Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO....

210
NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL) Building 251 Deactivation, Decommissioning, and Removal (DD&R)

Transcript of Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO....

Page 1: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-1

Task Order 1

Lawrence Livermore National Laboratories (LLNL)

Building 251 Deactivation, Decommissioning, and Removal (DD&R)

Page 2: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-2

Table of Contents

SECTION A – SOLICITATION/CONTRACT FORM ............................................................................

Task Order 1 ............................................................................................................................................... 1 

Table of Contents ........................................................................................................................................ 2 

Section B - Supplies or Services and Prices/Costs .................................................................................... 4 

Section C - Performance Work Statement ............................................................................................... 5 

C.1.2 Task Order Implementation ....................................................................................................... 6 

C.2 Program Support Services ............................................................................................................ 7 

C.3 Deactivation, Decommissioning, and Removal (DD&R) of Facilities ...................................... 12 

C.3.1 Facility Characterization Program ........................................................................................... 12 

C.3.2 DD&R of Facilities ................................................................................................................. 13 

C.4 Waste Support Services .............................................................................................................. 15 

C.5 Performance Requirements ........................................................................................................ 16 

Section D - Packaging and Marking ........................................................................................................ 17 

Section E - Inspection and Acceptance ................................................................................................... 17 

Section F - Deliveries or Performance ..................................................................................................... 19 

Section G - Contract Administration Data ............................................................................................. 19 

Section H - Special Contract Requirements ........................................................................................... 20 

H.2 DOE-H-2002 No Third Party Beneficiaries (Oct 2014) .................................................................. 20 

H.3  Definitions ........................................................................................................................................ 20 

H.4  Employee Hiring Preferences Including Through Period of Performance ............................... 21 

H.5  DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017) (Revised) ...................... 21 

H.6  Special Provisions Applicable to Employee Compensation: Pay and Benefits .......................... 30 

H.7  Workforce and Benefits: Plans and Timeframes ......................................................................... 31 

H.8  DOE-H-2004 Post Contract Responsibilities for Pension and Other Benefit Plans (Oct 2014) 33 

H.9  DOE-H-2028 Labor Relations (Oct 2014) (Revised) .................................................................... 34 

H.10  WORKFORCE RESTRUCTURING ............................................................................................ 35 

H.11  Labor Standards .............................................................................................................................. 37 

H.12  DOE-H-2003 Worker’s Compensation Insurance (Oct 2014) .................................................... 38 

H.13  DOE-H-2073 Risk Management and Insurance Programs (Dec 2014) (Revised) ..................... 38 

H.14  DOE-H-2080 Agreement Regarding Workplace Substance Abuse Programs at DOE Sites (Apr 2018) .................................................................................................................................................. 41 

Page 3: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-3

H.15  Overtime Control Reporting .......................................................................................................... 41 

H.37 DOE-H-2058 Designation and Consent of Teaming Subcontracts – Alternate I (Oct 2014) (Revised) .................................................................................................................................................... 42 

H.52 Subcontracted Work ........................................................................................................................ 42 

Section I - Contract Clauses ..................................................................................................................... 42 

Section J - List of Documents, Exhibits and Other Attachments ......................................................... 43 

Page 4: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-4

Section B - Supplies or Services and Prices/Costs

This Task Order work shall be performed under Contract Line Item Number (CLIN) 01000 of the Nationwide DD&R Master Indefinite Delivery/Indefinite Quantity (IDIQ) Contract (herein referred to as the Master IDIQ Contract). Section B of the Master IDIQ Contract is incorporated by reference with the exception of clauses applicable to Fixed-Price Task Orders, and is revised for purposes of this Task Order with the information below specifically identified for this task.

B.1 DOE-B-2012 Supplies/Services Being Procured/Delivery Requirements (Oct 2014)

The Contractor shall furnish all personnel, facilities, equipment, material, supplies, and services (except as may be expressly set forth in this Task Order as furnished by the Government) and otherwise do all things necessary for, or incident to, the performance of work as described in Section C, Performance Work Statement (PWS) under this Task Order.

B.2 Type of Contract (b) DOE-B-2003 Cost-Plus-Incentive-Fee Task Order: Total Estimated Cost and Incentive Fee (OCT 2014)

(1) This is a Cost-Plus-Incentive-Fee Task Order. In accordance with the clause at FAR 52.216-10, Incentive Fee, the target cost, target fee, maximum and minimum fees, and the target fee increase and decrease ratios for this contract are shown in Table B-1.

Table B-1. Target Cost and Fee Information Target Cost [$proposed]

Target Fee [$proposed]

Maximum Fee 15%

Minimum Fee 0%

Target Fee Increase Ratio: 30 Cents/Dollar Less Than Target Cost

Target Fee Decrease Ratio: 30 Cents/Dollar More Than Target Cost

(2) The target cost, target fee, minimum and maximum fee, and target fee increase/decrease ratios are applicable to CLIN 01001 as shown in Table B-2.

Table B-2. Task Order CLIN Structure

CLIN CLIN Title CLIN Type Estimated

Target Cost Target Fee Total 01001 Task Order Implementation CR [$proposed] [$proposed] [$proposed] 01002 LLNL Building 251 DD&R CPIF [$proposed] [$proposed] [$proposed]

Total [$proposed] [$proposed] [$proposed]CLIN = Contract Line Item Number CPIF = Cost Plus Incentive Fee CR = Cost Reimbursable

Page 5: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-5

(3) Payment of target fee shall be made in accordance with the Clause 52.216-10, Incentive Fee, and the Payments clauses in the Master IDIQ Contract applicable to this Task Order.

B.4 DOE-B-2013 Obligation of Funds (Oct 2014)

(a) Pursuant to the clause of this Contract in FAR 52.232-22, Limitation of Funds, total funds in the amount(s) specified below are obligated for the payment of allowable costs and fee. It is estimated that this amount is sufficient to cover performance through the date(s) shown below. [TBD: total obligated funds and estimated performance carry-through date to be inserted at Task Order award]

B.6 Funding Profile

The planned funding profile per the Government Fiscal Year for this Task Order is shown in Table B-3 and is subject to Congressional and Departmental funding authorization.

Gov

ern

men

t F

isca

l Yea

r

FY

202

1

FY

202

2

$ Amount*

$34

$34

* The dollar amounts are represented in ($M). The provided funding profile represents the government’s estimate of future funding. This assumed funding is not a guarantee of available funds. Actual funding may be greater or less than these estimates. There is no commitment by DOE to request funds equivalent to this assumed funding. Available funds depend on Congressional appropriations and priorities within the DOE. The provided funding profile covers estimated costs and fee and/or prices to be identified in Section B of the Task Order, inclusive of funding of applicable pension or retirement plans described in Section C.

Section C - Performance Work Statement

C.0 Task Order Purpose and Overview

The goal of the LLNL Project is to remediate the facilities at the LLNL Site to the appropriate standards as defined in the site specific Memorandum of Agreement (MOA) between the Department of Energy (DOE) Environmental Management (EM) and DOE National Nuclear Security Administration (NNSA). Section C of the Master IDIQ Contract is incorporated by reference or is revised for purposes of this Task Order with the information below specifically identified for this task. This Task Order PWS utilizes the same numbering as the Master IDIQ PWS. Additionally, any references to Attachments in this Task Order are being made to Section J of this Task Order and not to Section J of the Master IDIQ Contract.

Page 6: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-6

SubTask # Task Title Related Master IDIQ PWS Section

1 Task Order Implementation C.1.2 2 Program Support Services C.2 3 DD&R of Facilities and Waste Support Services C.3, C.3.1, C.3.2 & C.4

IDIQ = Indefinite Delivery/Indefinite Quantity

Sub Task #1: Task Order Implementation

C.1.1 Executive Summary - Section C.1.1 of the Master IDIQ PWS does not apply to this Task Order.

C.1.2 Task Order Implementation

Section C.1.2 below supersedes Section C.1.2 of the Master IDIQ PWS.

The main goal of the implementation process is to ensure that terms and conditions of the Task Order are fully understood by the Contractor. The following section defines the implementation requirements:

(a) Submit a Task Order Implementation Plan to ensure successful completion of all implementation activities. The Task Order Implementation Plan shall accomplish the objectives of minimizing or avoiding impacts to continuity of sitewide operations, identifying key issues and approaches to resolution, and overcoming barriers to a successful Task Order Implementation.

(b) Establish the workforce needed to implement the Task Order.

(c) Establish the programmatic and management systems needed to support implementation under the terms and conditions of the Task Order.

(d) Provide a work breakdown structure for each Task Order PWS element that includes, but is not limited to the scope of work, labor relations, human and material resources, schedule of planned activities and milestones, identification of key issues that may arise during implementation and the associated resolutions, and the planned interactions with DOE, other sitewide contractors, regulators, and stakeholders.

(e) This sub-section does not apply to this Task Order.

(f) This sub-section does not apply to this Task Order.

(g) Complete deliverables associated with the PWS, as well as other sections of the Contract, listed in Section J, Attachment J-7, Deliverables. The Contractor shall provide a Task Order Submittal Log that includes all documents and deliverables required to be submitted to DOE. The Submittal Log shall contain submittal number, description, PWS section, type (informational, approval required, etc.), date required to be submitted, and DOE’s comments and the Contractor’s resolution. The submittal number in the log shall be used when submitting to DOE and only one cover sheet will be used per deliverable submission.

(h) Develop training for the workforce based on the Task Order requirements and the Contractor proposed technical and management approach for execution. Provide DOE a schedule for completion of training that results in 100 percent of the workforce trained to execute the Task Order.

(i) Perform a due diligence review (to include review of Building 251 technical documents, characterization data, and other documents or forms of information). Prior to the end of the Task

Page 7: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-7

Order Implementation period, provide the CO with a listing of material differences and preexisting conditions. After receipt and evaluation of the Contractor material differences submission, DOE will negotiate the final list of Material Differences and Preexisting Conditions with the Contractor and will determine whether a change to the Task Order is necessary. The CO will provide direction to the Contractor to address any changes and will establish timeframes for completion of applicable actions.

(j) Submit a Graded Approach for Implementation of Task Order Requirements for DOE approval to streamline processes identify efficiencies and performance improvements to accomplishing each the Task Order. The plan shall include a review and recommendations of changes, if appropriate, to the current site standards and implementing procedures for the reduction of requirements and/or streamlining processes.

(k) Submit a Declaration of Readiness to Execute Task Order to the CO, prior to the end of the Task Order Implementation period, indicating readiness to assume responsibility for execution of the Task Order. Also, identify any post Implementation activities that may be required to complete implementation (e.g., notifications to outside agencies of transfer of co-operator responsibilities, or completion of procedure updates).

(l) The Contractor shall develop and submit the Building 251 DD&R Project Initial Performance Measurement Baseline (PMB) for the Task Order period of performance that reflects the Contractor’s scope, cost and schedule as contained in the Contractor’s proposal.

Sub Task #2 – Master IDIQ PWS Section C.2, Program Support Services

C.2 Program Support Services

C.2.1 Project Support Performance Requirements

C.2.1.1 Project Management

C.2.1.2 Project Integration and Control and Earned Value Management

In addition to the requirements of Section C.2.1.2 of the Master IDIQ PWS, the requirements below are identified. It is critical for the success of the LLNL Building 251 DD&R project activities that the Contractor interfaces and coordinates with other entities on-site while performing the work. The LLNL Building 251 DD&R effort involves several stakeholders and therefore shall require coordination, cooperation, and communication among all parties. The stakeholders include: The DOE NNSA is the owner of LLNL and is responsible for all activities on site. The NNSA

Livermore Field Office (LFO) is NNSA’s representative on site. The DOE Office of EM is responsible for funding and managing the scope of work within this Task

Order. The EM Federal Project Director (FPD) will serve as the lead integrator between NNSA and EM for work conducted under this Task Order.

The DOE Technical Assistance Contractor (TAC) is responsible for providing technical and

administrative services in support of EM-LLNL projects located in Livermore, California. Lawrence Livermore National Security, LLC (LLNS) is the current Management and Operating

(M&O) Contractor for LLNL. As the M&O contractor, LLNS has overall responsibility for safety

Page 8: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-8

and security of all activities on the LLNL site, such as badging, emergency, site access, site security, utilities, facilities access, site-specific training and waste management.

The Contractor shall coordinate and interface with LLNS while coordinating work in accordance with

Section J, Attachment J-3, Government Furnished Services and Information (GFSI). Attachment J-3 identifies the key specific tasks and services that require interface and coordination with other site entities. Attachment J-3 may not represent all of the necessary interactions; therefore, the Contractor shall reach agreement with other site entities on any other necessary interfaces and/or the provision of services for the performance of the Contractor’s work. Any such agreements shall be submitted to DOE for review and concurrence.

C.2.1.3 Performance Measurement Baseline

In addition to the requirements of Section C.2.1.3 of the Master IDIQ PWS, the requirement below is identified. The TAC is preparing an EM Integrated Federal Baseline for activities at the LLNL site. In support of the EM Integrated Federal Integrated Baseline development, the Contractor’s Performance Measurement Baseline shall provided to the TAC contractor, as well as any subsequent baseline changes. C.2.1.3.1 Performance Measurement Baseline Submittals

C.2.2 Project Performance Reporting

C.2.2.1 Monthly Performance Report

C.2.2.2 Project Review Meetings

C.2.2.3 Cost Estimating C.2.2.4 Scheduling C.2.2.5 Risk Management

C.2.3 Environment, Safety, Health & Quality C.2.3.1 Worker Safety and Health In addition to the requirements of Section C.2.3.1 of the Master IDIQ PWS, the requirement below is identified. The Contractor shall provide medical services for its employees. Medical services include, but are not limited to, the ability to respond to accidents, injuries, and other incidents that require protection of employee health and safety while performing work and to provide first aid, as appropriate. The Contractor shall provide technical support to DOE for annual reports to Congress on ES&H conditions. C.2.3.1.1 Workplace Substance Abuse Programs

C.2.3.1.2 Safety Culture

Page 9: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-9

C.2.3.2 Industrial Hygiene

C.2.3.3 Beryllium Program - Section C.2.3.3 of the Master IDIQ PWS does not apply to this Task Order. C.2.3.4 Site Wide Safety Systems C.2.3.5 Radiation Protection In addition to the requirements of Section C.2.3.5 of the Master IDIQ PWS, the requirement below is identified. In coordination with LLNS, the Contractor shall develop and maintain its own radiological site services (RSS) programs for DOE approval or adopt an existing DOE approved RSS program. In the RSS programs, the Contractor shall include technical support, dosimetry, data, and records necessary to demonstrate compliance with the required radiological monitoring and radiological control programs in protecting the health and safety of workers. C.2.3.6 Quality Assurance

In addition to the requirements of Section C.2.3.6 of the Master IDIQ PWS, the requirement below is identified. Quality Assurance Program (QAP) changes that reduce the level of commitments affecting nuclear safety shall be approved by DOE before implementation by the Contractor.

C.2.3.6.1 Requirements and Procedure Management Program C.2.3.7 Training C.2.3.8 Environmental Regulatory Management In addition to the requirements of Section C.2.3.8 of the Master IDIQ PWS, the requirements below are identified. The Contractor shall support DOE-LLNL who is the lead and has the site-wide coordination role for all regulatory programs including: Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); Resource Conservation and Recovery Act (RCRA); National Environmental Policy Act (NEPA); and Clean Air Act. In compliance with the site regulatory agreements, the Contractor shall perform environmental monitoring activities within its construction boundaries. Monitoring activities may include, but not be limited to sampling and analysis, reports, maintenance, repair, and operation of assigned monitoring systems and stations. Consistent with the DOE O 231.1B, Environment, Safety and Health Reporting, and DOE 458.1, Radiation Protection of the Public and the Environment, the Contractor shall collect and provide environmental monitoring data, as necessary, to DOE to meet regulatory requirements, and development of the Annual Site Environmental Report (ASER) and the annual NESHAP report.

Page 10: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-10

C.2.3.9 Conduct of Operations

C.2.3.10 Nuclear Safety Section C.2.3.10 below supersedes Section C.2.3.10 of the Master IDIQ PWS. The Contractor shall develop and/or implement a nuclear safety program that satisfies the requirements of 10 CFR 830, Nuclear Safety Management, including Subpart A, Quality Assurance Requirements. C.2.3.11 Personal Property Management

C.2.3.12 Government-Furnished Services and Information

In addition to the requirements of Section C.2.3.12 of the Master IDIQ PWS, the requirement below is identified. Government furnished services/items are provided in Section J, Attachment J-3 of this Task Order. C.2.3.13 Records C.2.3.14 Contractor Assurance System

C.2.4 Security and Emergency In addition to the requirements of Section C.2.4 of the Master IDIQ PWS, the requirement below is identified. The Contractor shall comply with LLNS’ site access and security requirements. The Contractor shall submit a Security Plan that will control access to the Contractor’s job-site for DOE approval. C.2.4.1 Safeguards and Security Coordination

C.2.4.2 Classified Visits C.2.4.3 Incidents of Security Concern C.2.4.4 Information Security

In addition to the requirements of Section C.2.4.4 of the Master IDIQ PWS, the requirement below is identified. The Cyber Security Program and implementation of the program is provided by the LLNS . The Contractor shall support LLNS in complying with DOE N 205.1B, Department of Energy Cyber Security Management Program and 206.2, Identity, Credential, and Access Management (ICAM), which includes, but is not limited to, classified cyber security, unclassified cyber security, and telecommunications security.

Page 11: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-11

C.2.4.5 Badging and Access Authorization (Clearance) Processing

In addition to the requirements of Section C.2.4.5 of the Master IDIQ PWS, the requirement below is identified. The Contractor is required to register with and 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. The Contractor is required to flow down this requirement to subcontractors as specified in accordance with the Section I Clause FAR 52.204-9 entitled, Personal Identify Verification of Contractor Personnel. C.2.5 Nuclear Material Control and Accountability (NMC&A) – Section C.2.5 of the Master IDIQ

PWS does not apply to this Task Order. C.2.6 Telecommunications C.2.7 Emergency Services & Operations C.2.8 External Affairs

In addition to the requirements of Section C.2.8 of the Master IDIQ PWS, the requirement below is identified. For all external constituencies, the Contractor shall coordinate with DOE on anticipated specific areas of concern, interest, or controversy, and employ appropriate communication strategies that inform and involve. For activities within the Task Order scope, the Contractor shall:

Coordinate public interfaces with the LFO Public Affairs Office, in conjunction with the EM Public Affairs Office;

Provide external affairs support to DOE and LLNS concerning Task Order activities, as requested;

Support involvement with the public, citizens advisory boards, and other interested parties;

Make Building 251 facilities and personnel available as requested by DOE;

Provide TAC contractor with current information related to the Task Order scope to maintain an

external website; and

Participate in meetings and briefings to update interested external parties on Task Order activities when requested by DOE.

C.2.9 External Review and Support C.2.10 Business Performance Requirements

Page 12: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-12

C.2.10.1 Business Administration

C.2.10.2 Internal Audit C.2.10.3 Employee Concerns Program (ECP) C.2.10.4 Strategic Partnership Projects C.2.10.5 Outgoing Transition

In addition to the requirements of Section C.2.10.5 of the Master IDIQ PWS, the requirement below is identified. At the completion of the Task Order, the Contractor shall transfer the LLNL Building 251 DD&R site to LFO. The Contractor shall plan for and support outgoing transition to any follow-on contractor, if any. C.2.10.6 Pensions Section C.2.10.6 below supersedes Section C.2.10.6 of the Master IDIQ PWS. (a) Pensions and retirement plans shall be managed in accordance with this Task Order Section H

clause entitled, Employee Compensation: Pay and Benefits. The Contractor shall become a participating employer in any applicable pension or retirement plan.

Sub Task #3 - DD&R of Facilities and Waste Support Services

C.3 Deactivation, Decommissioning, and Removal (DD&R) of Facilities

C.3.1 Facility Characterization Program

Section C.3.1 below supersedes Section C.3.1 of the Master IDIQ PWS. (a) As part of the due diligence described in Task Order Implementation Activities, Section C.1.2(j),

the Contractor shall complete a review of the existing characterization data and other relevant documents to determine if the methods and characterization data related to radioactive and chemical materials remaining within the facility support safe and compliant DD&R, including waste disposition.

(b) The Contractor shall develop Data Quality Objectives (DQO) and develop a Characterization Plan

for DOE approval. The Contractor shall consider the type of contamination (i.e., Technetium-99, fissile, uranium, and other contaminants), the use of existing data sets (Owner operational history and data, NDA data, historical sampling), and appropriate points of reference (similar data sets associated with systems at other DOE sites). The Contractor shall optimize and limit the characterization requirements to that necessary to support safe and compliant DD&R activities, including waste disposition.

(c) The Contractor shall perform facility characterization, including characterization of process

equipment. Additionally, the Contractor shall complete required characterization activities of the entire facility for equipment removal and D&D.

(d) Section C.3.1(d) of the Master IDIQ PWS does not apply to this Task Order.

Page 13: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-13

C.3.2 DD&R of Facilities

In addition to the requirements of Section C.3.2 of the Master IDIQ PWS, the requirement below is identified. The Contractor shall perform deactivation, decommissioning and removal of Building 251 to slab, including its associated structures and ancillary facilities. The Contractor shall coordinate with the LLNS to complete utilities and systems deactivation and isolation as necessary in preparation for equipment removal and facility demolition. Building 251, the LLNL Heavy Element Facility, is located in the west central area of Site 200, approximately 2,050 ft from the closest (western) boundary. The Building 251 project scope area is shown in Exhibit C-1, Building 251 Project Scope Area. The Contractor shall perform DD&R on Building 251, a one-story windowless structure (except for windows in some offices), approximately 207 ft x 149 ft, having a gross floor area of about 31,809 ft2. It was built in eight increments as shown in Exhibit C-2, Supplemental Information, between 1955 and 1981 to provide heavy element nuclear tracers to support underground testing of nuclear devices. Experiments in radiochemistry using transuranic elements were also conducted in the facility. A mezzanine structure in Increment 7 extends over approximately one-half of the increment. All exterior walls, with the exception of Increment 7, are constructed of load bearing concrete blocks. Increment 7 has exterior walls above the first floor of non-load bearing masonry supported by steel framing. Increments 1 and 2 have steel columns in the walls with concrete filler panels between the columns. The external concrete block walls are covered by gypsum board that was in turn covered by a hardboard finish, starting with Increment 3. The interior partitions consist of wood studs with gypsum wallboard finish. There is a double concrete block wall between Room 1150 and the pool storage in Room 1165, as well as a 1 inch steel plate that served as shielding between the rooms. Part of the facility was seismically upgraded and is referred to as the “hardened” or “upgraded” area. Steel beams support the roof decks and steel joists that bear on reinforced masonry walls that are tied to each other; except in the high bay area, where steel columns support the roof deck. Metal roll up doors are used as the exterior entrances to Rooms 1150, 1165, 1312 and 1320. Due to the age of the building, the structure is starting to show signs of age-related degradation. However, the roof was refurbished in 2016 for 5-year life extension. There is evidence of historic roof leaks in several locations throughout the building. Other improvements since 2008 include securing sashes on fume hoods, isolating utility water to the building, removing legacy conduits and equipment from the roof, reconfiguring piping to redirect wastewater directly to the sump vault, and adding a manual pumping system. Building 251 is generally divided into three zones: the high potential hazard zone, which includes areas where radioactive materials were stored or handled; the intermediate potential hazard zone, which includes buffer areas such as hallways and change rooms; and the low potential hazard zone, which includes "clean" areas such as offices and bathrooms. A risk reduction program targeted at removing materials from Building 251 successfully achieved a hazard classification downgrade from Nuclear Category 2 to Radiological in April 2005; however, there are areas with low levels of contamination located throughout the project scope area which are clearly identified and posted (refer to Exhibit C-3, Building 251 Contamination Map). Building 251 contains specially designed below-grade pits (approximately 6 - 11 feet deep) for storage of radioactive materials. There are 18 storage pits, 6 in Room 1165 and 12 in Room 1320. These pits are

Page 14: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-14

designed to provide shielded, water-tight storage for radioactive material. Each pit has shelves (6 in Room 1165 pits, and 9 in Room 1320 pits) which are attached to the gasketed steel cap that rises as a unit when entry is made to the pit. The pits caps may be raised by the overhead crane. These pits are currently empty. Rooms 1302, 1320, and 1356 provide housing for four neutron-shielded cells that have wall thicknesses of approximately 4 feet which are water and magnetite ore filled. Each of these cells is located above the legs of an x-shaped tunnel system that allows transfers between the cells, the solid waste pit, and a shipping cask. Most activities involving radioactive materials were performed in portable gloveboxes (which have been removed). The gloveboxes were connected to a ventilation header that traverses the building. The exhaust from the gloveboxes was locally filtered by two High-Efficiency Particulate Air (HEPA) filters before entering the collection manifold. The exhaust was run through another bank of HEPA filters before exiting the building. Building 251 is basically empty; all equipment and miscellaneous items have been removed except for the large magnet assembly (known as “FRED”), previously used in isotope separation operations, located in Room 1212. FRED weighs 32,000 pounds and has known exterior surface radiological contamination. The area HEPA-filtered ventilation system is operational, but, no longer certified. The process ventilation is not in service because all process operations were discontinued in 1995. The building’s four hot cells are centrally located in the building and are constructed of robust reinforced concrete, approximately 3 feet thick. The building contains seven fume hoods, all with individual ventilation and HEPA exhaust systems. Contaminated process systems in Building 251 include the glovebox ventilation system header and HEPA bank, individual fume hood exhaust systems and the lab bench sink drain system. The building is still connected to utilities, including electrical, telecommunications, water, and the fire control system. Some of the natural gas lines have been air gapped. The facility has two retention tank systems associated with the operation. The first tank system comprised of two 1,000-gallon above ground tanks and two 150-gallon underground tanks is located on the southeast side of Building 251. The tank system is currently inactive. The sinks and shower are labeled to show that they discharge to the retention tank system. The second retention tank system consists of two underground tanks that have the capacity of 27,978 gallons and 935 gallons respectively. The tank system’s primary function is to collect contaminated firewater generated during emergency situations. The tank system also collects storm water from the B251 facility yard. The walls (from 8 foot down) and the floors of all rooms have been surveyed. There are several areas of contamination on the floors and walls in various rooms of the facility. These areas have been covered with yellow tape and the contamination levels identified. The walls from 8 foot up, and the ceiling have not been surveyed. The Room 1212 floor is contaminated with americium. The floor is covered with plastic and fire retardant plywood to prevent the spread of contamination. Room 1003, the most contaminated room in the building, contains americium contamination. The two room 1003 fume hoods also have americium contamination and the south hood is contaminated with plutonium. The hoods are closed and the accessible areas have been decontaminated. The ventilation in the facility has been surveyed. There are low levels of alpha contamination in the ventilation in the hardened area. It is assumed that the ventilation for the contaminated hoods in other areas of the building is also contaminated. Surveys of all of the HEPA filters indicated only very low levels of radioactive material. There is a potential that there is considerable radioactive material under the floor tile and the paint on the walls in most rooms. The remaining fume hoods have some levels of contamination. The ventilation system is potentially internally contaminated. The hot cells are reported as radiologically “clean.”

Page 15: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-15

Specifically, the Contractor shall perform the following: (1) Develop and submit a Demolition Plan to DOE for approval;

(2) Remove nuclear/radiological materials, including deposits/hold-up, and hazardous materials such

as mercury, asbestos, lead PCBs, etc. that cannot be left behind for building demolition; (3) Ensure the resulting demolition waste is compliant with waste acceptance criteria (WAC) for

waste disposal facilities;

(4) Ensure facility systems and equipment are shut down and de-energized and the facility is completely isolated (i.e. “air gapped”) from site utilities;

(5) Prepare the facility for structural demolition; clean-out of all tanks, pits, piping, etc., areas associated with the work zone, physical verification that no liquids or solids remain in the items above contamination levels or levels that would require the materials to be managed as hazardous;

(6) Perform facility surveillance and maintenance (S&M) activities, including janitorial (trash collection, sanitary waste pick up, general cleaning, etc.) services and roads/grounds services (e.g., grass maintenance, road maintenance, erosion control maintenance) within its project boundaries;

(7) Perform Building 251 demolition of all above-grade (to slab) structures associated with the facility and ancillary support systems such as material and equipment supply lines;

(8) Perform appropriate stabilization activities to prevent surface water accumulation in sub-grade structures. The stabilization of the area includes leaving the building slab in place until the area is ready for below-grade demolition and remediation of contaminated media. Sub-grade areas, including but not limited to pits, depressions, sumps, etc., shall be backfilled with an approved material suitable to prevent surface water accumulation and groundwater infiltration; and

(9) Perform DD&R of ancillary facilities including trailer T2552, and other identified facilities. C.3.3 Environmental Remediation Services - Section C.3.3 of the Master IDIQ PWS does not apply to this Task Order.

C.4 Waste Support Services

In addition to the requirements of Section C.4 of the Master IDIQ PWS, the requirements are identified. The Contractor shall be responsible for management and disposition of waste generated by the Building 251 DD&R Project. The Contractor shall develop a Waste Management Plan (WMP) in coordination with LLNS and obtain DOE approval. The Contractor shall coordinate all waste management and disposition activities with LLNS to meet the appropriate waste acceptance criteria for approved disposition/disposal options in accordance with Section J, Attachment J-3. The Contractor shall perform all activities associated with characterization, packaging, handling and hauling/transportation of waste to various facilities. This includes the transport to off-site and on-site treatment and/or storage facilities and off-site disposal facilities.

Page 16: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-16

It is anticipated that some waste generated during D&D and remediation will require treatment services at other DOE or non-DOE facilities. The Contractor, in coordination with LLNS, may use available DOE national contracts, if available, for treatment of waste. In addition, the Contractor shall:

Procure necessary packaging and carrier services for transport to/from treatment facilities and to disposal facilities;

Develop Final Characterization Reports and Waste Profiles sufficient to develop disposal profiles at a selected disposal site;

Develop appropriate transportation plans, including transportation security plans, for various waste types, obtain transport permits, and coordinate with DOE transport managers;

Coordinate receipt and management of the disposal certificates with LLNS;

Dispose of waste at approved DOE facilities and/or permitted commercial disposal facilities;

Develop and maintain summary information on waste stream life-cycle projections planned for disposal facilities; and

Coordinate with LLNS to develop requests for and obtain DOE approval of exemptions for use of non-DOE facilities for specific waste streams if necessary.

C.5 Performance Requirements

Performance Measure – A statement of the outcome or results expected in a specific work area.

Performance Measure Description/Completion Criteria – The critical characteristics or aspects of achieving the performance measure that will be monitored by the Government, and for which the Government will gather data.

The following performance measures (Table C-2) apply to the performance objectives for this Task Order.

Page 17: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-17

Table C-2. Performance Measures

SubTask Performance

Measure Identifier Performance Measure Description/Completion Criteria

1

PM-000-1-01 Task Order Implementation Performance Requirements

Complete performance of all C.1.2 requirements, including associated deliverables within the Task Order Implementation period in accordance with the criteria in Section C of this Task Order. This shall be complete within 90 calendar days after issuance of TO Notice to Proceed (NTP).

2

PM-000-2-01 Program Support Services Required Deliverables

Complete all deliverables identified within this TO Section J, Attachment J-7, submitted within the required timeframe.

PM-000-2-02 Program Support Services Performance Requirements

Performance of all C.2 requirements in accordance with the criteria in the Master IDIQ contract and this TO.

3 PM-000-3-01 DD&R & Waste Support Services Performance Requirements

Within 24 months of issuance of Task Order Notice to Proceed, the following is complete::

Building 251, Trailer T2552 and other identified above-grade structures are demolished

Complete associated packaging, transportation, and disposal of all wastes;

Demolition areas have been stabilized to prevent surface water accumulation in sub-grade structures.

Section D - Packaging and Marking Section D of the Master IDIQ Contract is incorporated by reference.

Section E - Inspection and Acceptance

Section E of the Master IDIQ Contract is incorporated by reference, as applicable, and is revised for purposes of this Task Order with the information below specifically identified for this task. The following Section E clause with applicable fill-in is as follows:

Page 18: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-18

Clause Number FAR/DEAR Reference Title

Fill-In Information; See FAR 52.104(d)

E.1.5 FAR 52.246-11 Higher-Level Contract Quality Requirement (Dec 2014)

See Fill-In 1 below for paragraph (a) applicable to thisTask Order.

CR = Cost Reimbursement FAR = Federal Acquisition Regulation

DEAR = Department of Energy Acquisition Regulation FFP = Firm-Fixed-Price

Fill-In 1: (QA Contract Clause Fill-In with QARD)

(a) The Contractor shall comply with the higher-level quality standard(s) listed below. Quality Assurance Program (QAP) compliant with DOE O 414.1D, Change 1, Quality Assurance, for all facilities and activities. Additionally, nonreactor nuclear facilities (as defined in 10 CFR 830, Nuclear Safety Management, Section 830.3, Definitions) must be compliant with 10 CFR 830, Nuclear Safety Management, Subpart A, Quality Assurance Requirements. The Contractor shall utilize the Contractor Assurance System (CAS) per DOE O 226.1B, Implementation of Department of Energy Oversight Policy, to monitor and evaluate all work performed under this Contract, including the work of subcontractors, to ensure work performance meets the applicable requirements for environment, safety, and health, including quality assurance and integrated safety management; safeguards and security; cyber security; and emergency management. The QAP must describe how the quality assurance criteria from DOE O 414.1D, 10 CFR 830, Subpart A, and the Quality Assurance Requirements and Description (QARD) (as applicable) are satisfied. The Contractor shall use voluntary consensus standards in the development and implementation of the QAP, where practicable and consistent with contractual and regulatory requirements. Where appropriate, the Contractor must use a graded approach to implement the QAP that is commensurate with hazards, lifecycle of facilities and other risks. The basis of the graded approach utilized shall be documented, and submitted to U.S. Department of Energy (DOE) for approval.

(1) For Hazard Category 1, 2, and 3 nuclear facilities:

(i) Existing facilities, or new facilities and major modifications to existing facilities achieving Critical Decision 1 (CD-1) prior to May 8, 2013 may continue to use the consensus standard cited in the DOE-approved QAP.

(ii) New facilities and major modifications to existing facilities achieving CD-1 use American Society of Mechanical Engineers (ASME) NQA-1-2008, Quality Assurance Requirements for Nuclear Facility Applications, with the NQA-1a-2009 , Quality Assurance Requirements for Nuclear Facility Applications Addenda 1a (or a later edition), Quality Assurance Requirements for Nuclear Facility Applications, Part I and applicable requirements of Part II. Note: where NQA-1, Part II language uses the terms “nuclear power plant” or “nuclear reactor”, these terms are considered equivalent to the term “nuclear facility.”

(iii) Consensus standard(s) that provide an adequate level of quality assurance and meet the intent of paragraph (ii) above may be used. The QAP must document how the selected consensus standard is (or a set of consensus standards are) used, as well as how the selected consensus standard(s) is appropriate.

(2) For other activities and facilities (e.g., less than Hazard Category 3, non-nuclear, or chemically hazardous), the Contractor shall use, in whole or in part, appropriate standards. Examples of appropriate standards include:

Page 19: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-19

(i) ASME NQA-1a-2009 addenda (or later edition), Quality Assurance Requirements for Nuclear Facility Applications, Part I and applicable requirements of Part II;

(ii) ASME NQA-1-2000, Quality Assurance Requirements for Nuclear Facility Applications, Part I and applicable requirements of Part II;

(iii) American National Standards Institute (ANSI)/ International Organization for Standardization (ISO)/American Society for Quality (ASQ) Q9001-2008 (or later edition), Quality Management System - Requirements; and

(iv) ANSI/ASQ Z 1.13-1999 (or later edition), Quality Guidelines for Research.

Section F - Deliveries or Performance

Section F of the Master IDIQ Contract is incorporated by reference with the exception of clauses applicable to Fixed-Price Task Orders, and is revised for purposes of this Task Order with the information below.

F.2 DOE-F-2002 Place of Performance – Services (Oct 2014)

The place of performance for Task Order 1 shall be Lawrence Livermore National Laboratory located in Livermore, CA.

F.3 Period of Performance

(b) The overall Task Order period of performance (POP) shall be up to twenty four (24) months from issuance of Notice to Proceed (NTP).

The Contractor shall not be paid for work performed or costs incurred prior to issuance of the NTP. The Contractor is not authorized to proceed beyond the Task Order POP, nor will the Contractor be paid for any costs incurred beyond that period, unless the Task Order is modified by the Contracting Officer to extend the POP.

(e) The Task Order Implementation period shall be 90 days from the NTP.

Section G - Contract Administration Data

Section G of the Master IDIQ Contract is incorporated by reference with the exception of clauses applicable to Fixed-Price Task Orders, and is revised for purposes of this Task Order with the information below.

