8qlwhg 6wdwhv )ruhvw 6xshulru 1dwlrqdo …

48
Superior National Forest Tofte Ranger District P.O. Box 2159 7355 W. Hwy 61 Tofte, MN 55615 Office: (218) 663-8060 Fax: (218) 663-8095 Caring for the Land and Serving People Agriculture United States Department of Forest Service File Code: 2430 Date: May 29, 2021 Dear Prospective Bidder: On June 30, 2021, at 10:00 AM, sealed bid packages will be received at the Tofte Ranger District Office for the Bushel Stewardship Project. This contract is located within T58N R8W section 6, T58N R9W sections 1, 12, & 13, T59N R8W sections 31, 32, & 33, T60N R8W sections 19, 20, 29, & 30, and T60N R9W sections 24 & 25, on the Tofte Ranger District, in the Superior National Forest, in Lake County, Minnesota. Integrated Resource Contract 2400-13T will be used. The termination date for this contract is December 1, 2025. The bidder will be evaluated based on their technical and price proposals, utilization of local work force, and past performance. The estimated timber quantities for this contract have been determined prior to felling. The total estimated quantity on this sale is approximately 6,264 CCF across 466.9 acres. Two Mandatory Stewardship Service work items are included in the project. MSP1 consists of approximately 673 feet of ditching along FR102. MSP2 consists of surfacing on FR102, where the Contractor will be responsible for hauling and spreading 1,500 cubic yards of crushed material. The Forest Service encourages potential bidders to make their own inspection and estimate prior to bid submission. The Forest Service makes no representation, warranty, or guarantee of the accuracy of the following quantity estimates: Estimated Quantities and Rates per Unit of Measure Species Product Unit of Measure Estimated Quantities Advertised Rates Base Rates Road Maintenance Jack Pine Saw CCF 71 $7.17 $0.00 $0.00 Red Pine Saw CCF 1,465 $44.67 $0.00 $0.00 Spruce Saw CCF 46 $29.71 $0.00 $0.00 White Pine Saw CCF 280 $29.97 $0.00 $0.00 Aspen Pulp CCF 3,093 $29.31 $0.00 $0.00 Balsam Fir Pulp CCF 215 $1.58 $0.00 $0.00 Pine Pulp CCF 628 $5.97 $0.00 $0.00 Paper Birch Pulp CCF 402 $1.58 $0.00 $0.00 Spruce Pulp CCF 64 $1.63 $0.00 $0.00 TOTAL CCF 6,264 $0.00

Upload: others

Post on 21-Dec-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Superior National Forest

Tofte Ranger DistrictP.O. Box 2159 7355 W. Hwy 61 Tofte, MN 55615 Office: (218) 663-8060 Fax: (218) 663-8095

Caring for the Land and Serving People

Agriculture

United StatesDepartment of

Forest Service

File Code: 2430

Date: May 29, 2021

Dear Prospective Bidder:

On June 30, 2021, at 10:00 AM, sealed bid packages will be received at the Tofte Ranger DistrictOffice for the Bushel Stewardship Project. This contract is located within T58N R8W section 6, T58N R9W sections 1, 12, & 13, T59N R8W sections 31, 32, & 33, T60N R8W sections 19, 20, 29, & 30, and T60N R9W sections 24 & 25, on the Tofte Ranger District, in the Superior National Forest, in Lake County, Minnesota. Integrated Resource Contract 2400-13T will be used. The termination date for this contract is December 1, 2025. The bidder will be evaluated based on their technical and price proposals, utilization of local work force, and past performance. The estimated timber quantities for this contract have been determined prior to felling. The total estimated quantity on this sale is approximately 6,264 CCF across 466.9 acres. Two Mandatory Stewardship Service work items are included in the project. MSP1 consists of approximately 673 feet of ditching along FR102. MSP2 consists of surfacing on FR102, where the Contractor will be responsible for hauling and spreading 1,500 cubic yards of crushed material. The Forest Service encourages potential bidders to make their own inspection and estimate prior to bid submission. The Forest Service makes no representation, warranty, or guarantee of the accuracy of the following quantity estimates:

Estimated Quantities and Rates per Unit of Measure

Species ProductUnit of

MeasureEstimatedQuantities

AdvertisedRates

BaseRates

RoadMaintenance

Jack Pine Saw CCF 71 $7.17 $0.00 $0.00Red Pine Saw CCF 1,465 $44.67 $0.00 $0.00Spruce Saw CCF 46 $29.71 $0.00 $0.00White Pine Saw CCF 280 $29.97 $0.00 $0.00Aspen Pulp CCF 3,093 $29.31 $0.00 $0.00Balsam Fir Pulp CCF 215 $1.58 $0.00 $0.00Pine Pulp CCF 628 $5.97 $0.00 $0.00Paper Birch Pulp CCF 402 $1.58 $0.00 $0.00Spruce Pulp CCF 64 $1.63 $0.00 $0.00

TOTAL CCF 6,264 $0.00

There is no bid guarantee, down payment, or periodic payment required on this contract.

If you wish further information on this project, the prospectus and bid form, please write the Tofte Ranger District, 7355 Highway 61 West, PO Box 2159, Tofte, Minnesota 55615, call 218-663-8060, or check online at: https://www.fs.usda.gov/detail/superior/landmanagement/ resourcemanagement/?cid=fseprd522230. Sincerely, Ellen Bogardus-Szymaniak District Ranger Enclosure

Until further notice; The USDA Forest Service, Superior National Forest will only accept timber sale bids

submitted via mail. Bids must be received by the date, time and at the location specified in the bidder’s

letter and/or bid sheet.

Page: 1 of 8

National Forest :

Bidding Method :

Location to Receive Offers :

1. INTRODUCTION. This prospectus furnishes prospective offerors with information not contained in the publishedadvertisement and is designed to enable offerors to decide whether to further investigate this stewardship project. The prospectus is not a legally binding document but is offered to provide general information about a Stewardship Contract. The prospectus does not include descriptions, estimates, and other data that are contained in the sample contract, unless otherwise stated. If the prospectus contains an error or contradicts the sample contract, the contract governs. Offerors are urged to examine the sample contract and make their own estimates. Contract 2400-13T will be used. Inspect the contract area and the sample contract before submitting an offer. Obtain the appraisal, other information on the timber and stewardship work items and conditions of offering at Forest Service offices listed above and in the advertisement.

This is a Stewardship End Results Contract authorized by Title 36, Code of Federal Regulations, part 223, subpart 1.

2. OFFERING. This is a Sealed Bid Stewardship Contract . Offerors must submit sealed offers on prepared forms they can obtainfrom Forest Service offices listed above and in the advertisement. The forms include instructions for offering and submission of the required certifications and technical proposals. The term "offer form" in this prospectus is the Bid for Integrated Resource Contract form. THE OFFERS WILL NOT BE PUBLICLY OPENED.

The offeror is required to submit a technical and price proposal and comply with all other provisions stated on the offer form. The proposalshould be practical and be prepared simply and economically, providing a straightforward, concise description of the Contractor's ability tomeet the requirements of the contract. Upon contract award, this technical proposal will become a binding part of the contract. See Section 20, General for instructions for preparation of technical proposals and evaluation factors for award.

3. LOCATION AND DESCRIPTION OF INTEGRATED RESOURCE TIMBER. Refer to the sample contract and contract areamap attached to the sample contract for legal location of contract area, location of payment units, location of cutting units, the acreage of contract area, the cutting unit acreage and location of stewardship work activities.

THE FOLLOWING GENERAL LOCATION, ROUTES OF ACCESS, ACREAGES, AND OTHER SPECIAL LOCATIONDATA DO NOT SUPERSEDE THE CONTRACT AREA MAP OR SAMPLE CONTRACT.

4. QUANTITIES AND RATES. The quality, size, cut per acre, and product suitability of the timber are estimates based on detailed

Tofte Ranger District

Superior

Sealed Bid

Tofte

Premeasured

Time :Date : 10:00 AM06/30/2021

Ranger District :

Type of Contract :Stewardship Contract Name : Bushel Stewardship

INTEGRATED RESOURCE TIMBER CONTRACT PROSPECTUS

The Bushel Stewardship is within T58N R8W section 6, T58N R9W sections 1, 12, & 13, T59N R8W sections 31, 32, & 33, T60N R8W sections 19, 20, 29, & 30, and T60N R9W sections 24 & 25, on the Tofte Ranger District, in the Superior National Forest, in Lake County,Minnesota. This sale is approximately 3 miles northwest of Isabella, Minnesota.

