systems Video Entertainment Systems Video Educational Systems CATV and CCTV E. Security Systems, Perimeter Security Systems, Vibration Sensor Systems Sonar/Infrared Monitoring Equipment, Access Control Systems, Card Access Systems *Fire Alarm Systems 1. Fire Alarms-In Raceways: Wire and cable pulling in raceways performed at the current electrician wage rate and fringe benefits. Installation and termination of devices, panels, startup, testing and programmming performed by the Technician. 2. Fire Alarms-Open Wire Systems: installed by the Technician. ---------------------------------------------------------------ELEC0441-004 08/27/2009 Rates Fringes

PAGE II - 18 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

ELECTRICIAN (TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & STREET LIGHTING) Cable Splicer/Fiber Optic Splicer.....................$ 40.14 Electrician.................$ 39.54 Technician..................$ 29.66

3%+11.90 3%+11.90 3%+11.90

SCOPE OF WORK: Electrical work on public streets, freeways, toll-ways, etc, above or below ground. All work necessary for the installation, renovation, repair or removal of Intelligent Transportation Systems, Video Surveilance Systems (CCTV), Street Lighting and and Traffic Signal work or systems whether underground or on bridges. Includes dusk to dawn lighting installations and ramps for access to or egress from freeways, toll-ways, etc. Intelligent Transportation Systems shall include all systems and components to control, monitor, and communicate with pedestrian or vehicular traffic, included but not limited to: installation, modification, removal of all Fiber optic Video System, Fiber Optic Data Systems, Direct interconnect and Communications Systems, Microwave Data and Video Systems, Infrared and Sonic Detection Systems, Solar Power Systems, Highway Advisory Radio Systems, highway Weight and Motion Systems, etc. Any and all work required to install and maintain any specialized or newly developed systems. All cutting, fitting and bandaging of ducts, raceways, and conduits. The cleaning, rodding and installation of "fish and pull wires". The excavation, setting, leveling and grouting of precast manholes, vaults, and pull boxes including ground rods or grounding systems, rock necessary for leveling and drainagae as well as pouring of a concrete envelope if needed. JOURNEYMAN TRANSPORTATION ELECTRICIAN shall perform all tasks necessary toinstall the complete transportation system. JOURNEYMAN TECHNICIAN duties shall consist of: Distribution of material at job site, manual excavation and backfill, installation of system conduits and raceways for electrical, telephone, cable television and comnmunication systems. Pulling, terminating and splicing of traffic signal and street lighting conductors and electrical systems including interconnect, dector loop, fiber optic cable and video/data. ---------------------------------------------------------------ELEC1245-001 06/01/2009 Rates LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 44.47 (2) Equipment specialist (operates crawler tractors, commercial motor Fringes 13.11

PAGE II - 19 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST FLOOR EXPANSION CHET HOLIFIELD FEDERAL BUILDING LAGUNA NIGUEL, CA vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ 35.52 (3) Groundman...............$ 27.17 (4) Powderman...............$ 39.71

PBS - REG 9

TASK ORDER RFP # 9P3PSLC101037

12.07 11.82 12.23

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

FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------ENGI0012-003 07/01/2009 Rates OPERATOR: (All Other GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP Power Equipment Work) 1....................$ 2....................$ 3....................$ 4....................$ 5....................$ 6....................$ 7....................$ 8....................$ 9....................$ 10....................$ 11....................$ 12....................$ 13....................$ 14....................$ 15....................$ 16....................$ 17....................$ 18....................$ 19....................$ 20....................$ 21....................$ 22....................$ 23....................$ 24....................$ Fringes

36.83 37.61 37.90 39.39 40.49 39.61 40.71 39.72 40.82 39.84 40.94 40.01 40.11 40.14 40.22 40.34 40.51 40.61 40.72 40.84 41.01 41.11 41.22 41.34

17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22 17.22

PAGE II - 20 SENSITIVE BUT UNCLASSIFIED (SBU) PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY Do not remove this notice Properly destroy or return documents when no longer needed

IDIQ CONTRACT FOR R&A RVS, DHS CIS FIRST F