G.4 DOE-G-2004 CONTRACT ADMINISTRATION (OCT 2014)

(c) Information regarding correspondence and contact information is as follows:

(1) Contract Specialist (A) Name: TBD (B) Telephone number: TBD (C) Address: TBD (D) Email address: TBD

Page 20: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-20

(2) Contracting Officer (A) Name: Michael McCreanor (B) Telephone number: (513) 246-0038 (C) Address: 550 Main Street, Room 7-010 Cincinnati, OH 45202 (D) Email address: [email protected]

(3) Contracting Officer’s Representative (A) Name: TBD (B) Telephone number: TBD (C) Address: TBD (D) Email address: TBD

(4) Intellectual Property Counsel

(A) Name: TBD (B) Telephone number: TBD (C) Address: TBD (D) Email address: TBD

(5) Government Contract Administration Office (A) Name: TBD (B) Telephone number: TBD (C) Mailing address: TBD (D) Email address: TBD

Section H - Special Contract Requirements

Section H of the Master IDIQ Contract is incorporated by reference, with the exception of clauses applicable to Fixed-Price Task Orders, and is revised for purposes of this Task Order with the information below. Section H clauses H.32 and H.44 do not apply to this Task Order.

CONTRACTOR HUMAN RESOURCE MANAGEMENT CLAUSES

The Section H Contractor Human Resource Management Clauses (CHRM) Clauses H.2 through H.15 provided below supersede the Section H CHRM Clauses H.2 through H.15 provided in the Master IDIQ.

H.2 DOE-H-2002 No Third Party Beneficiaries (Oct 2014)

This Contract is for the exclusive benefit and convenience of the parties hereto. Nothing contained herein shall be construed as granting, vesting, creating or conferring any right of action or any other right or benefit upon past, present or future employees of the Contractor, or upon any other third party. This provision is not intended to limit or impair the rights, which any person may have under applicable Federal statutes. H.3 Definitions

For purposes of H Clauses the following definitions are applicable (unless otherwise specified):

(a) “Task Order Award Date” means the date the Task Order is signed by the Contracting Officer (CO), noted in Block 28 of the Standard Form 33, Solicitation, Offer and Award.

Page 21: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-21

(b) “Task Order Implementation Period” means the implementation as defined in Section F within this Task Order.

(c) “Notice to Proceed (NTP)” means the authorization issued by the Contracting Officer (CO) for the Contractor to start the Task Order Implementation period.

(d) “Task Order Place of Performance” is defined in this Task Order as Lawrence Livermore National Lab, located in Livermore, California.

H.4 Employee Hiring Preferences Including Through Period of Performance

The Contractor and its subcontractors shall maintain and develop trained and qualified personnel to perform the work scope included in Section C, consistent with applicable law, and the terms of this Task Order, including the paragraphs set forth below. Means of maintaining and developing a trained and qualified workforce may include, but are not limited to, the utilization of apprentices, interns, veterans, and summer hires.

The Contractor shall also comply with the hiring preferences set forth below:

(1) The Contractor shall give a preference in hiring to individuals who are eligible for the hiring preference contained in the clause in Section I of this Contract entitled DEAR 952.226-74, Displaced Employee Hiring Preference, consistent with the provisions of any applicable Work Force Restructuring Plan, as amended from time to time, regarding the preferential hiring of employees:

(i) Employees who are former employees of any other DOE contractor at Task Order Place of Performance as defined in Section F of the Task Order; and

(ii) Former employees of any other U.S. Department of Energy (DOE) contractor or subcontractor at a DOE defense nuclear facility eligible for hiring preference.

(2) The Contractor shall give a preference in hiring to individuals (a) who have separated from employment at the Task Order Place of Performance as defined in Section F of the Task Order; (b) who are not precluded from seeking employment at the Task Order Place of Performance as defined in Section F of this Task Order by the terms of employee waivers or releases of claims they executed, absent repayment of severance consistent with the terms of those agreements; and (c) who are qualified for a particular position or who may not meet the qualifications for a particular position, but who agree to become qualified and can become qualified by the commencement of active employment under this Task Order.

H.5 DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017) (Revised)

(a) Contractor Employee Compensation Plan

The Contractor shall submit, for CO approval, by close of Task Order Implementation Period, a Contractor Employee Compensation Plan demonstrating how the Contractor will comply with the compensation requirements of this Task Order. The Contractor Employee Compensation Plan shall describe the Contractor’s policies regarding compensation, pensions and other benefits, and how these policies will support, at reasonable cost, the effective recruitment and retention of a highly-skilled, motivated, and experienced workforce.

A description of the Contractor Employee Compensation Program should include the following components:

Page 22: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-22

Philosophy and strategy for all pay delivery programs;

System for establishing a job worth hierarchy;

Method for relating internal job worth hierarchy to external market;

System that links individual and/or group performance to compensation decisions;

Method for planning and monitoring the expenditure of funds;

Method for ensuring compliance with applicable laws and regulations;

System for communicating the programs to employees;

System for internal controls and self-assessment; and

System to ensure that reimbursement of compensation, including stipends, for employees who are on joint appointments with a parent or other organization shall be on a pro-rated basis.

(b) Total Compensation System

The Contractor shall develop, implement and maintain formal policies, practices and procedures to be used in the administration of its compensation system consistent with Federal Acquisition Regulation (FAR) 31.205-6 and Department of Energy Acquisition Regulation (DEAR) 970.3102-05-6, Compensation for Personal Services. DOE-approved standards (e.g., set forth in an advance understanding or appendix), if any, shall be applied to the Total Compensation System. The Contractor’s Total Compensation System shall be fully documented, consistently applied, and acceptable to the CO. Costs incurred in implementing the Total Compensation System shall be consistent with the Contractor's documented Contractor Employee Compensation Plan, as approved by the CO.

(c) Reports and Information

The Contractor shall provide the CO with the following reports and information with respect to pay and benefits provided under this Task Order:

(1) An Annual Contractor Salary-Wage Increase Expenditure Report to include, at a minimum, breakouts for merit, promotion, variable pay, special adjustments, and structure movements for each pay structure showing actual against approved amounts and planned distribution of funds for the following year.

(2) A list of the top five most highly-compensated executives, as defined in FAR 31.205-6(p)(4)(ii) and their total cash compensation at the time of Task Order NTP and at the time of any subsequent change to their total cash compensation.

(3) An Annual Report of Compensation and Benefits. Report to be submitted no later than March 1 of each year in iBenefits or its successor.

(d) Employee Compensation Programs

The Contractor shall establish compensation programs as set forth below and consistent with any applicable law or applicable collective bargaining agreement, provided, however, that employees scheduled to work fewer than 20 hours per week receive only those benefits required by law. Employees are eligible for benefits, subject to the terms, conditions, and limitations of each benefit program.

Pay. The Contractor shall provide a total pay and benefits package that provides for market-based

Page 23: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-23

retirement and medical benefit plans that are competitive with the industry from which the Contractor recruits its employees.

(1) Cash Compensation.

(i) The Contractor shall submit the following to the CO for a determination of cost allowability for reimbursement under the Contract:

(A) Any proposed major compensation program design changes prior to implementation.

(B) Variable pay programs/incentives. If not already authorized in the contract, a justification shall be provided with proposed costs and impacts to budget, if any.

(C) In the absence of Departmental policy to the contrary (e.g., Secretarial pay freeze) a Contractor that meets the criteria, as set forth below, is not required to submit a Compensation Increase Plan (CIP) request to the CO for an advance determination of cost allowability for a Merit Increase fund or Promotion/Adjustment fund.

The Merit Increase fund does not exceed the mean percent increase included in the annual Departmental guidance providing the WorldatWork Salary Budget Survey’s salary increase projected for the CIP year. The Promotion/Adjustment fund does not exceed 1.0 percent in total.

The budget used for both Merit Increase funds and Promotion/Adjustment funds shall be based on the payroll for the end of the previous CIP year.

Salary structure adjustments do not exceed the mean WorldatWork structure adjustments projected for the CIP year and communicated through the annual Department CIP guidance.

Please note: No later than the first day of the CIP cycle, Contractors must provide notification to the CO of planned increases and position to market data by mutually agreed-upon employment categories. No presumption of allowability will exist for employee job classes that exceed market position.

(D) If a Contractor does not meet the criteria included in (C) above, a CIP must be submitted to the CO for an advance determination of cost allowability. The CIP should include the following components and data:

Comparison of average pay to market average pay;

Information regarding surveys used for comparison;

Aging factors used for escalating survey data and supporting information;

Projection of escalation in the market and supporting information;

Information to support proposed structure adjustments, if any;

Analysis to support special adjustments;

Funding requests for each pay structure to include breakouts of merit, promotions, variable pay, special adjustments, and structure movement. (a) The proposed plan totals shall be expressed as a percentage of the payroll for the end of the previous CIP year. (b) All pay actions granted under the compensation increase plan are

Page 24: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-24

fully charged when they occur regardless of time of year in which the action transpires and whether the employee terminates before year end. (c) Specific payroll groups (e.g., exempt, nonexempt) for which CIP amounts are intended shall be defined by mutual agreement between the contractor and the CO. (d) The CO may adjust the CIP amount after approval based on major changes in factors that significantly affect the plan amount (for example, in the event of a major reduction in force or significant ramp-up);

A discussion of the impact of budget and business constraints on the CIP amount;

Comparison of pay to relevant factors other than market average pay.

(E) After receiving DOE CIP approval or if criteria in (e)(3)(i)(C) are met, contractors may make minor shifts of up to 10 percent of approved CIP funds by employment category (e.g., Scientist/Engineer, Admin, Exempt, Non-Exempt) without obtaining DOE approval.

(F) Individual compensation actions for the top contractor official (e.g., laboratory director/plant manager or equivalent) and key personnel, if required, not included in the CIP. For those required key personnel included in the CIP, DOE will approve salaries upon the Task Order award and when required key personnel are replaced during the life of the Task Order. DOE will have access to all individual salary reimbursements. This access is provided for transparency; DOE will not approve individual salary actions (except as previously indicated).

(ii) The CO’s approval of individual compensation actions will be required only for the top contractor official (e.g., laboratory director/plant manager or equivalent) and required key personnel as indicated in (e)(3)(i)(F) above. The base salary reimbursement level for the top contractor official establishes the maximum allowable base salary reimbursement under the Contract. Unusual circumstances may require a deviation for an individual on a case-by-case basis. Any such deviations must be approved by the CO.

(iii) Except as set forth in a workforce restructuring plan approved by DOE, Severance Pay is not payable to an employee under this Task Order if the employee:

(A) Voluntarily separates, resigns or retires from employment;

(B) Is offered employment with a successor/replacement contractor;

(C) Is offered employment with a parent or affiliated company; or

(D) Is discharged for cause.

(iv) Service Credit for purposes of determining severance pay does not include any period of prior service for which severance pay has been previously paid through a DOE cost-reimbursement contract or Task Order.

(2) Employees Benefits

Employees shall receive a benefits package that provides for market-based retirement and medical benefit plans that are competitive with the industry from which the Contractor recruits its employees and in accordance with Contract requirements.

(e) Pension and Other Benefit Programs

(1) No presumption of allowability will exist when the Contractor implements a new benefit plan or

Page 25: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-25

makes changes to existing benefit plans that increase costs or are contrary to Departmental policy or written instruction or until the CO makes a determination of cost allowability for reimbursement for new or changed benefit plans. Changes shall be in accordance with and pursuant to the terms and conditions of the contract. Advance notification, rather than approval, is required for changes that do not increase costs and are not contrary to Departmental policy or written instruction. To the extent that the Contractor has not submitted a new benefit plan or changes to existing benefit plans for approval on the basis that it does not increase costs and such new plan or change to existing plan does in fact increase costs, any increase in costs may be considered unreasonable and will likely be determined unallowable.

(2) Cost reimbursement for employee pension and other benefit programs sponsored by the Contractor will be based on the CO’s approval of Contractor actions pursuant to an approved “Employee Benefits Value Study” and an “Employee Benefits Cost Survey Comparison” as described below.

(3) Unless otherwise stated, or as directed by the CO, the Contractor shall submit the studies required in paragraphs (i) and (ii) below. The studies shall be used by the Contractor in calculating the cost of benefits under existing benefit plans. An Employee Benefits Value (BenVal) Study Method using no less than 15 comparator organizations and an Employee Benefits Cost Survey comparison method shall be used in this evaluation to establish an appropriate comparison method. In addition, the Contractor shall submit updated studies to the CO for approval prior to the adoption of any change that increases the costs to a pension or other benefit plan.

(i) A BenVal, every two years for each benefit tier (e.g., group of employees receiving a benefit package based on date of hire), which is an actuarial study of the relative value (RV) of the benefits programs offered by the Contractor to Employees measured against the RV of benefit programs offered by the CO approved comparator companies. To the extent that the value studies do not address post-retirement benefits other than pensions, the Contractor shall provide a separate cost and plan design data comparison for those benefits using external benchmarks derived from nationally recognized and CO-approved survey sources.

(ii) An Employee Benefits Cost Study Comparison annually for each benefit tier that analyzes the Contractor’s employee benefits cost for employees as a percent of payroll and compares it with the cost as a percent of payroll, including geographic factor adjustments, reported by the U.S. Department of Labor’s Bureau of Labor Statistics or other Contracting Officer approved broad based national survey.

(A) When the net benefit value exceeds the comparator group by more than five percent, the Contractor shall submit a corrective action plan to the CO for approval, unless waived in writing by the CO.

(B) When the benefit costs as a percent of payroll exceeds the comparator group by more than five percent, and if required by CO, the Contractor shall submit an analysis of the specific plan costs that result in or contribute to the percent of payroll exceeding the costs of the comparator group and submit a corrective action plan if directed by the CO.

(C) Within two years, or longer period as agreed to between the Contractor and the CO, of the CO acceptance of the Contractor’s corrective action plan, the Contractor shall align employee benefit programs with the benefit value and the cost as a percent of payroll in accordance with its corrective action plan.

(D) The Contractor may not terminate any benefit plan during the term of the Contract without the prior approval of the CO in writing.

Page 26: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-26

(E) Cost reimbursement for post-retirement benefits other than pensions (PRB) is contingent on DOE approved service eligibility requirements for PRBs that shall be based on a minimum period of continuous employment service not less than 5 years under a DOE cost reimbursement contract(s) immediately prior to retirement. Unless required by Federal or state law, advance funding of PRBs is not allowable.

(F) Each contractor sponsoring a defined benefit pension plan and/or postretirement benefit plan will participate in the annual plan management process which includes written responses to a questionnaire regarding plan management, providing forecasted estimates of future reimbursements in connection with the plan(s) and participating in a conference call to discuss the contractor submission (see (i)(6) below for Pension Management Plan requirements).

(G) Each contractor will respond to quarterly data calls issued through iBenefits, or its successor system.

(f) Establishment and Maintenance of Pension Plans for which DOE Reimburses Costs

(1) Employees working for the Contractor shall only accrue credit for service under this Task Order after the date of Task Order Notice to Proceed.

(2) Except for Commingled Plans in existence as of the effective date of the Contract, any pension plan maintained by the Contractor for which DOE reimburses costs shall be maintained as a separate pension plan distinct from any other pension plan that provides credit for service not performed under a DOE cost-reimbursement contract. When deemed appropriate by the CO, Commingled Plans shall be converted to Separate Plans after the date of Task Order Notice to Proceed or the extension of a contract.

(g) Basic Requirements

The Contractor shall adhere to the requirements set forth below in the establishment and administration of a pension plan and other benefit plans that are reimbursed by DOE pursuant to cost reimbursement contracts for management and operation of DOE facilities and pursuant to other cost reimbursement facilities contracts. Pension Plans include Defined Benefit and Defined Contribution plans.

(1) Where applicable, the Contractor shall become a sponsor of an existing pension and other benefit plans as defined in this Task Order, (or if continuation of the existing plans is not practicable, comparable successor plans), including other PRB plans, as applicable, with responsibility for management and administration of the plans. The Contractor shall be responsible for maintaining the qualified status of those plans consistent with the requirements of Employee Retirement Income Security Act (ERISA) and the Internal Revenue Code (IRC).

(2) Welfare Benefits Plan (WBP) Each Contractor’s defined benefit and defined contribution pension plans shall be subjected to a limited-scope audit annually that satisfies the requirements of ERISA section 103, except that every third year the Contractor must conduct a full-scope audit of defined benefit plan(s) satisfying ERISA section 103. Alternatively, the Contractor may conduct a full-scope audit satisfying ERISA section 103 annually. In all cases, the Contractor must submit the audit results to the CO. In years in which a limited scope audit is conducted, the Contractor must provide the CO with a copy of the qualified trustee or custodian’s certification regarding the investment information that provides the basis for the plan sponsor to satisfy reporting requirements under ERISA section 104.

Page 27: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-27

While there is no requirement to submit a full scope audit for defined contribution plans, contractors are responsible for maintaining adequate controls for ensuring that defined contribution plan assets are correctly recorded and allocated to plan participants.

(3) For existing Commingled Plans, the Contractor shall maintain and provide annual Separate Accounting of DOE liabilities and assets for a Separate Plan.

(4) For existing Commingled Plans, the Contractor shall be liable for any shortfall in the plan assets caused by funding or events unrelated to DOE contracts.

(5) The Contractor shall comply with the requirements of ERISA if applicable to the pension plan and any other applicable laws.

(6) The Pension Management Plan (PMP), if required, shall include a discussion of the Contractor’s plans for management and administration of all pension plans consistent with the terms of this Task Order. The PMP shall be submitted in the iBenefits system, or its successor system no later than January 31 of each applicable year. A full description of the necessary reporting will be provided in the annual management plan data request. Within sixty (60) days after the date of the submission, appropriate Contractor representatives shall participate in a conference call to discuss the Contractor’s PMP submission and any other current plan issues.

(7) Pension and Other Benefits

(i) The Contractor shall offer a market-based package of retirement and medical benefits competitive for the industry to Contractor’s employees. If the Contractor meets all applicable legal and tax requirements, the Contractor may establish a qualified separate line of business pursuant to Internal Revenue Code (IRC) 410 and 414 for the purpose of maintaining the Federal tax qualification of pension covering the Contractor’s employees.

(ii) Any benefit programs established and/or maintained by the Contractor, for which DOE reimburses costs, shall meet the tests of allowability and reasonableness established by FAR 31-205-6 and DEAR 970.3102-05-6.

(h) Reimbursement of Contractors for Contributions to Defined Benefit Pension Plans

(1) Contractors that sponsor single employer or multiple employer defined benefit pension plans will be reimbursed for the annual required minimum contributions under the ERISA, as amended by the Pension Protection Act (PPA) of 2006 and any other subsequent amendments. Reimbursement above the annual minimum required contribution will require prior approval of the CO. Minimum required contribution amounts will take into consideration all pre-funding balances and funding standard carryover balances. Early in the fiscal year but no later than the end of November, the Contractor requesting above the minimum, may submit/update a business case for funding above the minimum if preliminary approval is needed prior to the Pension Management Plan process. The business case shall include a projection of the annual minimum required contribution and the proposed contribution above the minimum. The submission of the business case will provide the opportunity for the Department to provide preliminary approval, within 30 days after contractor submission, pending receipt of final estimates, generally after January 1st of the calendar year. Final approval of funding will be communicated by the Head of Contracting Activity (HCA) when discount rates are finalized and it is known whether there are any budget issues with the proposed contribution amount.

Page 28: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-28

(i) Reporting Requirements for Designated Contracts

The following reports shall be submitted to DOE as soon as possible after the last day of the plan year by the contractor responsible for each designated pension plan funded by DOE, but no later than the dates specified below:

(1) Actuarial Valuation Reports. The annual actuarial valuation report for each DOE-reimbursed pension plan and when a pension plan is commingled, the Contractor shall submit separate reports for DOE’s portion and the plan total by the due date for filing IRS Form 5500.

(2) Forms 5500. Copies of IRS Forms 5500 with Schedules for each DOE-funded pension plan, no later than that submitted to the IRS.

(3) Forms 5300. Copies of all forms in the 5300 series submitted to the IRS that document the establishment, amendment, termination, spin-off, or merger of a plan submitted to the IRS.

(j) Changes to Pension Plans

At least sixty (60) days prior to the adoption of any changes to a pension plan, the Contractor shall submit the information required below, to the CO. The CO must approve plan changes that increase costs as part of a determination as to whether the costs are deemed allowable pursuant to FAR 31.205-6, as supplemented by DEAR 970.3102-05-6.

(1) For proposed changes to pension plans and pension plan funding, the Contractor shall provide the following to the CO:

(i) A copy of the current plan document (as conformed to show all prior plan amendments), with the proposed new amendment indicated in redline/strikeout;

(ii) An analysis of the impact of any proposed changes on actuarial accrued liabilities and costs;

(iii) Except in circumstances where the CO indicates that it is unnecessary, a legal explanation of the proposed changes from the counsel used by the plan for purposes of compliance with all legal requirements applicable to private sector defined benefit pension plans;

(iv) The Summary Plan Description; and

(v) Any such additional information as requested by the CO.

(2) Contractors shall submit new benefit plans and changes to plan design or funding methodology with justification to the CO for approval, as applicable (see (l)(1) above). The justification must:

(i) Demonstrate the effect of the plan changes on the contract net benefit value or percent of payroll benefit costs;

(ii) Provide the dollar estimate of savings or costs; and

(iii) Provide the basis of determining the estimated savings or cost.

(k) Terminating Operations

When operations at a designated DOE facility are terminated and no further work is to occur under the prime contract, the following apply:

(1) No further benefits for service shall accrue.

(2) The Contractor shall provide a determination statement in its settlement proposal, defining and identifying all liabilities and assets attributable to the DOE contract.

Page 29: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-29

(3) The Contractor shall base its pension liabilities attributable to DOE contract work on the market value of annuities or lump sum payments, or dispose of such liabilities through a competitive purchase of annuities or lump sum payouts.

(4) Assets shall be determined using the “accrual-basis market value” on the date of termination of operations.

(5) DOE and the Contractor(s) shall establish an effective date for spin-off or plan termination on the same day as the Contractor notifies the IRS of the spin-off; or

(6) Plan termination, all plan assets assigned to a spun-off or terminating plan shall be placed in a low-risk liability matching portfolio until the successor trustee, or an insurance company, is able to assume stewardship of those assets.

(l) Terminating Plans

(1) DOE Contractors shall not terminate any pension plan (Commingled or site specific) without requesting Departmental approval at least 60 days prior to the scheduled date of plan termination.

(2) To the extent possible, the Contractor shall satisfy plan liabilities to plan participants by the purchase of annuities through competitive bidding on the open annuity market or lump sum payouts. The Contractor shall apply the assumptions and procedures of the Pension Benefit Guaranty Corporation.

(3) Funds to be paid or transferred to any party as a result of settlements relating to pension plan termination or reassignment shall accrue interest from the effective date of termination or reassignment until the date of payment or transfer.

(4) If ERISA or IRC rules prevent a full transfer of excess DOE reimbursed assets from the terminated plan, the Contractor shall pay any deficiency directly to DOE according to a schedule of payments to be negotiated by the parties.

(5) On or before the same day as the Contractor notifies the IRS of the spinoff or plan termination, all plan assets assigned to a spun-off or terminating plan shall be placed in a low-risk liability matching portfolio until the successor trustee, or an insurance company, is able to assume stewardship of those assets.

(6) DOE liability to a Commingled pension plan shall not exceed that portion which corresponds to DOE contract service. The DOE shall have no other liability to the plan, to the plan sponsor, or to the plan participants.

(7) After all liabilities of the plan are satisfied, the Contractor shall return to DOE an amount equaling the asset reversion from the plan termination and any earnings which accrue on that amount because of a delay in the payment to DOE. Such amount and such earnings shall be subject to DOE audit. To affect the purposes of this paragraph, DOE and the Contractor may stipulate to a schedule of payments.

(m) Special Programs

Contractors must advise DOE and receive prior approval for each early-out program, window benefit, disability program, plan-loan feature, employee contribution refund, asset reversion, or incidental benefit.

(n) Definitions

(1) Commingled Plans. Cover employees from the Contractor's private operations and its DOE

Page 30: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-30

contract work.

(2) Current Liability. The sum of all plan liabilities to employees and their beneficiaries. Current liability includes only benefits accrued to the date of valuation. This liability is commonly expressed as a present value.

(3) Defined Benefit Pension Plan. Provides a specific benefit at retirement that is determined pursuant to the formula in the pension plan document.

(4) Defined Contribution Pension Plan. Provides benefits to each participant based on the amount held in the participant’s account. Funds in the account may be comprised of employer contributions, employee contributions, investment returns on behalf of that plan participant and/or other amounts credited to the participant’s account.

(5) Designated Contract. For purposes of this clause, a contract (other than a prime cost reimbursement contract for management and operation of a DOE facility) for which the Head of the Departmental Contracting Activity determines that advance pension understandings are necessary or where there is a continuing Departmental obligation to the pension plan.

(6) Pension Fund. The portfolio of investments and cash provided by employer and employee contributions and investment returns. A pension fund exists to defray pension plan benefit outlays and (at the option of the plan sponsor) the administrative expenses of the plan.

(7) Separate Accounting. Account records established and maintained within a Commingled plan for assets and liabilities attributable to DOE contract service. NOTE: The assets so represented are not for the exclusive benefit of any one group of plan participants.

(8) Separate Plan. Must satisfy IRC Sec. 414(l) definition of a single plan, designate assets for the exclusive benefit of employees under DOE contract, exist under a separate plan document (having its own Department of Labor plan number) that is distinct from corporate plan documents and identify the Contractor as the plan sponsor.

(9) Spun-off Plan. A new plan which satisfies IRC Reg. 1.414 (l)-1 requirements for a single plan and which is created by separating assets and liabilities from a larger original plan. The funding level of each individual participant’s benefits shall be no less than before the event, when calculated on a “plan termination basis.”

H.6 Special Provisions Applicable to Employee Compensation: Pay and Benefits

(a) Service Credit. The Contractor shall provide pension and other benefit plans, to employees hired by the Contractor and service credit for leave as set forth below:

(1) Service Credit for Leave. For individuals hired by the Contractor, the Contractor shall credit service as required by and consistent with applicable law, DOE policies and any collective bargaining agreement.

(2) Service Credit for Fringe Benefits Other Than Leave. Service credit for all individuals hired by the Contractor shall be applied consistent with any applicable law, and the terms of the applicable benefit plan(s). Service credit for purposes of severance pay is subject to H Clause entitled, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2014).

(b) Allowable Salary for Key Personnel, if required: Within 20 days after Task Order NTP, or as identified by the CO, the Contractor will submit DOE Form 3220.5, “Application for Contractor Compensation Approval,” to the CO for each key personnel position listed in the Task Order for a determination of cost allowability for reimbursement under the r Task Order. To support a reasonableness determination, the contractor shall also provide compensation market survey data to

Page 31: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-31

support/justify the requested salary and any other information as requested by the CO.

H.7 Workforce and Benefits: Plans and Timeframes

(A) Workforce Plan. The Contractor shall submit a Workforce Plan (WF Plan) for CO approval, describing in detail the Contractor’s plans and procedures as to how the Contractor will comply with the hiring preferences set forth in Clause H.4, Employee Hiring Preferences Including through Period of Performance, and Section I. DEAR 952.226-74, Displaced Employee Hiring Preference. The WF Plan shall also detail the Contractor’s plan for incorporating, if applicable, multiple unions with separate bargaining agreements. Notwithstanding timeframes identified elsewhere in the Contract, the Contractor shall perform the following activities in the specified timeframes:

(1) Within 10 days after Task Order NTP, the Contractor shall:

(a) Provide the CO with a list of Contractor personnel who will be responsible for ensuring that the Contractor complies with the National Labor Relations Act and Clause H.9, Labor Relations, and contact information for the above personnel;

(b) Establish and submit to the CO a draft communication plan detailing the communication the Contractor and its subcontractors will engage in with their prospective employees, and any labor organizations representing those employees, regarding implementation of the requirements set forth in Clauses H.4 entitled, Employee Hiring Preferences, and H.5, Employee Compensation: Pay and Benefits.

(2) Within 15 days after Task Order NTP, the Contractor shall:

(a) Submit to the CO copies of the draft WF Plan for the Contractor and its first and second tier subcontractors, including processes and procedures regarding how the Contractor will implement and ensure compliance with the hiring preferences set forth in Clause H.4, Employee Hiring Preferences, and with the requirements of Clause H.9, Labor Relations, as applicable.

(b) Establish and provide a copy to the CO of its final written communication plan regarding:

(i) Implementation of the hiring preferences in Clause H.4, Employee Hiring Preferences; and

(ii) The communication process among DOE, site tenants, and, if applicable, labor organizations representing Contractor’s Employees.

(3) Within 30 days after Task Order NTP, the Contractor shall provide to the CO a copy of the final WF Plan described in paragraph (A) above.

(4) The Contractor shall submit reports to the CO regarding the Contractor’s and its subcontractors’ implementation of the hiring preferences required by Clause H.4, Employee Hiring Preferences, including paragraph (A) regarding the right of first refusal in accordance with the timeframes set forth below. These reports shall include the following information: employee, hire date or anticipated hire dates, and, where applicable, the Contractor or subcontractor that employed the employee and the Contractor or subcontractor that hired the employee.

(a) During the Task Order Implementation Period, such reports shall be provided to the CO on a weekly basis; or

Page 32: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-32

(b) On a less frequent basis, if requested by the CO.

(5) The Contractor shall implement the activities as set forth in the approved Implementation Plan and such other implementation activities as may be authorized or directed by the CO.

(B) Benefits Plan.

(1) The Contractor shall submit a draft Benefits Plan for the approval of the CO, as set forth herein.

(a) A detailed description of the Contractor’s plans and procedures showing how the Contractor will comply with Clauses H.5 and H.6, and this Paragraph (B).

(b) A detailed description of the Contractor’s policies regarding pensions and other benefits for which the Department reimburses costs under this Contract, and how these policies will support at reasonable cost the effective recruitment and retention of a highly skilled, motivated, and experienced workforce.

(c) A written description of how pension and other benefit plans provided to employees pursuant to Clauses H.5 and H.6, will be developed and implemented on or before the last day of the Task Order Implementation Period.

(2) The Contractor shall perform the following activities involving benefits within the timeframes specified below.

(a) Within 10 days after Task Order NTP, the Contractor shall:

(1) Provide the CO with a list of Contractor personnel who will be responsible for the development of new benefit plans, including specifically the personnel responsible for ensuring that the Contractor develops and implements a defined contribution pension plan and contact information for the above personnel; and

(2) Request to provide information and documents necessary for the Contractor to adhere to the requirements set forth in this Contract pertaining to the establishment of any new benefits plans, on or before the end of the Task Order Implementation Period.

(3) Provide estimated costs and detailed breakouts of the costs to accomplish workforce and benefits activities within the timeframes specified, including the costs for enrolled actuaries and counsel.

(b) Within 20 days of Task Order NTP, the Contractor shall:

(1) Submit the final draft Benefits Plan; and

(2) Submit a detailed description of its plans and processes, including timeframes and specific projected dates for accomplishment of each activity necessary to ensure compliance with the requirements set forth in Clauses H.5 and H.6, including requirements pertaining to, the establishment of employee benefit plans; and

(3) Meet via televideo, teleconference, and/or in person with relevant personnel who administer the benefit plans for the Contractor, if and when necessary. The meeting shall include the Contractor’s benefit plan administrators and personnel, head of human resources, ERISA counsel, actuaries, and any and all other personnel deemed necessary by the Contractor. During such meeting, the Contractor shall discuss all matters necessary to ensure the Contractor adheres to its obligations under Clauses H.5 and H.6,. The minutes of the meeting as well as a written description of any

Page 33: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-33

substantive issues identified at the meeting shall be submitted to the CO within two days after the meeting.

(c) Within 30 days after Task Order NTP, the Contractor shall provide the following to the CO:

(d) The Contractor shall respond to any comments provided by the Contracting Officer under any of the above paragraphs within two days of receipt of the comments.

(e) After the Task Order Implementation Period and throughout the remaining period of performance of the Task Order, the Contractor shall provide the following information promptly to the Contracting Officer upon the request of the Contracting Officer:

(1) Documents relating to benefit plans offered to Contractor’s employees, including but not limited to SPDs, all Plan documents, applicable amendments, employee handbooks that summarize benefits provided to employees, and other documents that describe benefits provided to employees of the Contractor who perform work on this Task Order, and

(2) Any and all other documents pertaining to implementation of and compliance with implementation of the compensation and benefit programs identified in Clause H.5

Additionally, the Contractor shall provide timely data responses to Departmental annual and ad hoc pension and PRB (if applicable) data requests. Such data responses shall be provided within the timeframe established by the contracting officer for each response and, if no timeframe is specified, the Contractor shall provide the data response within one calendar day.

H.8 DOE-H-2004 Post Contract Responsibilities for Pension and Other Benefit Plans (Oct 2014)

(a) If this Contract or Task Order expires and/or terminates and DOE has awarded a contract or Task Order under which a new contractor becomes a sponsor and assumes responsibility for management and administration of the pension or other benefit plans identified in (i)(1) of H Clause entitled, DOE-H-2001 Employee Compensation: Pay and Benefits(Oct 2014), the Contractor shall cooperate and transfer to the new contractor its responsibility for sponsorship, management and administration of the Plans consistent with direction from the CO. If a Commingled plan is involved, the Contractor shall:

(1) Where applicable, spin off the DOE portion of any Commingled Plan used to cover employees working at the DOE facilities into a separate plan. The new plan will normally provide benefits similar to those provided by the commingled plan and shall carry with it the DOE assets on an accrual basis market value, including DOE assets that have accrued in excess of DOE liabilities.

(2) Bargain in good faith with DOE or the successor contractor to determine the assumptions and methods for establishing the liabilities involved in a spinoff. DOE and the contractor(s) shall establish an effective date of spinoff. On or before the same day as the contractor notifies the IRS of the spinoff or plan termination, all plan assets assigned to a spun-off or terminating plan shall be placed in a low-risk liability matching portfolio until the successor trustee, or an insurance company, is able to assume stewardship of those assets.

(b) If this Contract or Task Order expires or terminates and DOE has not awarded a contract or Task Order to a new contractor under which the new contractor becomes a sponsor and assumes responsibility for management and administration of the Plans, or if the CO determines that the scope of work under the Contract or Task Order has been completed (any one such event may be deemed by

Page 34: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-34

the CO to be “Contract Completion” for purposes of this clause), whichever is earlier, and notwithstanding any other obligations and requirements concerning expiration or termination under any other clause of this Contract or Task Order, the following actions shall occur regarding the Contractor’s obligations regarding the Plans at the time of Contract/Task Order Completion:

(1) Subject to subparagraph (2) below, and notwithstanding any legal obligations independent of the Contract the Contractor may have regarding responsibilities for sponsorship, management, and administration of the Plans, the Contractor shall remain the sponsor of the Plans, in accordance with applicable legal requirements.

(2) The parties shall exercise their best efforts to reach agreement on the Contractor’s responsibilities for sponsorship, management and administration of the plans for which DOE reimburses costs, prior to or at the time of Task Order completion. However, if the parties have not reached agreement on the Contractor’s responsibilities for sponsorship, management and administration of the Plans prior to or at the time of Contract/Task Order Completion, unless and until such agreement is reached, the Contractor shall comply with written direction from the CO regarding the Contractor’s responsibilities for continued provision of pension and welfare benefits under the Plans, including but not limited to continued sponsorship of the Plans, in accordance with applicable legal requirements. To the extent that the Contractor incurs costs in implementing direction from the CO, the Contractor’s costs will be reimbursed pursuant to applicable Contract/Task Order provisions.

H.9 DOE-H-2028 Labor Relations (Oct 2014) (Revised)

(a) The Contractor shall respect the right of employees to be free from discrimination in the workplace, including, but not limited to, discrimination within the meaning of the Age Discrimination in Employment Act of 1967, as amended, and to organize, form, join, or assist labor organizations; bargain collectively through their chosen labor representatives; engage in other concerted activities for the purpose of collective bargaining or other mutual aid or protection, and to refrain from any or all of these activities, consistent with applicable laws.

(b) Consistent with applicable labor laws and regulations, for work currently performed by members of the an existing bargaining unit the Contractor agrees to initially consult with the existing bargaining unit representative(s) regarding the initial terms and conditions of employment and to recognize it as the collective bargaining representative(s) for employees performing work covered in the scope of this contract, and to bargain in good faith to a collective bargaining agreement that gives due consideration to applicable terms and conditions of the existing collective bargaining agreement(s) for work at thePlace of Performance as defined in Section F of each individual Task Order.