This sale provides approximately 6,264 CCF of red pine, white pine, jack pine, and white spruce sawtimber, as well as aspen, spruce, paper birch, balsam fir, red pine, white pine, and jack pine pulpwood. Harvesting will be accomplished through the clear-cut with reserves and thinning silvicultural methods. The sale consists of 9 payment units covering approximately 466.9 acres.

Payment Units 2, 5, 6, 7, and 9 are clearcuts with reserves (approx. 227.1 acres) where all aspen, paper birch, balsam fir, spruce, and jack pine are to be harvested unless marked with orange paint. Red pine marked with yellow are also designated for harvest.

Payment Units 1, 3, 4, and 8 are red pine thinnings (approx. 239.8 acres) where merchantable aspen, paper birch, balsam fir, spruce, red pine, white pine, and jack pine painted yellow are designated for harvest and shall be cut.

Address :7355 Highway 61West, P.O. Box 2159Tofte, MN 55615

Page: 2 of 8

cruise information on file and available for inspection at the Forest Service offices listed above and in the advertisement. VOLUME QUANTITIES LISTED HEREIN ARE MADE AVAILABLE WITH THE UNDERSTANDING THAT VALUES SHOWN ARE FOREST SERVICE ESTIMATES AND ARE NOT GUARANTEED. For these reasons, offerors are urged to examine the contract area and make their own estimates.

Jack Pine

Red Pine

Spruce

White Pine

Aspen

Balsam

Pine

Paper Birch

Spruce

Species

Sawtimber

Sawtimber

Sawtimber

Sawtimber

Pulpwood

Pulpwood

Pulpwood

Pulpwood

Pulpwood

CCF

CCF

CCF

CCF

CCF

CCF

CCF

CCF

CCF

$7.17

$44.67

$29.71

$29.97

$29.31

$1.58

$5.97

$1.58

$1.63

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

ProductUnit of

MeasureEstimatedQuantities

AdvertisedRate

BaseRate

Additional Depositsfor SlashDisposal

Road Maintenance

Mandatory Estimated Quantities and Rates per Unit of Measure

$.00

$.00

$.00

$.00

$.00

$.00

$.00

$.00

$.00

71.00

1,465.00

46.00

280.00

3,093.00

215.00

628.00

402.00

64.00

Spruce

Jack Pine

Red Pine

Mixed Hardwood

Mixed Conifer

Hardwood

Softwood

Species

Sawtimber

Sawtimber

Sawtimber

Pulpwood

Pulpwood

Grn Bio Cv

Grn Bio Cv

CCF

CCF

CCF

CCF

CCF

CCF

CCF

ProductUnit of

MeasureFixedRates

SlashDisposalDeposits

RoadMaintenance

Deposits

Timber Subject to Agreement

$10.00

$5.00

$15.00

$1.00

$1.00

$1.00

$1.00

THE MINIMUM ACCEPTABLE BID RATE FOR THE MANDATORY TIMBER CUTTING UNITS IS STATED IN THE ATTACHED OFFER FORM. THESE RATES ARE EFFECTIVE AT THE TIME OF ADVERTISEMENT.

TOTAL 6,264.00CCF $0.00 $0.00

Mandatory Timber Cutting Units :

Rates Per Unit of Measure

Species ProductUnit of

MeasureEstimatedQuantities

Advertised Rate

BaseRate

Additional Deposits for SlashDisposal

Road Maintenance

Optional Estimated Quantities and Rates per Unit of Measure

Rates Per Unit of Measure

All of the mandatory stewardship work items, as shown in A4c or AT4d of the sample contract, shall be performed. Optional stewardship work items, as shown in A4c or AT4d of the sample contract, shall be performed when authorized in writing by Contracting Officer. Such authorization may be for all or a portion of the quantity shown. Optional stewardship work items may be selected and authorized in any order. Upon written request of Contractor, additional stewardship work items shall be considered and authorized; however,Contracting Officer shall not be obligated to authorize additional stewardship work items if three or more authorized optional stewardship work

Not Applicable

Page: 3 of 8

5. PERIOD OF CONTRACT. The normal operating season covers the period between 06/01 and 12/01.The contract termination date is 12/01/2025. Extensions of this contract may be granted only when the contractor has met specified conditions. Upon acceptance by the Forest Service, the technical proposal is a binding part of the contract and shall include, but is not limited to, plan periods for and methods of work activities. The Contractor must also submit an annual schedule of operations before commencing operations. This schedule will include the anticipated major activities and needs for harvest. This annual schedule of operations does not require concurrence of the Forest Service.

6. PAYMENT. Payment for timber and any required deposits for slash disposal or road maintenance are required in advance ofcutting. Contractor may earn stewardship credits or provide an acceptable payment guarantee prior to cutting. "Stewardship Credits" are credits that are earned and established when work described in C/CT6.9# of the sample contract has been performed and accepted. Stewardship Credits shall be earned at the offer rate as shown in the awarded contract. Earned Stewardship Credits may be used to pay for Included Timber value in excess of Base Rates and Required Deposits. Base Rates and Required Deposits must be paid in cash.

7. PERFORMANCE BOND. A performance bond is required. The penal sum of the bond will be $18,000. If an irrevocableletter of credit is used to secure the performance bond, the termination of the letter of credit must be in accordance with the Contracting Officer's letter.

9. ROAD MAINTENANCE. Contractor shall perform or pay for road maintenance work, commensurate with Contractor's use,on roads controlled by Forest Service, and used by Contractor in connection with this contract. Road maintenance requirements are based on the predicted haul route. Any change in the Contractor's actual haul route may necessitate a change in the roads to be maintained and/or in the amount of required deposit for road maintenance. Required deposits for road maintenance are listed in provision C/CT5.32# in the sample contract. Maintenance specifications are in the sample contract.

14. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE REVIEW. If the total contract value for this contract exceeds$10 million, before award, the Forest Service shall request an equal employment opportunity compliance review of the Contractor to determine compliance with the provisions of Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375 of

10. INAPPLICABLE STANDARD PROVISIONS. See sample contract.

11. SPECIAL C/CT PROVISIONS. See sample contract.

8. SPECIFIED ROADS. Not Applicable.

12. SET-ASIDE CONTRACTS. Not Applicable.

13. LOG EXPORT AND SUBSTITUTION RESTRICTIONS. Not Applicable.

items or any of the mandatory stewardship work items remain uncompleted. Contracting Officer shall not be obligated to authorize additional stewardship work items at any time if Contracting Officer determines that there is insufficient value of remaining designated timber to cover the value of additional stewardship work items.

ItemNumber

(a)Work Activity Description

(b)Unit of Measure

(c)

EstimatedQuantity

(d)

Stewardship Schedule of Work Items

MSP1MSP2

FR102 Ditch ConstructionFR102 Surfacing

FeetCubic Yards

673.00 1,500.00

Mandatory Stewardship Work Items

Page: 4 of 8

October 13, 1967 and Executive Order No. 12086 of October 5, 1978.

15. AWARD. The Contracting Officer is required to make a determination of Contractor responsibility as stated in Title 36,Section 223.101, of the Code of Federal Regulations. To determine a Contractor to be responsible, a Contracting Officer must find that:

a. The Contractor has adequate financial resources to perform the contract or the ability to obtain them;

b. The Contractor is able to perform the contract within the contract term taking into consideration all existing contracts andGovernmental business commitments;

c. The Contractor has a satisfactory performance record on similar type contracts. A prospective Contractor that is orrecently has been seriously deficient in contract performance shall be presumed not to be responsible, unless the ContractingOfficer determines that the circumstances were beyond the Contractor's control and were not created through improperactions by the Contractor or affiliate, or that the Contractor has taken appropriate corrective action. Past failure to applysufficient tenacity and perseverance to perform acceptably under a contract is strong evidence that a Contractor is notresponsible. The Contracting Officer shall consider the number of contracts involved and extent of deficiency of each inmaking this evaluation;

d. The Contractor has a satisfactory record of integrity and business ethics;

e. The Contractor has or is able to obtain equipment and supplies suitable for completing the requirements of the contract;

f. The Contractor is otherwise qualified and eligible to receive an award under applicable laws and regulations.