(c) The Contractor shall submit its economic bargaining parameters for which DOE reimburses costs to, and obtain the approval of, the CO regarding allowability of the costs, and compliance with the terms and conditions of the Contract, including those for pension and medical benefit costs, prior to the Contractor entering into the collective bargaining process. During the collective bargaining negotiations, the Contractor shall notify, and obtain the approval of, the CO before submitting or agreeing to any collective bargaining proposal that increases or may increase allowable costs above those previously approved in the economic bargaining parameters, or that could involve changes in any pension or other benefit plans, and such other items of special interest to DOE as are identified by the CO. The approval of the economic bargaining parameters by the CO under this paragraph does not waive any other terms and conditions of the Contract.

(d) The Contractor will seek to maintain harmonious bargaining relationships that reflect a judicious expenditure of public funds, equitable resolution of disputes and effective and efficient bargaining relationships consistent with the requirements of FAR Subpart 22.1, DEAR Subpart 970.2201-1, and

Page 35: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-35

all applicable Federal and state labor relations laws.

(e) The Contractor shall use its best efforts to ensure that collective bargaining agreements negotiated under this Contract or this Task Order contain provisions designed to assure no disruption in services during the performance of the Task Order. All such agreements entered into during the Contract/Task Order period of performance should, to the extent that the parties to those collective bargaining agreements agree, provide that grievances and disputes involving the interpretation or application of the agreement will be settled without resorting to strike, lockout or other disruption in services. For this purpose, each collective bargaining agreement should provide an effective grievance procedure with arbitration as its final step, unless the parties agree upon some other method of assuring no disruption in services. The Contractor shall include the substance of this subparagraph (e) in any subcontracts.

(f) In addition to FAR 52.222-1, Notice to the Government of Labor Disputes, and other requirements in the contract, the Contractor shall immediately notify the CO or designee of all labor relations issues and matters of interest, including, but not limited to, organizing initiatives, unfair labor practice charges or complaints, work stoppages, picketing, labor arbitrations, National Labor Relations Board charges, legal or judicial proceedings, and settlement agreements and will furnish such additional information as may be required from time to time by the CO.

(g) The Contractor shall immediately notify the CO or designee of any planned or actual strike or work stoppage involving its employees or employees of a subcontractor.

(h) The Contractor shall provide the CO or designee a copy of all arbitration decisions issued by an arbitrator within one week of receipt of the decision.

(i) The Contractor shall provide the CO or designee with a “Report of Settlement” after ratification of a collective bargaining agreement by accessing and inputting the information into the Labor Relations module of DOE’s iBenefits reporting system, or its successor system, during the next open quarter. Such information shall include negotiated wages, pension, medical and other benefits costs, and a copy of the collective bargaining agreement and any subsequent modifications

(j) The Contractor shall provide to the CO or designee a semi-annual report on grievances for which further judicial or administrative proceedings are anticipated, and all final step grievances. The Contractor shall immediately provide information on all arbitration requests. The reports are due June 30 and December 31, of each year, and should include the following information:

1. List of all final step grievances filed during the previous six-month period and grievances for which further judicial or administrative proceedings are anticipated, together with the dates filed;

2. A brief description of issues regarding each grievance;

3. If settled, the date of settlement, and terms of the settlement. If a denial is made at the final step and the period for requesting arbitration passes, report the matter as closed;

4. If not settled during the six-month reporting period, carry the item over to the subsequent six-month reporting periods until settlement, request for arbitration, closure, or other proceeding occurs.

H.10 WORKFORCE RESTRUCTURING (a) The Contractor shall regularly analyze workforce requirements and will develop appropriate

workforce restructuring strategies to ensure continued availability of the critical workforce knowledge, skills, and abilities necessary for performance under this Contract/Task Order.

Page 36: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-36

(b) When the Contractor determines that a change in the workforce is necessary, the Contractor shall

accomplish the workforce restructuring in a manner consistent with the DOE General Workforce Restructuring Plan, if applicable, in effect for the facility or site. The General Plan lays out how contractor workforce restructuring will be conducted at the applicable site in a manner that is consistent with DOE policy. The Contractor is only required to provide notification of Self-Select Voluntary Separation Programs (SSVSP) of 100 or more if consistent with the following parameters: 1) in accordance with approved laboratory and contractor policies and contract requirements; 2) no enhanced benefits (severance or pension); 3) no backfilling or re-employment of employees for a one-year period after severance is paid; 4) business case submitted 5 business days in advance of notification date that includes maximum number of voluntary separations, maximum dollars, positions/skills impacted; reasons separations are needed, including how conducting a SSVSP will better position the contractor to conduct the mission work; copies of the self-select application and any employee waivers or releases of claims, and a communication plan; and 5) voluntary separations offered to employees in a non-discriminatory and legally compliant manner. There is no backfilling where a separating employee is replaced by an internal candidate so long as:

(A) The separating employee is leaving voluntarily;

(B) The internal replacement is a regular, permanent employee on the contractor’s payroll, not a temporary hire, staff augmentee, or someone serving under a post-doctoral program, or other short term program;

(C) The replacement results in a net reduction in headcount and costs of regular employees; and

(D) The replacement is accomplished in an otherwise legally compliant manner, including no unlawful intent to discriminate based upon age.

(c) The Contractor shall ensure it does not hire or rehire individuals who volunteered for termination

during a Self-Select Voluntary Separation Program, at any DOE or NNSA site, during the one-year period following the separation. If an employee is hired or rehired prior to the one-year period, the employee will be required to pay back, to the contractor who provided the severance payment, all or a pro-rata amount of the severance received under the Voluntary Separation Program.

(d) The Contractor must prepare and submit to the Contracting Officer a specific workforce

restructuring plan (Specific Plan), as described below in paragraph (e), if the Contractor intends to reduce its workforce by 100 or more employees through an involuntary separation action within a rolling 12-month period.

(e) The Contractor’s Specific Plan shall lay out how the Contractor will conduct its workforce

restructuring action at the site. The Contractor’s Specific Plan for reducing 100 or more employees through an involuntary separation action shall be submitted to the Contracting Officer for approval at least 60 days in advance of the first communication planned to be given to the employees and public. Any other Specific Plans must be submitted just in advance of the first communication planned to be given to the employees and public. The templates for contractor Involuntary Separation Plan, as well as the General Release and Waiver Forms, are available online at:

Page 37: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-37

http://www.energy.gov/gc/services/technology-transfer-and-procurement/office-assistantgeneral-counsel-labor-and-pension.

(f) Pay-in-lieu of notice beyond two work-weeks requires written advance Contracting Officer approval.

The Contractor shall submit the request to the Contracting Officer as part of the Workforce Restructuring package submitted for approval in (e) above, and include the number of days of pay-in-lieu of notice requested, above two work-weeks, a detailed business justification, and the associated costs.

(g) The Contractor is encouraged to consider the use of employee waivers and releases. DOE has

developed a model waiver and release of claims. The forms are available on line at the website set forth in (e) above. Any deviation from the models must be approved by the Contracting Officer.

(h) The Contractor must perform an adverse impact analysis (also known as a diversity analysis) as part

of its determination to undertake involuntary separation action(s). A copy of the diversity analysis for involuntary separation action(s) affecting 100 or more contractor employees within a rolling 12-month period shall be submitted to the Contracting Officer and DOE or National Nuclear Security Administration (NNSA) site counsel, as applicable, prior to notification of employees selected for involuntary separation.

(i) The Contracting Officer will review and approve any Specific Plan or diversity analysis submitted

for review affecting the reduction of 100 or more employees through an involuntary separation action within 10 business days after submission of a complete package by the Contractor unless the Contractor is notified of issues necessitating an extension of time. Should DOE request additional information from the Contractor regarding any Specific Plan or diversity analysis, the Contractor will respond to such request within 3 business days.

(j) The Contractor is responsible and accountable for conducting and defending all voluntary and involuntary separation actions in compliance with applicable laws, regulations, and the contract terms and conditions.

(k) Questions of cost allowability related to: a) any SSVSPs for which the Contractor provides only notification, or b) any involuntary separation program(s) conducted without Contracting Officer approval will be resolved consistently with applicable laws and regulations and with the terms and conditions of this contract, including, but not limited to, Department of Energy Acquisition Regulation (DEAR) at 48 C.F.R. 952.23171(f).

H.11 Labor Standards

(a) The CO will determine the appropriate labor standards that apply to specific work activities in accordance with the Wage Rate Requirements (Construction) statute (formerly known as the Davis-Bacon Act), the Service Contract Labor Standards (SCLS) statute (formerly known as the Service Contract Act of 1965 [SCA]), or other applicable Federal labor standards law. Prior to the start of any proposed work activities, the Contractor shall request a labor standards determination from the CO for specific work activities by submitting proposed work packages that describe the specific activities to be performed for particular work and other information as necessary for DOE to make a determination regarding the appropriate labor standard(s) for the work or aspects of the work. Once a determination is made and provided to the Contractor, the Contractor shall comply with the determination and shall ensure that appropriate labor standards clauses and requirements are flowed down to and incorporated into any applicable subcontracts.

Page 38: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-38

(b) The Contractor shall comply, and shall be responsible for compliance by any subcontractor, with the Wage Rate Requirements (Construction), SCLS, or other applicable labor standards law. The Contractor shall conduct such payroll and job-site reviews for construction work, including interviews with employees, with such frequency as may be necessary to assure compliance by its subcontractors and as requested or directed by the DOE. When performing work subject to the Wage Rate Requirements (Construction), the Contractor shall maintain payroll records for a period of three years, from completion of the Contract/Task Order, for laborers and mechanics performing the work. In accordance with FAR 52.222-41(g) and FAR 52.222-6(b)(4), the Contractor and its subcontractors shall post in a prominent job-site location, the wage determination and, as applicable, Department of Labor Publications WHD 1321, Employee Rights under the Davis-Bacon Act, and/or WHD 1313, Employee Rights on Government Contracts.

(c) For subcontracts determined to be subject to the SCLS, the Contractor will prepare Standard Form 98 (e98), Notice of Intention to Make a Service Contract and Response Notice. This form is available on the Department of Labor website at https://www.beta.SAM.gov. The form shall be submitted to the CO.

(d) In addition to any other requirements in the Contract, the Contractor shall as soon as possible notify the CO of all labor standards issues, including all complaints regarding incorrect payment of prevailing wages and/or fringe benefits, received from contractor or subcontractor employees; significant labor standards violations, as defined in 29 CFR 5.7; disputes concerning labor standards pursuant to 29 CFR Parts 4, 6, and 8 and as defined in FAR 52.222-41(t); disputed labor standards determinations; Department of Labor investigations; or legal or judicial proceedings related to the labor standards under this Contract or a subcontract. The Contractor shall furnish such additional information as may be required from time to time by the CO.

(e) The Contractor shall prepare and submit to the CO the Office of Management and Budget (OMB) Control Number: 1910-5165, Semi-Annual Davis-Bacon Enforcement Report, by April 21 and October 21 of each year. Form submittal will be administered through the DOE iBenefits system or its successor system.

H.12 DOE-H-2003 Worker’s Compensation Insurance (Oct 2014)

(a) Contractors, other than those whose workers’ compensation coverage is provided through a state funded arrangement or a corporate benefits program, shall submit to the Contracting Officer for approval all new compensation policies and all initial proposals for self-insurance (contractors shall provide copies to the Contracting Officer of all renewal policies for workers compensation).

(b) Workers compensation loss income benefit payments when supplemented by other programs (such as salary continuation, short-term disability) are to be administered so that total benefit payments from all sources shall not exceed 100 percent of the employee’s net pay.

(c) Contractors approve all workers compensation settlement claims up to the threshold established by the Contracting Officer for DOE approval and submit all settlement claims above the threshold to DOE for approval.

(d) The Contractor shall obtain approval from the Contracting Officer before making any

(e) Significant change to its workers compensation coverage and shall furnish reports as may be required from time to time by the Contracting Officer.

H.13 DOE-H-2073 Risk Management and Insurance Programs (Dec 2014) (Revised)

Contractor officials shall ensure that the requirements set forth below are applied in the establishment and administration of DOE-funded prime cost reimbursement contracts for management and operation of

Page 39: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-39

DOE facilities and other designated long-lived onsite contracts for which the contractor has established separate operating business units.

(a) Basic Requirements

(1) Maintain commercial insurance or a self-insured program, (i.e., any insurance policy or coverage that protects the Contractor from the risk of legal liability for adverse actions associated with its operation, including malpractice, injury, or negligence) as required by the terms of the Contract. Types of insurance include automobile, general liability, and other third-party liability insurance. Other forms of coverage for which the Contractor seeks reimbursement must be justified as necessary in the operation of the Department facility and/or the performance of the Contract, and approved by the DOE in advance of acquiring such insurance.

(2) Contractors shall not purchase insurance to cover public liability for nuclear incidents without DOE authorization (see DEAR 950.70 entitled, Nuclear Indemnification of DOE Contractors).

(3) Demonstrate that insurance programs and costs comply with the cost limitations and exclusions at FAR 28.307 entitled, Insurance Under Cost Reimbursement Contracts, FAR 31.205-19 entitled, Insurance and Indemnification, DEAR 952.231-71 entitled, Insurance - Litigation and Claims.

(4) Demonstrate that the insurance program is being conducted in the Government’s best interest and at reasonable cost.

(5) The Contractor shall submit copies of all insurance policies or insurance arrangements to the CO no later than 30 days after the purchase date.

(6) When purchasing commercial insurance, the Contractor shall use a competitive process to ensure costs are reasonable.

(7) Ensure self-insurance programs include the following elements:

(i) Compliance with criteria set forth in FAR 28.308 entitled, Self-Insurance. Approval of self-insurance is predicated upon submission of verifiable proof that the self-insurance charge does not exceed the cost of purchased insurance. This includes hybrid plans (i.e., commercially purchased insurance with self-insured retention [SIR], such as large deductible, matching deductible, retrospective rating cash flow plans, and other plans where insurance reserves are under the control of the insured). The SIR components of such plans are self-insurance, and are subject to the approval and submission requirements of FAR 28.308, as applicable.

(ii) Demonstration of full compliance with applicable state and federal regulations and related professional administration necessary for participation in alternative insurance programs.

(iii) Safeguards to ensure third party claims and claims settlements are processed in accordance with approved procedures.

(iv) Accounting of self-insurance charges.

(v) Accrual of self-insurance reserve. The CO’s approval is required and predicated upon the following:

(A) The claims reserve shall be held in a special fund or interest bearing account.

Page 40: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-40

(B) Submission of a formal written statement to the CO stating that use of the reserve is exclusively for the payment of insurance claims and losses, and that DOE shall receive its equitable share of any excess funds or reserve.

(C) Annual accounting and justification as to the reasonableness of the claims reserve submitted for CO review.

(D) Claim reserves, not payable within the year the loss occurred, are discounted to present value based on the prevailing Treasury rate.

(8) Should the Contractor utilize a Letter of Credit or other financial instrument to guarantee self-insurance retention, any cost for interest paid by the contractor relating to the instruments will be unallowable and omitted from charges to the DOE Contract.

(9) Comply with the CO’s written direction for ensuring the continuation of insurance coverage and settlement of incurred and/or open claims and payments of premiums owed or owing to the insurer for prior DOE contractors.

(b) Plan Experience Reporting. The Contractor shall:

(1) Provide the CO with annual experience reports for each type of insurance (e.g., automobile and general liability), listing the following for each category:

(i) The amount paid for each claim.

(ii) The amount reserved for each claim.

(iii) The direct expenses related to each claim.

(iv) A summary for the plan year showing total number of claims.

(v) A total amount for claims paid.

(vi) A total amount reserved for claims.

(vii) The total amount of direct expenses.

(2) Provide the CO with an annual report of insurance costs and/or self-insurance charges. When applicable, separately identify total policy expenses (e.g., commissions, premiums, and costs for claims servicing) and major claims during the year, including those expected to become major claims (e.g., those claims valued at $100,000 or greater).

(3) Provide additional claim financial experience data, as may be requested, on a case-by-case basis.

(c) Terminating Operations. The Contractor shall:

(1) Ensure protection of the Government’s interest through proper recording of cancellation credits due to policy terminations and/or experience rating.

(2) Identify and provide continuing insurance policy administration and management requirements to a successor, other DOE contractor, or as specified by the CO.

(3) Reach agreement with DOE on the handling and settlement of self-insurance claims incurred but not reported at the time of contract termination; otherwise, the Contractor shall retain this liability.

(d) Successor Contractor or Insurance Policy Cancellation. The Contractor shall:

Page 41: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-41

(1) Obtain the written approval of the CO for any change in program direction; and

(2) Ensure insurance coverage replacement is maintained as required and/or approved by the CO.

H.14 DOE-H-2080 Agreement Regarding Workplace Substance Abuse Programs at DOE Sites (Apr 2018)

(a) Program implementation. The Contractor shall, consistent with 10 CFR part 707, Workplace Substance Abuse Programs at DOE Sites, incorporated herein by reference with full force and effect, develop, implement, and maintain a workplace substance abuse program.

(b) Remedies. In addition to any other remedies available to the Government, the Contractor's failure to comply with the requirements of 10 CFR part 707 or to perform in a manner consistent with its approved program may render the Contractor subject to: the suspension of contract payments, or, where applicable, a reduction in award fee; termination for default; and suspension or debarment.

(c) Subcontracts.

(1) The Contractor agrees to notify the Contracting Officer reasonably in advance of, but not later than 30 days prior to, the award of any subcontract the Contractor believes may be subject to the requirements of 10 CFR part 707, unless the Contracting Officer agrees to a different date.

(2) The DOE Prime Contractor shall require all subcontracts subject to the provisions of 10 CFR part 707 to agree to develop and implement a workplace substance abuse program that complies with the requirements of 10 CFR part 707, Workplace Substance Abuse Programs at DOE Sites, as a condition for award of the subcontract. The DOE Prime Contractor shall review and approve each subcontractor's program, and shall periodically monitor each subcontractor's implementation of the program for effectiveness and compliance with 10 CFR part 707.

(3) The Contractor agrees to include, and require the inclusion of, the requirements of this clause in all subcontracts, at any tier, that are subject to the provisions of 10 CFR part 707.

H.15 Overtime Control Reporting

The Contractor shall submit a Summary Overtime Justification Report of the overtime hours worked to the CO six (6) months after Task Order execution start and annually thereafter no later than November 30 of each year. Summary Overtime Justification Reports shall be reported, at a minimum, by Common Occupational Classification System sub-codes, differentiate between premium and non-premium overtime, and provide sufficient detail to demonstrate all three (3) of the following:

(1) Compliance with provisions set forth in FAR 52.222-2;

(2) All other alternatives to overtime were evaluated prior to working overtime and found inadequate or not feasible; and

(3) Overtime hours worked were in the best interest of the Government.

Summary Overtime Justification Reports will be used to assist the CO in determining reasonableness and cost allowability. Overtime premium authorized per FAR 52.222-2 will not be considered a CO determination of overtime reasonableness or cost allowability.

Page 42: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-42

H.37 DOE-H-2058 Designation and Consent of Teaming Subcontracts – Alternate I (Oct 2014) (Revised)

(a) The following subcontractors have been determined to be Teaming Subcontractors:

[Offeror Fill-In for LLNL Building 251 DD&R Task Order]

(a) In the event that the Contractor plans either to award or use a new teaming subcontract or replace an existing, approved teaming subcontract identified in paragraph (a) above, the Contractor shall provide advance notification to, and obtain consent from, the Contracting Officer, notwithstanding the consent requirements under any approved purchasing system or any other terms or conditions of the contract. Consent to these subcontracts is retained by the Contracting Officer and will not be delegated.

(b) In the event that the Contractor proposes to use a new, or replace, one or more of the approved Teaming Subcontractors identified in paragraph (a) above in performance of an individual Task Order, the Contractor shall provide advance notification to, and obtain consent from the cognizant Contracting Officer notwithstanding any other terms and conditions of the contract. Consent of these subcontracts is retained by the cognizant Contracting Officer for the Task Order and will not be delegated. The requirements of this paragraph (c) apply when the Contractor proposes the use of a new Teaming Subcontractor either prior to or subsequent to the award of the individual Task Order. The Contractor shall provide rationale and a detailed explanation including the equivalency or similarity of the experience and qualifications to the above listed Teaming Subcontractor and any other information requested by the cognizant Contracting Officer. Consent may be provided on a one time basis only and should not be construed as authorizing the use of the new Teaming Subcontractor on future Task Orders.

H.52 Subcontracted Work

The Contractor shall subcontract (in accordance with the definition at FAR Subpart 44.1) at least 16 percent of the value of the Task Order to small businesses. The Contractor’s subcontracted work shall be in compliance with the approved Section J, Attachment J-5 entitled, Master Small Business Subcontracting Plan and the separate subcontracting goals submitted and approved at the Task Order level. Unless otherwise approved in advance by the CO, work to be performed by subcontractors selected after Contract and LLNL Building 251 DD&R Task Order award shall be acquired through competitive procurements with an emphasis on fixed-price subcontracts to the extent practicable. The use of cost-reimbursement, time-and-materials, and labor-hour subcontracts shall be minimized.

The separate subcontracting goals submitted at the Task Order level shall identify timely, discrete, and meaningful scopes of work that can be awarded to small business concerns. Meaningful work is work that is important to the performance of the technical and management approach defined by the prime contractor. It is characterized by strong technical content (e.g., discrete and distinct technical or programmatic scopes of work) and contributes to the successful achievement of DOE’s goals. It should have a performance-based outcome that directly contributes to the overall contract outcome(s). Also, the Contractor shall respond to past performance inquiries for subcontractors upon request from DOE and other Federal agencies.

Section I - Contract Clauses

Section I of the Master IDIQ Contract is incorporated by reference with the exception of clauses applicable to Fixed-Price Task Orders, and is revised for purposes of this Task Order with the information

Page 43: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-43

below specifically identified for this task. The following Section I clause is filled-in as follows in Table I-1.

Table I-1. Section I Clause Fill-Ins

Clause No.

FAR/DEAR Reference Title

Fill-In Information; See FAR 52.104(d)

I.48 FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)

(a) Any time prior to the expiration of the Task Order; 30 days prior to the expiration of the Task Order (c) 60 months

Section J - List of Documents, Exhibits and Other Attachments

Section J of the Master IDIQ Contract is incorporated by reference, with the exception of the following, which are hereby incorporated in this Task Order.

Attachment Number Title of Attachment

Exhibit C-1 Building 251 Project Scope Area Exhibit C-2 Building 251 Supplemental Information Exhibit C-3 Building 251 Contamination Map

J-3 Government-Furnished Services and Information Matrix J-4 Performance Guarantee (to be inserted at the time of Task Order award) J-5 Small Business Subcontracting Plan (to be inserted at the time of Task Order award) J-6 Wage Determinations J-7 Deliverables

Page 44: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-1

Exhibit C-1, Building 251 Project Scope Area

Page 45: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-2

Exhibit C-2. Building 251 Supplemental Information

Page 46: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052

L-3

Exhibit C-3, Building 251 Contamination Map

Page 47: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP Attachment J-3 SOLICITATION NO. 89303319REM000052

J-3-1

ATTACHMENT J-3 Government-Furnished Services and Information Matrix

Section J, Attachment J-3, Government-Furnished Services and Information (GFSI) Matrix identifies services and items, if any, that are provided by individual site contractors and/or the Government. DOE is committed to providing effective support to the Contractor throughout the period of Contract performance, and the Contractor may request that DOE consider providing additional GFSI. To manage the GFSI to be furnished under the Task Order and to evaluate the additional GFSI that may be required, the Contractor shall submit for DOE approval: a. GFSI Request: 2-month advance projection of GFSI to be furnished under the Task Order and

additional Contractor-requested GFSI, 2 months prior to each fiscal year; b. Information that supports the improved performance for the cost saved as a result of having the

requested GFSI; and c. GFSI Request Update - quarterly update to the projection of GFSI to be furnished under the Task

Order and additional Contractor requested GFSI, prior to each quarter.

DOE shall review the 12-month and quarterly advance projections. If it is determined to be in the best interest of the Government, DOE shall notify the Contractor within 30 days if the additional contractor-requested GFSI can be provided, and shall provide the Contractor details regarding the DOE action(s). The supported GFSI shall be added to this Section J, Attachment J-3, as a DOE commitment to the contractor. There shall be no DOE commitment to furnish the contractor-requested GFSI. In the event that DOE does not notify the Contractor within 30 days, the Contractor shall assume that DOE will not support the request. In the event that DOE, for any reason, chooses not to provide the Contractor with its requested additional GFSI, the Contractor shall remain fully and solely responsible for obtaining the needed services and/or information in a timely manner and without any further recourse against DOE. However, the GFSI contained in this Section J attachment shall not be self-performed/subcontracted and will be deemed unallowable if self-performed/subcontracted. The Contractor shall be responsible for its own services. Additionally, the Contractor shall maintain the GFSI equipment, if any provided by the Government. The LLNL Building 251 DD&R effort involves several stakeholders and therefore will require coordination, cooperation, and communication among all parties. The stakeholders include: National Nuclear Security Administration (NNSA) is the owner for LLNL and is responsible for all

activities on site.

The NNSA Livermore Field Office (LFO) is NNSA’s representative on site.

The DOE Technical Assistance Contractor (TAC) is responsible to provide technical and administrative services.

Lawrence Livermore National Security, LLC (LLNS) is the current Management and Operating (M&O) Contractor for LLNL.

Page 48: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP Attachment J-3 SOLICITATION NO. 89303319REM000052

J-3-2

Item Activity Nationwide DD&R Contractor

M&O Contractor TAC

1. Personal Property Management

Conduct property inventories, if any, and provide input to LLNS.

LLNS shall be responsible for the administration of the Facility Information Management System (FIMS) and Property Information Database System (PIDS).

2. Project Management

Provide baseline and performance information to the TAC for input into DOE systems.

N/A Maintain and input project funding and performance information into DOE systems.

3. Records Management and Document Control

Maintains Contractor records in accordance with its approved its Records Management Program. Provide official project records to the TAC.

Maintains the LLNL sitewide records and document control program.

Maintains the DOE-EM document control and official records.

4. Intra-Site Mail Distributes its mail internally upon delivery from the LLNS.

Operates facility mailroom and distributes mail to the DD&R Contractor.

5. Network Administration

Establishes and maintains internet connectivity and security for its authorized systems from inside the LLNS’s established demarcation points with the contractor’s systems. Manages compliance with site cyber security requirements. Provides end user devices and applications for Contractor employees will operate on the contractor’s system(s). Establishes baseline requirements, coordinates configuration changes and additions with LLNS IT Network Administrator, and the Authorizing Official.

Provides internet connectivity, routing and network security services to the DD&R Contractor demarcation points.

6. Radios

Coordinates acquisition of hand-held and vehicle mounted radios with LLNS.

Maintains Federal Communications Commission (FCC) radio frequency license, tower, transmission and radio repairs.

7. Utilities Obtains and coordinates utility needs with LLNS.

Manages utility agreements for M&O managed facilities and NNSS including remote facilities (i.e., facilities outside of the site security fence).

8. Emergency Operations

Provides crisis communication support to the Joint Information Center. Provides integration within site-wide Emergency Preparedness Plan and Operations.

LLNS – serves as EOC technical. Maintains site-wide Emergency Preparedness including Emergency Operations Center (EOC) and Joint Information Center; hazard surveys/assessments; site-wide exercises; drills; and facility plans and procedures. Manages Occurrence Notification Center to report events to DOE.

Page 49: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP Attachment J-3 SOLICITATION NO. 89303319REM000052

J-3-3

Item Activity Nationwide DD&R Contractor

M&O Contractor TAC

9. Emergency Management Fire & Rescue

Provides technical expertise to LLNS planning initiatives.

LLNS serves as EOC technical expert for LLNL-related emergencies. Maintains incident commander, safety officer, operations officer, entry teams, decontamination, safety, and rehab.

10. COOP Maintains awareness of LLNS COOP Program.

Maintain a Site Wide Continuity of Operations (COOP) Program and provide updated documents to the DD&R Contractor.

11. Training

Utilizes the LLNL Consolidated Annual Training, mandatory training such as GET; RAD Worker I and II; Annual Security Refresher; and focused training such as Fire Extinguisher Training and waste generator training. Establishes and provides project-specific or corporate training, tracks and notifies employees of training needs and verifies training compliance for personnel.

Provides LLNL Consolidated Annual Training, mandatory training such as GET; RAD Worker I and II; Annual Security Refresher; and focused training such as Fire Extinguisher Training and waste generator training.

12. Lock-out/Tag-out (LO/TO)

Coordinate LO/TO with LLNS. Manages LLNL LO/TO program and performs LO/TO at DD&R interface points as requested.

13. Environmental Permitting

Perform work in compliance with applicable permits at LLNS.

Coordinates impacts of DD&R project with permitting agencies.

14. External Affairs Provide external affairs support to DOE concerning Task Order activities, as requested.

Responsible for the overall External Affairs functions for the LLNL Site. All public interfaces will be coordinated with the LFO Public Affairs Office, in conjunction with the EM Public Affairs Office.

Responsible for DOE-EM document production, website content and project status reporting.

15. News Releases The Contractor shall obtain written consent from LLNS before referencing LLNS/LLNL in any news releases, advertisements, marketing materials, websites, or any other public releases of information.

Review and approve, if appropriate, news releases.

16. Work Specific Requirements for Protection of the Environment

Obtain LLNS approval to substitute alternate pollution prevention measures for those identified in contract erosion control documents and Appendix B.

Review and approve, if appropriate, substitute alternate pollution prevention measures.

Page 50: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP Attachment J-3 SOLICITATION NO. 89303319REM000052

J-3-4

Item Activity Nationwide DD&R Contractor

M&O Contractor TAC

17. Work Specific Requirements for Protection of the Environment

Coordinate the use of types of hazardous materials to be used in work activities to determine if any materials must be tracked. Submit Safety Data Sheets (SDS) to LLNS and the ChemTrack Office (L-621) for all chemicals, oils, solvents, paints, epoxies, adhesives, petrochemical, or similar materials to be used at the work location. Maintain all tracking documents identified by LLNS and provide the documents to LLNS and the ChemTrack Office (L-621) when the work activity is completed.

Coordinate with the DD&R Contractor regarding the types of hazardous materials to be used in work activities to determine if any materials must be tracked. Updates Chem Track to include information provided by the DD&R Contractor.

18. Work Specific Requirements for Protection of the Environment

Obtain LLNL Biologist approval to ensure protection of biological resources before commencing work.

Review environment and approve DD&R Contractor’s commence of work, if appropriate. Provide Natural Resource Protection training if required prior to initiating work.

19. Emergency Response and Medical Requirements

Provide immediate notification to the LLNL Health Services Department in the event of work related health abnormalities found by a required examination.

Accept notification.

20. DOT shipments For samples that are regulated by DOT, provide LLNS a copy of the determination including how the sample is packaged.

All paperwork for DOT regulated shipments will be prepared by LLNS. DOT regulated shipments will leave via the LLNL traffic office.

21. Waste Profiles Develop and submit draft waste profiles for each waste stream/disposal site.

LLNS will submit and obtain approval from NNSS for waste profiles within 1 week of receipt of the complete package of data and characterization information.

22. Waste Containers Coordinate waste containers used for shipping through LLNS.

LLNS shall provide the DD&R Contractor the LLNL Packaging and Transportation Safety approved vendor list.

23. Waste Containers in Excess of 55 Gallons

Support LLNS pre-use inspection for waste containers exceeding 55-gallons in capacity. Support LLNS in managing containers exceeding 55 gallons.

The LLNS Waste Technician will serve as the container custodian for waste containers exceeding 55-gal in capacity. The LLNS Waste Technician will be responsible for pre-use inspections of waste containers and will serve as

Page 51: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP Attachment J-3 SOLICITATION NO. 89303319REM000052

J-3-5

Item Activity Nationwide DD&R Contractor

M&O Contractor TAC

the container custodian for waste containers exceeding 55-gallons in capacity.

24. Drum Shipments

Coordinate banding drums to pallets with LLNS marking and labeling.

LLNS shall ensure that drum marking and labels are applied prior to drum banding to the pallets.

25. Shielding for Waste Containers

Coordinate shielding use for waste containers through LLNS.

Waste Container shielding requires specific LLNL Waste Certification Official authorization. LLNS review and if appropriate authorize use of shielding.

26. Waste Container Documentation

Submit waste container documentation to LLNS in reviewing waste container documentation.

LLNS Waste Technician, will review documentation (e.g., A WDR) for each container of waste.

27. Waste Shipment Scheduling & Loading

Schedule shipments in consultation with LLNS.

LLNS will support the schedule of DD&R Contractor shipments. LLNS shall be present whenever a waste shipment is being loaded for shipment off-site LLNS.

28. Waste Requisitions Coordinate waste requisitions with LLNS. Submittal must be at least two weeks prior to a shipment.

LLNS will review the waste requisitions.

29. Commercial Carriers

Coordinate selection of commercial carriers with LLNS and ensure the hauler maintains an approved DTSC Haulers permit.

LLNS shall provide the DD&R Contractor with the Motor Carrier Evaluation Program list of approved commercial carriers.

30. Termination of Safeguards

Submit the Termination of Safeguards request to LLNS.

LLNS will arrange for Termination of Safeguards in accordance with DOE Order 474.2 prior to shipment.

31. Commercial Vehicles

Coordinate with LLNS for deliveries. LLNS will provide the needed security inspection for commercial vehicles at the Delivery Vehicle Inspection Station.

32. Waste Vehicle Contamination Survey

Support LLNS in conducting the survey. LLNS will conduct a waste transport vehicle contamination survey and dose rate survey prior to shipment loading.

33. DOT Markings and labels

Support LLNS in labeling and marking containers.

All DOT markings and labels will be provided by LLNS. LLNS will apply all marking and labels to the shipping containers at least three working days before the shipment.

Page 52: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP Attachment J-3 SOLICITATION NO. 89303319REM000052

J-3-6

Item Activity Nationwide DD&R Contractor

M&O Contractor TAC

34. Waste Shipments

Coordinate with LLNS to ensure that shipments do not depart LLNL without being released by the applicable LLNS organizations.

LLNS will ensure that the shipments are released by the WCO, the RHWM Disposal Office, and if the shipment contains DOT regulated material, the LLNS Traffic Office prior to departing LLNL.

35. Site Access and Badging

Follow the site requirements for working in a “Property Protection “ area: https://supplychain.llnl.gov/poattach/pdf/security_site_access.pdf

Provide the services identified in the following website: https://supplychain.llnl.gov/poattach/pdf/security_site_access.pdf

36. Delivery Truck Access

Allow up to one hour for trucks to undergo an inspection. Personnel making normal truck deliveries for vendors shall be United States citizens and carry a current operator’s license. Such personnel will be issued a temporary truck pass, and security processing may not be required. Special time-sensitive deliveries such as asphalt and concrete may be handled at an alternate gate upon approval by LLNS. Provide LLNS five days advance notice for all time sensitive deliveries.

LLNS will inspect all trucks making deliveries to LLNL at the Delivery Vehicle Inspection Station on East Avenue (or Vasco Post during off-hours) unless otherwise approved by the LLNL Security Organization Director, or designee.

Page 53: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-4 SOLICITATION NO. 89303319REM000052 

J-4-1

SECTION J - ATTACHMENT J-4

PERFORMANCE GUARANTEE

Solicitation Note: The Contractor’s Performance Guarantee will be inserted here upon award of the Task Order. See applicable Section H clause.

Page 54: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-5 SOLICITATION NO. 89303319REM000052 

J-5-1

SECTION J - ATTACHMENT J-5

Small Business Subcontracting Plan

Solicitation Note: The Contractor’s Small Business Subcontracting Plan will be inserted here upon award of the Task Order. See applicable Section H clause.

Page 55: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-6

SOLICITATION NO. 89303319REM000052

J-6-1

SECTION J - ATTACHMENT J-6

Wage Determination – Service Contract Labor Standards (formerly known as the Service Contract [SCA]) and Construction Wage Rate Requirements

(formerly known as the Davis-Bacon Act [DBA])

Page 56: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

"REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF

LABOR

THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION

By direction of the Secretary of Labor | WAGE AND HOUR DIVISION

| WASHINGTON D.C. 20210

|

|

|

| Wage Determination No.: 2015-5623

Daniel W. Simms Division of | Revision No.: 9

Director Wage Determinations| Date Of Last Revision: 06/17/2019

_______________________________________|____________________________________________

Note: Under Executive Order (EO) 13658 an hourly minimum wage of $10.60 for

calendar year 2019 applies to all contracts subject to the Service Contract

Act for which the contract is awarded (and any solicitation was issued) on or

after January 1 2015. If this contract is covered by the EO the contractor

must pay all workers in any classification listed on this wage determination

at least $10.60 per hour (or the applicable wage rate listed on this wage

determination if it is higher) for all hours spent performing on the contract

in calendar year 2019. The EO minimum wage rate will be adjusted annually.

Additional information on contractor requirements and worker protections under

the EO is available at www.dol.gov/whd/govcontracts.

____________________________________________________________________________________

State: California

Area: California Counties of Alameda Contra Costa

____________________________________________________________________________________

**Fringe Benefits Required Follow the Occupational Listing**

Page 1 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 57: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

OCCUPATION CODE - TITLE FOOTNOTE RATE

01000 - Administrative Support And Clerical Occupations

01011 - Accounting Clerk I 20.85

01012 - Accounting Clerk II 23.41

01013 - Accounting Clerk III 26.20

01020 - Administrative Assistant 36.56

01035 - Court Reporter 41.45

01041 - Customer Service Representative I 17.77

01042 - Customer Service Representative II 19.97

01043 - Customer Service Representative III 21.79

01051 - Data Entry Operator I 17.01

01052 - Data Entry Operator II 18.55

01060 - Dispatcher Motor Vehicle 29.13

01070 - Document Preparation Clerk 15.45

01090 - Duplicating Machine Operator 15.45

01111 - General Clerk I 15.87

01112 - General Clerk II 17.31

01113 - General Clerk III 19.97

01120 - Housing Referral Assistant 28.83

01141 - Messenger Courier 17.91

01191 - Order Clerk I 17.81

01192 - Order Clerk II 19.43

01261 - Personnel Assistant (Employment) I 19.80

01262 - Personnel Assistant (Employment) II 22.18

01263 - Personnel Assistant (Employment) III 24.69

01270 - Production Control Clerk 28.05

01290 - Rental Clerk 18.47

01300 - Scheduler Maintenance 23.12

01311 - Secretary I 23.12

01312 - Secretary II 25.86

01313 - Secretary III 28.83

01320 - Service Order Dispatcher 24.26

01410 - Supply Technician 36.56

01420 - Survey Worker 25.03

01460 - Switchboard Operator/Receptionist 17.21

01531 - Travel Clerk I 18.33

Page 2 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 58: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

01532 - Travel Clerk II 19.95

01533 - Travel Clerk III 21.62

01611 - Word Processor I 22.85

01612 - Word Processor II 25.65

01613 - Word Processor III 28.70

05000 - Automotive Service Occupations

05005 - Automobile Body Repairer Fiberglass 28.13

05010 - Automotive Electrician 24.95

05040 - Automotive Glass Installer 22.95

05070 - Automotive Worker 24.96

05110 - Mobile Equipment Servicer 21.71

05130 - Motor Equipment Metal Mechanic 26.06

05160 - Motor Equipment Metal Worker 23.84

05190 - Motor Vehicle Mechanic 26.07

05220 - Motor Vehicle Mechanic Helper 20.54

05250 - Motor Vehicle Upholstery Worker 22.78

05280 - Motor Vehicle Wrecker 23.84

05310 - Painter Automotive 24.96

05340 - Radiator Repair Specialist 23.84

05370 - Tire Repairer 17.31

05400 - Transmission Repair Specialist 26.07

07000 - Food Preparation And Service Occupations

07010 - Baker 16.20

07041 - Cook I 17.25

07042 - Cook II 19.58

07070 - Dishwasher 12.77

07130 - Food Service Worker 13.86

07210 - Meat Cutter 18.25

07260 - Waiter/Waitress 13.97

09000 - Furniture Maintenance And Repair Occupations

09010 - Electrostatic Spray Painter 21.58

09040 - Furniture Handler 15.26

09080 - Furniture Refinisher 23.06

09090 - Furniture Refinisher Helper 17.77

09110 - Furniture Repairer Minor 20.57

09130 - Upholsterer 21.91

11000 - General Services And Support Occupations

Page 3 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 59: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

11030 - Cleaner Vehicles 14.48

11060 - Elevator Operator 16.28

11090 - Gardener 23.78

11122 - Housekeeping Aide 16.28

11150 - Janitor 16.28

11210 - Laborer Grounds Maintenance 18.29

11240 - Maid or Houseman 15.96

11260 - Pruner 17.19

11270 - Tractor Operator 21.58

11330 - Trail Maintenance Worker 18.29

11360 - Window Cleaner 18.09

12000 - Health Occupations

12010 - Ambulance Driver 23.48

12011 - Breath Alcohol Technician 27.58

12012 - Certified Occupational Therapist Assistant 31.37

12015 - Certified Physical Therapist Assistant 33.80

12020 - Dental Assistant 22.80

12025 - Dental Hygienist 54.24

12030 - EKG Technician 33.39

12035 - Electroneurodiagnostic Technologist 33.39

12040 - Emergency Medical Technician 23.48

12071 - Licensed Practical Nurse I 24.65

12072 - Licensed Practical Nurse II 27.58

12073 - Licensed Practical Nurse III 30.74

12100 - Medical Assistant 21.70

12130 - Medical Laboratory Technician 28.52

12160 - Medical Record Clerk 23.10

12190 - Medical Record Technician 25.93

12195 - Medical Transcriptionist 22.61

12210 - Nuclear Medicine Technologist 56.62

12221 - Nursing Assistant I 13.85

12222 - Nursing Assistant II 15.57

12223 - Nursing Assistant III 16.98

12224 - Nursing Assistant IV 19.07

12235 - Optical Dispenser 23.77

12236 - Optical Technician 18.37

12250 - Pharmacy Technician 23.15

Page 4 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 60: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

12280 - Phlebotomist 23.66

12305 - Radiologic Technologist 44.62

12311 - Registered Nurse I 43.85

12312 - Registered Nurse II 53.66

12313 - Registered Nurse II Specialist 53.66

12314 - Registered Nurse III 64.90

12315 - Registered Nurse III Anesthetist 64.90

12316 - Registered Nurse IV 77.80

12317 - Scheduler (Drug and Alcohol Testing) 36.68

12320 - Substance Abuse Treatment Counselor 25.27

13000 - Information And Arts Occupations

13011 - Exhibits Specialist I 25.45

13012 - Exhibits Specialist II 31.05

13013 - Exhibits Specialist III 37.98

13041 - Illustrator I 26.48

13042 - Illustrator II 32.79

13043 - Illustrator III 40.13

13047 - Librarian 40.92

13050 - Library Aide/Clerk 20.80

13054 - Library Information Technology Systems 36.95

Administrator

13058 - Library Technician 27.09

13061 - Media Specialist I 26.66

13062 - Media Specialist II 29.83

13063 - Media Specialist III 33.24

13071 - Photographer I 20.39

13072 - Photographer II 22.81

13073 - Photographer III 28.23

13074 - Photographer IV 34.56

13075 - Photographer V 39.08

13090 - Technical Order Library Clerk 22.20

13110 - Video Teleconference Technician 27.31

14000 - Information Technology Occupations

14041 - Computer Operator I 19.80

14042 - Computer Operator II 22.18

14043 - Computer Operator III 24.69

14044 - Computer Operator IV 27.43

Page 5 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 61: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

14045 - Computer Operator V 30.39

14071 - Computer Programmer I (see 1)

14072 - Computer Programmer II (see 1)

14073 - Computer Programmer III (see 1)

14074 - Computer Programmer IV (see 1)

14101 - Computer Systems Analyst I (see 1)

14102 - Computer Systems Analyst II (see 1)

14103 - Computer Systems Analyst III (see 1)

14150 - Peripheral Equipment Operator 19.80

14160 - Personal Computer Support Technician 27.43

14170 - System Support Specialist 39.38

15000 - Instructional Occupations

15010 - Aircrew Training Devices Instructor (Non-Rated) 38.43

15020 - Aircrew Training Devices Instructor (Rated) 46.48

15030 - Air Crew Training Devices Instructor (Pilot) 55.72

15050 - Computer Based Training Specialist / Instructor 38.43

15060 - Educational Technologist 32.97

15070 - Flight Instructor (Pilot) 55.72

15080 - Graphic Artist 31.77

15085 - Maintenance Test Pilot Fixed Jet/Prop 51.50

15086 - Maintenance Test Pilot Rotary Wing 51.50

15088 - Non-Maintenance Test/Co-Pilot 51.50

15090 - Technical Instructor 33.96

15095 - Technical Instructor/Course Developer 41.54

15110 - Test Proctor 27.42

15120 - Tutor 27.42

16000 - Laundry Dry-Cleaning Pressing And Related Occupations

16010 - Assembler 15.69

16030 - Counter Attendant 15.69

16040 - Dry Cleaner 19.16

16070 - Finisher Flatwork Machine 15.69

16090 - Presser Hand 15.69

16110 - Presser Machine Drycleaning 15.69

16130 - Presser Machine Shirts 15.69

16160 - Presser Machine Wearing Apparel Laundry 15.69

16190 - Sewing Machine Operator 19.96

16220 - Tailor 20.76

Page 6 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 62: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

16250 - Washer Machine 17.57

19000 - Machine Tool Operation And Repair Occupations

19010 - Machine-Tool Operator (Tool Room) 21.83

19040 - Tool And Die Maker 26.94

21000 - Materials Handling And Packing Occupations

21020 - Forklift Operator 20.50

21030 - Material Coordinator 27.88

21040 - Material Expediter 27.88

21050 - Material Handling Laborer 16.69

21071 - Order Filler 15.60

21080 - Production Line Worker (Food Processing) 20.50

21110 - Shipping Packer 18.16

21130 - Shipping/Receiving Clerk 18.16

21140 - Store Worker I 16.30

21150 - Stock Clerk 22.28

21210 - Tools And Parts Attendant 20.50

21410 - Warehouse Specialist 20.50

23000 - Mechanics And Maintenance And Repair Occupations

23010 - Aerospace Structural Welder 36.92

23019 - Aircraft Logs and Records Technician 29.72

23021 - Aircraft Mechanic I 35.13

23022 - Aircraft Mechanic II 36.92

23023 - Aircraft Mechanic III 38.49

23040 - Aircraft Mechanic Helper 25.68

23050 - Aircraft Painter 33.32

23060 - Aircraft Servicer 29.72

23070 - Aircraft Survival Flight Equipment Technician 33.32

23080 - Aircraft Worker 31.53

23091 - Aircrew Life Support Equipment (ALSE) Mechanic 31.53

I

23092 - Aircrew Life Support Equipment (ALSE) Mechanic 35.13

II

23110 - Appliance Mechanic 26.61

23120 - Bicycle Repairer 21.51

23125 - Cable Splicer 45.12

23130 - Carpenter Maintenance 31.51

23140 - Carpet Layer 33.40

Page 7 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 63: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

23160 - Electrician Maintenance 44.12

23181 - Electronics Technician Maintenance I 33.73

23182 - Electronics Technician Maintenance II 35.64

23183 - Electronics Technician Maintenance III 37.58

23260 - Fabric Worker 28.58

23290 - Fire Alarm System Mechanic 27.45

23310 - Fire Extinguisher Repairer 27.19

23311 - Fuel Distribution System Mechanic 41.32

23312 - Fuel Distribution System Operator 32.67

23370 - General Maintenance Worker 24.26

23380 - Ground Support Equipment Mechanic 35.13

23381 - Ground Support Equipment Servicer 29.72

23382 - Ground Support Equipment Worker 31.53

23391 - Gunsmith I 27.19

23392 - Gunsmith II 30.86

23393 - Gunsmith III 34.37

23410 - Heating Ventilation And Air-Conditioning 29.21

Mechanic

23411 - Heating Ventilation And Air Contidioning 30.70

Mechanic (Research Facility)

23430 - Heavy Equipment Mechanic 36.11

23440 - Heavy Equipment Operator 40.91

23460 - Instrument Mechanic 42.64

23465 - Laboratory/Shelter Mechanic 32.61

23470 - Laborer 16.11

23510 - Locksmith 26.65

23530 - Machinery Maintenance Mechanic 36.49

23550 - Machinist Maintenance 27.28

23580 - Maintenance Trades Helper 17.19

23591 - Metrology Technician I 42.64

23592 - Metrology Technician II 44.82

23593 - Metrology Technician III 46.72

23640 - Millwright 39.36

23710 - Office Appliance Repairer 23.42

23760 - Painter Maintenance 27.36

23790 - Pipefitter Maintenance 33.96

23810 - Plumber Maintenance 32.20

Page 8 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 64: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

23820 - Pneudraulic Systems Mechanic 34.37

23850 - Rigger 33.78

23870 - Scale Mechanic 30.86

23890 - Sheet-Metal Worker Maintenance 31.09

23910 - Small Engine Mechanic 21.41

23931 - Telecommunications Mechanic I 31.66

23932 - Telecommunications Mechanic II 33.28

23950 - Telephone Lineman 31.97

23960 - Welder Combination Maintenance 24.28

23965 - Well Driller 33.23

23970 - Woodcraft Worker 34.37

23980 - Woodworker 27.19

24000 - Personal Needs Occupations

24550 - Case Manager 20.92

24570 - Child Care Attendant 15.31

24580 - Child Care Center Clerk 19.09

24610 - Chore Aide 12.64

24620 - Family Readiness And Support Services 20.92

Coordinator

24630 - Homemaker 20.92

25000 - Plant And System Operations Occupations

25010 - Boiler Tender 44.34

25040 - Sewage Plant Operator 45.25

25070 - Stationary Engineer 44.34

25190 - Ventilation Equipment Tender 32.41

25210 - Water Treatment Plant Operator 45.25

27000 - Protective Service Occupations

27004 - Alarm Monitor 40.43

27007 - Baggage Inspector 15.91

27008 - Corrections Officer 38.39

27010 - Court Security Officer 41.84

27030 - Detection Dog Handler 30.14

27040 - Detention Officer 38.39

27070 - Firefighter 46.18

27101 - Guard I 15.91

27102 - Guard II 30.14

27131 - Police Officer I 50.44

Page 9 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 65: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

27132 - Police Officer II 56.06

28000 - Recreation Occupations

28041 - Carnival Equipment Operator 17.04

28042 - Carnival Equipment Repairer 18.44

28043 - Carnival Worker 12.77

28210 - Gate Attendant/Gate Tender 19.83

28310 - Lifeguard 13.82

28350 - Park Attendant (Aide) 22.19

28510 - Recreation Aide/Health Facility Attendant 16.19

28515 - Recreation Specialist 25.53

28630 - Sports Official 17.66

28690 - Swimming Pool Operator 21.68

29000 - Stevedoring/Longshoremen Occupational Services

29010 - Blocker And Bracer 33.09

29020 - Hatch Tender 33.09

29030 - Line Handler 33.09

29041 - Stevedore I 31.19

29042 - Stevedore II 34.96

30000 - Technical Occupations

30010 - Air Traffic Control Specialist Center (HFO) (see 2) 47.06

30011 - Air Traffic Control Specialist Station (HFO) (see 2) 32.45

30012 - Air Traffic Control Specialist Terminal (HFO) (see 2) 35.73

30021 - Archeological Technician I 24.86

30022 - Archeological Technician II 27.80

30023 - Archeological Technician III 34.44

30030 - Cartographic Technician 34.44

30040 - Civil Engineering Technician 35.13

30051 - Cryogenic Technician I 30.50

30052 - Cryogenic Technician II 33.69

30061 - Drafter/CAD Operator I 24.86

30062 - Drafter/CAD Operator II 27.80

30063 - Drafter/CAD Operator III 30.99

30064 - Drafter/CAD Operator IV 38.15

30081 - Engineering Technician I 18.90

30082 - Engineering Technician II 21.22

30083 - Engineering Technician III 23.73

30084 - Engineering Technician IV 29.40

Page 10 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 66: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

30085 - Engineering Technician V 35.98

30086 - Engineering Technician VI 43.51

30090 - Environmental Technician 30.70

30095 - Evidence Control Specialist 27.54

30210 - Laboratory Technician 25.27

30221 - Latent Fingerprint Technician I 38.62

30222 - Latent Fingerprint Technician II 42.66

30240 - Mathematical Technician 35.89

30361 - Paralegal/Legal Assistant I 23.52

30362 - Paralegal/Legal Assistant II 29.13

30363 - Paralegal/Legal Assistant III 35.65

30364 - Paralegal/Legal Assistant IV 43.11

30375 - Petroleum Supply Specialist 33.69

30390 - Photo-Optics Technician 35.89

30395 - Radiation Control Technician 33.69

30461 - Technical Writer I 29.69

30462 - Technical Writer II 36.33

30463 - Technical Writer III 43.94

30491 - Unexploded Ordnance (UXO) Technician I 29.91

30492 - Unexploded Ordnance (UXO) Technician II 36.18

30493 - Unexploded Ordnance (UXO) Technician III 43.37

30494 - Unexploded (UXO) Safety Escort 29.91

30495 - Unexploded (UXO) Sweep Personnel 29.91

30501 - Weather Forecaster I 30.50

30502 - Weather Forecaster II 37.10

30620 - Weather Observer Combined Upper Air Or (see 2) 27.82

Surface Programs

30621 - Weather Observer Senior (see 2) 30.90

31000 - Transportation/Mobile Equipment Operation Occupations

31010 - Airplane Pilot 36.18

31020 - Bus Aide 19.18

31030 - Bus Driver 26.65

31043 - Driver Courier 17.80

31260 - Parking and Lot Attendant 14.88

31290 - Shuttle Bus Driver 19.26

31310 - Taxi Driver 15.76

31361 - Truckdriver Light 19.26

Page 11 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 67: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

31362 - Truckdriver Medium 20.60

31363 - Truckdriver Heavy 24.40

31364 - Truckdriver Tractor-Trailer 24.40

99000 - Miscellaneous Occupations

99020 - Cabin Safety Specialist 17.64

99030 - Cashier 13.27

99050 - Desk Clerk 15.15

99095 - Embalmer 28.10

99130 - Flight Follower 29.91

99251 - Laboratory Animal Caretaker I 16.01

99252 - Laboratory Animal Caretaker II 17.32

99260 - Marketing Analyst 39.04

99310 - Mortician 29.47

99410 - Pest Controller 19.91

99510 - Photofinishing Worker 18.98

99710 - Recycling Laborer 35.09

99711 - Recycling Specialist 40.54

99730 - Refuse Collector 31.57

99810 - Sales Clerk 15.51

99820 - School Crossing Guard 15.80

99830 - Survey Party Chief 39.54

99831 - Surveying Aide 23.80

99832 - Surveying Technician 34.79

99840 - Vending Machine Attendant 18.34

99841 - Vending Machine Repairer 21.34

99842 - Vending Machine Repairer Helper 18.34

____________________________________________________________________________________

Note: Executive Order (EO) 13706 Establishing Paid Sick Leave for Federal

Page 12 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 68: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Contractors applies to all contracts subject to the Service Contract Act for which

the contract is awarded (and any solicitation was issued) on or after January 1

2017. If this contract is covered by the EO the contractor must provide employees

with 1 hour of paid sick leave for every 30 hours they work up to 56 hours of paid

sick leave each year. Employees must be permitted to use paid sick leave for their

own illness injury or other health-related needs including preventive care; to

assist a family member (or person who is like family to the employee) who is ill

injured or has other health-related needs including preventive care; or for

reasons resulting from or to assist a family member (or person who is like family

to the employee) who is the victim of domestic violence sexual assault or

stalking. Additional information on contractor requirements and worker protections

under the EO is available at www.dol.gov/whd/govcontracts.

ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:

HEALTH & WELFARE: $4.48 per hour or $179.20 per week or $776.53 per month

HEALTH & WELFARE EO 13706: $4.18 per hour or $167.20 per week or $724.53 per

month*

*This rate is to be used only when compensating employees for performance on an SCA-

covered contract also covered by EO 13706 Establishing Paid Sick Leave for Federal

Contractors. A contractor may not receive credit toward its SCA obligations for any

paid sick leave provided pursuant to EO 13706.

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or

successor; 3 weeks after 5 years 4 weeks after 15 years and 5 weeks after 25 years.

Page 13 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 69: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Length of service includes the whole span of continuous service with the present

contractor or successor wherever employed and with the predecessor contractors in

the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)

HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day Martin Luther

King Jr.'s Birthday Washington's Birthday Memorial Day Independence Day

Labor Day Columbus Day Veterans' Day Thanksgiving Day and Christmas Day. (A

contractor may substitute for any of the named holidays another day off with pay in

accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174)

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

1) COMPUTER EMPLOYEES: Under the SCA at section 8(b) this wage determination does

not apply to any employee who individually qualifies as a bona fide executive

administrative or professional employee as defined in 29 C.F.R. Part 541. Because

most Computer System Analysts and Computer Programmers who are compensated at a rate

not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per

week) an hour would likely qualify as exempt computer professionals (29 C.F.R. 541.

400) wage rates may not be listed on this wage determination for all occupations

within those job families. In addition because this wage determination may not

list a wage rate for some or all occupations within those job families if the survey

data indicates that the prevailing wage rate for the occupation equals or exceeds

$27.63 per hour conformances may be necessary for certain nonexempt employees. For

example if an individual employee is nonexempt but nevertheless performs duties

within the scope of one of the Computer Systems Analyst or Computer Programmer

occupations for which this wage determination does not specify an SCA wage rate

then the wage rate for that employee must be conformed in accordance with the

Page 14 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 70: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

conformance procedures described in the conformance note included on this wage

determination.

Additionally because job titles vary widely and change quickly in the computer

industry job titles are not determinative of the application of the computer

professional exemption. Therefore the exemption applies only to computer employees

who satisfy the compensation requirements and whose primary duty consists of:

(1) The application of systems analysis techniques and procedures including

consulting with users to determine hardware software or system functional

specifications;

(2) The design development documentation analysis creation testing or

modification of computer systems or programs including prototypes based on and

related to user or system design specifications;

(3) The design documentation testing creation or modification of computer

programs related to machine operating systems; or

(4) A combination of the aforementioned duties the performance of which

requires the same level of skills. (29 C.F.R. 541.400).

2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you

work at night as part of a regular tour of duty you will earn a night differential

and receive an additional 10% of basic pay for any hours worked between 6pm and 6am.

If you are a full-time employed (40 hours a week) and Sunday is part of your

regularly scheduled workweek you are paid at your rate of basic pay plus a Sunday

premium of 25% of your basic rate for each hour of Sunday work which is not overtime

(i.e. occasional work on Sunday outside the normal tour of duty is considered

overtime work).

Page 15 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 71: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

** HAZARDOUS PAY DIFFERENTIAL **

An 8 percent differential is applicable to employees employed in a position that

represents a high degree of hazard when working with or in close proximity to

ordnance explosives and incendiary materials. This includes work such as

screening blending dying mixing and pressing of sensitive ordnance explosives

and pyrotechnic compositions such as lead azide black powder and photoflash powder.

All dry-house activities involving propellants or explosives. Demilitarization

modification renovation demolition and maintenance operations on sensitive

ordnance explosives and incendiary materials. All operations involving re-grading

and cleaning of artillery ranges.

A 4 percent differential is applicable to employees employed in a position that

represents a low degree of hazard when working with or in close proximity to

ordnance (or employees possibly adjacent to) explosives and incendiary materials

which involves potential injury such as laceration of hands face or arms of the

employee engaged in the operation irritation of the skin minor burns and the like;

minimal damage to immediate or adjacent work area or equipment being used. All

operations involving unloading storage and hauling of ordnance explosive and

incendiary ordnance material other than small arms ammunition. These differentials

are only applicable to work that has been specifically designated by the agency for

ordnance explosives and incendiary material differential pay.

** UNIFORM ALLOWANCE **

If employees are required to wear uniforms in the performance of this contract

(either by the terms of the Government contract by the employer by the state or

Page 16 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 72: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

local law etc.) the cost of furnishing such uniforms and maintaining (by

laundering or dry cleaning) such uniforms is an expense that may not be borne by an

employee where such cost reduces the hourly rate below that required by the wage

determination. The Department of Labor will accept payment in accordance with the

following standards as compliance:

The contractor or subcontractor is required to furnish all employees with an

adequate number of uniforms without cost or to reimburse employees for the actual

cost of the uniforms. In addition where uniform cleaning and maintenance is made

the responsibility of the employee all contractors and subcontractors subject to

this wage determination shall (in the absence of a bona fide collective bargaining

agreement providing for a different amount or the furnishing of contrary

affirmative proof as to the actual cost) reimburse all employees for such cleaning

and maintenance at a rate of $3.35 per week (or $.67 cents per day). However in

those instances where the uniforms furnished are made of ""wash and wear""

materials may be routinely washed and dried with other personal garments and do

not require any special treatment such as dry cleaning daily washing or commercial

laundering in order to meet the cleanliness or appearance standards set by the terms

of the Government contract by the contractor by law or by the nature of the work

there is no requirement that employees be reimbursed for uniform maintenance costs.

** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS **

The duties of employees under job titles listed are those described in the

""Service Contract Act Directory of Occupations"" Fifth Edition (Revision 1)

dated September 2015 unless otherwise indicated.

** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard

Form 1444 (SF-1444) **

Page 17 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 73: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Conformance Process:

The contracting officer shall require that any class of service employee which is

not listed herein and which is to be employed under the contract (i.e. the work to

be performed is not performed by any classification listed in the wage

determination) be classified by the contractor so as to provide a reasonable

relationship (i.e. appropriate level of skill comparison) between such unlisted

classifications and the classifications listed in the wage determination (See 29 CFR

4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor

prior to the performance of contract work by such unlisted class(es) of employees

(See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final

determination of conformed classification wage rate and/or fringe benefits which

shall be paid to all employees performing in the classification from the first day

of work on which contract work is performed by them in the classification. Failure

to pay such unlisted employees the compensation agreed upon by the interested

parties and/or fully determined by the Wage and Hour Division retroactive to the

date such class of employees commenced contract work shall be a violation of the Act

and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are

included in a contract a separate SF-1444 should be prepared for each wage

determination to which a class(es) is to be conformed.

The process for preparing a conformance request is as follows:

1) When preparing the bid the contractor identifies the need for a conformed

occupation(s) and computes a proposed rate(s).

Page 18 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 74: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

2) After contract award the contractor prepares a written report listing in order

the proposed classification title(s) a Federal grade equivalency (FGE) for each

proposed classification(s) job description(s) and rationale for proposed wage

rate(s) including information regarding the agreement or disagreement of the

authorized representative of the employees involved or where there is no authorized

representative the employees themselves. This report should be submitted to the

contracting officer no later than 30 days after such unlisted class(es) of employees

performs any contract work.

3) The contracting officer reviews the proposed action and promptly submits a report

of the action together with the agency's recommendations and pertinent

information including the position of the contractor and the employees to the U.S.

Department of Labor Wage and Hour Division for review (See 29 CFR 4.6(b)(2)(ii)).

4) Within 30 days of receipt the Wage and Hour Division approves modifies or

disapproves the action via transmittal to the agency contracting officer or

notifies the contracting officer that additional time will be required to process

the request.

5) The contracting officer transmits the Wage and Hour Division's decision to the

contractor.

6) Each affected employee shall be furnished by the contractor with a written copy

of such determination or it shall be posted as a part of the wage determination (See

29 CFR 4.6(b)(2)(iii)).

Information required by the Regulations must be submitted on SF-1444 or bond paper.

Page 19 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 75: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

When preparing a conformance request the ""Service Contract Act Directory of

Occupations"" should be used to compare job definitions to ensure that duties

requested are not performed by a classification already listed in the wage

determination. Remember it is not the job title but the required tasks that

determine whether a class is included in an established wage determination.

Conformances may not be used to artificially split combine or subdivide

classifications listed in the wage determination (See 29 CFR 4.152(c)(1))."

Page 20 of 20beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/2015-5623/9/document

Page 76: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

"General Decision Number: CA20190018 05/03/2019

Superseded General Decision Number: CA20180029

State: California

Construction Types: Building, Heavy (Heavy and Dredging) and

Highway

Counties: Alameda, Calaveras, Contra Costa, Fresno, Kings,

Madera, Mariposa, Merced, Monterey, San Benito, San Francisco,

San Joaquin, San Mateo, Santa Clara, Santa Cruz, Stanislaus and

Tuolumne Counties 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

Note: Under Executive Order (EO) 13658, an hourly minimum wage

of $10.60 for calendar year 2019 applies to all contracts

subject to the Davis-Bacon Act for which the contract is

awarded (and any solicitation was issued) on or after January

1, 2015. If this contract is covered by the EO, the contractor

must pay all workers in any classification listed on this wage

determination at least $10.60 per hour (or the applicable wage

rate listed on this wage determination, if it is higher) for

all hours spent performing on the contract in calendar year

2019. If this contract is covered by the EO and a

classification considered necessary for performance of work on

the contract does not appear on this wage determination, the

contractor must pay workers in that classification at least the

Page 1 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 77: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

wage rate determined through the conformance process set forth

in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is

higher than the conformed wage rate). The EO minimum wage rate

will be adjusted annually. Please note that this EO applies to

the above-mentioned types of contracts entered into by the

federal government that are subject to the Davis-Bacon Act

itself, but it does not apply to contracts subject only to the

Davis-Bacon Related Acts, including those set forth at 29 CFR

5.1(a)(2)-(60). Additional information on contractor

requirements and worker protections under the EO is available

at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/04/2019

1 02/01/2019

2 02/15/2019

3 02/22/2019

4 05/03/2019

* ASBE0016-004 01/01/2019

AREA 1: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED,

MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS &

TOULMNE COUNTIES

AREA 2: ALAMEDA, CONTRA COSTA, SAN FRANSICO, SAN MATEO & SANTA

CLARA COUNTIES

Rates Fringes

Asbestos Removal

worker/hazardous material

handler (Includes

preparation, wetting,

stripping, removal,

Page 2 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 78: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

scrapping, vacuuming, bagging

and disposing of all

insulation materials from

mechanical systems, whether

they contain asbestos or not)

Area 1......................$ 28.20 9.27

Area 2......................$ 36.53 9.27

----------------------------------------------------------------

* ASBE0016-008 01/01/2019

AREA 1: ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN

FRANSICO, SAN MATEO, SANTA CLARA, & SANTA CRUZ

AREA 2: CALAVERAS, COLUSA, FRESNO, KINGS, MADERA, MARIPOSA,

MERCED, SAN JOAQUIN, STANISLAU, & TUOLUMNE

Rates Fringes

Asbestos Workers/Insulator

(Includes the application of

all insulating materials,

Protective Coverings,

Coatings, and Finishes to all

types of mechanical systems)

Area 1......................$ 68.11 23.32

Area 2......................$ 43.81 31.22

----------------------------------------------------------------

BOIL0549-001 10/01/2016

AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA

CLARA COUNTIES

AREA 2: REMAINING COUNTIES

Rates Fringes

Page 3 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 79: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

BOILERMAKER

Area 1......................$ 43.28 37.91

Area 2......................$ 39.68 35.71

----------------------------------------------------------------

BRCA0003-001 08/01/2017

Rates Fringes

MARBLE FINISHER..................$ 32.60 15.31

----------------------------------------------------------------

BRCA0003-003 08/01/2017

Rates Fringes

MARBLE MASON.....................$ 44.60 26.83

----------------------------------------------------------------

BRCA0003-005 05/01/2017

Rates Fringes

BRICKLAYER

( 1) Fresno, Kings,

Madera, Mariposa, Merced....$ 38.45 21.22

( 7) San Francisco, San

Mateo.......................$ 42.34 25.83

( 8) Alameda, Contra

Costa, San Benito, Santa

Clara.......................$ 44.16 21.71

( 9) Calaveras, San

Joaquin, Stanislaus,

Toulumne....................$ 39.66 20.76

(16) Monterey, Santa Cruz...$ 39.51 23.49

----------------------------------------------------------------

BRCA0003-008 09/01/2017

Rates Fringes

Page 4 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 80: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

TERRAZZO FINISHER................$ 35.14 16.87

TERRAZZO WORKER/SETTER...........$ 44.11 26.36

----------------------------------------------------------------

BRCA0003-011 04/01/2018

AREA 1: Alameda, Contra Costa, Monterey, San Benito, San

Francisco, San Mateo, Santa Clara, Santa Cruz

AREA 2: Calaveras, San Joaquin, Stanislaus, Tuolumne

AREA 3: Fresno, Kings, Madera, Mariposa, Merced

Rates Fringes

TILE FINISHER

Area 1......................$ 28.56 15.87

Area 2......................$ 25.60 14.30

Area 3......................$ 25.88 15.17

Tile Layer

Area 1......................$ 47.77 18.29

Area 2......................$ 42.67 16.81

Area 3......................$ 38.15 17.70

----------------------------------------------------------------

CARP0022-001 07/01/2018

San Francisco County

Rates Fringes

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Page 5 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 81: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Steel Shoring Erector, Saw

Filer.......................$ 48.55 29.32

Journeyman Carpenter........$ 48.40 29.32

Millwright..................$ 48.50 30.91

----------------------------------------------------------------

CARP0034-001 07/01/2018

Rates Fringes

Diver

Assistant Tender, ROV

Tender/Technician...........$ 47.65 32.52

Diver standby...............$ 52.61 32.52

Diver Tender................$ 51.82 32.52

Diver wet...................$ 97.17 32.52

Manifold Operator (mixed

gas)........................$ 56.82 32.52

Manifold Operator (Standby).$ 51.82 32.52

DEPTH PAY (Surface Diving):

050 to 100 ft $2.00 per foot

101 to 150 ft $3.00 per foot

151 to 220 ft $4.00 per foot

SATURATION DIVING:

The standby rate shall apply until saturation starts. The

saturation diving rate applies when divers are under

pressure continuously until work task and decompression are

complete. The diver rate shall be paid for all saturation

hours.

DIVING IN ENCLOSURES:

Where it is necessary for Divers to enter pipes or tunnels,

or other enclosures where there is no vertical ascent, the

following premium shall be paid: Distance traveled from

entrance 26 feet to 300 feet: $1.00 per foot. When it is

necessary for a diver to enter any pipe, tunnel or other

Page 6 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 82: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

enclosure less than 48"" in height, the premium will be

$1.00 per foot.

WORK IN COMBINATION OF CLASSIFICATIONS:

Employees working in any combination of classifications

within the diving crew (except dive supervisor) in a shift

are paid in the classification with the highest rate for

that shift.

----------------------------------------------------------------

CARP0034-003 07/01/2017

Rates Fringes

Piledriver.......................$ 46.65 31.91

----------------------------------------------------------------

CARP0035-007 07/01/2017

AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa

Clara counties

AREA 2: Monterey, San Benito, Santa Cruz Counties

AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San

Joaquin, Stanislaus, Tuolumne Counties

Rates Fringes

Modular Furniture Installer

Area 1

Installer I................$ 25.61 20.42

Installer II...............$ 22.18 20.42

Lead Installer.............$ 29.06 20.92

Master Installer...........$ 33.28 20.92

Area 2

Installer I................$ 22.96 20.42

Page 7 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 83: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Installer II...............$ 20.01 20.42

Lead Installer.............$ 25.93 20.92

Master Installer...........$ 29.56 20.92

Area 3

Installer I................$ 22.01 20.42

Installer II...............$ 19.24 20.42

Lead Installer.............$ 24.81 20.92

Master Installer...........$ 31.83 20.92

----------------------------------------------------------------

CARP0035-008 08/01/2018

AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa

Clara counties

AREA 2: Monterey, San Benito, Santa Cruz Counties

AREA 3: San Joaquin

AREA 4: Calaveras, Fresno, Kings, Madera, Mariposa, Merced,

Stanislaus, Tuolumne Counties

Rates Fringes

Drywall Installers/Lathers:

Area 1......................$ 48.40 29.76

Area 2......................$ 42.52 29.76

Area 3......................$ 41.02 29.15

Area 4......................$ 41.67 29.76

Drywall Stocker/Scrapper

Area 1......................$ 24.20 17.29

Area 2......................$ 21.26 17.29

Area 3......................$ 20.51 16.88

Area 4......................$ 20.84 17.29

----------------------------------------------------------------

CARP0152-001 07/01/2018

Page 8 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 84: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Contra Costa County

Rates Fringes

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 48.55 29.32

Journeyman Carpenter........$ 48.40 29.32

Millwright..................$ 48.50 30.91

----------------------------------------------------------------

CARP0152-002 07/01/2018

San Joaquin County

Rates Fringes

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 42.67 29.32

Journeyman Carpenter........$ 42.52 29.32

Millwright..................$ 45.02 30.91

----------------------------------------------------------------

CARP0152-004 07/01/2018

Calaveras, Mariposa, Merced, Stanislaus and Tuolumne Counties

Rates Fringes

Page 9 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 85: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 41.32 29.32

Journeyman Carpenter........$ 41.17 29.32

Millwright..................$ 43.67 30.91

----------------------------------------------------------------

CARP0217-001 07/01/2018

San Mateo County

Rates Fringes

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 48.55 29.32

Journeyman Carpenter........$ 48.40 29.32

Millwright..................$ 48.50 30.91

----------------------------------------------------------------

CARP0405-001 07/01/2018

Santa Clara County

Rates Fringes

Carpenters

Bridge Builder/Highway

Page 10 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 86: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 48.55 29.32

Journeyman Carpenter........$ 48.40 29.32

Millwright..................$ 48.50 30.91

----------------------------------------------------------------

CARP0405-002 07/01/2018

San Benito County

Rates Fringes

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 42.58 29.32

Journeyman Carpenter........$ 42.52 29.32

Millwright..................$ 45.02 30.91

----------------------------------------------------------------

CARP0505-001 07/01/2018

Santa Cruz County

Rates Fringes

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Page 11 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 87: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 42.67 29.32

Journeyman Carpenter........$ 42.52 29.32

Millwright..................$ 45.02 30.91

----------------------------------------------------------------

CARP0605-001 07/01/2018

Monterey County

Rates Fringes

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 42.67 29.32

Journeyman Carpenter........$ 42.52 29.32

Millwright..................$ 45.02 30.91

----------------------------------------------------------------

CARP0701-001 07/01/2018

Fresno and Madera Counties

Rates Fringes

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 41.32 29.32

Page 12 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 88: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Journeyman Carpenter........$ 41.17 29.32

Millwright..................$ 43.67 30.91

----------------------------------------------------------------

CARP0713-001 07/01/2018

Alameda County

Rates Fringes

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 48.55 29.32

Journeyman Carpenter........$ 48.40 29.32

Millwright..................$ 48.50 30.91

----------------------------------------------------------------

CARP1109-001 07/01/2018

Kings County

Rates Fringes

Carpenters

Bridge Builder/Highway

Carpenter...................$ 48.40 29.32

Hardwood Floorlayer,

Shingler, Power Saw

Operator, Steel Scaffold &

Steel Shoring Erector, Saw

Filer.......................$ 41.32 29.32

Journeyman Carpenter........$ 41.17 29.32

Millwright..................$ 43.67 30.91

----------------------------------------------------------------

Page 13 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 89: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

ELEC0006-004 12/01/2018

SAN FRANCISCO COUNTY

Rates Fringes

Sound & Communications

Installer...................$ 40.52 3%+19.05

Technician..................$ 46.60 3%+19.05

SCOPE OF WORK: Including any data system whose only function

is to transmit or receive information; excluding all other

data systems or multiple systems which include control

function or power supply; inclusion or exclusion of

terminations and testings of conductors determined by

their function; excluding fire alarm work when installed

in raceways (including wire and cable pulling) and when

performed on new or major remodel building projects or

jobs for which the conductors for the fire alarm system are

installed in conduit; excluding installation of raceway

systems, line voltage work, industrial work, life-safety

systems (all buildings having floors located more than 75'

above the lowest floor level having building access);

excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways

(including wire and cable pulling), on projects which

involve new or major remodel building construction, for

which the conductors for the fire alarm system are

installed in the conduit, shall be performed by the inside

electrician.