Offerors, by signing the offer form, certify that, to the best of offeror's knowledge, the offeror will meet the requirements in 36 CFR 223.101, determination of Contractor responsibility, and if awarded this contract, that offeror will complete the contract and any modifications thereof in accordance with its terms including requirements to purchase, cut, and remove included timber or forest productsand complete stewardship projects by the termination date.

16. FALSE STATEMENTS ACT. Offerors, by signing the offer form, certify that they are aware that offeror is subject to thepenalties prescribed in 18 U.S.C. 1001, Chapter 47, Fraud and False Statements (P.L. 104-45). The Act states "whoever, in any matter within the jurisdiction of any department or agency of the United States knowingly and willfully falsifies, conceals or covers up by any trick, scheme, or device a material fact, or makes any false, fictitious or fraudulent statements or representations, or makes or uses any false writing or document knowing the same to contain any false, fictitious or fraudulent statement or entry, shall be fined under this title or imprisoned not more than 5 years, or both."

17. DAMAGES. This contract shall be terminated for breach if: 1) Contractor fails to execute this stewardship contract orfurnish a satisfactory performance bond, if required, by the date required in the award letter; or 2) offeror is found to have violated the False Statements Act in making any statement or certification on the offer form including not meeting responsibility requirements, and offeror has made a false statement.

18. SUSPENSION AND DEBARMENT CERTIFICATION. Non-procurement debarments and suspensions are governed bythe OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (2 CFR 180), and the policies and procedures for nonprocurement debarment and suspension specific to USDA and the Forest Service (2 CFR 417).

These rules require each contractor, to submit form AD-1047 Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions for themselves, their principals, and their affiliates when requested by the contracting officer. The bidder shall designate their status regarding debarment, suspension, and other matters as specified on the bid form. The bidder, by signing the bid form, certifies this status. An explanation for not submitting a certification may be submitted. TheContracting Officer will determine whether the explanation provides sufficient reason for permitting participation in the bidding. Also, as a Contractor enters into transactions with subcontractors, these subcontractors shall certify their eligibility. Form AD-1048 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tiered Transactions must be provided to subcontractors, but completed certifications are not required to be submitted with bid forms. Contractor shall keep these subcontractor certification forms on file for review by the Forest Service, if requested.

The certification forms and instructions for subcontractors transactions are provided as an addendum to the offer form.

Page: 5 of 8

19. OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) REGULATIONS. Conduct of operations on this contract is subject to compliance with all OSHA requirements related to the various work activities. Inspection by OSHA may include inspection for compliance with the logging operations regulations at 29 CFR 1910.266. This standard is applicable to the entire logging industrywherever logging operations occur. Information is available to assist Contractors to ensure compliance with the logging operations regulations during conduct of this contract from the U.S. Department of Labor, Occupational Safety and Health Administration, OSHA, 443 Lafayette Rd NSt Paul MN 55155, 651-282-5772.

There is an un-estimated amount of red pine, jack pine, spruce, balsam fir, aspen, and paper birch pulpwood, sawtimber, and biomass that may be harvested and utilized through Timber Subject to Agreement.

Appraisal adjustments have been made and the Contractor is responsible for the following: applying 30 loads of spot fill on Forest Service system roads, brushing and blading/grading 4 miles of Forest Service system roads, building approximately 1.1 miles of new temporary roads, closing temporary roads per Forest Service specs, and supplying 4 safety signs required on Forest Service system roads.

In all Payment Units, Contractor operations are restricted to the periods of June 1 through December 1 due to the Yukon and Tomahawk Snowmobile Trails.

In all Payment Units, all slash generated by the Contractor shall be evenly distributed throughout the Payment Units away from the base of residual trees to a depth not to exceed 3 feet.

SDZ (1) As shown on the Sale Area Map- within a strip 25 feet in width as measured from the forested edge of FR912 (Snowmobile Trail), and private property, all slash generated by Contractor operations shall be removed within Payment Units 1, 3, 4, 6, 7, 8, and 9.

The Mandatory Stewardship Projects (MSP1 & MSP2) consist of the following specifications:

MSP1: FR102 Ditch Construction (673 feet)Locations of ditching will be staked by FS prior to commencement of work. Construct ditch. Ditch should have a rounded bottom. V shaped ditches are not allowed. Slopes should be no steeper than 2:1. All excavated material shall be returned to approved pit at contractor's expense. MSP1 shall be completed by August 15, 2022.

MSP2: FR102 Surfacing (1,500 cubic yards of crushed material hauled and spread)Locations of surfacing will be staked by FS prior to commencement of work. Gravel for project is available in the Eighteen Lake Pit and is provided by FS. Other pits may also be available. Utility locates will be the responsibility of the contractor. Spread in quantities and thickness as staked. Finished road surface shall be approximately 10' wide. MSP2 shall be completed by August 15, 2022.

The successful offeror shall register in the System for Award Management (SAM) at www.sam.gov.

INSTRUCTIONS FOR THE PREPARATION OF TECHNICAL AND PRICE PROPOSALS

(a) General Instructions. Proposals submitted shall be furnished in the following format with the numbers of copies as specified below.

(1) - The proposal must include a technical proposal and price proposal. Each of the parts shall be separate and complete so that evaluation of one may be accomplished independently from evaluation of the other. The technical proposal must not contain reference to cost.

(2) - Offerors must submit a proposal that meets all requirements specified in the sample contract. No alternate proposals will be

20. GENERAL. This contract includes C/CT8.21-Contract Term Adjustment, to allow stewardship projects to be eligible for contract term adjustment (CTA) if scheduled stewardship work is interrupted or delayed by any of the three circumstances stated in this provision. B/BT8.21-Contract Term Adjustment is inapplicable.

Corporations submitting an offer under this solicitation must include form AD-3030 Representations Regarding Felony Conviction and Tax Delinquent Status For Corporate Applicants. Copies of this form may be obtained from the Forest Service office shown on page 1 of this prospectus or electronically at: http://www.ocio.usda.gov/policy-directives-records-forms/forms-management/approved-computer-generated-forms.

Page: 6 of 8

(3) - The Government will evaluate proposals in accordance with the evaluation criteria set forth below.

(4) - Offerors shall submit their proposal(s) in the following format and the quantities specified:

(i.) One copy of the completed, signed offer form FS-2400-14BV or FS-2400-14BVU provided by the Forest Service for this contract, and

(ii.) Three copies of the technical proposal.

(iii.) One copy of the business/cost proposal.

(b) Technical Proposal Instructions. Technical proposals will be evaluated to determine the ability of the Contractor to meet the requirements of the Government. As a minimum, the proposal must clearly provide the following:

EVALUATION, NEGOTIATION AND AWARD PROCESS

Proposals will be evaluated and rated to determine which offerors are within a competitive range, price and other factors considered. Award may be made without further negotiations. Proposals should be submitted initially on the most favorable terms that the offeror can submit to the Government, from both price and technical standpoints. However, the Government may, after evaluation of proposals, conduct further oralor written discussions as appropriate, with all offerors whose proposals are within a competitive range. Proposals that do not address one or more criteria or subfactors, may not be considered further for award.

Firms lacking a past performance record (e.g., new firms or those with no relevant experience within their organization) will be treated as an unknown performance risk, receiving a neutral score in this criterion. A neutral score will be established as the average of all other competing offerors, or the average of the total score available, whichever is less.

accepted.

Page: 7 of 8

II. Price Evaluation FactorA. Offeror's price proposal information is required on offer form FS-2400-14BV or FS-2400-14BVU provided by the Forest Service

for this contract.

Award Statement. One award will be made to the offeror (a) whose proposal is technically acceptable and (b) whose technical/price relationship is the most advantageous to the Government. All technical evaluation factors (B-D), when combined, are of equal importance with price (A). The critical factor in making any technical/price trade-off is not the spread between the technical ratings, but rather the significance of that difference. The significance of the spread in ratings will be determined based on what that difference might mean in terms of performance and what it would cost the Government to take advantage of it. Award may not necessarily be made for technical capabilities that would appear to exceed those needed for fulfilling the requirements of this contract. The Government reserves the right to make cost/technical trade-offs that are in the best interest and to the advantage of the Government.

Price proposals will not be scored.