----------------------------------------------------------------

ELEC0006-007 06/01/2018

SAN FRANCISCO COUNTY

Page 14 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 90: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Rates Fringes

ELECTRICIAN......................$ 71.00 3%+31.215

----------------------------------------------------------------

* ELEC0100-002 03/01/2019

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

ELECTRICIAN......................$ 38.75 23.06

----------------------------------------------------------------

ELEC0100-005 12/01/2018

FRESNO, KINGS, MADERA

Rates Fringes

Communications System

Installer...................$ 33.59 19.55

Technician..................$ 38.63 19.71

SCOPE OF WORK

Includes the installation testing, service and maintenance,

of the following systems which utilize the transmission

and/or transference of voice, sound, vision and digital for

commercial, education, 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 system,

radio page, school intercom and sound, burglar alarms, and

low voltage master clock systems.

A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS

Background foreground music, Intercom and telephone

interconnect systems, Telephone systems Nurse call systems,

Page 15 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 91: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Radio page systems, School intercom and sound systems,

Burglar alarm systems, Low voltage, master clock systems,

Multi-media/multiplex systems, Sound and musical

entertainment systems, RF systems, Antennas and Wave Guide,

B. FIRE ALARM SYSTEMS Installation, wire pulling and testing

C. TELEVISION AND VIDEO SYSTEMS Television monitoring and

surveillance systems Video security systems, Video

entertainment systems, Video educational systems, Microwave

transmission systems, CATV and CCTV

D. SECURITY SYSTEMS Perimeter security systems Vibration

sensor systems Card access systems Access control systems,

Sonar/infrared monitoring equipment

E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE

INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO

THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and

Data Acquisition) PCM (Pulse Code Modulation) Inventory

Control Systems, Digital Data Systems Broadband and

Baseband and Carriers Point of Sale Systems, VSAT Data

Systems Data Communication Systems RF and Remote Control

Systems, Fiber Optic Data Systems

WORK EXCLUDED Raceway systems are not covered (excluding

Ladder-Rack for the purpose of the above listed systems).

Chases and/or nipples (not to exceed 10 feet) may be

installed on open wiring systems. Energy management

systems. SCADA (Supervisory Control and Data Acquisition)

when not intrinsic to the above listed systems (in the

scope). Fire alarm systems when installed in raceways

(including wire and cable pulling) shall be performed at

the electrician wage rate, when either of the following two

(2) conditions apply:

1. The project involves new or major remodel building trades

construction.

Page 16 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 92: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

2. The conductors for the fire alarm system are installed in

conduit.

----------------------------------------------------------------

ELEC0234-001 12/24/2018

MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES

Rates Fringes

ELECTRICIAN

Zone A......................$ 46.15 25.48

Zone B......................$ 54.23 25.73

Zone A: All of Santa Cruz, Monterey, and San Benito Counties

within 25 air miles of Highway 1 and Dolan Road in Moss

Landing, and an area extending 5 miles east and west of

Highway 101 South to the San Luis Obispo County Line

Zone B: Any area outside of Zone A

----------------------------------------------------------------

ELEC0234-003 12/01/2018

MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES

Rates Fringes

Sound & Communications

Installer...................$ 40.02 19.75

Technician..................$ 46.02 19.75

SCOPE OF WORK: Including any data system whose only function

is to transmit or receive information; excluding all other

data systems or multiple systems which include control

function or power supply; inclusion or exclusion of

terminations and testings of conductors determined by

Page 17 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 93: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

their function; excluding fire alarm work when installed

in raceways (including wire and cable pulling) and when

performed on new or major remodel building projects or

jobs for which the conductors for the fire alarm system are

installed in conduit; excluding installation of raceway

systems, line voltage work, industrial work, life-safety

systems (all buildings having floors located more than 75'

above the lowest floor level having building access);

excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways

(including wire and cable pulling), on projects which

involve new or major remodel building construction, for

which the conductors for the fire alarm system are

installed in the conduit, shall be performed by the inside

electrician.

----------------------------------------------------------------

* ELEC0302-001 02/25/2019

CONTRA COSTA COUNTY

Rates Fringes

CABLE SPLICER....................$ 60.48 26.06

ELECTRICIAN......................$ 53.76 25.86

----------------------------------------------------------------

ELEC0302-003 12/01/2018

CONTRA COSTA COUNTY

Rates Fringes

Sound & Communications

Installer...................$ 38.42 19.70

Technician..................$ 44.18 19.88

Page 18 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 94: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

SCOPE OF WORK: Including any data system whose only function

is to transmit or receive information; excluding all other

data systems or multiple systems which include control

function or power supply; inclusion or exclusion of

terminations and testings of conductors determined by

their function; excluding fire alarm work when installed

in raceways (including wire and cable pulling) and when

performed on new or major remodel building projects or

jobs for which the conductors for the fire alarm system are

installed in conduit; excluding installation of raceway

systems, line voltage work, industrial work, life-safety

systems (all buildings having floors located more than 75'

above the lowest floor level having building access);

excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways

(including wire and cable pulling), on projects which

involve new or major remodel building construction, for

which the conductors for the fire alarm system are

installed in the conduit, shall be performed by the inside

electrician.

----------------------------------------------------------------

ELEC0332-001 06/01/2018

SANTA CLARA COUNTY

Rates Fringes

CABLE SPLICER....................$ 75.35 35.491

ELECTRICIAN......................$ 65.52 35.196

FOOTNOTES: Work under compressed air or where gas masks are

required, orwork on ladders, scaffolds, stacks, ""Bosun's

chairs,"" or other structures and where the workers are not

protected by permanent guard rails at a distance of 40 to

60 ft. from the ground or supporting structures: to be paid

Page 19 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 95: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

one and one-half times the straight-time rate of pay.

Work on structures of 60 ft. or over (as described above):

to be paid twice the straight-time rate of pay.

----------------------------------------------------------------

ELEC0332-003 12/01/2018

SANTA CLARA COUNTY

Rates Fringes

Sound & Communications

Installer...................$ 40.02 19.75

Technician..................$ 46.02 19.93

SCOPE OF WORK: Including any data system whose only function

is to transmit or receive information; excluding all other

data systems or multiple systems which include control

function or power supply; inclusion or exclusion of

terminations and testings of conductors determined by

their function; excluding fire alarm work when installed

in raceways (including wire and cable pulling) and when

performed on new or major remodel building projects or

jobs for which the conductors for the fire alarm system are

installed in conduit; excluding installation of raceway

systems, line voltage work, industrial work, life-safety

systems (all buildings having floors located more than 75'

above the lowest floor level having building access);

excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways

(including wire and cable pulling), on projects which

involve new or major remodel building construction, for

which the conductors for the fire alarm system are

installed in the conduit, shall be performed by the inside

electrician.

Page 20 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 96: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

----------------------------------------------------------------

ELEC0595-001 06/01/2018

ALAMEDA COUNTY

Rates Fringes

CABLE SPLICER....................$ 61.03 3%+35.72

ELECTRICIAN......................$ 54.25 3%+35.72

----------------------------------------------------------------

ELEC0595-002 06/01/2018

CALAVERAS AND SAN JOAQUIN COUNTIES

Rates Fringes

CABLE SPLICER....................$ 42.55 7.45%+24.58

ELECTRICIAN

(1) Tunnel work.............$ 38.85 7.45%+24.58

(2) All other work.........$ 37.00 7.45%+24.58

----------------------------------------------------------------

ELEC0595-006 12/01/2018

ALAMEDA COUNTY

Rates Fringes

Sound & Communications

Installer...................$ 40.02 3%+18.96

Technician..................$ 46.02 3%+18.96

SCOPE OF WORK: Including any data system whose only function

is to transmit or receive information; excluding all other

data systems or multiple systems which include control

function or power supply; inclusion or exclusion of

terminations and testings of conductors determined by

their function; excluding fire alarm work when installed

Page 21 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 97: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

in raceways (including wire and cable pulling) and when

performed on new or major remodel building projects or

jobs for which the conductors for the fire alarm system are

installed in conduit; excluding installation of raceway

systems, line voltage work, industrial work, life-safety

systems (all buildings having floors located more than 75'

above the lowest floor level having building access);

excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways

(including wire and cable pulling), on projects which

involve new or major remodel building construction, for

which the conductors for the fire alarm system are

installed in the conduit, shall be performed by the inside

electrician.

----------------------------------------------------------------

ELEC0595-008 12/01/2018

CALAVERAS AND SAN JOAQUIN COUNTIES

Rates Fringes

Communications System

Installer...................$ 33.59 3%+18.86

Technician..................$ 38.63 3%+18.86

SCOPE OF WORK: Including any data system whose only function

is to transmit or receive information; excluding all other

data systems or multiple systems which include control

function or power supply; inclusion or exclusion of

terminations and testings of conductors determined by

their function; excluding fire alarm work when installed

in raceways (including wire and cable pulling) and when

performed on new or major remodel building projects or

jobs for which the conductors for the fire alarm system are

installed in conduit; excluding installation of raceway

Page 22 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 98: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

systems, line voltage work, industrial work, life-safety

systems (all buildings having floors located more than 75'

above the lowest floor level having building access);

excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways

(including wire and cable pulling), on projects which

involve new or major remodel building construction, for

which the conductors for the fire alarm system are

installed in the conduit, shall be performed by the inside

electrician.

----------------------------------------------------------------

ELEC0617-001 06/01/2018

SAN MATEO COUNTY

Rates Fringes

ELECTRICIAN......................$ 61.00 34.62

----------------------------------------------------------------

ELEC0617-003 12/01/2018

SAN MATEO COUNTY

Rates Fringes

Sound & Communications

Installer...................$ 40.02 19.93

Technician..................$ 46.02 19.93

SCOPE OF WORK: Including any data system whose only function

is to transmit or receive information; excluding all other

data systems or multiple systems which include control

function or power supply; inclusion or exclusion of

terminations and testings of conductors determined by

their function; excluding fire alarm work when installed

Page 23 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 99: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

in raceways (including wire and cable pulling) and when

performed on new or major remodel building projects or

jobs for which the conductors for the fire alarm system are

installed in conduit; excluding installation of raceway

systems, line voltage work, industrial work, life-safety

systems (all buildings having floors located more than 75'

above the lowest floor level having building access);

excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways

(including wire and cable pulling), on projects which

involve new or major remodel building construction, for

which the conductors for the fire alarm system are

installed in the conduit, shall be performed by the inside

electrician.

----------------------------------------------------------------

ELEC0684-001 12/01/2018

MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES

Rates Fringes

ELECTRICIAN......................$ 38.29 3%+22.29

CABLE SPLICER = 110% of Journeyman Electrician

----------------------------------------------------------------

ELEC0684-004 12/01/2018

MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES

Rates Fringes

Communications System

Installer...................$ 33.59 19.56

Technician..................$ 38.63 19.71

Page 24 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 100: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

SCOPE OF WORK: Including any data system whose only function

is to transmit or receive information; excluding all other

data systems or multiple systems which include control

function or power supply; inclusion or exclusion of

terminations and testings of conductors determined by

their function; excluding fire alarm work when installed

in raceways (including wire and cable pulling) and when

performed on new or major remodel building projects or

jobs for which the conductors for the fire alarm system are

installed in conduit; excluding installation of raceway

systems, line voltage work, industrial work, life-safety

systems (all buildings having floors located more than 75'

above the lowest floor level having building access);

excluding energy management systems.

FOOTNOTE: Fire alarm work when installed in raceways

(including wire and cable pulling), on projects which

involve new or major remodel building construction, for

which the conductors for the fire alarm system are

installed in the conduit, shall be performed by the inside

electrician.

----------------------------------------------------------------

ELEC1245-001 01/01/2019

Rates Fringes

LINE CONSTRUCTION

(1) Lineman; Cable splicer..$ 56.79 17.41

(2) Equipment specialist

(operates crawler

tractors, commercial motor

vehicles, backhoes,

trenchers, cranes (50 tons

and below), overhead &

underground distribution

line equipment)...........$ 45.36 16.24

Page 25 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 101: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

(3) Groundman...............$ 34.68 15.86

(4) Powderman...............$ 49.55 3%+17.65

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

----------------------------------------------------------------

ELEV0008-001 01/01/2019

Rates Fringes

ELEVATOR MECHANIC................$ 67.56 34.125+a+b

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.

----------------------------------------------------------------

ENGI0003-001 06/26/2017

""AREA 1"" WAGE RATES ARE LISTED BELOW

""AREA 2"" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1

RATES.

SEE AREA DEFINITIONS BELOW

Rates Fringes

OPERATOR: Power Equipment

(AREA 1:)

Page 26 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 102: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 1.....................$ 44.67 30.39

GROUP 2.....................$ 43.14 30.39

GROUP 3.....................$ 41.66 30.39

GROUP 4.....................$ 40.28 30.39

GROUP 5.....................$ 39.01 30.39

GROUP 6.....................$ 37.69 30.39

GROUP 7.....................$ 36.55 30.39

GROUP 8.....................$ 35.41 30.39

GROUP 8-A...................$ 33.20 30.39

OPERATOR: Power Equipment

(Cranes and Attachments -

AREA 1:)

GROUP 1

Cranes.....................$ 46.30 30.39

Oiler......................$ 36.63 30.39

Truck crane oiler..........$ 39.20 30.39

GROUP 2

Cranes.....................$ 43.79 30.39

Oiler......................$ 36.36 30.39

Truck crane oiler..........$ 38.98 30.39

GROUP 3

Cranes.....................$ 42.05 30.39

Hydraulic..................$ 38.32 30.39

Oiler......................$ 36.14 30.39

Truck Crane Oiler..........$ 38.71 30.39

GROUP 4

Cranes.....................$ 39.01 30.39

OPERATOR: Power Equipment

(Piledriving - AREA 1:)

GROUP 1

Lifting devices............$ 45.89 30.39

Oiler......................$ 36.63 30.39

Truck crane oiler..........$ 39.20 30.39

GROUP 2

Lifting devices............$ 44.07 30.39

Oiler......................$ 36.36 30.39

Truck Crane Oiler..........$ 38.98 30.39

Page 27 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 103: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 3

Lifting devices............$ 42.39 30.39

Oiler......................$ 36.14 30.39

Truck Crane Oiler..........$ 38.71 30.39

GROUP 4

Lifting devices............$ 40.62 30.39

GROUP 5

Lifting devices............$ 39.32 30.39

GROUP 6

Lifting devices............$ 37.98 30.39

OPERATOR: Power Equipment

(Steel Erection - AREA 1:)

GROUP 1

Cranes.....................$ 46.30 30.39

Oiler......................$ 36.63 30.39

Truck Crane Oiler..........$ 39.20 30.39

GROUP 2

Cranes.....................$ 43.79 30.39

Oiler......................$ 36.36 30.39

Truck Crane Oiler..........$ 38.98 30.39

GROUP 3

Cranes.....................$ 42.05 30.39

Hydraulic..................$ 38.32 30.39

Oiler......................$ 36.14 30.39

Truck Crane Oiler..........$ 38.71 30.39

GROUP 4

Cranes.....................$ 39.01 30.39

GROUP 5

Cranes.....................$ 35.13 30.39

OPERATOR: Power Equipment

(Tunnel and Underground Work

- AREA 1:)

SHAFTS, STOPES, RAISES:

GROUP 1....................$ 40.77 30.39

GROUP 1-A..................$ 43.24 30.39

GROUP 2....................$ 39.51 30.39

GROUP 3....................$ 38.18 30.39

Page 28 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 104: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 4....................$ 37.04 30.39

GROUP 5....................$ 35.90 30.39

UNDERGROUND:

GROUP 1....................$ 40.67 30.39

GROUP 1-A..................$ 43.14 30.39

GROUP 2....................$ 39.41 30.39

GROUP 3....................$ 38.08 30.39

GROUP 4....................$ 36.94 30.39

GROUP 5....................$ 35.80 30.39

FOOTNOTE: Work suspended by ropes or cables, or work on a

Yo-Yo Cat: $.60 per hour additional.

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

GROUP 1: Operator of helicopter (when used in erection work);

Hydraulic excavator, 7 cu. yds. and over; Power shovels,

over 7 cu. yds.

GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu.

yds. up to 7 cu. yds.; Licensed construction work boat

operator, on site; Power blade operator (finish); Power

shovels, over 1 cu. yd. up to and including 7 cu. yds.

m.r.c.

GROUP 3: Asphalt milling machine; Cable backhoe; Combination

backhoe and loader over 3/4 cu. yds.; Continuous flight tie

back machine assistant to engineer or mechanic; Crane

mounted continuous flight tie back machine, tonnage to

apply; Crane mounted drill attachment, tonnage to apply;

Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2

cu. yds.; Loader 4 cu. yds. and over; Long reach excavator;

Multiple engine scraper (when used as push pull); Power

shovels, up to and including 1 cu. yd.; Pre-stress wire

wrapping machine; Side boom cat, 572 or larger; Track

loader 4 cu. yds. and over; Wheel excavator (up to and

Page 29 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 105: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

including 750 cu. yds. per hour)

GROUP 4: Asphalt plant engineer/box person; Chicago boom;

Combination backhoe and loader up to and including 3/4 cu.

yd.; Concrete batch plant (wet or dry); Dozer and/or push

cat; Pull- type elevating loader; Gradesetter, grade

checker (GPS, mechanical or otherwise); Grooving and

grinding machine; Heading shield operator; Heavy-duty

drilling equipment, Hughes, LDH, Watson 3000 or similar;

Heavy-duty repairperson and/or welder; Lime spreader;

Loader under 4 cu. yds.; Lubrication and service engineer

(mobile and grease rack); Mechanical finishers or spreader

machine (asphalt, Barber-Greene and similar); Miller

Formless M-9000 slope paver or similar; Portable crushing

and screening plants; Power blade support; Roller operator,

asphalt; Rubber-tired scraper, self-loading (paddle-wheels,

etc.); Rubber- tired earthmoving equipment (scrapers); Slip

form paver (concrete); Small tractor with drag; Soil

stabilizer (P & H or equal); Spider plow and spider puller;

Tubex pile rig; Unlicensed constuction work boat operator,

on site; Timber skidder; Track loader up to 4 yds.;

Tractor-drawn scraper; Tractor, compressor drill

combination; Welder; Woods-Mixer (and other similar Pugmill

equipment)

GROUP 5: Cast-in-place pipe laying machine; Combination

slusher and motor operator; Concrete conveyor or concrete

pump, truck or equipment mounted; Concrete conveyor,

building site; Concrete pump or pumpcrete gun; Drilling

equipment, Watson 2000, Texoma 700 or similar; Drilling and

boring machinery, horizontal (not to apply to waterliners,

wagon drills or jackhammers); Concrete mixer/all; Person

and/or material hoist; Mechanical finishers (concrete)

(Clary, Johnson, Bidwell Bridge Deck or similar types);

Mechanical burm, curb and/or curb and gutter machine,

concrete or asphalt); Mine or shaft hoist; Portable

crusher; Power jumbo operator (setting slip-forms, etc., in

Page 30 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 106: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

tunnels); Screed (automatic or manual); Self-propelled

compactor with dozer; Tractor with boom D6 or smaller;

Trenching machine, maximum digging capacity over 5 ft.

depth; Vermeer T-600B rock cutter or similar

GROUP 6: Armor-Coater (or similar); Ballast jack tamper;

Boom- type backfilling machine; Assistant plant engineer;

Bridge and/or gantry crane; Chemical grouting machine,

truck-mounted; Chip spreading machine operator; Concrete

saw (self-propelled unit on streets, highways, airports and

canals); Deck engineer; Drilling equipment Texoma 600,

Hughes 200 Series or similar up to and including 30 ft.

m.r.c.; Drill doctor; Helicopter radio operator;

Hydro-hammer or similar; Line master; Skidsteer loader,

Bobcat larger than 743 series or similar (with

attachments); Locomotive; Lull hi-lift or similar; Oiler,

truck mounted equipment; Pavement breaker, truck-mounted,

with compressor combination; Paving fabric installation

and/or laying machine; Pipe bending machine (pipelines

only); Pipe wrapping machine (tractor propelled and

supported); Screed (except asphaltic concrete paving);

Self- propelled pipeline wrapping machine; Tractor;

Self-loading chipper; Concrete barrier moving machine

GROUP 7: Ballast regulator; Boom truck or dual-purpose

A-frame truck, non-rotating - under 15 tons; Cary lift or

similar; Combination slurry mixer and/or cleaner; Drilling

equipment, 20 ft. and under m.r.c.; Firetender (hot plant);

Grouting machine operator; Highline cableway signalperson;

Stationary belt loader (Kolman or similar); Lift slab

machine (Vagtborg and similar types); Maginnes internal

full slab vibrator; Material hoist (1 drum); Mechanical

trench shield; Pavement breaker with or without compressor

combination); Pipe cleaning machine (tractor propelled and

supported); Post driver; Roller (except asphalt); Chip

Seal; Self-propelled automatically applied concrete curing

mahcine (on streets, highways, airports and canals);

Page 31 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 107: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Self-propelled compactor (without dozer); Signalperson;

Slip-form pumps (lifting device for concrete forms); Tie

spacer; Tower mobile; Trenching machine, maximum digging

capacity up to and including 5 ft. depth; Truck- type loader

GROUP 8: Bit sharpener; Boiler tender; Box operator;

Brakeperson; Combination mixer and compressor

(shotcrete/gunite); Compressor operator; Deckhand; Fire

tender; Forklift (under 20 ft.); Generator;

Gunite/shotcrete equipment operator; Hydraulic monitor; Ken

seal machine (or similar); Mixermobile; Oiler; Pump

operator; Refrigeration plant; Reservoir-debris tug (self-

propelled floating); Ross Carrier (construction site);

Rotomist operator; Self-propelled tape machine; Shuttlecar;

Self-propelled power sweeper operator (includes vacuum

sweeper); Slusher operator; Surface heater; Switchperson;

Tar pot firetender; Tugger hoist, single drum; Vacuum

cooling plant; Welding machine (powered other than by

electricity)

GROUP 8-A: Elevator operator; Skidsteer loader-Bobcat 743

series or smaller, and similar (without attachments); Mini

excavator under 25 H.P. (backhoe-trencher); Tub grinder

wood chipper

----------------------------------------------------------

ALL CRANES AND ATTACHMENTS

GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over

100 tons; Derrick, over 100 tons; Derrick barge

pedestal-mounted, over 100 tons; Self-propelled boom-type

lifting device, over 100 tons

GROUP 2: Clamshell and dragline over 1 cu. yd. up to and

including 7 cu. yds.; Crane, over 45 tons up to and

including 100 tons; Derrick barge, 100 tons and under;

Page 32 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 108: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Self-propelled boom-type lifting device, over 45 tons;

Tower crane

GROUP 3: Clamshell and dragline up to and including 1 cu.

yd.; Cranes 45 tons and under; Self-propelled boom-type

lifting device 45 tons and under;

GROUP 4: Boom Truck or dual purpose A-frame truck,

non-rotating over 15 tons; Truck-mounted rotating

telescopic boom type lifting device, Manitex or similar

(boom truck) over 15 tons; Truck-mounted rotating

telescopic boom type lifting device, Manitex or similar

(boom truck) - under 15 tons;

-----------------------------------------------------------

PILEDRIVERS

GROUP 1: Derrick barge pedestal mounted over 100 tons;

Clamshell over 7 cu. yds.; Self-propelled boom-type lifting

device over 100 tons; Truck crane or crawler, land or barge

mounted over 100 tons

GROUP 2: Derrick barge pedestal mounted 45 tons to and

including 100 tons; Clamshell up to and including 7 cu.

yds.; Self-propelled boom-type lifting device over 45 tons;

Truck crane or crawler, land or barge mounted, over 45 tons

up to and including 100 tons; Fundex F-12 hydraulic pile rig

GROUP 3: Derrick barge pedestal mounted under 45 tons; Self-

propelled boom-type lifting device 45 tons and under;

Skid/scow piledriver, any tonnage; Truck crane or crawler,

land or barge mounted 45 tons and under

GROUP 4: Assistant operator in lieu of assistant to engineer;

Forklift, 10 tons and over; Heavy-duty repairperson/welder

Page 33 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 109: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 5: Deck engineer

GROUP 6: Deckhand; Fire tender

-------------------------------------------------------------

STEEL ERECTORS

GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self-

propelled boom-type lifting device over 100 tons

GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100

tons; Self-propelled boom-type lifting device over 45 tons

to 100 tons; Tower crane

GROUP 3: Crane, 45 tons and under; Self-propelled boom-type

lifting device, 45 tons and under

GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty

repair person/welder

GROUP 5: Boom cat

--------------------------------------------------------------

--

TUNNEL AND UNDERGROUND WORK

GROUP 1-A: Tunnel bore machine operator, 20' diameter or more

GROUP 1: Heading shield operator; Heavy-duty repairperson;

Mucking machine (rubber tired, rail or track type); Raised

bore operator (tunnels); Tunnel mole bore operator

GROUP 2: Combination slusher and motor operator; Concrete

pump or pumpcrete gun; Power jumbo operator

Page 34 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 110: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 3: Drill doctor; Mine or shaft hoist

GROUP 4: Combination slurry mixer cleaner; Grouting Machine

operator; Motorman

GROUP 5: Bit Sharpener; Brakeman; Combination mixer and

compressor (gunite); Compressor operator; Oiler; Pump

operator; Slusher operator

-----------------------------------------------------------

AREA DESCRIPTIONS:

POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND

UNDERGROUND [These areas do not apply to Piledrivers and

Steel Erectors]

AREA 1: ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS,

MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN

FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ,

STANISLAUS, TUOLUMNE

AREA 2 -NOTED BELOW

THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS

NOTED BELOW:

CALAVERAS COUNTY:

Area 1: Remainder

Area 2: Eastern Part

FRESNO COUNTY:

Area 1: Remainder

Area 2: Eastern Part

MADERA COUNTY:

Area 1: Remainder

Area 2: Eastern Part

Page 35 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 111: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

MARIPOSA COUNTY:

Area 1: Remainder

Area 2: Eastern Part

MONTEREY COUNTY:

Area 1: Remainder

Area 2: Southwestern part

TUOLUMNE COUNTY:

Area 1: Remainder

Area 2: Eastern Part

----------------------------------------------------------------

ENGI0003-008 07/01/2017

Rates Fringes

Dredging: (DREDGING:

CLAMSHELL & DIPPER DREDGING;

HYDRAULIC SUCTION DREDGING:)

AREA 1:

(1) Leverman...............$ 44.77 31.25

(2) Dredge Dozer; Heavy

duty repairman.............$ 39.81 31.25

(3) Booster Pump

Operator; Deck

Engineer; Deck mate;

Dredge Tender; Winch

Operator...................$ 38.69 31.25

(4) Bargeman; Deckhand;

Fireman; Leveehand; Oiler..$ 35.39 31.25

AREA 2:

(1) Leverman...............$ 46.77 31.25

(2) Dredge Dozer; Heavy

duty repairman.............$ 41.81 31.25

(3) Booster Pump

Page 36 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 112: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Operator; Deck

Engineer; Deck mate;

Dredge Tender; Winch

Operator...................$ 40.69 31.25

(4) Bargeman; Deckhand;

Fireman; Leveehand; Oiler..$ 37.39 31.25

AREA DESCRIPTIONS

AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,

NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,

SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,

SUTTER, YOLO, AND YUBA COUNTIES

AREA 2: MODOC COUNTY

THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2

AS NOTED BELOW:

ALPINE COUNTY:

Area 1: Northernmost part

Area 2: Remainder

CALAVERAS COUNTY:

Area 1: Remainder

Area 2: Eastern part

COLUSA COUNTY:

Area 1: Eastern part

Area 2: Remainder

ELDORADO COUNTY:

Area 1: North Central part

Area 2: Remainder

FRESNO COUNTY:

Area 1: Remainder

Page 37 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 113: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Area 2: Eastern part

GLENN COUNTY:

Area 1: Eastern part

Area 2: Remainder

LASSEN COUNTY:

Area 1: Western part along the Southern portion of border

with Shasta County

Area 2: Remainder

MADERA COUNTY:

Area 1: Except Eastern part

Area 2: Eastern part

MARIPOSA COUNTY

Area 1: Except Eastern part

Area 2: Eastern part

MONTERREY COUNTY

Area 1: Except Southwestern part

Area 2: Southwestern part

NEVADA COUNTY:

Area 1: All but the Northern portion along the border of

Sierra County

Area 2: Remainder

PLACER COUNTY:

Area 1: Al but the Central portion

Area 2: Remainder

PLUMAS COUNTY:

Area 1: Western portion

Area 2: Remainder

SHASTA COUNTY:

Page 38 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 114: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Area 1: All but the Northeastern corner

Area 2: Remainder

SIERRA COUNTY:

Area 1: Western part

Area 2: Remainder

SISKIYOU COUNTY:

Area 1: Central part

Area 2: Remainder

SONOMA COUNTY:

Area 1: All but the Northwestern corner

Area 2: Remainder

TEHAMA COUNTY:

Area 1: All but the Western border with Mendocino & Trinity

Counties

Area 2: Remainder

TRINITY COUNTY:

Area 1: East Central part and the Northeastern border with

Shasta County

Area 2: Remainder

TUOLUMNE COUNTY:

Area 1: Except Eastern part

Area 2: Eastern part

----------------------------------------------------------------

ENGI0003-019 07/26/2017

SEE AREA DESCRIPTIONS BELOW

Rates Fringes

OPERATOR: Power Equipment

Page 39 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 115: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

(LANDSCAPE WORK ONLY)

GROUP 1

AREA 1.....................$ 34.05 28.73

AREA 2.....................$ 36.05 28.73

GROUP 2

AREA 1.....................$ 30.45 28.73

AREA 2.....................$ 32.45 28.73

GROUP 3

AREA 1.....................$ 25.84 28.73

AREA 2.....................$ 27.84 28.73

GROUP DESCRIPTIONS:

GROUP 1: Landscape Finish Grade Operator: All finish grade

work regardless of equipment used, and all equipment with a

rating more than 65 HP.

GROUP 2: Landscape Operator up to 65 HP: All equipment with

a manufacturer's rating of 65 HP or less except equipment

covered by Group 1 or Group 3. The following equipment

shall be included except when used for finish work as long

as manufacturer's rating is 65 HP or less: A-Frame and

Winch Truck, Backhoe, Forklift, Hydragraphic Seeder

Machine, Roller, Rubber-Tired and Track Earthmoving

Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up

to 65 HP.

GROUP 3: Landscae Utility Operator: Small Rubber-Tired

Tractor, Trencher Under 31 HP.

AREA DESCRIPTIONS:

AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,

NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,

SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,

SUTTER, YOLO, AND YUBA COUNTIES

Page 40 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 116: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

AREA 2 - MODOC COUNTY

THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS

NOTED BELOW:

ALPINE COUNTY:

Area 1: Northernmost part

Area 2: Remainder

CALAVERAS COUNTY:

Area 1: Except Eastern part

Area 2: Eastern part

COLUSA COUNTY:

Area 1: Eastern part

Area 2: Remainder

DEL NORTE COUNTY:

Area 1: Extreme Southwestern corner

Area 2: Remainder

ELDORADO COUNTY:

Area 1: North Central part

Area 2: Remainder

FRESNO COUNTY

Area 1: Except Eastern part

Area 2: Eastern part

GLENN COUNTY:

Area 1: Eastern part

Area 2: Remainder

HUMBOLDT COUNTY:

Area 1: Except Eastern and Southwestern parts

Area 2: Remainder

Page 41 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 117: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

LAKE COUNTY:

Area 1: Southern part

Area 2: Remainder

LASSEN COUNTY:

Area 1: Western part along the Southern portion of border

with Shasta County

Area 2: Remainder

MADERA COUNTY

Area 1: Remainder

Area 2: Eastern part

MARIPOSA COUNTY

Area 1: Remainder

Area 2: Eastern part

MENDOCINO COUNTY:

Area 1: Central and Southeastern parts

Area 2: Remainder

MONTEREY COUNTY

Area 1: Remainder

Area 2: Southwestern part

NEVADA COUNTY:

Area 1: All but the Northern portion along the border of

Sierra County

Area 2: Remainder

PLACER COUNTY:

Area 1: All but the Central portion

Area 2: Remainder

PLUMAS COUNTY:

Area 1: Western portion

Area 2: Remainder

Page 42 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 118: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

SHASTA COUNTY:

Area 1: All but the Northeastern corner

Area 2: Remainder

SIERRA COUNTY:

Area 1: Western part

Area 2: Remainder

SISKIYOU COUNTY:

Area 1: Central part

Area 2: Remainder

SONOMA COUNTY:

Area 1: All but the Northwestern corner

Area 2: Reaminder

TEHAMA COUNTY:

Area 1: All but the Western border with mendocino & Trinity

Counties

Area 2: Remainder

TRINITY COUNTY:

Area 1: East Central part and the Northeaster border with

Shasta County

Area 2: Remainder

TULARE COUNTY;

Area 1: Remainder

Area 2: Eastern part

TUOLUMNE COUNTY:

Area 1: Remainder

Area 2: Eastern Part

----------------------------------------------------------------

IRON0377-002 01/01/2019

Page 43 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 119: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Rates Fringes

Ironworkers:

Fence Erector...............$ 32.58 23.41

Ornamental, Reinforcing

and Structural..............$ 39.00 32.05

PREMIUM PAY:

$6.00 additional per hour at the following locations:

China Lake Naval Test Station, Chocolate Mountains Naval

Reserve-Niland,

Edwards AFB, Fort Irwin Military Station, Fort Irwin Training

Center-Goldstone, San Clemente Island, San Nicholas Island,

Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine

Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB

$4.00 additional per hour at the following locations:

Army Defense Language Institute - Monterey, Fallon Air Base,

Naval Post Graduate School - Monterey, Yermo Marine Corps

Logistics Center

$2.00 additional per hour at the following locations:

Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock

----------------------------------------------------------------

LABO0067-002 12/01/2018

AREA ""A"" - ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND

SANTA CLARA COUNTIES

AREA ""B"" - CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA,

Page 44 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 120: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, STANISLAUS, AND

TUOLUMNE COUNTIES

Rates Fringes

Asbestos Removal Laborer

All Counties................$ 24.00 11.13

LABORER (Lead Removal)

Area A......................$ 31.81 22.71

Area B......................$ 30.81 22.71

ASBESTOS REMOVAL-SCOPE OF WORK: Site mobilization; initial

site clean-up; site preparation; removal of

asbestos-containing materials from walls and ceilings; or

from pipes, boilers and mechanical systems only if they are

being scrapped; encapsulation, enclosure and disposal of

asbestos-containing materials by hand or with equipment or

machinery; scaffolding; fabrication of temporary wooden

barriers; and assembly of decontamination stations.

----------------------------------------------------------------

LABO0073-002 06/25/2018

CALAVERAS AND SAN JOAQUIN COUNTIES

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE

CLOSURE)

Escort Driver, Flag Person..$ 29.54 23.65

Traffic Control Person I....$ 29.84 23.65

Traffic Control Person II...$ 27.34 23.65

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash

cushions, construction area and roadside signage.

Page 45 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 121: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

TRAFFIC CONTROL PERSON II: Installation and removal of

temporary/permanent signs, markers, delineators and crash

cushions.

----------------------------------------------------------------

LABO0073-003 07/01/2018

SAN JOAQUIN COUNTY

Rates Fringes

LABORER

Mason Tender-Brick..........$ 31.20 22.20

----------------------------------------------------------------

LABO0073-005 06/25/2018

Rates Fringes

Tunnel and Shaft Laborers:

GROUP 1.....................$ 37.82 24.11

GROUP 2.....................$ 37.59 24.11

GROUP 3.....................$ 37.34 24.11

GROUP 4.....................$ 36.89 24.11

GROUP 5.....................$ 36.35 24.11

Shotcrete Specialist........$ 38.34 24.11

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete

nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or

excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;

Cherry pickermen - where car is lifted; Concrete finisher

in tunnel; Concrete screedman; Grout pumpman and potman;

Page 46 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 122: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Gunite & shotcrete gunman & potman; Headermen; High

pressure nozzleman; Miner - tunnel, including top and

bottom man on shaft and raise work; Nipper; Nozzleman on

slick line; Sandblaster - potman, Robotic Shotcrete Placer,

Segment Erector, Tunnel Muck Hauler, Steel Form raiser and

setter; Timberman, retimberman (wood or steel or substitute

materials therefore); Tugger (for tunnel laborer work);

Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang -

muckers, trackmen; Concrete crew - includes rodding and

spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

----------------------------------------------------------------

LABO0073-007 06/25/2018

CALAVERAS AND SAN JOAQUIN COUNTIES

Rates Fringes

LABORER (CONSTRUCTION CRAFT

LABORERS)

Construction Specialist

Group.......................$ 30.49 23.20

GROUP 1.....................$ 29.79 23.20

GROUP 1-a...................$ 30.01 23.20

GROUP 1-c...................$ 29.84 23.20

GROUP 1-e...................$ 30.34 23.20

GROUP 1-f...................$ 30.37 23.20

GROUP 2.....................$ 29.64 23.20

GROUP 3.....................$ 29.54 23.20

GROUP 4.....................$ 23.23 23.20

See groups 1-b and 1-d under laborer classifications.

LABORER (GARDENERS,

HORTICULTURAL & LANDSCAPE

Page 47 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 123: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

LABORERS)

(1) New Construction........$ 29.54 23.20

(2) Establishment Warranty

Period......................$ 23.23 23.20

LABORER (GUNITE)

GROUP 1.....................$ 29.75 22.31

GROUP 2.....................$ 29.25 22.31

GROUP 3.....................$ 28.66 22.31

GROUP 4.....................$ 28.54 22.31

LABORER (WRECKING)

GROUP 1.....................$ 29.79 23.20

GROUP 2.....................$ 29.64 23.20

FOOTNOTES:

Laborers working off or with or from bos'n chairs, swinging

scaffolds, belts shall receive $0.25 per hour above the

applicable wage rate. This shall not apply to workers

entitled to receive the wage rate set forth in Group 1-a

below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;

Chainsaw; Laser beam in connection with laborers' work;

Cast-in- place manhole form setter; Pressure pipelayer;

Davis trencher - 300 or similar type (and all small

trenchers); Blaster; Diamond driller; Multiple unit drill;

Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker

and similar type tampers; Buggymobile; Caulker, bander,

pipewrapper, conduit layer, plastic pipelayer; Certified

hazardous waste worker including Leade Abatement;

Compactors of all types; Concrete and magnesite mixer, 1/2

Page 48 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 124: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

yd. and under; Concrete pan work; Concrete sander; Concrete

saw; Cribber and/or shoring; Cut granite curb setter;

Dri-pak-it machine; Faller, logloader and bucker; Form

raiser, slip forms; Green cutter; Headerboard, Hubsetter,

aligner, by any method; High pressure blow pipe (1-1/2"" or

over, 100 lbs. pressure/over); Hydro seeder and similar

type; Jackhammer operator; Jacking of pipe over 12 inches;

Jackson and similar type compactor; Kettle tender, pot and

worker applying asphalt, lay-kold, creosote, lime, caustic

and similar type materials (applying means applying,

dipping or handling of such materials); Lagging, sheeting,

whaling, bracing, trenchjacking, lagging hammer; Magnesite,

epoxyresin, fiberglass, mastic worker (wet or dry); No

joint pipe and stripping of same, including repair of

voids; Pavement breaker and spader, including tool grinder;

Perma curb; Pipelayer (including grade checking in

connection with pipelaying); Precast-manhole setter;

Pressure pipe tester; Post hole digger, air, gas and

electric; Power broom sweeper; Power tampers of all types

(except as shown in Group 2); Ram set gun and stud gun;

Riprap stonepaver and rock-slinger, including placing of

sacked concrete and/or sand (wet or dry) and gabions and

similar type; Rotary scarifier or multiple head concrete

chipping scarifier; Roto and Ditch Witch; Rototiller;

Sandblaster, pot, gun, nozzle operators; Signalling and

rigging; Tank cleaner; Tree climber; Turbo blaster;

Vibrascreed, bull float in connection with laborers' work;

Vibrator; Hazardous waste worker (lead removal); Asbestos

and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143

and similar type drills; Track driller; Jack leg driller;

Wagon driller; Mechanical drillers, all types regardless of

type or method of power; Mechanical pipe layers, all types

regardless of type or method of power; Blaster and powder;

All work of loading, placing and blasting of all powder and

explosives of whatever type regardless of method used for

Page 49 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 125: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

such loading and placing; High scalers (including drilling

of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above

Group 1 wage rates. ""Sewer cleaner"" means any worker who

handles or comes in contact with raw sewage in small

diameter sewers. Those who work inside recently active,

large diameter sewers, and all recently active sewer

manholes shal receive $5.00 per day above Group 1 wage

rates.

GROUP 1-c: Burning and welding in connection with laborers'

work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All

employees performing work covered herein shall receive $

.25 per hour above their regular rate for all work

performed on underground structures not specifically

covered herein. This paragraph shall not be construed to

apply to work below ground level in open cut. It shall

apply to cut and cover work of subway construction after

the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts

thereof, and work on and in deep footings. (A deep footing

is a hole 15 feet or more in depth.) In the event the

depth of the footing is unknown at the commencement of

excavation, and the final depth exceeds 15 feet, the deep

footing wage rate would apply to all employees for each and

every day worked on or in the excavation of the footing

from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting

or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry

cement or gypsum; Choke-setter and rigger (clearing work);

Page 50 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 126: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Concrete bucket dumper and chute; Concrete chipping and

grinding; Concrete laborer (wet or dry); Driller tender,

chuck tender, nipper; Guinea chaser (stake), grout crew;

High pressure nozzle, adductor; Hydraulic monitor (over 100

lbs. pressure); Loading and unloading, carrying and hauling

of all rods and materials for use in reinforcing concrete

construction; Pittsburgh chipper and similar type brush

shredders; Sloper; Single foot, hand-held, pneumatic

tamper; All pneumatic, air, gas and electric tools not

listed in Groups 1 through 1-f; Jacking of pipe - under 12

inches

GROUP 3: Construction laborers, including bridge and general

laborer; Dump, load spotter; Flag person; Fire watcher;

Fence erector; Guardrail erector; Gardener, horticultural

and landscape laborer; Jetting; Limber, brush loader and

piler; Pavement marker (button setter); Maintenance, repair

track and road beds; Streetcar and railroad construction

track laborer; Temporary air and water lines, Victaulic or

similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building

including but not limited to: street cleaner; cleaning and

washing windows; brick cleaner (jobsite only); material

cleaner (jobsite only). The classification ""material

cleaner"" is to be utilized under the following conditions:

A: at demolition site for the salvage of the material.

B: at the conclusion of a job where the material is to be

salvaged and stocked to be reused on another job.

C: for the cleaning of salvage material at the jobsite or

temporary jobsite yard.

The material cleaner classification should not be used in

the performance of ""form stripping, cleaning and oiling

and moving to the next point of erection"".

--------------------------------------------------------

Page 51 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 127: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash,

windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building

materials)

----------------------------------------------------------------

LABO0073-009 07/01/2018

CALAVERAS AND SAN JOAQUIN COUNTIES

Rates Fringes

LABORER (Plaster Tender).........$ 32.02 23.00

Work on a swing stage scaffold: $1.00 per hour additional.

----------------------------------------------------------------

LABO0261-003 06/25/2018

SAN FRANCISCO AND SAN MATEO COUNTIES

Rates Fringes

Page 52 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 128: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

LABORER (TRAFFIC CONTROL/LANE

CLOSURE)

Escort Driver, Flag Person..$ 20.54 23.65

Traffic Control Person I....$ 30.84 23.65

Traffic Control Person II...$ 28.34 23.65

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash

cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of

temporary/permanent signs, markers, delineators and crash

cushions.

----------------------------------------------------------------

LABO0261-005 06/25/2018

SAN FRANCISCO AND SAN MATEO COUNTIES

Rates Fringes

Tunnel and Shaft Laborers:

GROUP 1.....................$ 37.82 24.11

GROUP 2.....................$ 37.59 24.11

GROUP 3.....................$ 37.34 24.11

GROUP 4.....................$ 36.89 24.11

GROUP 5.....................$ 36.35 24.11

Shotcrete Specialist........$ 38.34 24.11

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete

nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or

excavated ground level)

Page 53 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 129: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;

Cherry pickermen - where car is lifted; Concrete finisher

in tunnel; Concrete screedman; Grout pumpman and potman;

Gunite & shotcrete gunman & potman; Headermen; High

pressure nozzleman; Miner - tunnel, including top and

bottom man on shaft and raise work; Nipper; Nozzleman on

slick line; Sandblaster - potman, Robotic Shotcrete Placer,

Segment Erector, Tunnel Muck Hauler, Steel Form raiser and

setter; Timberman, retimberman (wood or steel or substitute

materials therefore); Tugger (for tunnel laborer work);

Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang -

muckers, trackmen; Concrete crew - includes rodding and

spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

----------------------------------------------------------------

LABO0261-009 06/25/2018

SAN FRANCISCO, AND SAN MATEO COUNTIES

Rates Fringes

LABORER (CONSTRUCTION CRAFT

LABORERS - AREA A:)

Construction Specialist

Group.......................$ 31.49 23.20

GROUP 1.....................$ 30.79 23.20

GROUP 1-a...................$ 31.01 23.20

GROUP 1-c...................$ 30.84 23.20

GROUP 1-e...................$ 31.34 23.20

GROUP 1-f...................$ 31.37 23.20

GROUP 2.....................$ 30.64 23.20

GROUP 3.....................$ 30.54 23.20

GROUP 4.....................$ 24.23 23.20

Page 54 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 130: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

See groups 1-b and 1-d under laborer classifications.

LABORER (GARDENERS,

HORTICULTURAL & LANDSCAPE

LABORERS - AREA A:)

(1) New Construction........$ 30.54 23.20

(2) Establishment Warranty

Period......................$ 24.23 23.20

LABORER (WRECKING - AREA A:)

GROUP 1.....................$ 30.79 23.20

GROUP 2.....................$ 30.64 23.20

Laborers: (GUNITE - AREA A:)

GROUP 1.....................$ 30.75 22.31

GROUP 2.....................$ 30.25 22.31

GROUP 3.....................$ 29.66 22.31

GROUP 4.....................$ 29.54 22.31

FOOTNOTES:

Laborers working off or with or from bos'n chairs, swinging

scaffolds, belts shall receive $0.25 per hour above the

applicable wage rate. This shall not apply to workers

entitled to receive the wage rate set forth in Group 1-a

below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;

Chainsaw; Laser beam in connection with laborers' work;

Cast-in- place manhole form setter; Pressure pipelayer;

Davis trencher - 300 or similar type (and all small

trenchers); Blaster; Diamond driller; Multiple unit drill;

Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker

and similar type tampers; Buggymobile; Caulker, bander,

Page 55 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 131: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

pipewrapper, conduit layer, plastic pipelayer; Certified

hazardous waste worker including Leade Abatement;

Compactors of all types; Concrete and magnesite mixer, 1/2

yd. and under; Concrete pan work; Concrete sander; Concrete

saw; Cribber and/or shoring; Cut granite curb setter;

Dri-pak-it machine; Faller, logloader and bucker; Form

raiser, slip forms; Green cutter; Headerboard, Hubsetter,

aligner, by any method; High pressure blow pipe (1-1/2"" or

over, 100 lbs. pressure/over); Hydro seeder and similar

type; Jackhammer operator; Jacking of pipe over 12 inches;

Jackson and similar type compactor; Kettle tender, pot and

worker applying asphalt, lay-kold, creosote, lime, caustic

and similar type materials (applying means applying,

dipping or handling of such materials); Lagging, sheeting,

whaling, bracing, trenchjacking, lagging hammer; Magnesite,

epoxyresin, fiberglass, mastic worker (wet or dry); No

joint pipe and stripping of same, including repair of

voids; Pavement breaker and spader, including tool grinder;

Perma curb; Pipelayer (including grade checking in

connection with pipelaying); Precast-manhole setter;

Pressure pipe tester; Post hole digger, air, gas and

electric; Power broom sweeper; Power tampers of all types

(except as shown in Group 2); Ram set gun and stud gun;

Riprap stonepaver and rock-slinger, including placing of

sacked concrete and/or sand (wet or dry) and gabions and

similar type; Rotary scarifier or multiple head concrete

chipping scarifier; Roto and Ditch Witch; Rototiller;

Sandblaster, pot, gun, nozzle operators; Signalling and

rigging; Tank cleaner; Tree climber; Turbo blaster;

Vibrascreed, bull float in connection with laborers' work;

Vibrator; Hazardous waste worker (lead removal); Asbestos

and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143

and similar type drills; Track driller; Jack leg driller;

Wagon driller; Mechanical drillers, all types regardless of

type or method of power; Mechanical pipe layers, all types

Page 56 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 132: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

regardless of type or method of power; Blaster and powder;

All work of loading, placing and blasting of all powder and

explosives of whatever type regardless of method used for

such loading and placing; High scalers (including drilling

of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above

Group 1 wage rates. ""Sewer cleaner"" means any worker who

handles or comes in contact with raw sewage in small

diameter sewers. Those who work inside recently active,

large diameter sewers, and all recently active sewer

manholes shal receive $5.00 per day above Group 1 wage

rates.

GROUP 1-c: Burning and welding in connection with laborers'

work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All

employees performing work covered herein shall receive $

.25 per hour above their regular rate for all work

performed on underground structures not specifically

covered herein. This paragraph shall not be construed to

apply to work below ground level in open cut. It shall

apply to cut and cover work of subway construction after

the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts

thereof, and work on and in deep footings. (A deep footing

is a hole 15 feet or more in depth.) In the event the

depth of the footing is unknown at the commencement of

excavation, and the final depth exceeds 15 feet, the deep

footing wage rate would apply to all employees for each and

every day worked on or in the excavation of the footing

from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting

or shot crete

Page 57 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 133: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 2: Asphalt shoveler; Cement dumper and handling dry

cement or gypsum; Choke-setter and rigger (clearing work);

Concrete bucket dumper and chute; Concrete chipping and

grinding; Concrete laborer (wet or dry); Driller tender,

chuck tender, nipper; Guinea chaser (stake), grout crew;

High pressure nozzle, adductor; Hydraulic monitor (over 100

lbs. pressure); Loading and unloading, carrying and hauling

of all rods and materials for use in reinforcing concrete

construction; Pittsburgh chipper and similar type brush

shredders; Sloper; Single foot, hand-held, pneumatic

tamper; All pneumatic, air, gas and electric tools not

listed in Groups 1 through 1-f; Jacking of pipe - under 12

inches

GROUP 3: Construction laborers, including bridge and general

laborer; Dump, load spotter; Flag person; Fire watcher;

Fence erector; Guardrail erector; Gardener, horticultural

and landscape laborer; Jetting; Limber, brush loader and

piler; Pavement marker (button setter); Maintenance, repair

track and road beds; Streetcar and railroad construction

track laborer; Temporary air and water lines, Victaulic or

similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building

including but not limited to: street cleaner; cleaning and

washing windows; brick cleaner (jobsite only); material

cleaner (jobsite only). The classification ""material

cleaner"" is to be utilized under the following conditions:

A: at demolition site for the salvage of the material.

B: at the conclusion of a job where the material is to be

salvaged and stocked to be reused on another job.

C: for the cleaning of salvage material at the jobsite or

temporary jobsite yard.

The material cleaner classification should not be used in

the performance of ""form stripping, cleaning and oiling

Page 58 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 134: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

and moving to the next point of erection"".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash,

windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building

materials)

----------------------------------------------------------------

LABO0261-011 05/01/2018

SAN FRANCISCO AND SAN MATEO COUNTIES:

Rates Fringes

MASON TENDER, BRICK..............$ 35.37 20.70

FOOTNOTES: Underground work such as sewers, manholes, catch

basins, sewer pipes, telephone conduits, tunnels and cut

trenches: $5.00 per day additional. Work in live sewage:

$2.50 per day additional.

Page 59 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 135: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

----------------------------------------------------------------

LABO0261-014 07/01/2017

SAN FRANCISCO AND SAN MATEO COUNTIES:

Rates Fringes

PLASTER TENDER...................$ 34.70 23.11

Work on a swing stage scaffold: $1.00 per hour additional.

----------------------------------------------------------------

LABO0270-003 06/25/2018

AREA A: SANTA CLARA

AREA B: MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE

CLOSURE)

Escort Driver, Flag Person

Area A.....................$ 30.54 23.65

Area B.....................$ 29.54 23.65

Traffic Control Person I

Area A.....................$ 30.84 23.65

Area B.....................$ 29.84 23.65

Traffic Control Person II

Area A.....................$ 28.34 23.65

Area B.....................$ 27.34 23.65

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash

cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of

Page 60 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 136: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

temporary/permanent signs, markers, delineators and crash

cushions.

----------------------------------------------------------------

LABO0270-004 06/25/2018

MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES

Rates Fringes

Tunnel and Shaft Laborers:

GROUP 1.....................$ 37.82 24.11

GROUP 2.....................$ 37.59 24.11

GROUP 3.....................$ 37.34 24.11

GROUP 4.....................$ 36.89 24.11

GROUP 5.....................$ 36.35 24.11

Shotcrete Specialist........$ 38.34 24.11

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete

nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or

excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;

Cherry pickermen - where car is lifted; Concrete finisher

in tunnel; Concrete screedman; Grout pumpman and potman;

Gunite & shotcrete gunman & potman; Headermen; High

pressure nozzleman; Miner - tunnel, including top and

bottom man on shaft and raise work; Nipper; Nozzleman on

slick line; Sandblaster - potman, Robotic Shotcrete Placer,

Segment Erector, Tunnel Muck Hauler, Steel Form raiser and

setter; Timberman, retimberman (wood or steel or substitute

materials therefore); Tugger (for tunnel laborer work);

Cable tender; Chuck tender; Powderman - primer house

Page 61 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 137: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 4: Vibrator operator, pavement breaker; Bull gang -

muckers, trackmen; Concrete crew - includes rodding and

spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

----------------------------------------------------------------

LABO0270-005 07/01/2018

MONTEREY AND SAN BENITO COUNTIES

Rates Fringes

LABORER

Mason Tender-Brick..........$ 31.20 22.20

----------------------------------------------------------------

LABO0270-007 06/25/2018

MONTEREY, SAN BENITO, AND SANTA CRUZ, COUNTIES

Rates Fringes

LABORER (CONSTRUCTION CRAFT

LABORERS - AREA B)

Construction Specialist

Group.......................$ 30.40 23.20

GROUP 1.....................$ 29.79 23.20

GROUP 1-a...................$ 30.01 23.20

GROUP 1-c...................$ 29.84 23.20

GROUP 1-e...................$ 30.34 23.20

GROUP 1-f...................$ 30.37 23.20

GROUP 2.....................$ 29.64 23.20

GROUP 3.....................$ 29.54 23.20

GROUP 4.....................$ 23.23 23.20

See groups 1-b and 1-d under laborer classifications.

LABORER (GARDENERS,

Page 62 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 138: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

HORTICULTURAL & LANDSCAPE

LABORERS - AREA B)

(1) New Construction........$ 29.54 23.20

(2) Establishment Warranty

Period......................$ 23.23 23.20

LABORER (GUNITE - AREA B)

GROUP 1.....................$ 29.75 22.31

GROUP 2.....................$ 29.25 22.31

GROUP 3.....................$ 28.66 22.31

GROUP 4.....................$ 28.54 22.31

LABORER (WRECKING - AREA B)

GROUP 1.....................$ 29.79 23.20

GROUP 2.....................$ 29.64 23.20

FOOTNOTES:

Laborers working off or with or from bos'n chairs, swinging

scaffolds, belts shall receive $0.25 per hour above the

applicable wage rate. This shall not apply to workers

entitled to receive the wage rate set forth in Group 1-a

below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;

Chainsaw; Laser beam in connection with laborers' work;

Cast-in- place manhole form setter; Pressure pipelayer;

Davis trencher - 300 or similar type (and all small

trenchers); Blaster; Diamond driller; Multiple unit drill;

Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker

and similar type tampers; Buggymobile; Caulker, bander,

pipewrapper, conduit layer, plastic pipelayer; Certified

hazardous waste worker including Leade Abatement;

Page 63 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 139: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Compactors of all types; Concrete and magnesite mixer, 1/2

yd. and under; Concrete pan work; Concrete sander; Concrete

saw; Cribber and/or shoring; Cut granite curb setter;

Dri-pak-it machine; Faller, logloader and bucker; Form

raiser, slip forms; Green cutter; Headerboard, Hubsetter,

aligner, by any method; High pressure blow pipe (1-1/2"" or

over, 100 lbs. pressure/over); Hydro seeder and similar

type; Jackhammer operator; Jacking of pipe over 12 inches;

Jackson and similar type compactor; Kettle tender, pot and

worker applying asphalt, lay-kold, creosote, lime, caustic

and similar type materials (applying means applying,

dipping or handling of such materials); Lagging, sheeting,

whaling, bracing, trenchjacking, lagging hammer; Magnesite,

epoxyresin, fiberglass, mastic worker (wet or dry); No

joint pipe and stripping of same, including repair of

voids; Pavement breaker and spader, including tool grinder;

Perma curb; Pipelayer (including grade checking in

connection with pipelaying); Precast-manhole setter;

Pressure pipe tester; Post hole digger, air, gas and

electric; Power broom sweeper; Power tampers of all types

(except as shown in Group 2); Ram set gun and stud gun;

Riprap stonepaver and rock-slinger, including placing of

sacked concrete and/or sand (wet or dry) and gabions and

similar type; Rotary scarifier or multiple head concrete

chipping scarifier; Roto and Ditch Witch; Rototiller;

Sandblaster, pot, gun, nozzle operators; Signalling and

rigging; Tank cleaner; Tree climber; Turbo blaster;

Vibrascreed, bull float in connection with laborers' work;

Vibrator; Hazardous waste worker (lead removal); Asbestos

and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143

and similar type drills; Track driller; Jack leg driller;

Wagon driller; Mechanical drillers, all types regardless of

type or method of power; Mechanical pipe layers, all types

regardless of type or method of power; Blaster and powder;

All work of loading, placing and blasting of all powder and

Page 64 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 140: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

explosives of whatever type regardless of method used for

such loading and placing; High scalers (including drilling

of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above

Group 1 wage rates. ""Sewer cleaner"" means any worker who

handles or comes in contact with raw sewage in small

diameter sewers. Those who work inside recently active,

large diameter sewers, and all recently active sewer

manholes shal receive $5.00 per day above Group 1 wage

rates.

GROUP 1-c: Burning and welding in connection with laborers'

work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All

employees performing work covered herein shall receive $

.25 per hour above their regular rate for all work

performed on underground structures not specifically

covered herein. This paragraph shall not be construed to

apply to work below ground level in open cut. It shall

apply to cut and cover work of subway construction after

the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts

thereof, and work on and in deep footings. (A deep footing

is a hole 15 feet or more in depth.) In the event the

depth of the footing is unknown at the commencement of

excavation, and the final depth exceeds 15 feet, the deep

footing wage rate would apply to all employees for each and

every day worked on or in the excavation of the footing

from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting

or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry

Page 65 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 141: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

cement or gypsum; Choke-setter and rigger (clearing work);

Concrete bucket dumper and chute; Concrete chipping and

grinding; Concrete laborer (wet or dry); Driller tender,

chuck tender, nipper; Guinea chaser (stake), grout crew;

High pressure nozzle, adductor; Hydraulic monitor (over 100

lbs. pressure); Loading and unloading, carrying and hauling

of all rods and materials for use in reinforcing concrete

construction; Pittsburgh chipper and similar type brush

shredders; Sloper; Single foot, hand-held, pneumatic

tamper; All pneumatic, air, gas and electric tools not

listed in Groups 1 through 1-f; Jacking of pipe - under 12

inches

GROUP 3: Construction laborers, including bridge and general

laborer; Dump, load spotter; Flag person; Fire watcher;

Fence erector; Guardrail erector; Gardener, horticultural

and landscape laborer; Jetting; Limber, brush loader and

piler; Pavement marker (button setter); Maintenance, repair

track and road beds; Streetcar and railroad construction

track laborer; Temporary air and water lines, Victaulic or

similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building

including but not limited to: street cleaner; cleaning and

washing windows; brick cleaner (jobsite only); material

cleaner (jobsite only). The classification ""material

cleaner"" is to be utilized under the following conditions:

A: at demolition site for the salvage of the material.

B: at the conclusion of a job where the material is to be

salvaged and stocked to be reused on another job.

C: for the cleaning of salvage material at the jobsite or

temporary jobsite yard.

The material cleaner classification should not be used in

the performance of ""form stripping, cleaning and oiling

and moving to the next point of erection"".

Page 66 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 142: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash,

windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building

materials)

----------------------------------------------------------------

LABO0270-010 06/25/2018

SANTA CLARA COUNTY

Rates Fringes

LABORER (CONSTRUCTION CRAFT

LABORERS - AREA A:)

Construction Specialist

Group.......................$ 31.49 23.20

GROUP 1.....................$ 30.79 23.20

GROUP 1-a...................$ 31.01 23.20

GROUP 1-c...................$ 30.84 23.20

GROUP 1-e...................$ 31.34 23.20

Page 67 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 143: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 1-f...................$ 30.37 23.20

GROUP 2.....................$ 30.64 23.20

GROUP 3.....................$ 30.54 23.20

GROUP 4.....................$ 24.23 23.20

See groups 1-b and 1-d under laborer classifications.

LABORER (GARDENERS,

HORTICULTURAL & LANDSCAPE

LABORERS - AREA A:)

(1) New Construction........$ 30.54 23.20

(2) Establishment Warranty

Period......................$ 24.23 23.20

LABORER (GUNITE - AREA A:)

GROUP 1.....................$ 30.75 22.31

GROUP 2.....................$ 30.25 22.31

GROUP 3.....................$ 29.66 22.31

GROUP 4.....................$ 29.54 22.31

LABORER (WRECKING - AREA A:)

GROUP 1.....................$ 30.79 23.20

GROUP 2.....................$ 30.64 23.20

FOOTNOTES:

Laborers working off or with or from bos'n chairs, swinging

scaffolds, belts shall receive $0.25 per hour above the

applicable wage rate. This shall not apply to workers

entitled to receive the wage rate set forth in Group 1-a

below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;

Chainsaw; Laser beam in connection with laborers' work;

Cast-in- place manhole form setter; Pressure pipelayer;

Davis trencher - 300 or similar type (and all small

trenchers); Blaster; Diamond driller; Multiple unit drill;

Page 68 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 144: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker

and similar type tampers; Buggymobile; Caulker, bander,

pipewrapper, conduit layer, plastic pipelayer; Certified

hazardous waste worker including Leade Abatement;

Compactors of all types; Concrete and magnesite mixer, 1/2

yd. and under; Concrete pan work; Concrete sander; Concrete

saw; Cribber and/or shoring; Cut granite curb setter;

Dri-pak-it machine; Faller, logloader and bucker; Form

raiser, slip forms; Green cutter; Headerboard, Hubsetter,

aligner, by any method; High pressure blow pipe (1-1/2"" or

over, 100 lbs. pressure/over); Hydro seeder and similar

type; Jackhammer operator; Jacking of pipe over 12 inches;

Jackson and similar type compactor; Kettle tender, pot and

worker applying asphalt, lay-kold, creosote, lime, caustic

and similar type materials (applying means applying,

dipping or handling of such materials); Lagging, sheeting,

whaling, bracing, trenchjacking, lagging hammer; Magnesite,

epoxyresin, fiberglass, mastic worker (wet or dry); No

joint pipe and stripping of same, including repair of

voids; Pavement breaker and spader, including tool grinder;

Perma curb; Pipelayer (including grade checking in

connection with pipelaying); Precast-manhole setter;

Pressure pipe tester; Post hole digger, air, gas and

electric; Power broom sweeper; Power tampers of all types

(except as shown in Group 2); Ram set gun and stud gun;

Riprap stonepaver and rock-slinger, including placing of

sacked concrete and/or sand (wet or dry) and gabions and

similar type; Rotary scarifier or multiple head concrete

chipping scarifier; Roto and Ditch Witch; Rototiller;

Sandblaster, pot, gun, nozzle operators; Signalling and

rigging; Tank cleaner; Tree climber; Turbo blaster;

Vibrascreed, bull float in connection with laborers' work;

Vibrator; Hazardous waste worker (lead removal); Asbestos

and mold removal worker

Page 69 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 145: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143

and similar type drills; Track driller; Jack leg driller;

Wagon driller; Mechanical drillers, all types regardless of

type or method of power; Mechanical pipe layers, all types

regardless of type or method of power; Blaster and powder;

All work of loading, placing and blasting of all powder and

explosives of whatever type regardless of method used for

such loading and placing; High scalers (including drilling

of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above

Group 1 wage rates. ""Sewer cleaner"" means any worker who

handles or comes in contact with raw sewage in small

diameter sewers. Those who work inside recently active,

large diameter sewers, and all recently active sewer

manholes shal receive $5.00 per day above Group 1 wage

rates.

GROUP 1-c: Burning and welding in connection with laborers'

work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All

employees performing work covered herein shall receive $

.25 per hour above their regular rate for all work

performed on underground structures not specifically

covered herein. This paragraph shall not be construed to

apply to work below ground level in open cut. It shall

apply to cut and cover work of subway construction after

the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts

thereof, and work on and in deep footings. (A deep footing

is a hole 15 feet or more in depth.) In the event the

depth of the footing is unknown at the commencement of

excavation, and the final depth exceeds 15 feet, the deep

footing wage rate would apply to all employees for each and

every day worked on or in the excavation of the footing

Page 70 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 146: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting

or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry

cement or gypsum; Choke-setter and rigger (clearing work);

Concrete bucket dumper and chute; Concrete chipping and

grinding; Concrete laborer (wet or dry); Driller tender,

chuck tender, nipper; Guinea chaser (stake), grout crew;

High pressure nozzle, adductor; Hydraulic monitor (over 100

lbs. pressure); Loading and unloading, carrying and hauling

of all rods and materials for use in reinforcing concrete

construction; Pittsburgh chipper and similar type brush

shredders; Sloper; Single foot, hand-held, pneumatic

tamper; All pneumatic, air, gas and electric tools not

listed in Groups 1 through 1-f; Jacking of pipe - under 12

inches

GROUP 3: Construction laborers, including bridge and general

laborer; Dump, load spotter; Flag person; Fire watcher;

Fence erector; Guardrail erector; Gardener, horticultural

and landscape laborer; Jetting; Limber, brush loader and

piler; Pavement marker (button setter); Maintenance, repair

track and road beds; Streetcar and railroad construction

track laborer; Temporary air and water lines, Victaulic or

similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building

including but not limited to: street cleaner; cleaning and

washing windows; brick cleaner (jobsite only); material

cleaner (jobsite only). The classification ""material

cleaner"" is to be utilized under the following conditions:

A: at demolition site for the salvage of the material.

B: at the conclusion of a job where the material is to be

salvaged and stocked to be reused on another job.

C: for the cleaning of salvage material at the jobsite or

Page 71 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 147: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

temporary jobsite yard.

The material cleaner classification should not be used in

the performance of ""form stripping, cleaning and oiling

and moving to the next point of erection"".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash,

windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building

materials)

----------------------------------------------------------------

LABO0270-011 07/01/2017

MONTEREY, SAN BENITO, SANTA CRUZ, SANTA CLARA COUNTIES

Rates Fringes

LABORER (Plaster Tender).........$ 34.70 21.22

Page 72 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 148: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Work on a swing stage scaffold: $1.00 per hour additional.

----------------------------------------------------------------

LABO0294-001 07/01/2018

FRESNO, KINGS AND MADERA COUNTIES

Rates Fringes

LABORER (Brick)

Mason Tender-Brick..........$ 31.20 22.20

----------------------------------------------------------------

LABO0294-002 06/25/2018

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE

CLOSURE)

Escort Driver, Flag Person..$ 29.54 23.65

Traffic Control Person I....$ 29.84 23.65

Traffic Control Person II...$ 27.34 23.65

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash

cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of

temporary/permanent signs, markers, delineators and crash

cushions.

----------------------------------------------------------------

LABO0294-005 06/25/2018

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

Page 73 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 149: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Tunnel and Shaft Laborers:

GROUP 1.....................$ 37.82 24.11

GROUP 2.....................$ 37.59 24.11

GROUP 3.....................$ 37.34 24.11

GROUP 4.....................$ 36.89 24.11

GROUP 5.....................$ 36.35 24.11

Shotcrete Specialist........$ 38.34 24.11

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete

nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or

excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;

Cherry pickermen - where car is lifted; Concrete finisher

in tunnel; Concrete screedman; Grout pumpman and potman;

Gunite & shotcrete gunman & potman; Headermen; High

pressure nozzleman; Miner - tunnel, including top and

bottom man on shaft and raise work; Nipper; Nozzleman on

slick line; Sandblaster - potman, Robotic Shotcrete Placer,

Segment Erector, Tunnel Muck Hauler, Steel Form raiser and

setter; Timberman, retimberman (wood or steel or substitute

materials therefore); Tugger (for tunnel laborer work);

Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang -

muckers, trackmen; Concrete crew - includes rodding and

spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

----------------------------------------------------------------

LABO0294-008 06/25/2018

Page 74 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 150: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

LABORER (CONSTRUCTION CRAFT

LABORERS - AREA B:)

Construction Specialist

Group.......................$ 30.49 23.20

GROUP 1.....................$ 29.79 23.20

GROUP 1-a...................$ 30.01 23.20

GROUP 1-c...................$ 29.84 23.20

GROUP 1-e...................$ 30.34 23.20

GROUP 1-f...................$ 30.37 23.20

GROUP 2.....................$ 29.64 23.20

GROUP 3.....................$ 29.54 23.20

GROUP 4.....................$ 23.23 23.20

See groups 1-b and 1-d under laborer classifications.