EVALUATION CRITERIA

The evaluation factors for this contract and their relative importance are listed below. All subfactors within a factor are equal in weight. Technical evaluation factors may be weighted in only one of the following two ways: (1) They may be ranked in numerical order of importance, where 1 is most important. Equal rank indicates approximately equal importance;or(2) They may be weighted as an approximate percentage of 100%. Method (2) may be used any time, but it must be used if any factor isdisproportionately weighted.

All technical evaluation factors (I. below), when combined, are approximately equal to price (II. below).

N/A

If box is checked, supplemental technical proposal information is included with this solicitation.

N/A

N/A

I. Technical Evaluation Factors Ranking of Importance or Approximate Weight A. Technical Approach 45%

1. Plan of Operations2. Quality Control3. Contract Manager and On-the-Ground Supervisor(s)4. Equipment5. Production Capability6. Other Subfactors:

B. Capability and Past Performance 45%1. Key Personnel2. Subcontractors3. Past Contacts4. Other Subfactors:

C. Utilization of Local Workforce 10%1. Other Subfactors:

Page: 8 of 8

POSTAWARD DEBRIEFING OF OFFERORS

(a) (1) An offeror, upon its written request received by the agency within 3 days after the date on which that offeror has receivednotification of contract award in shall be debriefed and furnished the basis for the selection decision and contract award.

(2) To the maximum extent practicable, the debriefing should occur within 5 days after receipt of the written request.(3) An offeror that was notified of exclusion from the competition, but failed to submit a timely request, is not entitled to a debriefing.(4) (i) Untimely debriefing requests may be accommodated.

(ii) Government accommodation of a request for delayed debriefing, or any untimely debriefing request, does notautomatically extend the deadlines for filing protests. Debriefings delayed could affect the timeliness of any protest filed subsequent to the debriefing.

(b) Debriefings of successful and unsuccessful offerors may be done orally, in writing, or by any other method acceptable to theContracting Officer.

(c) The Contracting Officer should normally chair any debriefing session held. Individuals who conducted the evaluations shall providesupport.

(d) At a minimum, the debriefing information shall include-(1) The Government's evaluation of the significant weaknesses or deficiencies in the offeror's proposal, if applicable;(2) The overall evaluated cost or price (including unit prices) and technical rating, if applicable, of the successful offeror and the

debriefed offeror, and past performance information on the debriefed offeror;(3) The overall ranking of all offerors, when any ranking was developed by the agency during the source selection;(4) A summary of the rationale for award;(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror; and(6) Reasonable responses to relevant questions about whether source selection procedures contained in the solicitation, applicable

regulations, and other applicable authorities were followed.(e) The debriefing shall not include point-by-point comparisons of the debriefed offeror's proposal with those of other offerors. Moreover,

the debriefing shall not reveal any information prohibited from disclosure by Federal Acquisitions Regulations 24.202 or exempt from release under the Freedom of Information Act (5 U.S.C. 552) including-

(1) Trade secrets;(2) Privileged or confidential manufacturing processes and techniques;(3) Commercial and financial information that is privileged or confidential, including cost breakdowns, profit, indirect cost rates, and

similar information; and(4) The names of individuals providing reference information about an offeror's past performance.

(f) An official summary of the debriefing shall be included in the contract file.

1 Contract FS-2400-13T, Page 101 (10/19)

Superior Tofte Eastern

Bushel Stewardship 12/01/2025

INTEGRATED RESOURCE TIMBER CONTRACT

U.S. DEPARTMENT OF AGRICULTUREFOREST SERVICE

Unless provided otherwise herein, Forest Service agrees to sell and permit Contractor to cut and remove Included Timber and Contractor agrees to purchase, cut, and remove Included Timber and complete required stewardship projects.

IN WITNESS WHEREOF, the parties hereto have executed this contract as of the award date.

(Applicable to Contracts with Measurement before Harvest)

National Forest Ranger District Region Contract Number

Award Date Termination Date

Name of Contractor

Contract Name

The parties to this contract are The United States of America, acting through the Forest Service, United States Department ofAgriculture, hereinafter called Forest Service, and 1/ hereinafter called Contractor.

UNITED STATES OF AMERICA

(Title)

(Contractor)

(Title)

Contracting Officer

3/

(Address)

(Name)

(Name)

Two Witnesses:2/

I, _____________________________________________ , certify that I am the _________________________________________

Secretary of the corporation named as Contractor herein; that _________________________________________________________

who signed this contract on behalf of Contractor, was then ___________________________________________________________

of the corporation; that the contract was duly signed for and in behalf of the corporation by authority of its governing body, and is

within the scope of its corporate powers.

CORPORATESEAL 5/

4/

(Business Address)(Address)

By:

By:

Sample

INSTRUCTIONS:

1/ If Contractor is a corporation, state a "corporation organized and existing under the laws of the State of _________________" and specify the State; if Contractor is a Limited Liability Company, state a "Limited Liability Company organized and existing under the laws of the State of ____________________________" and specify the state; if Contractor is a partnership, state a "partnership consisting of ____________________________" and specify the names of each partner; and if Contractor is a sole proprietor doing business under an assumed name, state "(n) individual doing business under the name of ________________________________ City of ____________________, State of _______________."

2/ The signatures and addresses of two witnesses are required if Contractor is other than a corporation.

3/ If Contractor is a co-partnership, the signatures should be: XYZ Company, by John Doe, a member of the firm. If Contractor is a corporation, form of signature should be: XYZ Company, by John Doe, President (or other officer or agent) and the seal of the corporation must be impressed or indicated.

4/ The certificate must be completed if Contractor is a corporation.

5/ For companies incorporated in States that require a corporate seal, if the corporation has no corporate seal that fact shall be stated, in which case a scroll or adhesive seal shall follow the corporate name.

Contract Name: Bushel Stewardship Contract No:

Sample

2 Contract FS-2400-13T, Page 102 (10/19)

AT - SPECIFIC CONDITIONS. The following conditions apply to the indicated provisions.

AT1 - Location and Area, applicable to BT.1

AT2 - Volume Estimate and Utilization Standards, applicable to BT2.1, BT2.2, BT2.4, and BT6.4

AT3- Timber Designations, applicable to BT2.3; acres are approximate:

Incompletely Measured Payment Units (BT2.36)

Clearcutting Units (BT2.31) Specified Road Clearing (BT2.32)

Overstory Removal Units (BT2.33)

Understory Removal Units (BT2.34)

Individual Trees (BT2.35)

T58N R8W Sec.6, T58N R9W Sec.1,12 & 13, T59N R8W Sec.31,32 & 33, T60N R8W Sec.19,20,29 & 30, T60N R9W Sec.24 & 25

This Contract Area of 1809 acres more or less is located in:

Species ProductEstimated

Quantity *Unit of

Measure

DiameterBreastHigh

(d.b.h.)(inches)

Numberof

MinimumPieces

per TreeLength(feet)

DiameterInsideBark at

Small End(inches)

Minimum SpecificationsMerchantable Tree Piece Required to be Removed

Jack Pine

Red Pine

Spruce

White Pine

Aspen

Balsam

Pine

Paper Birch

Spruce

Sawtimber

Sawtimber

Sawtimber

Sawtimber

Pulpwood

Pulpwood

Pulpwood

Pulpwood

Pulpwood

71.00

1,465.00

46.00

280.00

3,093.00

215.00

628.00

402.00

64.00

CCF

CCF

CCF

CCF

CCF

CCF

CCF

CCF

CCF

9.0

9.0

9.0

9.0

5.0

5.0

5.0

5.0

5.0

1

1

1

1

1

1

1

1

1

8

8

8

8

8

8

8

8

8

7.6

7.6

7.6

7.6

4.0

4.0

4.0

4.0

4.0

40

40

40

40

70

70

70

70

70

SpruceJack PineRed PineMixed HardwoodMixed ConiferHardwoodSoftwood

SawtimberSawtimberSawtimberPulpwoodPulpwoodGrn Bio CvGrn Bio Cv

unestimatedunestimatedunestimatedunestimatedunestimatedunestimatedunestimated

CCFCCFCCFCCFCCFCCFCCF

9.0 9.0 9.0 5.0 5.0N/AN/A

11111

N/AN/A

88888

N/AN/A

7.6 7.6 7.6 4.0 4.0N/AN/A

4040407070N/AN/A

Total Quantity

Timber Subject to Agreement under CT2.11#

6,264.00 CCF

Contract Name: Bushel Stewardship Contract No:

* Quantities not included here are described in BT2.4.