LABORER (GARDENERS,

HORTICULTURAL & LANDSCAPE

LABORERS - AREA B:)

(1) New Construction........$ 29.54 23.20

(2) Establishment Warranty

Period......................$ 23.23 23.20

LABORER (GUNITE - AREA B:)

GROUP 1.....................$ 29.75 22.31

GROUP 2.....................$ 29.25 22.31

GROUP 3.....................$ 28.66 22.31

GROUP 4.....................$ 28.54 22.31

LABORER (WRECKING - AREA B:)

GROUP 1.....................$ 29.79 23.20

GROUP 2.....................$ 29.64 23.20

FOOTNOTES:

Laborers working off or with or from bos'n chairs, swinging

scaffolds, belts shall receive $0.25 per hour above the

applicable wage rate. This shall not apply to workers

entitled to receive the wage rate set forth in Group 1-a

Page 75 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 151: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;

Chainsaw; Laser beam in connection with laborers' work;

Cast-in- place manhole form setter; Pressure pipelayer;

Davis trencher - 300 or similar type (and all small

trenchers); Blaster; Diamond driller; Multiple unit drill;

Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker

and similar type tampers; Buggymobile; Caulker, bander,

pipewrapper, conduit layer, plastic pipelayer; Certified

hazardous waste worker including Leade Abatement;

Compactors of all types; Concrete and magnesite mixer, 1/2

yd. and under; Concrete pan work; Concrete sander; Concrete

saw; Cribber and/or shoring; Cut granite curb setter;

Dri-pak-it machine; Faller, logloader and bucker; Form

raiser, slip forms; Green cutter; Headerboard, Hubsetter,

aligner, by any method; High pressure blow pipe (1-1/2"" or

over, 100 lbs. pressure/over); Hydro seeder and similar

type; Jackhammer operator; Jacking of pipe over 12 inches;

Jackson and similar type compactor; Kettle tender, pot and

worker applying asphalt, lay-kold, creosote, lime, caustic

and similar type materials (applying means applying,

dipping or handling of such materials); Lagging, sheeting,

whaling, bracing, trenchjacking, lagging hammer; Magnesite,

epoxyresin, fiberglass, mastic worker (wet or dry); No

joint pipe and stripping of same, including repair of

voids; Pavement breaker and spader, including tool grinder;

Perma curb; Pipelayer (including grade checking in

connection with pipelaying); Precast-manhole setter;

Pressure pipe tester; Post hole digger, air, gas and

Page 76 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 152: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

electric; Power broom sweeper; Power tampers of all types

(except as shown in Group 2); Ram set gun and stud gun;

Riprap stonepaver and rock-slinger, including placing of

sacked concrete and/or sand (wet or dry) and gabions and

similar type; Rotary scarifier or multiple head concrete

chipping scarifier; Roto and Ditch Witch; Rototiller;

Sandblaster, pot, gun, nozzle operators; Signalling and

rigging; Tank cleaner; Tree climber; Turbo blaster;

Vibrascreed, bull float in connection with laborers' work;

Vibrator; Hazardous waste worker (lead removal); Asbestos

and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143

and similar type drills; Track driller; Jack leg driller;

Wagon driller; Mechanical drillers, all types regardless of

type or method of power; Mechanical pipe layers, all types

regardless of type or method of power; Blaster and powder;

All work of loading, placing and blasting of all powder and

explosives of whatever type regardless of method used for

such loading and placing; High scalers (including drilling

of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above

Group 1 wage rates. ""Sewer cleaner"" means any worker who

handles or comes in contact with raw sewage in small

diameter sewers. Those who work inside recently active,

large diameter sewers, and all recently active sewer

manholes shal receive $5.00 per day above Group 1 wage

rates.

GROUP 1-c: Burning and welding in connection with laborers'

work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All

employees performing work covered herein shall receive $

.25 per hour above their regular rate for all work

performed on underground structures not specifically

Page 77 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 153: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

covered herein. This paragraph shall not be construed to

apply to work below ground level in open cut. It shall

apply to cut and cover work of subway construction after

the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts

thereof, and work on and in deep footings. (A deep footing

is a hole 15 feet or more in depth.) In the event the

depth of the footing is unknown at the commencement of

excavation, and the final depth exceeds 15 feet, the deep

footing wage rate would apply to all employees for each and

every day worked on or in the excavation of the footing

from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting

or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry

cement or gypsum; Choke-setter and rigger (clearing work);

Concrete bucket dumper and chute; Concrete chipping and

grinding; Concrete laborer (wet or dry); Driller tender,

chuck tender, nipper; Guinea chaser (stake), grout crew;

High pressure nozzle, adductor; Hydraulic monitor (over 100

lbs. pressure); Loading and unloading, carrying and hauling

of all rods and materials for use in reinforcing concrete

construction; Pittsburgh chipper and similar type brush

shredders; Sloper; Single foot, hand-held, pneumatic

tamper; All pneumatic, air, gas and electric tools not

listed in Groups 1 through 1-f; Jacking of pipe - under 12

inches

GROUP 3: Construction laborers, including bridge and general

laborer; Dump, load spotter; Flag person; Fire watcher;

Fence erector; Guardrail erector; Gardener, horticultural

and landscape laborer; Jetting; Limber, brush loader and

piler; Pavement marker (button setter); Maintenance, repair

track and road beds; Streetcar and railroad construction

Page 78 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 154: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

track laborer; Temporary air and water lines, Victaulic or

similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building

including but not limited to: street cleaner; cleaning and

washing windows; brick cleaner (jobsite only); material

cleaner (jobsite only). The classification ""material

cleaner"" is to be utilized under the following conditions:

A: at demolition site for the salvage of the material.

B: at the conclusion of a job where the material is to be

salvaged and stocked to be reused on another job.

C: for the cleaning of salvage material at the jobsite or

temporary jobsite yard.

The material cleaner classification should not be used in

the performance of ""form stripping, cleaning and oiling

and moving to the next point of erection"".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash,

windows and materials)

Page 79 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 155: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 2: Semi-skilled wrecker (salvaging of other building

materials)

----------------------------------------------------------------

LABO0294-010 07/01/2018

CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN

JOAQUIN, STANISLAUS & TUOLUMNE

Rates Fringes

Plasterer tender.................$ 32.02 23.00

Work on a swing stage scaffold: $1.00 per hour additional.

----------------------------------------------------------------

LABO0294-011 07/01/2017

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

LABORER (Plaster Tender).........$ 31.02 22.52

Work on a swing stage scaffold: $1.00 per hour additional.

----------------------------------------------------------------

LABO0304-002 06/25/2018

ALAMEDA COUNTY

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE

CLOSURE)

Escort Driver, Flag Person..$ 30.54 23.65

Traffic Control Person I....$ 30.84 23.65

Traffic Control Person II...$ 28.34 23.65

Page 80 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 156: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash

cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of

temporary/permanent signs, markers, delineators and crash

cushions.

----------------------------------------------------------------

LABO0304-003 06/26/2017

ALAMEDA COUNTY

Rates Fringes

Tunnel and Shaft Laborers:

GROUP 1.....................$ 36.60 24.83

GROUP 2.....................$ 36.37 24.83

GROUP 3.....................$ 36.12 24.83

GROUP 4.....................$ 35.67 24.83

GROUP 5.....................$ 35.13 24.83

Shotcrete Specialist........$ 37.12 24.83

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete

nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or

excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;

Cherry pickermen - where car is lifted; Concrete finisher

in tunnel; Concrete screedman; Grout pumpman and potman;

Gunite & shotcrete gunman & potman; Headermen; High

pressure nozzleman; Miner - tunnel, including top and

bottom man on shaft and raise work; Nipper; Nozzleman on

Page 81 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 157: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

slick line; Sandblaster - potman, Robotic Shotcrete Placer,

Segment Erector, Tunnel Muck Hauler, Steel Form raiser and

setter; Timberman, retimberman (wood or steel or substitute

materials therefore); Tugger (for tunnel laborer work);

Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang -

muckers, trackmen; Concrete crew - includes rodding and

spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

----------------------------------------------------------------

LABO0304-004 06/25/2018

ALAMEDA COUNTY

Rates Fringes

LABORER (CONSTRUCTION CRAFT

LABORERS - AREA A:)

Construction Specialist

Group.......................$ 31.49 23.20

GROUP 1.....................$ 30.79 23.20

GROUP 1-a...................$ 31.01 23.20

GROUP 1-c...................$ 30.84 23.20

GROUP 1-e...................$ 31.34 23.20

GROUP 1-f...................$ 30.37 23.20

GROUP 2.....................$ 30.64 23.20

GROUP 3.....................$ 30.54 23.20

GROUP 4.....................$ 24.23 23.20

See groups 1-b and 1-d under laborer classifications.

LABORER (GARDENERS,

HORTICULTURAL & LANDSCAPE

LABORERS - AREA A:)

(1) New Construction........$ 30.54 23.20

(2) Establishment Warranty

Page 82 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 158: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Period......................$ 24.23 23.20

LABORER (GUNITE - AREA A:)

GROUP 1.....................$ 30.75 22.31

GROUP 2.....................$ 30.25 22.31

GROUP 3.....................$ 29.66 22.31

GROUP 4.....................$ 29.54 22.31

LABORER (WRECKING - AREA A:)

GROUP 1.....................$ 30.79 23.20

GROUP 2.....................$ 30.64 23.20

FOOTNOTES:

Laborers working off or with or from bos'n chairs, swinging

scaffolds, belts shall receive $0.25 per hour above the

applicable wage rate. This shall not apply to workers

entitled to receive the wage rate set forth in Group 1-a

below.

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;

Chainsaw; Laser beam in connection with laborers' work;

Cast-in- place manhole form setter; Pressure pipelayer;

Davis trencher - 300 or similar type (and all small

trenchers); Blaster; Diamond driller; Multiple unit drill;

Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker

and similar type tampers; Buggymobile; Caulker, bander,

pipewrapper, conduit layer, plastic pipelayer; Certified

hazardous waste worker including Leade Abatement;

Compactors of all types; Concrete and magnesite mixer, 1/2

yd. and under; Concrete pan work; Concrete sander; Concrete

saw; Cribber and/or shoring; Cut granite curb setter;

Dri-pak-it machine; Faller, logloader and bucker; Form

Page 83 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 159: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

raiser, slip forms; Green cutter; Headerboard, Hubsetter,

aligner, by any method; High pressure blow pipe (1-1/2"" or

over, 100 lbs. pressure/over); Hydro seeder and similar

type; Jackhammer operator; Jacking of pipe over 12 inches;

Jackson and similar type compactor; Kettle tender, pot and

worker applying asphalt, lay-kold, creosote, lime, caustic

and similar type materials (applying means applying,

dipping or handling of such materials); Lagging, sheeting,

whaling, bracing, trenchjacking, lagging hammer; Magnesite,

epoxyresin, fiberglass, mastic worker (wet or dry); No

joint pipe and stripping of same, including repair of

voids; Pavement breaker and spader, including tool grinder;

Perma curb; Pipelayer (including grade checking in

connection with pipelaying); Precast-manhole setter;

Pressure pipe tester; Post hole digger, air, gas and

electric; Power broom sweeper; Power tampers of all types

(except as shown in Group 2); Ram set gun and stud gun;

Riprap stonepaver and rock-slinger, including placing of

sacked concrete and/or sand (wet or dry) and gabions and

similar type; Rotary scarifier or multiple head concrete

chipping scarifier; Roto and Ditch Witch; Rototiller;

Sandblaster, pot, gun, nozzle operators; Signalling and

rigging; Tank cleaner; Tree climber; Turbo blaster;

Vibrascreed, bull float in connection with laborers' work;

Vibrator; Hazardous waste worker (lead removal); Asbestos

and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143

and similar type drills; Track driller; Jack leg driller;

Wagon driller; Mechanical drillers, all types regardless of

type or method of power; Mechanical pipe layers, all types

regardless of type or method of power; Blaster and powder;

All work of loading, placing and blasting of all powder and

explosives of whatever type regardless of method used for

such loading and placing; High scalers (including drilling

of same); Tree topper; Bit grinder

Page 84 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 160: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above

Group 1 wage rates. ""Sewer cleaner"" means any worker who

handles or comes in contact with raw sewage in small

diameter sewers. Those who work inside recently active,

large diameter sewers, and all recently active sewer

manholes shal receive $5.00 per day above Group 1 wage

rates.

GROUP 1-c: Burning and welding in connection with laborers'

work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All

employees performing work covered herein shall receive $

.25 per hour above their regular rate for all work

performed on underground structures not specifically

covered herein. This paragraph shall not be construed to

apply to work below ground level in open cut. It shall

apply to cut and cover work of subway construction after

the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts

thereof, and work on and in deep footings. (A deep footing

is a hole 15 feet or more in depth.) In the event the

depth of the footing is unknown at the commencement of

excavation, and the final depth exceeds 15 feet, the deep

footing wage rate would apply to all employees for each and

every day worked on or in the excavation of the footing

from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting

or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry

cement or gypsum; Choke-setter and rigger (clearing work);

Concrete bucket dumper and chute; Concrete chipping and

grinding; Concrete laborer (wet or dry); Driller tender,

chuck tender, nipper; Guinea chaser (stake), grout crew;

Page 85 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 161: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

High pressure nozzle, adductor; Hydraulic monitor (over 100

lbs. pressure); Loading and unloading, carrying and hauling

of all rods and materials for use in reinforcing concrete

construction; Pittsburgh chipper and similar type brush

shredders; Sloper; Single foot, hand-held, pneumatic

tamper; All pneumatic, air, gas and electric tools not

listed in Groups 1 through 1-f; Jacking of pipe - under 12

inches

GROUP 3: Construction laborers, including bridge and general

laborer; Dump, load spotter; Flag person; Fire watcher;

Fence erector; Guardrail erector; Gardener, horticultural

and landscape laborer; Jetting; Limber, brush loader and

piler; Pavement marker (button setter); Maintenance, repair

track and road beds; Streetcar and railroad construction

track laborer; Temporary air and water lines, Victaulic or

similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building

including but not limited to: street cleaner; cleaning and

washing windows; brick cleaner (jobsite only); material

cleaner (jobsite only). The classification ""material

cleaner"" is to be utilized under the following conditions:

A: at demolition site for the salvage of the material.

B: at the conclusion of a job where the material is to be

salvaged and stocked to be reused on another job.

C: for the cleaning of salvage material at the jobsite or

temporary jobsite yard.

The material cleaner classification should not be used in

the performance of ""form stripping, cleaning and oiling

and moving to the next point of erection"".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

Page 86 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 162: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash,

windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building

materials)

----------------------------------------------------------------

LABO0304-005 05/01/2018

ALAMEDA COUNTY

Rates Fringes

Brick Tender.....................$ 35.37 20.70

FOOTNOTES: Work on jobs where heat-protective clothing is

required: $2.00 per hour additional. Work at grinders: $.25

per hour additional. Manhole work: $2.00 per day additional.

----------------------------------------------------------------

LABO0304-008 07/01/2017

ALAMEDA AND CONTRA COSTA COUNTIES:

Rates Fringes

Page 87 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 163: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Plasterer tender.................$ 34.70 23.11

Work on a swing stage scaffold: $1.00 per hour additional.

----------------------------------------------------------------

LABO0324-002 06/25/2018

CONTRA COSTA COUNTY

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE

CLOSURE)

Escort Driver, Flag Person..$ 30.54 23.65

Traffic Control Person I....$ 30.84 23.65

Traffic Control Person II...$ 28.34 23.65

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash

cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of

temporary/permanent signs, markers, delineators and crash

cushions.

----------------------------------------------------------------

LABO0324-006 06/25/2018

CONTRA COSTA COUNTY

Rates Fringes

Tunnel and Shaft Laborers:

GROUP 1.....................$ 37.82 24.11

GROUP 2.....................$ 37.59 24.11

GROUP 3.....................$ 37.34 24.11

GROUP 4.....................$ 36.89 24.11

GROUP 5.....................$ 36.35 24.11

Page 88 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 164: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Shotcrete Specialist........$ 38.34 24.11

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete

nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or

excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;

Cherry pickermen - where car is lifted; Concrete finisher

in tunnel; Concrete screedman; Grout pumpman and potman;

Gunite & shotcrete gunman & potman; Headermen; High

pressure nozzleman; Miner - tunnel, including top and

bottom man on shaft and raise work; Nipper; Nozzleman on

slick line; Sandblaster - potman, Robotic Shotcrete Placer,

Segment Erector, Tunnel Muck Hauler, Steel Form raiser and

setter; Timberman, retimberman (wood or steel or substitute

materials therefore); Tugger (for tunnel laborer work);

Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang -

muckers, trackmen; Concrete crew - includes rodding and

spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

----------------------------------------------------------------

LABO0324-012 06/25/2018

CONTRA COSTA COUNTY

Rates Fringes

LABORER (CONSTRUCTION CRAFT

LABORERS - AREA A:)

Page 89 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 165: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Construction Specialist

Group.......................$ 31.49 23.20

GROUP 1.....................$ 30.79 23.20

GROUP 1-a...................$ 31.01 23.20

GROUP 1-c...................$ 30.84 23.20

GROUP 1-e...................$ 31.34 23.20

GROUP 1-f...................$ 30.37 23.20

GROUP 1-g...................$ 30.99 23.20

GROUP 2.....................$ 30.64 23.20

GROUP 3.....................$ 30.54 23.20

GROUP 4.....................$ 24.23 23.20

See groups 1-b and 1-d under laborer classifications.

LABORER (GARDENERS,

HORTICULURAL & LANDSCAPE

LABORERS - AREA A:)

(1) New Construction........$ 30.54 23.20

(2) Establishment Warranty

Period......................$ 24.23 23.20

LABORER (GUNITE - AREA A:)

GROUP 1.....................$ 30.75 22.31

GROUP 2.....................$ 30.25 22.31

GROUP 3.....................$ 29.66 22.31

GROUP 4.....................$ 29.54 22.31

LABORER (WRECKING - AREA A:)

GROUP 1.....................$ 30.79 23.20

GROUP 2.....................$ 30.64 23.20

FOOTNOTES:

Laborers working off or with or from bos'n chairs, swinging

scaffolds, belts shall receive $0.25 per hour above the

applicable wage rate. This shall not apply to workers

entitled to receive the wage rate set forth in Group 1-a

below.

---------------------------------------------------------

Page 90 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 166: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;

Chainsaw; Laser beam in connection with laborers' work;

Cast-in- place manhole form setter; Pressure pipelayer;

Davis trencher - 300 or similar type (and all small

trenchers); Blaster; Diamond driller; Multiple unit drill;

Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker

and similar type tampers; Buggymobile; Caulker, bander,

pipewrapper, conduit layer, plastic pipelayer; Certified

hazardous waste worker including Leade Abatement;

Compactors of all types; Concrete and magnesite mixer, 1/2

yd. and under; Concrete pan work; Concrete sander; Concrete

saw; Cribber and/or shoring; Cut granite curb setter;

Dri-pak-it machine; Faller, logloader and bucker; Form

raiser, slip forms; Green cutter; Headerboard, Hubsetter,

aligner, by any method; High pressure blow pipe (1-1/2"" or

over, 100 lbs. pressure/over); Hydro seeder and similar

type; Jackhammer operator; Jacking of pipe over 12 inches;

Jackson and similar type compactor; Kettle tender, pot and

worker applying asphalt, lay-kold, creosote, lime, caustic

and similar type materials (applying means applying,

dipping or handling of such materials); Lagging, sheeting,

whaling, bracing, trenchjacking, lagging hammer; Magnesite,

epoxyresin, fiberglass, mastic worker (wet or dry); No

joint pipe and stripping of same, including repair of

voids; Pavement breaker and spader, including tool grinder;

Perma curb; Pipelayer (including grade checking in

connection with pipelaying); Precast-manhole setter;

Pressure pipe tester; Post hole digger, air, gas and

electric; Power broom sweeper; Power tampers of all types

(except as shown in Group 2); Ram set gun and stud gun;

Riprap stonepaver and rock-slinger, including placing of

sacked concrete and/or sand (wet or dry) and gabions and

similar type; Rotary scarifier or multiple head concrete

Page 91 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 167: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

chipping scarifier; Roto and Ditch Witch; Rototiller;

Sandblaster, pot, gun, nozzle operators; Signalling and

rigging; Tank cleaner; Tree climber; Turbo blaster;

Vibrascreed, bull float in connection with laborers' work;

Vibrator; Hazardous waste worker (lead removal); Asbestos

and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143

and similar type drills; Track driller; Jack leg driller;

Wagon driller; Mechanical drillers, all types regardless of

type or method of power; Mechanical pipe layers, all types

regardless of type or method of power; Blaster and powder;

All work of loading, placing and blasting of all powder and

explosives of whatever type regardless of method used for

such loading and placing; High scalers (including drilling

of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above

Group 1 wage rates. ""Sewer cleaner"" means any worker who

handles or comes in contact with raw sewage in small

diameter sewers. Those who work inside recently active,

large diameter sewers, and all recently active sewer

manholes shal receive $5.00 per day above Group 1 wage

rates.

GROUP 1-c: Burning and welding in connection with laborers'

work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All

employees performing work covered herein shall receive $

.25 per hour above their regular rate for all work

performed on underground structures not specifically

covered herein. This paragraph shall not be construed to

apply to work below ground level in open cut. It shall

apply to cut and cover work of subway construction after

the temporary cover has been placed.

Page 92 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 168: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 1-e: Work on and/or in bell hole footings and shafts

thereof, and work on and in deep footings. (A deep footing

is a hole 15 feet or more in depth.) In the event the

depth of the footing is unknown at the commencement of

excavation, and the final depth exceeds 15 feet, the deep

footing wage rate would apply to all employees for each and

every day worked on or in the excavation of the footing

from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting

or shot crete

GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade

checking in connection with pipelaying); Caulker; Bander;

Pipewrapper; Conduit layer; Plastic pipe layer; Pressure

pipe tester; No joint pipe and stripping of same, including

repair of voids; Precast manhole setters, cast in place

manhole form setters

GROUP 2: Asphalt shoveler; Cement dumper and handling dry

cement or gypsum; Choke-setter and rigger (clearing work);

Concrete bucket dumper and chute; Concrete chipping and

grinding; Concrete laborer (wet or dry); Driller tender,

chuck tender, nipper; Guinea chaser (stake), grout crew;

High pressure nozzle, adductor; Hydraulic monitor (over 100

lbs. pressure); Loading and unloading, carrying and hauling

of all rods and materials for use in reinforcing concrete

construction; Pittsburgh chipper and similar type brush

shredders; Sloper; Single foot, hand-held, pneumatic

tamper; All pneumatic, air, gas and electric tools not

listed in Groups 1 through 1-f; Jacking of pipe - under 12

inches

GROUP 3: Construction laborers, including bridge and general

laborer; Dump, load spotter; Flag person; Fire watcher;

Fence erector; Guardrail erector; Gardener, horticultural

and landscape laborer; Jetting; Limber, brush loader and

Page 93 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 169: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

piler; Pavement marker (button setter); Maintenance, repair

track and road beds; Streetcar and railroad construction

track laborer; Temporary air and water lines, Victaulic or

similar; Tool room attendant (jobsite only)

GROUP 4: Final clean-up work of debris, grounds and building

including but not limited to: street cleaner; cleaning and

washing windows; brick cleaner (jobsite only); material

cleaner (jobsite only). The classification ""material

cleaner"" is to be utilized under the following conditions:

A: at demolition site for the salvage of the material.

B: at the conclusion of a job where the material is to be

salvaged and stocked to be reused on another job.

C: for the cleaning of salvage material at the jobsite or

temporary jobsite yard.

The material cleaner classification should not be used in

the performance of ""form stripping, cleaning and oiling

and moving to the next point of erection"".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash,

Page 94 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 170: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building

materials)

GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade

checking in connection with pipelaying); Caulker; Bander;

Pipewrapper; Conduit layer; Plastic pipe layer; Pressure

pipe tester; No joint pipe and stripping of same, including

repair of voids; Precast manhole setters, cast in place

manhole form setters

----------------------------------------------------------------

LABO0324-014 05/01/2018

CONTRA COSTA COUNTY:

Rates Fringes

Brick Tender.....................$ 35.37 20.70

FOOTNOTES: Work on jobs where heat-protective clothing is

required: $2.00 per hour additional. Work at grinders: $.25

per hour additional. Manhole work: $2.00 per day additional.

----------------------------------------------------------------

LABO0324-018 07/01/2018

ALAMEDA AND CONTRA COSTA COUNTIES:

Rates Fringes

Plasterer tender.................$ 37.14 22.32

Work on a swing stage scaffold: $1.00 per hour additional.

----------------------------------------------------------------

Page 95 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 171: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

LABO1130-002 06/25/2018

MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES

Rates Fringes

LABORER (TRAFFIC CONTROL/LANE

CLOSURE)

Escort Driver, Flag Person..$ 29.54 23.65

Traffic Control Person I....$ 29.84 23.65

Traffic Control Person II...$ 27.34 23.65

TRAFFIC CONTROL PERSON I: Layout of traffic control, crash

cushions, construction area and roadside signage.

TRAFFIC CONTROL PERSON II: Installation and removal of

temporary/permanent signs, markers, delineators and crash

cushions.

----------------------------------------------------------------

LABO1130-003 06/26/2017

MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES

Rates Fringes

Tunnel and Shaft Laborers:

GROUP 1.....................$ 36.60 24.83

GROUP 2.....................$ 36.37 24.83

GROUP 3.....................$ 36.12 24.83

GROUP 4.....................$ 35.67 24.83

GROUP 5.....................$ 35.13 24.83

Shotcrete Specialist........$ 37.12 24.83

TUNNEL AND SHAFT CLASSIFICATIONS

GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete

Page 96 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 172: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

nozzlemen

GROUP 2: Rodmen; Shaft work & raise (below actual or

excavated ground level)

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;

Cherry pickermen - where car is lifted; Concrete finisher

in tunnel; Concrete screedman; Grout pumpman and potman;

Gunite & shotcrete gunman & potman; Headermen; High

pressure nozzleman; Miner - tunnel, including top and

bottom man on shaft and raise work; Nipper; Nozzleman on

slick line; Sandblaster - potman, Robotic Shotcrete Placer,

Segment Erector, Tunnel Muck Hauler, Steel Form raiser and

setter; Timberman, retimberman (wood or steel or substitute

materials therefore); Tugger (for tunnel laborer work);

Cable tender; Chuck tender; Powderman - primer house

GROUP 4: Vibrator operator, pavement breaker; Bull gang -

muckers, trackmen; Concrete crew - includes rodding and

spreading, Dumpmen (any method)

GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman

----------------------------------------------------------------

LABO1130-005 07/01/2018

MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES

Rates Fringes

LABORER

Mason Tender-Brick..........$ 31.20 22.20

----------------------------------------------------------------

LABO1130-007 06/25/2018

MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE , COUNTIES

Page 97 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 173: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Rates Fringes

LABORER (CONSTRUCTION CRAFT

LABORERS - AREA B:)

Construction Specialist

Group.......................$ 30.49 23.20

GROUP 1.....................$ 29.79 23.20

GROUP 1-a...................$ 30.01 23.20

GROUP 1-c...................$ 29.84 23.20

GROUP 1-e...................$ 30.34 23.20

GROUP 1-f...................$ 29.37 23.20

GROUP 2.....................$ 29.64 23.20

GROUP 3.....................$ 29.54 23.20

GROUP 4.....................$ 23.23 23.20

See groups 1-b and 1-d under laborer classifications.

LABORER (GARDENERS,

HORTICULTURAL & LANDSCAPE

LABORERS - AREA B:)

(1) New Construction........$ 29.54 23.20

(2) Establishment Warranty

Period......................$ 23.23 23.20

LABORER (GUNITE - AREA B:)

GROUP 1.....................$ 29.75 22.31

GROUP 2.....................$ 29.25 22.31

GROUP 3.....................$ 28.66 22.31

GROUP 4.....................$ 28.54 22.31

LABORER (WRECKING - AREA B:)

GROUP 1.....................$ 29.79 23.20

GROUP 2.....................$ 29.64 23.20

FOOTNOTES:

Laborers working off or with or from bos'n chairs, swinging

scaffolds, belts shall receive $0.25 per hour above the

applicable wage rate. This shall not apply to workers

entitled to receive the wage rate set forth in Group 1-a

below.

Page 98 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 174: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

---------------------------------------------------------

LABORER CLASSIFICATIONS

CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;

Chainsaw; Laser beam in connection with laborers' work;

Cast-in- place manhole form setter; Pressure pipelayer;

Davis trencher - 300 or similar type (and all small

trenchers); Blaster; Diamond driller; Multiple unit drill;

Hydraulic drill

GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker

and similar type tampers; Buggymobile; Caulker, bander,

pipewrapper, conduit layer, plastic pipelayer; Certified

hazardous waste worker including Leade Abatement;

Compactors of all types; Concrete and magnesite mixer, 1/2

yd. and under; Concrete pan work; Concrete sander; Concrete

saw; Cribber and/or shoring; Cut granite curb setter;

Dri-pak-it machine; Faller, logloader and bucker; Form

raiser, slip forms; Green cutter; Headerboard, Hubsetter,

aligner, by any method; High pressure blow pipe (1-1/2"" or

over, 100 lbs. pressure/over); Hydro seeder and similar

type; Jackhammer operator; Jacking of pipe over 12 inches;

Jackson and similar type compactor; Kettle tender, pot and

worker applying asphalt, lay-kold, creosote, lime, caustic

and similar type materials (applying means applying,

dipping or handling of such materials); Lagging, sheeting,

whaling, bracing, trenchjacking, lagging hammer; Magnesite,

epoxyresin, fiberglass, mastic worker (wet or dry); No

joint pipe and stripping of same, including repair of

voids; Pavement breaker and spader, including tool grinder;

Perma curb; Pipelayer (including grade checking in

connection with pipelaying); Precast-manhole setter;

Pressure pipe tester; Post hole digger, air, gas and

electric; Power broom sweeper; Power tampers of all types

(except as shown in Group 2); Ram set gun and stud gun;

Page 99 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 175: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

Riprap stonepaver and rock-slinger, including placing of

sacked concrete and/or sand (wet or dry) and gabions and

similar type; Rotary scarifier or multiple head concrete

chipping scarifier; Roto and Ditch Witch; Rototiller;

Sandblaster, pot, gun, nozzle operators; Signalling and

rigging; Tank cleaner; Tree climber; Turbo blaster;

Vibrascreed, bull float in connection with laborers' work;

Vibrator; Hazardous waste worker (lead removal); Asbestos

and mold removal worker

GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143

and similar type drills; Track driller; Jack leg driller;

Wagon driller; Mechanical drillers, all types regardless of

type or method of power; Mechanical pipe layers, all types

regardless of type or method of power; Blaster and powder;

All work of loading, placing and blasting of all powder and

explosives of whatever type regardless of method used for

such loading and placing; High scalers (including drilling

of same); Tree topper; Bit grinder

GROUP 1-b: Sewer cleaners shall receive $4.00 per day above

Group 1 wage rates. ""Sewer cleaner"" means any worker who

handles or comes in contact with raw sewage in small

diameter sewers. Those who work inside recently active,

large diameter sewers, and all recently active sewer

manholes shal receive $5.00 per day above Group 1 wage

rates.

GROUP 1-c: Burning and welding in connection with laborers'

work; Synthetic thermoplastics and similar type welding

GROUP 1-d: Maintenance and repair track and road beds. All

employees performing work covered herein shall receive $

.25 per hour above their regular rate for all work

performed on underground structures not specifically

covered herein. This paragraph shall not be construed to

apply to work below ground level in open cut. It shall

Page 100 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 176: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

apply to cut and cover work of subway construction after

the temporary cover has been placed.

GROUP 1-e: Work on and/or in bell hole footings and shafts

thereof, and work on and in deep footings. (A deep footing

is a hole 15 feet or more in depth.) In the event the

depth of the footing is unknown at the commencement of

excavation, and the final depth exceeds 15 feet, the deep

footing wage rate would apply to all employees for each and

every day worked on or in the excavation of the footing

from the date of inception.

GROUP 1-f: Wire winding machine in connection with guniting

or shot crete

GROUP 2: Asphalt shoveler; Cement dumper and handling dry

cement or gypsum; Choke-setter and rigger (clearing work);

Concrete bucket dumper and chute; Concrete chipping and

grinding; Concrete laborer (wet or dry); Driller tender,

chuck tender, nipper; Guinea chaser (stake), grout crew;

High pressure nozzle, adductor; Hydraulic monitor (over 100

lbs. pressure); Loading and unloading, carrying and hauling

of all rods and materials for use in reinforcing concrete

construction; Pittsburgh chipper and similar type brush

shredders; Sloper; Single foot, hand-held, pneumatic

tamper; All pneumatic, air, gas and electric tools not

listed in Groups 1 through 1-f; Jacking of pipe - under 12

inches

GROUP 3: Construction laborers, including bridge and general

laborer; Dump, load spotter; Flag person; Fire watcher;

Fence erector; Guardrail erector; Gardener, horticultural

and landscape laborer; Jetting; Limber, brush loader and

piler; Pavement marker (button setter); Maintenance, repair

track and road beds; Streetcar and railroad construction

track laborer; Temporary air and water lines, Victaulic or

similar; Tool room attendant (jobsite only)

Page 101 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 177: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 4: Final clean-up work of debris, grounds and building

including but not limited to: street cleaner; cleaning and

washing windows; brick cleaner (jobsite only); material

cleaner (jobsite only). The classification ""material

cleaner"" is to be utilized under the following conditions:

A: at demolition site for the salvage of the material.

B: at the conclusion of a job where the material is to be

salvaged and stocked to be reused on another job.

C: for the cleaning of salvage material at the jobsite or

temporary jobsite yard.

The material cleaner classification should not be used in

the performance of ""form stripping, cleaning and oiling

and moving to the next point of erection"".

--------------------------------------------------------

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Structural Nozzleman

GROUP 2: Nozzleman, Gunman, Potman, Groundman

GROUP 3: Reboundman

GROUP 4: Gunite laborer

----------------------------------------------------------

WRECKING WORK LABORER CLASSIFICATIONS

GROUP 1: Skilled wrecker (removing and salvaging of sash,

windows and materials)

GROUP 2: Semi-skilled wrecker (salvaging of other building

materials)

Page 102 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 178: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

----------------------------------------------------------------

LABO1130-008 07/01/2018

CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN

JOAQUIN, STANISLAUS & TUOLUMNE

Rates Fringes

Plasterer tender.................$ 32.02 23.00

Work on a swing stage scaffold: $1.00 per hour additional.

----------------------------------------------------------------

LABO1130-009 07/01/2018

MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES

Rates Fringes

LABORER (Plaster Tender).........$ 32.02 23.00

Work on a swing stage scaffold: $1.00 per hour additional.

----------------------------------------------------------------

* PAIN0016-001 01/01/2019

ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN MATEO, SANTA

CLARA, AND SANTA CRUZ COUNTIES

Rates Fringes

Painters:........................$ 42.67 24.03

PREMIUMS:

EXOTIC MATERIALS - $0.75 additional per hour.

Page 103 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 179: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

SPRAY WORK: - $0.50 additional per hour.

INDUSTRIAL PAINTING - $0.25 additional per hour

[Work on industrial buildings used for the manufacture and

processing of goods for sale or service; steel construction

(bridges), stacks, towers, tanks, and similar structures]

HIGH WORK:

over 50 feet - $2.00 per hour additional

100 to 180 feet - $4.00 per hour additional

Over 180 feet - $6.00 per houir additional

----------------------------------------------------------------

PAIN0016-003 01/01/2018

AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA

CLARA COUNTIES

AREA 2: CALAVERAS, MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN

JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES

Rates Fringes

Drywall Finisher/Taper

AREA 1......................$ 45.16 26.74

AREA 2......................$ 41.03 25.34

----------------------------------------------------------------

PAIN0016-012 01/01/2019

ALAMEDA, CONTRA COSTA, MARIPOSA, MERCED, MONTEREY, SAN BENITO,

SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES

Rates Fringes

SOFT FLOOR LAYER.................$ 48.60 27.43

----------------------------------------------------------------

Page 104 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 180: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

* PAIN0016-015 01/01/2019

CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE

COUNTIES

Rates Fringes

PAINTER

Brush.......................$ 33.68 20.24

FOOTNOTES:

SPRAY/SANDBLAST: $0.50 additional per hour.

EXOTIC MATERIALS: $1.00 additional per hour.

HIGH TIME: Over 50 ft above ground or water level $2.00

additional per hour. 100 to 180 ft above ground or water

level $4.00 additional per hour. Over 180 ft above ground

or water level $6.00 additional per hour.

----------------------------------------------------------------

* PAIN0016-022 01/01/2019

SAN FRANCISCO COUNTY

Rates Fringes

PAINTER..........................$ 46.29 24.03

----------------------------------------------------------------

PAIN0169-001 01/01/2018

FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES:

Rates Fringes

GLAZIER..........................$ 35.00 26.26

----------------------------------------------------------------

* PAIN0169-005 01/01/2019

Page 105 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 181: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

ALAMEDA CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN

MATEO, SANTA CLARA & SANTA CRUZ COUNTIES

Rates Fringes

GLAZIER..........................$ 50.03 28.19

----------------------------------------------------------------

* PAIN0294-004 01/01/2019

FRESNO, KINGS AND MADERA COUNTIES

Rates Fringes

PAINTER

Brush, Roller...............$ 30.53 19.11

Drywall Finisher/Taper......$ 34.87 23.68

FOOTNOTE:

Spray Painters & Paperhangers recive $1.00 additional per

hour. Painters doing Drywall Patching receive $1.25

additional per hour. Lead Abaters & Sandblasters receive

$1.50 additional per hour. High Time - over 30 feet (does

not include work from a lift) $0.75 per hour additional.