Net Scale in % of Gross Scale

Acres

466.9

Number Sample

3 Contract FS-2400-13T, Page 103 (10/19)

AT4 - Timber Payment Rates, applicable to BT3.1 and BT4.0

AT4a - Escalated Rates, applicable for Species and Products to be Paid for at Rates Escalated under BT3.2

Contract Name: Bushel Stewardship Contract No:

Jack PineRed PineSpruceWhite PineAspenBalsamPinePaper BirchSpruce

SawtimberSawtimberSawtimberSawtimberPulpwoodPulpwoodPulpwoodPulpwoodPulpwood

CCFCCFCCFCCFCCFCCFCCFCCFCCF

0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00

7.17 44.67 29.71 29.97 29.31

1.58 5.97 1.58 1.63

.00 .00 .00 .00 .00 .00 .00 .00 .00

AT4b- Flat Rates, applicable for Species and Products to be Paid for at Flat Rates

For purposes of convenience in collection and bookkeeping, Bid Rates stated in AT4 include payment of deposits for contract area betterment required pursuant to 16 USC 576b. Such deposits are not included as Required Deposits defined hereunder.

Species ProductUnit of

Measure

Base

$

Advertised

$

BidPremium

$

Bid(Flat)

$

Rates per Unit of MeasureRequiredDeposits

SlashDisposal

$

Species ProductUnit of

Measure

Base

$

Advertised

$

BidPremium

$

Bid(Tentative)

$

RequiredDeposits

SlashDisposal

$BaseIndex

Rates per Unit of Measure

Not Applicable

SpruceJack PineRed PineMixed HardwoodMixed ConiferHardwoodSoftwood

SawtimberSawtimberSawtimberPulpwoodPulpwoodGrn Bio CvGrn Bio Cv

CCFCCFCCFCCFCCFCCFCCF

0.00 0.00 0.00 0.00 0.00 0.00 0.00

10.00 5.00

15.00 1.00 1.00 1.00 1.00

Timber Subject to Agreement under CT2.11#Sample

4 Contract FS-2400-13T, Page 104 (10/19)

01

02

03

04

05

130.3

15.2

21

64.3

2.8

Jack PineRed PineSpruceWhite PineAspenBalsamPinePaper BirchSpruce

Jack PineSpruceAspenBalsamPinePaper BirchSpruce

Jack PineRed PineSpruceWhite PineAspenBalsamPinePaper BirchSpruce

Jack PineRed PineSpruceWhite PineAspenBalsamPinePaper BirchSpruce

Jack PineRed PineSpruceWhite PineAspenBalsamPinePaper BirchSpruce

SawtimberSawtimberSawtimberSawtimberPulpwoodPulpwoodPulpwoodPulpwoodPulpwood

SawtimberSawtimberPulpwoodPulpwoodPulpwoodPulpwoodPulpwood

SawtimberSawtimberSawtimberSawtimberPulpwoodPulpwoodPulpwoodPulpwoodPulpwood

SawtimberSawtimberSawtimberSawtimberPulpwoodPulpwoodPulpwoodPulpwoodPulpwood

SawtimberSawtimberSawtimberSawtimberPulpwoodPulpwoodPulpwoodPulpwoodPulpwood

2.00 714.00

2.00 202.00

34.00 28.00

116.00 28.00 12.00

2.00 8.00

47.00 21.00

0.00 65.00

6.00

3.00 71.00

4.00 72.00 45.00 16.00 33.00

9.00 8.00

6.00 436.00

4.00 3.00

83.00 5.00

209.00 3.00 4.00

1.00 0.00 0.00 0.00

37.00 2.00 6.00 4.00 0.00

CCFCCFCCFCCFCCFCCFCCFCCFCCF

CCFCCFCCFCCFCCFCCFCCF

CCFCCFCCFCCFCCFCCFCCFCCFCCF

CCFCCFCCFCCFCCFCCFCCFCCFCCF

CCFCCFCCFCCFCCFCCFCCFCCFCCF

AT4c - Schedule of Payment Units

Pay-mentUnitNo.

App rox.

Acres

To be Escalated under AT4a

TotalTentativePayment

$

To be Paid for at Flat Rates under AT4bTotalFlatRate

Payment$

Contract Name: Bushel Stewardship Contract No:

1,138.00

149.00

261.00

753.00

50.00

Total PU Quantity And Value

Total PU Quantity And Value

Total PU Quantity And Value

Total PU Quantity And Value

Total PU Quantity And Value

.00

.00

.00

.00

.00

TotalRequiredDepositsfor SlashDisposal

$

CCF

CCF

CCF

CCF

CCF

Species Product Qty UOM Species Product Qty UOM

Sample

4(a) Contract FS-2400-13T, Page 104(a) (10/19)

06

07

08

09

61.7

43.8

24.2

103.6

Jack PineRed PineSpruceWhite PineAspenBalsamPinePaper BirchSpruce

Jack PineRed PineSpruceWhite PineAspenBalsamPinePaper BirchSpruce

Jack PineRed PineSpruceWhite PineAspenBalsamPinePaper BirchSpruce

Jack PineRed PineSpruceWhite PineAspenBalsamPinePaper BirchSpruce

SawtimberSawtimberSawtimberSawtimberPulpwoodPulpwoodPulpwoodPulpwoodPulpwood

SawtimberSawtimberSawtimberSawtimberPulpwoodPulpwoodPulpwoodPulpwoodPulpwood

SawtimberSawtimberSawtimberSawtimberPulpwoodPulpwoodPulpwoodPulpwoodPulpwood

SawtimberSawtimberSawtimberSawtimberPulpwoodPulpwoodPulpwoodPulpwoodPulpwood

15.00 22.00

8.00 0.00

822.00 38.00 59.00 86.00

8.00

11.00 4.00 6.00 0.00

583.00 27.00 28.00 61.00

6.00

5.00 214.00

1.00 3.00

63.00 14.00

109.00 2.00 6.00

26.00 4.00

13.00 0.00

1,379.00 64.00 68.00

144.00 14.00

CCFCCFCCFCCFCCFCCFCCFCCFCCF

CCFCCFCCFCCFCCFCCFCCFCCFCCF

CCFCCFCCFCCFCCFCCFCCFCCFCCF

CCFCCFCCFCCFCCFCCFCCFCCFCCF

Pay-mentUnitNo.

App rox.

Acres

To be Escalated under AT4a

TotalTentativePayment

$

To be Paid for at Flat Rates under AT4bTotalFlatRate

Payment$

Contract Name: Bushel Stewardship Contract No:

1,058.00

726.00

417.00

1,712.00

Total PU Quantity And Value

Total PU Quantity And Value

Total PU Quantity And Value

Total PU Quantity And Value

.00

.00

.00

.00

TotalRequiredDepositsfor SlashDisposal

$

CCF

CCF

CCF

CCFSample

5 Contract FS-2400-13T, Page 105 (10/19)

Contract Name: Bushel Stewardship Contract No:

AT4d - Stewardship Rates and Credits, applicable to BT4.5 and CT6.9#

MSP1MSP2

FR102 Ditch ConstructionFR102 Surfacing

FeetCubic Yards

673.00 1,500.00

Project Number Project DescriptionUnits ofMeasure Quantity

Bid Rate$

TotalCredits

Mandatory Stewardship Projects

Priority Project DescriptionUnits ofMeasure Quantity

Bid Rate$

TotalCredits

Optional Stewardship Projects

Project Number

Not Applicable

Sample

6 Contract FS-2400-13T, Page 106 (10/19)

The following definitions are established for the terms used in AT4:

Base Rates are the lowest rates of payment for timber that are authorized by this contract. Base Rates remain constant throughout the life of this contract and are not subject to change by rate redetermination, except for reduction under BT3.31, BT3.32, or BT3.33.

Advertised Rates are the minimum acceptable Bid Rates for timber, exclusive of Required Deposits. These rates are those indicated by appraisal, with a cost allowance made for construction of Specified Roads listed in AT7, but are never less than Base Rates.

Bid Premium Rates are the amounts by which Contractor's bid is in excess of Advertised Rates. The Bid Premium Rates are constant during this contract, except as provided in BT3.31, BT3.32, and BT3.33.

Bid Rates are the rates bid by Contractor (exclusive of Required Deposits for slash disposal and road maintenance) and are the sum ofAdvertised Rates and Bid Premium Rates. Until a rate redetermination becomes effective, the Bid Rate for species and products in AT4a is the Tentative Rate that is subject to quarterly adjustment under BT3.2; for species and products in AT4b, the Bid Rate is the Flat Rate.

Required Deposits are deposits that Contractor may be required to pay for slash disposal (16 USC 490) and road maintenance (16 USC 537). Required Deposits may be adjusted as part of a rate redetermination or a Contract Term Extension. The table shows only Required Deposits for slash disposal; road maintenance deposits, if any, are given in CT6.816.

Base Index is the specified average of the lumber or other product selling value index used as the basis for computing adjustment in rates for variance in product selling value, as provided in BT3.2.

AT5 - Indices Used in Quarterly Adjustment, applicable to BT3.2

Species Index Name and Date

Contract Name: Bushel Stewardship Contract No:

Not Applicable

All

All

Sawtimber

Pulpwood

14

10

AT6 - High Stumps, applicable to BT6.412

Species ProductMaximum Stump Height

(inches)

Sample

7 Contract FS-2400-13T, Page 107 (10/19)

Maximum Amount: $ $1,000

AT14 - Contractor's Obligation per Operations Fire, applicable to BT7.41

Initial Fire Supression, applicable to BT7.3

Within 5 road miles

Fire Suppression Reinforcement, applicable to BT7.312 and BT7.313

Within 20 road miles

AT13 - Contractor Responsibility to Furnish Crews and Equipment for:

April 01 to November 15 , inclusive

AT12 - Fire Precautionary Period, applicable to BT7.2

Contract Name: Bushel Stewardship Contract No:

Road No. Road Name Type of Work Completion Date

AT8 - Forest Service Engineering Completion Schedule, applicable to BT5.212

Not Applicable

AT7 - Specified Roads, applicable to BT5.2

Name

Design

Class

Approx.

Length

(mi./km.)

Sheet Numbers

and

Approval Date Survey Design Construction

Staking

Performance Responsibility Project

1/Road No.

1/ Indicate timing, i.e., before clearing (BC) or after clearing (AC). Applicable to BT5.212

Not Applicable

Name and Date of Governing Road Specifications:

AT9 - Reserved

AT10 - Reserved

AT11 - Reserved

Sample

8 Contract FS-2400-13T, Page 108 (10/19)

CT2.11#

CT2.301#

CT2.302#

CT2.352#

CT2.355#

CT3.34

CT4.4

CT5.31#

CT6.313#

CT6.314#

CT6.412

CT6.63#

CT6.7#

CT6.9#

Performance Bond Amount: $18,000.00

First Period: June 01 to December 01 , inclusive

Second Period: to , inclusive

AT15 - Termination Date, applicable to BT8.2

December 01, 2025

AT16 - Normal Operating Season, applicable to BT6.31, BT6.66, BT8.21, and BT9.3

AT17 - Performance Bond, applicable to BT9.1

Contract Name: Bushel Stewardship Contract No:

TIMBER SUBJECT TO AGREEMENT (09/2004)

PROTECTED AREAS (06/2009)

BOUNDARY TREES (10/2019)

DESIGNATION BY SPECIES AND DIAMETER (01/2021)

INDIVIDUAL TREES, CUT TREE MARKING (06/2009)

EMERGENCY RATE REDETERMINATION (01/2021)

PAYMENTS NOT RECEIVED (08/2012)

ROAD MAINTENANCE REQUIREMENTS (09/2004)

CUTTING SCHEDULE (06/2009)

OPERATING RESTRICTIONS (06/2009)

STUMP MARKS (06/2009)

TEMPORARY ROAD CLOSURE (06/2009)

SLASH DISPOSAL MEASURES (06/2009)

STEWARDSHIP PROJECTS (09/2004)

AT21 - Inapplicable Provisions

The following listed provisions are hereby made inapplicable. (Instructions: List by reference number and title.)

BT3.34

BT4.4

BT8.21

BT8.212

BT8.64

EMERGENCY RATE REDETERMINATION

PAYMENTS NOT RECEIVED

CONTRACT TERM ADJUSTMENT

MARKET-RELATED CONTRACT TERM ADDITION

DEBARMENT AND SUSPENSION CERTIFICATION

AT18 - Downpayment, applicable to BT4.211

Downpayment Amount: Not Applicable

AT20 - Market-Related Contract Term Addition Producer Price Index, applicable to BT8.212

Index Name: Wood Chips Index Number: PCU3211133211135

AT22 - List of Special Provisions in Division CT

The following listed special provisions are attached to and made a part of this contract. Provisions with reference numbers followed by # contain blanks into which data have been entered for this contract. (Instructions: List by reference number, title, and date.)

AT19 - Periodic Payment Amount, applicable to BT4.213

Periodic Payment Determination Date Amount

Initial Payment: Additional Payment:

N/A N/A

N/A N/A

Sample

8(a) Contract FS-2400-13T, Page 108(a) (10/19)

CT7.2

CT8.21

CT8.212

CT8.64

Contract Name: Bushel Stewardship Contract No:

FIRE PRECAUTIONS (06/2009)

CONTRACT TERM ADJUSTMENT (07/2016)

MARKET-RELATED CONTRACT TERM ADDITION (11/2008)

DEBARMENT AND SUSPENSION CERTIFICATION (03/2018)

Sample

9 Contract FS-2400-13T, Page 109 (10/19)

Contract Name: Bushel Stewardship Contract No:

This Page Intentionally Left Blank

Sample

141

CT2.11# – TIMBER SUBJECT TO AGREEMENT. (9/04) In addition, there is within Contract Area an unestimated quantity of:

Species Product Mixed Conifer Pulpwood

Mixed Hardwood Pulpwood Red Pine Sawtimber Jack Pine Sawtimber

Spruce Sawtimber Softwood Biomass Hardwood Biomass

that shall be Included Timber upon written agreement

CT2.301# - PROTECTED AREAS (06/2009)

Notwithstanding the designations for cutting under standard provisions BT2.31, BT2.33, BT2.34, and BT2.35, trees within the area to be protected in Payment Units_7 and 9 shall be left uncut. Boundary trees along the perimeter of Protected Areas have been identified by 3 orange painted dots and “PA” facing away from the Protected Area and orange painted stump mark. BOUNDARY TREES ARE NOT TO BE CUT. Sale Area Map indicates, with symbol “PA,” units within which Protected Areas are identified on the ground and are to be left uncut.

CT2.302# - BOUNDARY TREES (10/2019) Boundary trees for all harvest units have been designated with 3 painted dots on exterior and interior/common boundaries – all dots face into payment unit and are comprised of orange paint marks above and below stump height. Boundary trees shall not be cut.

CT2.352# – DESIGNATION BY SPECIES AND DIAMETER (01/2021) Trees that meet Utilization Standards are designated for cutting, as shown on the Tree Designation Table and Sale Area Map, except trees Marked with orange color paint or described to be left uncut.

Tree Designation Table

Payment Unit(s) Designated

Species

More than Diameter (inches)

Less than Diameter (inches)

2, 5, 6, 7, 9 Aspen, Paper Birch, Balsam Fir, Spruce,

Jack Pine

6 N/A

Additional trees to be cut, if any, are Marked with _yellow paint.

Sample

142

All N/A shall be left as leave trees, unless Marked with N/A color paint. Cutting unit boundary trees if any, shall be left uncut. Cutting unit boundary trees are described in CT2.302# and/or are Marked with orange color paint. Other trees that shall be left uncut are Marked with orange color paint.

Diameters are measured outside bark at 3 inches above ground on the uphill side of the tree. Diameters shall be measured using a "diameter equivalents of circumference" tape measure, caliper, electronic laser method or equivalent method by agreement.

CT2.355# - Individual Trees, Cut Tree Marking (06/2009) Individual trees to be cut are Marked with indicated color above and below stump height in all or parts of the following Payment Unit(s). Areas of cut tree marking are shown on the Contract Area Map with the symbol “CTM.”

CT3.34 - EMERGENCY RATE REDETERMINATION (01/2021) Forest Service shall redetermine rates if, upon Purchaser's application, Forest Service determines that, because of changes in the timber market since the award date or the last rate redetermination under this provision, the Producer Price Index identified in AT20 has declined by 25 percent. Rates shall be redetermined under BT3.3 and shall be considered established under BT3.1 for Payment Units described therein at the time of Purchaser's application. This provision shall not apply during Contract Term Extension.