----------------------------------------------------------------

PAIN0294-005 01/01/2018

FRESNO, KINGS & MADERA

Rates Fringes

SOFT FLOOR LAYER.................$ 31.49 20.48

----------------------------------------------------------------

* PAIN0767-001 01/01/2019

Page 106 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 182: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:

Rates Fringes

GLAZIER..........................$ 38.47 28.40

PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day,

President's Day, Memorial Day, Independence Day, Labor Day,

Veteran's Day, Thanksgiving Day, and Christmas Day.

Employee rquired to wear a body harness shall receive $1.50

per hour above the basic hourly rate at any elevation.

----------------------------------------------------------------

PAIN1176-001 01/01/2017

HIGHWAY IMPR0VEMENT

Rates Fringes

Parking Lot Striping/Highway

Marking:

GROUP 1.....................$ 34.41 16.31

GROUP 2.....................$ 29.25 16.31

GROUP 3.....................$ 29.59 16.31

CLASSIFICATIONS

GROUP 1: Striper: Layout and application of painted traffic

stripes and marking; hot thermo plastic; tape, traffic

stripes and markings

GROUP 2: Gamecourt & Playground Installer

GROUP 3: Protective Coating, Pavement Sealing

----------------------------------------------------------------

Page 107 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 183: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

PAIN1237-003 10/01/2018

CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE

COUNTIES:

Rates Fringes

SOFT FLOOR LAYER.................$ 36.81 21.51

----------------------------------------------------------------

PLAS0066-002 07/01/2017

ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES:

Rates Fringes

PLASTERER........................$ 40.51 27.13

----------------------------------------------------------------

PLAS0300-001 07/01/2018

Rates Fringes

PLASTERER

AREA 188: Fresno...........$ 32.70 31.68

AREA 224: San Benito,

Santa Clara, Santa Cruz.....$ 32.88 31.68

AREA 295: Calaveras & San

Joaquin Couonties...........$ 32.70 31.68

AREA 337: Monterey County..$ 32.88 31.68

AREA 429: Mariposa,

Merced, Stanislaus,

Tuolumne Counties...........$ 32.70 31.68

----------------------------------------------------------------

PLAS0300-005 07/01/2017

Rates Fringes

Page 108 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 184: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

CEMENT MASON/CONCRETE FINISHER...$ 33.49 23.67

----------------------------------------------------------------

PLUM0038-001 07/01/2018

SAN FRANCISCO COUNTY

Rates Fringes

PLUMBER (Plumber,

Steamfitter, Refrigeration

Fitter)..........................$ 72.00 41.94

----------------------------------------------------------------

PLUM0038-005 07/01/2018

SAN FRANCISCO COUNTY

Rates Fringes

Landscape/Irrigation Fitter

(Underground/Utility Fitter).....$ 61.20 30.17

----------------------------------------------------------------

PLUM0062-001 01/01/2019

MONTEREY AND SANTA CRUZ COUNTIES

Rates Fringes

PLUMBER & STEAMFITTER............$ 43.05 33.44

----------------------------------------------------------------

PLUM0159-001 07/01/2018

CONTRA COSTA COUNTY

Rates Fringes

Plumber and steamfitter

(1) Refrigeration...........$ 59.42 35.94

Page 109 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 185: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

(2) All other work..........$ 55.92 34.44

----------------------------------------------------------------

PLUM0246-001 01/01/2019

FRESNO, KINGS & MADERA COUNTIES

Rates Fringes

PLUMBER & STEAMFITTER............$ 40.15 32.64

----------------------------------------------------------------

PLUM0246-004 01/01/2017

FRESNO, MERCED & SAN JOAQUIN COUNIES

Rates Fringes

PLUMBER (PIPE TRADESMAN).........$ 13.00 10.74

PIPE TRADESMAN SCOPE OF WORK:

Installation of corrugated metal piping for drainage, as well

as installation of corrugated metal piping for culverts in

connection with storm sewers and drains; Grouting, dry

packing and diapering of joints, holes or chases including

paving over joints, in piping; Temporary piping for dirt

work for building site preparation; Operating jack hammers,

pavement breakers, chipping guns, concrete saws and spades

to cut holes, chases and channels for piping systems;

Digging, grading, backfilling and ground preparation for

all types of pipe to all points of the jobsite; Ground

preparation including ground leveling, layout and planting

of shrubbery, trees and ground cover, including watering,

mowing, edging, pruning and fertilizing, the breaking of

concrete, digging, backfilling and tamping for the

preparation and completion of all work in connection with

lawn sprinkler and landscaping; Loading, unloading and

distributing materials at jobsite; Putting away materials

in storage bins in jobsite secure storage area; Demolition

Page 110 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 186: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

of piping and fixtures for remodeling and additions;

Setting up and tearing down work benches, ladders and job

shacks; Clean-up and sweeping of jobsite; Pipe wrapping and

waterproofing where tar or similar material is applied for

protection of buried piping; Flagman

----------------------------------------------------------------

PLUM0342-001 07/01/2018

ALAMEDA & CONTRA COSTA COUNTIES

Rates Fringes

PIPEFITTER

CONTRA COSTA COUNTY.........$ 58.68 42.40

PLUMBER, PIPEFITTER,

STEAMFITTER

ALAMEDA COUNTY..............$ 58.68 42.40

----------------------------------------------------------------

PLUM0355-004 07/01/2018

ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA,

MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SAN MATEO,

SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES:

Rates Fringes

Underground Utility Worker

/Landscape Fitter...........$ 27.10 16.30

----------------------------------------------------------------

PLUM0393-001 07/01/2018

SAN BENITO AND SANTA CLARA COUNTIES

Rates Fringes

Page 111 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 187: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

PLUMBER/PIPEFITTER...............$ 62.66 41.93

----------------------------------------------------------------

PLUM0442-001 01/01/2019

CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE

COUNTIES

Rates Fringes

PLUMBER & STEAMFITTER............$ 42.25 30.64

----------------------------------------------------------------

PLUM0467-001 07/01/2018

SAN MATEO COUNTY

Rates Fringes

Plumber/Pipefitter/Steamfitter...$ 65.11 35.25

----------------------------------------------------------------

ROOF0027-002 01/01/2019

FRESNO, KINGS, AND MADERA COUNTIES

Rates Fringes

ROOFER...........................$ 28.21 14.21

FOOTNOTE: Work with pitch, pitch base of pitch impregnated

products or any material containing coal tar pitch, on any

building old or new, where both asphalt and pitchers are

used in the application of a built-up roof or tear off:

$2.00 per hour additional.

----------------------------------------------------------------

ROOF0040-002 09/21/2018

Page 112 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 188: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

SAN FRANCISCO & SAN MATEO COUNTIES:

Rates Fringes

ROOFER...........................$ 39.88 18.72

----------------------------------------------------------------

ROOF0081-001 08/01/2018

ALAMEDA AND CONTRA COSTA COUNTIES:

Rates Fringes

Roofer...........................$ 39.40 17.58

----------------------------------------------------------------

ROOF0081-004 08/01/2018

CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND

TUOLUMNE COUNTIES:

Rates Fringes

ROOFER...........................$ 39.40 17.58

----------------------------------------------------------------

ROOF0095-002 08/30/2018

MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES:

Rates Fringes

ROOFER

Journeyman..................$ 42.59 18.89

Kettle person (2 kettles);

Bitumastic, Enameler, Coal

Tar, Pitch and Mastic

worker......................$ 44.59 18.89

----------------------------------------------------------------

Page 113 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 189: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

* SFCA0483-001 01/01/2019

ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA

COUNTIES:

Rates Fringes

SPRINKLER FITTER (FIRE)..........$ 63.52 31.17

----------------------------------------------------------------

SFCA0669-011 04/01/2018

CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY,

SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE

COUNTIES:

Rates Fringes

SPRINKLER FITTER.................$ 38.85 21.87

----------------------------------------------------------------

SHEE0104-001 07/02/2018

AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, SANTA

CLARA

AREA 2: MONTEREY & SAN BENITO

AREA 3: SANTA CRUZ

Rates Fringes

SHEET METAL WORKER

AREA 1:

Mechanical Contracts

under $200,000.............$ 51.87 37.91

Page 114 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 190: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

All Other Work.............$ 59.11 38.51

AREA 2......................$ 48.90 32.70

AREA 3......................$ 51.21 30.26

----------------------------------------------------------------

SHEE0104-003 07/01/2018

CALAVERAS AND SAN JOAQUIN COUNTIES:

Rates Fringes

SHEET METAL WORKER...............$ 40.34 32.80

----------------------------------------------------------------

SHEE0104-005 07/01/2018

MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES:

Rates Fringes

SHEET METAL WORKER (Excluding

metal deck and siding)...........$ 38.40 35.69

----------------------------------------------------------------

SHEE0104-007 07/01/2018

FRESNO, KINGS, AND MADERA COUNTIES:

Rates Fringes

SHEET METAL WORKER...............$ 38.49 35.65

----------------------------------------------------------------

SHEE0104-015 07/01/2017

ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN

MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:

Rates Fringes

Page 115 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 191: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

SHEET METAL WORKER (Metal

Decking and Siding only).........$ 37.53 32.10

----------------------------------------------------------------

SHEE0104-018 07/01/2018

CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN

JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:

Rates Fringes

Sheet metal worker (Metal

decking and siding only).........$ 39.93 32.70

----------------------------------------------------------------

TEAM0094-001 07/01/2018

Rates Fringes

Truck drivers:

GROUP 1.....................$ 31.68 27.86

GROUP 2.....................$ 31.98 27.86

GROUP 3.....................$ 32.28 27.86

GROUP 4.....................$ 32.63 27.86

GROUP 5.....................$ 32.98 27.86

FOOTNOTES:

Articulated dump truck; Bulk cement spreader (with or without

auger); Dumpcrete truck; Skid truck (debris box); Dry

pre-batch concrete mix trucks; Dumpster or similar type;

Slurry truck: Use dump truck yardage rate.

Heater planer; Asphalt burner; Scarifier burner; Industrial

lift truck (mechanical tailgate); Utility and clean-up

truck: Use appropriate rate for the power unit or the

equipment utilized.

TRUCK DRIVER CLASSIFICATIONS

Page 116 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 192: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 1: Dump trucks, under 6 yds.; Single unit flat rack (2-

axle unit); Nipper truck (when flat rack truck is used

appropriate flat rack shall apply); Concrete pump truck

(when flat rack truck is used appropriate flat rack shall

apply); Concrete pump machine; Fork lift and lift jitneys;

Fuel and/or grease truck driver or fuel person; Snow buggy;

Steam cleaning; Bus or personhaul driver; Escort or pilot

car driver; Pickup truck; Teamster oiler/greaser and/or

serviceperson; Hook tender (including loading and

unloading); Team driver; Tool room attendant (refineries)

GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit

mixers, through 10 yds.; Water trucks, under 7,000 gals.;

Jetting trucks, under 7,000 gals.; Single-unit flat rack

(3-axle unit); Highbed heavy duty transport; Scissor truck;

Rubber-tired muck car (not self-loaded); Rubber-tired truck

jumbo; Winch truck and ""A"" frame drivers; Combination winch

truck with hoist; Road oil truck or bootperson;

Buggymobile; Ross, Hyster and similar straddle carriers;

Small rubber-tired tractor

GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit

mixers, over 10 yds.; Water trucks, 7,000 gals. and over;

Jetting trucks, 7,000 gals. and over; Vacuum trucks under

7500 gals. Trucks towing tilt bed or flat bed pull

trailers; Lowbed heavy duty transport; Heavy duty transport

tiller person; Self- propelled street sweeper with

self-contained refuse bin; Boom truck - hydro-lift or

Swedish type extension or retracting crane; P.B. or similar

type self-loading truck; Tire repairperson; Combination

bootperson and road oiler; Dry distribution truck (A

bootperson when employed on such equipment, shall receive

the rate specified for the classification of road oil

trucks or bootperson); Ammonia nitrate distributor, driver

and mixer; Snow Go and/or plow

Page 117 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 193: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

GROUP 4: Dump trucks, over 25 yds. and under 65 yds.; Water

pulls - DW 10's, 20's, 21's and other similar equipment

when pulling Aqua/pak or water tank trailers; Helicopter

pilots (when transporting men and materials); Lowbedk Heavy

Duty Transport up to including 7 axles; DW10's, 20's, 21's

and other similar Cat type, Terra Cobra, LeTourneau Pulls,

Tournorocker, Euclid and similar type equipment when

pulling fuel and/or grease tank trailers or other

miscellaneous trailers; Vacuum Trucks 7500 gals and over

and truck repairman

GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low

bed Heavy Duty Transport over 7 axles

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing

operation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave

for Federal Contractors applies to all contracts subject to the

Davis-Bacon Act for which the contract is awarded (and any

solicitation was issued) on or after January 1, 2017. If this

contract is covered by the EO, the contractor must provide

employees with 1 hour of paid sick leave for every 30 hours

they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their

own illness, injury or other health-related needs, including

preventive care; to assist a family member (or person who is

like family to the employee) who is ill, injured, or has other

health-related needs, including preventive care; or for reasons

resulting from, or to assist a family member (or person who is

like family to the employee) who is a victim of, domestic

violence, sexual assault, or stalking. Additional information

on contractor requirements and worker protections under the EO

Page 118 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 194: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within

the scope of the classifications listed may be added after

award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification

and wage rates that have been found to be prevailing for the

cited type(s) of construction in the area covered by the wage

determination. The classifications are listed in alphabetical

order of ""identifiers"" that indicate whether the particular

rate is a union rate (current union negotiated rate for local),

a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed

in dotted lines beginning with characters other than ""SU"" or

""UAVG"" denotes that the union classification and rate were

prevailing for that classification in the survey. Example:

PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of

the union which prevailed in the survey for this

classification, which in this example would be Plumbers. 0198

indicates the local union number or district council number

where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing

the wage determination. 07/01/2014 is the effective date of the

most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate

Page 119 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 195: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

changes in the collective bargaining agreement (CBA) governing

this classification and rate.

Survey Rate Identifiers

Classifications listed under the ""SU"" identifier indicate that

no one rate prevailed for this classification in the survey and

the published rate is derived by computing a weighted average

rate based on all the rates reported in the survey for that

classification. As this weighted average rate includes all

rates reported in the survey, it may include both union and

non-union rates. Example: SULA2012-007 5/13/2014. SU indicates

the rates are survey rates based on a weighted average

calculation of rates and are not majority rates. LA indicates

the State of Louisiana. 2012 is the year of survey on which

these classifications and rates are based. The next number, 007

in the example, is an internal number used in producing the

wage determination. 5/13/2014 indicates the survey completion

date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a

new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate

that no single majority rate prevailed for those

classifications; however, 100% of the data reported for the

classifications was union data. EXAMPLE: UAVG-OH-0010

08/29/2014. UAVG indicates that the rate is a weighted union

average rate. OH indicates the state. The next number, 0010 in

the example, is an internal number used in producing the wage

determination. 08/29/2014 indicates the survey completion date

for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of

each year, to reflect a weighted average of the current

Page 120 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 196: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

negotiated/CBA rate of the union locals from which the rate is

based.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can

be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests

for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted

because those Regional Offices have responsibility for the

Davis-Bacon survey program. If the response from this initial

contact is not satisfactory, then the process described in 2.)

and 3.) should be followed.

With regard to any other matter not yet ripe for the formal

process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an

Page 121 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 197: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

interested party (those affected by the action) can request

review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the

interested party's position and by any information (wage

payment data, project description, area practice material,

etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an

interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION"

Page 122 of 122beta.SAM.gov

7/9/2019https://beta.sam.gov/wage-determination/CA20190018/4/document

Page 198: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-1

SECTION J - ATTACHMENT J-7  

 

DELIVERABLES

   

Page 199: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-2

The following Deliverables summarize the specific products the Contractor shall submit to DOE, the type of action DOE will perform, the associated DOE response time, the date/timeframe that the Contractor is required to submit the product over the life of the project. Note all identified timeframes are in calendar days.

The DOE review period for Deliverables shall be 30 calendar days unless otherwise specified in the Deliverables or other agreement such as the Partnering Agreement. Upon DOE approval or acceptance, with no further action required by the Contractor, the Contractor can make a claim for applicable fee. Omission of applicable deliverables from Section J Attachment entitled, Deliverables, does not affect the obligation of the Contractor to submit required deliverables pursuant to this section or other sections of this Contract/Task Order.

The DOE action is defined as:

Approve – The Contractor shall provide the deliverable to DOE for review and approval. DOE will review the deliverable and provide comments in writing. DOE will discuss the comments with the Contractor, and the Contractor shall provide written responses. The Contractor shall rewrite the document to incorporate DOE mandatory comments and resubmit for DOE approval. Once approved by DOE, the deliverable shall be placed under change control, and no changes shall be made without DOE approval.

Review – The Contractor shall provide the deliverable to DOE for review and comment. DOE will have the option to review the information and provide comment. The Contractor shall respond to written comments.

Information – The Contractor shall provide the deliverable for information purposes only. DOE will have the option of reviewing the information and providing comments. Such comments do not require resolution under the Contract/Task Order.

Page 200: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-3

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

1. Task Order Implementation Plan Approve 5 days Within 5 days after NTP Section C.1.2

2. List of Material Differences and Pre-existing Conditions

Approve 15 days Prior to end of Task Order Implementation

Section C.1.2

3. Training Program Plan or Matrix Approve 10 days Prior to end of Task Order Implementation

Section C.1.2 Section J-2 List B, DOE O 426.1

4. Written Transition Status Reports Review None Submit weekly to DOE Section C.1.2 5. Graded Approach for Implementation

of Task Order Requirements Approve 30 days Prior to the end of Task

Order Implementation Section C.1.2

6. Declaration of Readiness to Execute Task Order

Approve 10 days Prior to end of Task Order Implementation

Section C.1.2

7. Initial Performance Measurement Baseline (PMB)

Information 15 days Within 5 days after NTP Section C.1.2

8. Project Management Plan Approve 30 days Within 30 days after NTP

Section C.2.1.1, Project Management; DOE O 413.3.B, Program and Project Management for the Acquisition of Capital Assets

9. Earned Value Management System Description

Approve 30 days Within 30 days after NTP

Section C.2.1.2, Project Integration and Control and Earned Value Management

10. Performance Measurement Baseline Approve 60 days Within 150 days after NTP with subsequent updates annually

Section C.2.1.3, Performance Measurement Baseline

11. Monthly Performance Report Review N/A By the 15th of each month

Section C.2.2, Project Performance Reporting

12. Risk Management Plan Approve 30 days Within 50 days after NTP

Section C.2.2.5, Risk Management

13. Worker Safety and Health Program and annual update

Approve 30 days Within 30 days after NTP and annual updates thereafter

Section C.2.3.1, Worker Safety and Health; 10 CFR 851, Worker Safety and Health Program

14. Integrated Safety Management System (ISMS) Description update

Approve 10 days Within 10 days after NTP and when significant changes occur

48 CFR 970.5223-1, Integration of Environmental Safety, and Health into Work Planning and Execution Section I, Integration of Environmental, Safety, and Health into Work Planning (2000)

15. List of Closure Facility Hazards Approve 90 days Within 90 days after identifying hazards

Section C.2.3.1, Worker Safety and Health;

Page 201: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-4

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

10 CFR 851.21, Hazard Identification and Assessment

16. Workplace Substance Abuse Program Implementation Plan

Approve 30 days Within 30 days after NTP and annually updates thereafter

10 CFR 707, Workplace Substance Abuse Programs at DOE Sites; 49 CFR 40, Procedures for Transportation Workplace Drug and Alcohol Testing Programs

17. Radiation Protection Program Approve 10 days Prior to commencing work or adopt existing approved RPP within 50 days after NTP. Update whenever a change or addition is made, prior to initiation of an activity not within the scope of the RPP, or within 180 days of the effective date of modification to 10 CFR 835.

Section C.2.3.5, Radiation Protection 10 CFR 835, Occupational Radiation Protection

18. Quality Assurance Program Approve 10 days Within 50 days after NTP and annual updates

Section C.2.3.6, Quality Assurance; 10 CFR 830, Subpart A, Quality Assurance Requirements; DOE O 414.1, Quality Assurance

19. Security Plan Approve 10 days Within 90 days after NTP

Section C.2.4

20. Performance Objectives, Measures, and Commitments per 48 CFR 970.5223-1

Approve 30 days Annually 48 CFR 970.5223-1, Integration of Environmental Safety, and Health into Work Planning and Execution

21. CONOPS Program Requirements Matrix and Cited Implementing Documents– Nuclear Facilities

Approve 30 days Within 50 days after NTP and when significant changes are made

Section C.2.3.9, Conduct of Operations; DOE O 422.1, Conduct of Operations

22. Personal Property and Material Management Program (Property Management System)

Approve 30 days Within 30 days after NTP

Section C.2.3.11, Personal Property Management

Page 202: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-5

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

23. Records Management Plan Approve 10 days Within 50 days after NTP

Section C.2.3.13, Records

24. Contractor Assurance System Description Significant Changes

Approve 30 days Within 30 days after NTP

Section C.2.3.14, Contractor Assurance System; DOE O 226.1, Implementation of Department of Energy Oversight Policy

25. External Affairs/Internal Communications Program Description

Approve 30 days Updates as required Section C.2.8, External Affairs

26. Annual Subcontract Audit plans with audits consistent with IIA and/or Generally Accepted Auditing Standards (GAGAS) audit standards

Review N/A Annually, by July 30 unless otherwise specified

Section C.210.2, Internal Audit

27. Subcontract report in Excel® Review N/A Quarterly, by October 30, January 30, April 30, and July 30 unless otherwise specified

Section C.2.10.2, Internal Audit

28. Any data or reports at DOE direction, including requests from the DOE Chief Financial Officer and Office and Environmental Management (EM)

Review N/A As requested Section C.2.10.2, Internal Audit

29. Annual Internal Audit plans with audits consistent with Institute of Internal Audit (IIA)

Review N/A Annually, by July 30 unless otherwise specified

Section C.2.10.2, Internal Audit

30. Reports reflecting the status of recommendations resulting from management audits

Review N/A Annually, or as directed by the Contracting Officer

Section C.2.10.2, Internal Audit

31. Employee Concerns Program Approve 30 days Within 30 days after NTP

Section C.2.10.3, Employee Concerns Program

Page 203: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-6

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

32. Characterization Plan with Data Quality Objectives

Approve 30 days Within 90 days after NTP

Section C.3.1(b), Facility Characterization

33. Demolition Plan Approve 15 days Within 90 days after NTP

Section C.3, DD&R of Facilities

34. Waste Management Program Approve 15 days Within 30 days after NTP

Section C.4 Waste Support Services

35. Task Order Implementation Documents Identified in Section H

Approve 30 days As defined in Section H of the Master IDIQ Contract/Task Order and referenced in the Task Order Section C.1.2

Section H, Special Provisions Applicable To Workforce Transition and Employee Compensation: Pay and Benefits;

Section H, Workforce Transition and Employee Hiring Preferences Including through Period of Performance

36. List of Pre-selected Teaming Subcontractors that will flow down the requirement for continuation of benefits to HSPP Eligible Employees

Approve 30 days No later than 30 days prior to end of transition

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

37. Contractor Employee Compensation Plan

Approve 30 days Prior to end of TO Implementation Period

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

38. Submit DOE Form 3220.5, Application for Contractor Compensation Approval for key personnel; and provide market survey data to support/justify requested salary

Approve 30 days Within 20 days after NTP

Section H, Special Provisions Applicable To Workforce Transition and Employee Compensation: Pay and Benefits

39. Final amendments to or restatements of the pension and other benefit plans

Approve 30 days Within 30 days after NTP

Section H, Special Provisions Applicable To Workforce Transition and Employee Compensation: Pay and Benefits

40. Workforce Restructuring Plans Approve 30 days Consult with Contracting Officer or designee for timeframe to submit

Section H, Workforce Restructuring

Page 204: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-7

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

41. Annual Report on Actual and Projected Workforce Reductions

Review N/A Annually, by March 15 Section H, Workforce Restructuring

42. Labor Standards Determination Request and Proposed Work Packages

Review N/A Prior to work commencing with allowance for Contracting Officer determination response

Section H, Labor Standards

43. Semi-Annual Davis-Bacon Enforcement Report, Form OMB 1910-5165 (or most current form)

Approve 30 days Semi-annually, by April 21 and

Section H, Labor Standards

44. Recommendations and/or suggestions on individual transfers or assignments of subcontracts

Review N/A Prior to Assignment or Transfer

Section H, DOE-H-2043 Assignment and Transfer of Prime Contracts and Subcontracts (Oct 2014) (Revised)

45. Parent Organization Support Plan Approve 30 days Within 30 days after NTP

Section H, Parent Organization Support

46. Organizational Conflict of Interest Management Plan

Approve 15 days Within 15 days after NTP

Section H, DOE-H-2035 Organizational Conflict of Interest Management Plan (Oct 2014) (Revised)

47. Diversity Plan Approve 30 days Within 30 days after NTP

Section H, DOE-H-2046 Diversity Program (Oct 2014)

48. Communications or Releases of Information to the public, the media, or Members of Congress

Approve 30 days 10 days prior to release Section H, DOE-H-2048, Public Affairs – Contractor Releases of Information (Oct 2014)

49. Task Order Small Business Subcontracting Goals

Approve 30 days Submitted with proposal and incorporated in the Task Order at award; revisions required as requested by CO

Section H, Subcontracted Work & Task Ordering Procedure

50. Overtime reports and plans in Excel® format

Review N/A As required and requested

Section H, Overtime Control Reporting

Page 205: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-8

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

51. Conference Management Request Forms and Conference Management Reports

Review N/A 90 days prior to attendance for each conference request (120 days prior if hosting); no later than 10 days following the conference for reporting conference actual costs unless otherwise specified

Section H, DOE-H-2068 Conference Management (Oct 2014)

52. Fire Protection Program Approve 10 days Within 50 days after NTP

Attachment J-2, DOE O 420.1C

53. Invoice Review N/A Monthly FAR 52.216 Economic Price Adjustment – Standard Supplies (Jan 1997)

54. Earned Fee Invoices Review N/A Quarterly FAR 52.216 Economic Price Adjustment – Standard Supplies (Jan 1997)

55. Standard Form 1034, Voucher/Statement of Cost

Review N/A Monthly FAR 52.216-7, Allowable Cost and Payment (Aug 2018)

56. International Transactions and Foreign Currency Report

Review N/A Quarterly, by October 15, January 15, April 15, and July 15 unless otherwise specified

FAR 52.216-7, Allowable Cost and Payment (Aug 2018)

57. Labor Timekeeping data in Excel® format

Review N/A Quarterly, by October 30, January 30, April 30, and July 30 unless otherwise specified

FAR 52.216-7, Allowable Cost and Payment (Aug 2018)

58. P-card transaction reports in Excel® format

Review N/A Quarterly, by October 30, January 30, April 30, and July 30 unless otherwise specified

FAR 52.216-7, Allowable Cost and Payment (Aug 2018)

59. Unallowable Cost Reports showing costs taken off contract in Excel® format along with invoice credit to the Government directly following

Review N/A Quarterly, by October 30, January 30, April 30, and July 30 unless otherwise specified

FAR 52.216-7, Allowable Cost and Payment (Aug 2018)

60. Strategic Partnership Projects agreements

Approve 30 days As required Section I, DEAR 970.5217-1 Strategic Partnership Projects Program (Apr 2015)

Page 206: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-9

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

61. Annual Strategic Partnership Projects report

Approve 30 days As required Section I, DEAR 970.5217-1 Strategic Partnership Projects Program (Apr 2015)

62. 52.222-26, Equal Opportunity

52.222-27, Affirmative Action Compliance Requirements for Construction

Affirmative Action Plan for Females & Minorities

Approve 30 days Within 30 days after NTP

Section I, Equal Opportunity (Sep 2016); Section I, Equal Opportunity for Workers with Disabilities (Jul 2014)

63. 52.222-35, Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers with Disabilities

Affirmative Action Plan for Veterans and Workers with Disabilities

Information N/A Within 30 days after NTP

Section I, Equal Opportunity for Veterans (Oct 2015); Section I, Equal Opportunity for Workers with Disabilities (Jul 2014)

64. Requests for Information Supporting OMB Circular No. A-123

Review N/A As requested DOE O 226.1B, Implementation of Department of Energy Oversight Policy

65. General Ledger Summary Reports with Beginning, Period Activity, and Ending Balances by Account in Excel® format

Review N/A Monthly, by the 15th of each month for the prior month’s data

DOE O 226.1B, Implementation of Department of Energy Oversight Policy

66. Monthly Reconciliations between Invoice Summaries and General Ledger Accounting Excel® Transaction Data

Review N/A Monthly, by the 15th of each month reconciling the prior month’s data

DOE O 226.1B, Implementation of Department of Energy Oversight Policy

67. Environmental Management System internal audit and Environmental Sustainability Plan

Approve 30 days As required and Annually

DOE O 436.1, Department Sustainability

68. Certified data for regulatory reporting Approve 30 days As required by regulatory document

DOE O 436.1, Department Sustainability

69. EMS Internal Audit Approve 30 days Annually DOE O 436.1, Department Sustainability

70. Inventory Reports and Reconciliations Review N/A Annually, by October 31 for the prior year’s data unless otherwise specified

DOE O 534.1B, Accounting

Page 207: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-10

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

71. Technology Transfer Reports Review N/A Annually, by December 1 unless otherwise specified

DOE O 534.1B, Accounting

72. Management Representation Letter, as required by GAGAS

Review N/A Annually, by August 15 unless otherwise specified

DOE O 534.1B, Accounting

73. Workers’ Compensation Analysis Support

Review N/A Twice per year, by May 15 for data from November to April and November 15 for data from May to October unless otherwise specified

DOE O 534.1B, Accounting

74. Capitalized Property Reports including Software Capitalization

Review N/A Monthly, by July 1 unless otherwise specified

DOE O 534.1B, Accounting

75. Accruals and Supporting Detail Review N/A Monthly, by the 3rd day of each month unless otherwise specified

DOE O 534.1B, Accounting

76. Maintenance of Facilities and Equipment Reports

Review N/A Quarterly, by October 15, January 15, April 15, and July 15 or as otherwise requested

DOE O 534.1B, Accounting

77. Reports and Information Supporting 3rd and 4th Quarter DOE Financial Statement Disclosures

Review N/A Twice per year; 3rd and 4th quarters, ending no later than June 30 and September 30, unless otherwise specified

DOE O 534.1B, Accounting

78. FY End Requirements and Beginning FY Budget Planning Requirements

Review N/A Annually, by September 15 unless otherwise specified

DOE O 534.1B, Accounting

79. Institutional Cost Report Review N/A Annually, by November 10 unless otherwise specified

DOE O 534.1B, Accounting

Page 208: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-11

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

80. Semi-annual Property Reconciliations and Data

Review N/A Semi-annually, by March 15 and September 15

DOE O 534.1B, Accounting

81. Annual Improper Payment Risk Assessment, Testing, and Report

Review N/A Annually, by November 30 unless otherwise specified

DOE O 534.1B, Accounting

82. Annual Estimated Property Fire Valuation Report

Review N/A Annually, by January 10

DOE O 534.1B, Accounting

83. Contract Funds Status Report Review N/A Monthly, by the 15th of each month reporting the prior month’s data

DOE O 534.1B, Accounting

84. Preference in Hiring Reports Review N/A Weekly during TO Implementation Period

Section H, Employee Hiring Preferences Including Through Period of Performance

85. List of Top 5 Highly Compensated Executives

Review N/A At TO Notice to Proceed and annually thereafter in January

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

86. Compensation Actions – Top Contractor Official, Key Personnel

Approval 30 days 20 days after TO Notice to Proceed initially and annually thereafter, if changes

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

87. Draft Communications Plan Review 2 days 10 Days after TO Notice to Proceed

Section H, Workforce and Benefits: Plans & Timeframes

88. Final Communications Plan Approval 2 days 15 days after TO Notice to Proceed

Section H, Workforce and Benefits: Plans & Timeframes

89. List of Personnel Responsible for Compliance with Labor Relations Act

Review N/A 10 days after TO Notice to Proceed

Section H, Workforce and Benefits: Plans & Timeframes

90. Draft Workforce Implementation Plan Review 2 days 15 days after TO Notice to Proceed

Section H, Workforce and Benefits: Plans & Timeframes

91. Final Workforce Implementation Plan Approval 5 days 30 days after TO Notice to Proceed

Section H, Workforce and Benefits: Plans & Timeframes

92. Draft Benefits Implementation Plan Review 2 days 10 days after TO Notice to Proceed

Section H, Workforce and Benefits: Plans & Timeframes

93. List of Personnel Responsible for Benefits

Review N/A 10 days after TO Notice to Proceed

Section H, Workforce and Benefits: Plans & Timeframes

Page 209: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-12

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

94. Estimated Costs/Breakout for Actuaries and Counsel

Review N/A 10 days after TO Notice to Proceed

Section H, Workforce and Benefits: Plans & Timeframes

95. Final Benefits Implementation Plan Approval 5 days 30 days after TO Notice to Proceed

Section H, Workforce and Benefits: Plans & Timeframes

96. Workplace Substance Abuse Plan Approval 5 days Before end of TO Implementation Period

DOE O 350.1

97. Employee Assistance Program Implementation Plan

Approval 5 days Before end of TO Implementation Period

DOE O 350.1

98. Salary-Wage Increase Expenditure Report

Review N/A Prior to start of salary plan year

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

99. Compensation and Benefits Report (CABR)

Review N/A iBenefits – per system notification

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

100. Compensation Increase Plan (CIP) Approval 30 days Annually – 30 days prior to end of the salary plan year

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

101. BenVal Study Approval 30 days End of 1st year of contract, then every two years thereafter

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

102. Cost Study Approval 30 days End of 1st year of contract, then annually thereafter

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

103. Actuarial Valuation Reports Review N/A Annually Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

104. Forms 5500/5300 Review N/A Annually, if applicable Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

105. Benefit Plan Documents/Summary Plan Descriptions

Review N/A Upon CO request Section H, Workforce and Benefits: Plans & Timeframes

106. Changes to Benefit Plans/New Benefits Approval 30 days 60 days prior to adoption/effective date(s)

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

107. Pension Management Plan/Post Retirement Benefits Plan, if applicable

Review N/A iBenefits - per system notification

Section H, DOE-H-2001 Employee Compensation: Pay and Benefits (Oct 2017)

108. Economic Bargaining Parameters, if applicable

Approval 30 days 60 days prior to start of negotiations

Section H, DOE-H-2028 Labor Relations

Page 210: Task Order 1 - Energy.gov RF… · NATIONWIDE DD&R– DRAFT RFP ATTACHMENT L-10 SOLICITATION NO. 89303319REM000052 L-1 Task Order 1 Lawrence Livermore National Laboratories (LLNL)

NATIONWIDE DD&R– DRAFT RFP ATTACHMENT J-7 SOLICITATION NO. 89303319REM000052 

J-7-13

No. Deliverable DOE Deliverable Due Contract/Task Order Section

Action Response Time

109. Report of Settlement (GC- Labor Relations Report), if applicable

Review N/A iBenefits -per system notification

Section H, DOE-H-2028 Labor Relations

110. Labor Relations Reports (grievances, arbitrations, NLRB charges, etc.), if applicable

Review N/A Semi-annually (June 30 and December 31)

Section H, DOE-H-2028 Labor Relations

111. Labor Standards Work Packages DOE determinations

2 weeks As required DOE O 350.3

112. Davis Bacon Enforcement Report Review N/A iBenefits – per system notification

DOE O 350.3

113. Workplace Substance Abuse Program Reports

Review N/A Semi-annually DOE O 350.1

114. Summary OT Justification Report Approval 30 days 6 months after TO Notice to Proceed and annually thereafter but no later than November 30 of each year

Section H, OT Control Reporting

115. Insurance Coverages and Costs Approval 30 days Initially 60 days prior to purchase, annually thereafter prior to start of renewal period

Section H, DOE-H-2073 Risk Management & Insurance Program

116. Plan Experience Reports Review N/A Annually Section H, DOE-H-2073 Risk Management & Insurance Program

117. Workforce Restructuring/Communications Plans

Approval 30 days As required DOE O 350.3, Section H Workforce Restructuring

118. Ad Hoc Data Requests Review N/A As CO requested Task Order