CT4.4 - PAYMENTS NOT RECEIVED (08/2012) (a) Payments are due and payable on the date of issue indicated on the bill for collection. When apayment for timber cut and other charges is not received at the location designated by Forest Serviceby the date specified in the bill for collection for receipt of payment, Contracting Officer willsuspend all or any part of Contractor's Operations until payment or acceptable payment guarantee isreceived. Other charges include, but are not limited to:(i) Slash disposal and road maintenance deposits;(ii) Cooperative work at rates established by specific agreement under BT4.218;(iii) Damages pursuant to BT9.4;(iv) Road use fees;(v) Restoration of downpayment pursuant to BT4.22;(vi) Periodic payments pursuant to BT4.213;(vii) Extension Deposits pursuant to BT4.217; and(viii) Other mandatory deposits.(b) Failure to pay amounts due by the date specified in the bill for collection for receipt of payment

shall be considered a breach under BT9.3. The 30-day notice period prescribed therein shall begin torun as of the end of business on the date specified for receipt of payments. If the performance orpayment is guaranteed by surety bond, the surety will receive a copy of the written notification of

Payment Unit(s) Paint Color 1, 3, 4, 8 Yellow

Sample

143

breach. Demand will be made on the surety or other institution providing the guarantee or bond instrument for immediate payment 10 days after issuance of written notification of the breach. (c) Pursuant to the Debt Collection Improvement Act of 1996, as amended, if payment is not

received by Forest Service within 15 days after the date of issue indicated on the bill forcollection.(i) Simple interest shall be assessed at the Current Value of Funds Rate as established by the

Secretary of the Treasury. Interest will begin to accrue as of the date of issue indicated on the initialbill for collection.(ii) Debtors will be assessed administrative charges, in addition to the delinquent amount due.

Administrative charges are those additional costs incurred by the Government in processing,handling, and collecting delinquent debts.(iii) A penalty charge of six (6) percent per annum will be assessed on any portion of a debt

delinquent more than 90 days. This penalty charge is in addition to interest and administrativecharges under paragraphs (c)(i) and (c)(ii). The penalty charge shall accrue from the date of issueindicated on the bill for collection and shall be assessed on all outstanding amounts, including interestand administrative costs assessed under paragraphs (c)(i) and (c)(ii).(iv) Payments will be credited on the date received by the Federal Depository or Collection

Officer designated on the bill for collection.(d) Forest Service remedies for Contractor's failure to make payment for timber cut and other charges

when due, except for accrual of interest, suspension of all or any part of Contractor's Operations, andadministrative offset, shall be stayed for so long as:(i) A bona fide dispute exists as to Contractor's obligation to make such payment and

(ii) Contractor files and prosecutes a timely Claim.

CT5.31# – ROAD MAINTENANCE REQUIREMENTS (09/2004) Contractor shall maintain roads in accordance with the following Contract Road Maintenance Requirements Summary:

Contract Road Maintenance Requirements Summary

Road Termini

Miles From To T-8130 T-8360 T-8420FR221B MP1.5 FR221 1.5 C C C FR221 MP0.6 FR912 0.6 C C C FR912 FR221 MN1 1.9 C C C

C = Contractor Performance Item, D = Deposit to Forest Service, D3 = Deposit to Third Party

Road Termini

Miles

Applicable During Haul Road Maintenance Specifications

From To T-8360FR221B MP1.5 FR221 1.5 C FR221 MP0.6 FR912 0.6 C FR912 FR221 MN1 1.9 C

C = Contractor Performance Item, D = Deposit to Forest Service, D3 = Deposit to Third Party Sam

ple

144

Road Termini

Miles

Applicable Post Haul Road Maintenance Specifications

From To T-8360 T-8620FR221B MP1.5 FR221 1.5 C C FR221 MP0.6 FR912 0.6 C FR912 FR221 MN1 1.9 C

C = Contractor Performance Item, D = Deposit to Forest Service, D3 = Deposit to Third Party

ROAD MAINTENANCE REQUIREMENTS FS-2400-13T Contract (10/19)

CT5.31# T-Specifications SECTION 1. GENERAL

Contractor’s main Road Maintenance responsibility begins: (1) after Contractor performs Prehaul Maintenance on a road listed in the Road Maintenance Requirements Schedule; or (2) for all other roads, when Contractor begins to use the road. Occasional travel by Contractor's light vehicles, prior to beginning of construction clearing or logging operations in the area accessed by the road, does not constitute beginning of use. Contractor is not required to perform routine maintenance during periods of inactivity. During periods of inactivity, Forest Service will perform maintenance only as required to meet its needs.

The Contractor shall maintain roads, commensurate with the Contractor's use, in accordance with the Road Maintenance Requirements Summary and Road Maintenance Specifications. Performance of road maintenance work by the Contractor may be required prior to, during, or after each period of use. The timing of work accomplishment shall be based on the Contractor's operating schedule under Standard Provision BT6.31.

If the Contractor elects to use different roads than those listed in the Road Maintenance Requirements Summary, the Contracting Officer (CO) or designee shall determine the Contractor's commensurate share of road maintenance and/or revise road maintenance deposits.

Unless the CO or designee agrees in writing, all Prehaul Maintenance requirements shall be completed on any portion of road prior to hauling on that portion.

The Forest Service shall prepare a revised Road Maintenance Requirements Schedule to reflect changes in the original haul routes when needed.

Any work or materials that are determined to no longer be needed and are waived shall have the estimated cost charged to the Timber Sale Account as described in BT8.31.

SECTION 2. ROAD MAINTENANCE DEFINITIONS

Wherever the following terms are used in the Road Maintenance Specifications, the meaning shall be:

Base Course. Material placed on the Subgrade to distribute concentrated wheel loads.

Borrow. Select Material taken from designated borrow sites.

Sample

145

Crown, Inslope, and Outslope. The cross slope of the Traveled Way to aid in drainage and traffic maneuverability.

Culverts. A conduit or passageway under a road, trail, or other obstruction. A culvert differs from a bridge in that it is usually entirely below the elevation of the Traveled Way.

Drainage Dip. A dip in the Traveled Way which intercepts surface runoff and diverts the water off the Traveled Way. A Drainage Dip does not block the movement of traffic.

Drainage Structures. Manufactured structures which control the runoff of water from the Roadway including Inslope, overside drains, aprons, flumes, downdrains and downpipes.

During Haul Maintenance. Road maintenance work to be accomplished during the period of timber removal.

Geotextile. A group of construction fabrics with varying attributes designed for different purposes.

Lead-off Ditches. A ditch used to transmit water from a Culvert, Drainage Structure or Drainage Dip outlet to the natural drainage area.

Maintenance Activitiy. Items of work leading to the restoration and upkeep of a road and necessary to sustain the road's anticipated traffic.

Material. Any substance specified for use in the performance of the work.

Post Haul Maintenance. Road maintenance work to be accomplished after timber removal is completed.

Prehaul Maintenance. Road maintenance work to be accomplished prior to the roads use. Roads receiving prehaul maintenance shall be shown on the Sale Area Map.

Road Maintenance Cost. An estimate of the cost to perform road maintenance activities; as determined by the Forest Service. Estimates may include any or all of the work activities listed in Section 4, Road Maintenance Activity Specifications.

Roadbed. The portion of a road between the intersection of Subgrade and sideslopes, excluding that portion of the ditch below Subgrade.

Roadside. A general term denoting the area adjoining the outer edge of the Roadway.

Roadway. The portion of a road within the limits of excavation and embankment.

Sand Hole. A hole that develops in the running surface of the road which is quite soft and dangerous in nature. Usually found in very sandy soils.

Shoulder. That portion of Roadway contiguous with Traveled Way for accommodation of stopped vehicles, for emergency use, and lateral support of Base and Surface Course, if any.

Slide. A concentrated deposit of materials from above or on backslope extending onto the Traveled Way or Shoulders, whether caused by mass land movements or accumulated ravelling.

Sample

146

Slough. Material eroded from the backslope which partially or completely blocks the ditch, but does not encroach on the Traveled Way so as to block passage of traffic.

Slump. A localized portion of the Roadbed which has slipped or otherwise become lower than that of the adjacent Roadbed and constitutes a hazard to traffic.

Subgrade. Top surface of Roadbed upon which Base Course or Surface Course is constructed. For roads without Base Course or Surface Course, that portion of Roadbed prepared as the finished wearing surface.

Surface Course. The Material placed on the Base Course or Subgrade to enhance traction, distribute concentrated wheel loads and resist abrasion and the effects of climate. Surface Course may be referred to as surfacing.

Traveled Way. That portion of Roadway, excluding Shoulders, used for the movement of vehicles.

Turnouts. That portion of the Traveled Way constructed as additional width on single lane roads to allow for safe passing of vehicles.

T-8130 Spot Surface Course Placement/Replenishment

DESCRIPTION 1.1 Spot Surface Course Placement/Replenishment includes Subgrade preparation, furnishing,

hauling, spreading and shaping materials in accordance with the requirements.

MATERIALS 2.1 Surface Course Material will be in accordance with the subsection 3.2 of these

specifications. Only commercial sources of aggregate will be accepted, except surfacing material may also be purchased from the government, where available, by filling out a form 2600, paying the required fees, and obtaining a permit.

REQUIREMENTS 3.1 Subgrade Preparation. Prepare Subgrade to receive Surface Course Material at locations as

designated on-the-ground by the Forest Service on roads listed below. Prepare the Subgrade by shaping the Roadbed to approximately the original cross-section and consistent with adjacent sections.

3.2 Furnish, haul and spread Material at locations designated on the ground by the Forest Service (FS). Compact the aggregate by operating spreading and hauling equipment over the full width of each layer of the aggregate, or by other methods as specified below.

Sample

147

3.3 Variations. The Contractor will be required to furnish weight tickets to the FS for each load of commercially obtained crushed aggregate prior to the final inspection. For aggregate purchased from the government, a count of truck loads will be required in addition to finished depth checks for the placed and compacted aggregate. Widths and lengths will be as staked or from schedule. When it is mutually agreed that all or part of the Surface Course Material is not needed, the estimated cost of surfacing not placed shall be charged to the Timber Sale Account in accordance with BT8.31.

Road Number Type Material Finished Compacted Thickness Specified

Total Quantity (Tons or cu.yds.)

Compaction Method

FR221B Pit run or Aggregate N/A 50 yds. N/A FR221 Pit run or Aggregate N/A 50 yds. N/A FR912 Pit run or Aggregate N/A 200 yds. N/A

Sample

148

T-8360 Composite High Clearance Road Maintenance

DESCRIPTION 1.1 This work consists of making limited use roads passable for project use by Contractor and

providing drainage from the traveled way and roadbed.

MATERIALS 2.1 Required materials are listed in subsection 3.2.

REQUIREMENTS 3.1 Traveled Way

A. Contractor may smooth or fill existing cross ditches and waterbars and, by agreement,modify existing road junction to enable vehicle access. Prior to beginning haul andresumption of haul after an extended stoppage:

1. Remove brush, fallen trees, rocks, and other debris from traveled way, includingturnouts, turnarounds, and other locations that interfere with needed maintenance. Noobject extending over 4 inches above the road surface shall remain within the 12 feetusable traveled way.

2. Center the usable width of the roadbed or position away from the fill slope.3. Cut and remove standing or down trees, logs, brush, and limbs from within the 12 feet

usable traveled way. Remove encroaching limbs to a height of 14 feet above the traveledway surface. Scatter material not meeting utilization standards outside and below theroadbed on the fill side. Limb and remove designated timber which meets utilizationstandards or deck at agreed locations.

4. Place all removed material away from drainages and in locations previously agreed to inwriting by the FSR.

5. During use, maintain drainage structures including dips, ditches and culverts in a usablecondition and surface in a flat, Insloped or Outsloped, or Crowned usable condition.

3.2 Drainage Facilities. Clean and recondition drainage facilities in accordance with T-8310 Ditch Cleaning and T-8340 Drainage Structure Maintenance. Sam

ple

149

Road Number Location/length Remove/Install

Type of Work/Drainage

Structure Size Quantity

3.3 Slough and Slides 1. Slough and Slides may be left in place provided surface drainage is adequately providedand at least 12 feet of width is available for vehicle passage.2. Contractor may reposition or ramp over Slides and Slough when the Traveled Way isless than 12 feet providing the material is capable of supporting vehicles. Limit Outslopeto no more than six percent.3. Reposition Slough or Slide materials, which are not capable of supporting a vehicle, onthe roadbed to provide the 12 feet width. When directed by Forest Service, Slough orSlide material will be removed under Section T-8320 Slide, Slump, and Erosion Repair.

3.4 Slumps, Eroded areas, and Washouts 1. Drain the roadbed immediately upgrade of Slumps and longitudinal cracks to preventwater from entering Slump area.2. Slumps and longitudinal cracks at the edge of the roadbed shall not be considered a partof the usable width. Usable width may be reduced to ten feet in the area of the Slump.3. Unless Forest Service agrees to material being placed on Slumps, ramp the Slumps onboth ends into undisturbed roadbed to provide at least ten feet usable width. Use removedmaterials to guide vehicles to the ramp location or to aid in draining the area.4. Eroded areas/washouts may be filled with suitable material and compacted by operatingequipment over the fill area.

3.5 Posthaul A. At the end of hauling or prior to entering into seasonal shutdowns or a period of extendedinactivity:

1. Shape the traveled way and disturbed roadbed to provide functional drainage.2. Reinstall removed cross ditches and waterbars and provide any additional drainagestructures necessary to offset changes caused through use and maintenance.3. Leave roads useable for high clearance vehicles. Remove or reshape Contractormodifications at road junctions to leave the entrance as it was before use, or as agreed atthe time of improvement.4. Close all roads which were closed prieviously, using prior existing methodology.Sam

ple

150

T-8420 Cutting Roadway Vegetation

DESCRIPTION 1.1 This work includes removal of brush, trees and other vegetative growth from within the

clearing limits. This may include brush mowing of shoulders to prevent larger growth which would inhibit travel in the future.

EQUIPMENT 2.1 Equipment use may include farm tractor mounted mowing or brushing equipment.

If brushing equipment is required it must be of a size and power to cut off and masticate stems up to four inches in diameter. Larger growth may require hand clearing with a chainsaw or mechanized equipment able to handle larger trees.

REQUIREMENTS 3.1 Vegetative matter within the Roadway which impedes vehicular travel, and/or interferes

with road maintenance operations, such as surface blading and ditch and culvert cleaning shall be removed. Downed timber meeting utilization standards shall be cut in appropriate lengths and decked in locations where agreed upon and the Traveled Way or sight distances will not be impaired.

3.2 Vegetative matter removed from the clearing limits shall be scattered outside the clearing limits at least 6 feet perpendicular to the road surface.

3.3 Trim tree branches that extend over the road surface and shoulders to attain a clear height of 14 feet. Trim branches flush with the tree or as close as possible without causing damage or scarring to the bole. Area shall be left neatly trimmed.

3.4 Any stump removed shall be placed in an upright position out of the clearing limits.

3.5 Area shall not be left in an unsightly condition. The FSR shall have the final say over how the area is left.

Sample

151

T-8620 Miscellaneous Maintenance

DESCRIPTION 1.1 Maintenance of miscellaneous structures includes cattle guards, gates (this includes all types

of closure devices such as logs, rocks, dirt berms, dirt and slash berms, metal gates, etc), signs, and other similar structures that have been previously installed to insure safe and efficient operation of the road.

MATERIALS 2.1 Any Materials needed in the maintenance of miscellaneous structures shall be similar in

type and quality to the Material in the structure being maintained.

REQUIREMENTS 3.1 Cattle guards. Loose rails shall be welded or bolted back in place.

Excess Material carried into the cattle guard shall be removed when drainage is blocked or when it reaches six inches from the bottom of the cattle guard frame. Drainage into and from the cattle guard shall be kept open.

3.2 Gates (and other closure devices). Gates shall be kept in good repair and made to swing easily. Hinges or latches shall be repaired if not operating properly. Brush and debris shall be removed from within the swinging radius. Weathered berms or wood piles shall be reconstructed to a height which discourages use and blocks the road.

3.3 Signs. Any signs needing repair or replacement shall be installed per sign placement detail or MUTCD direction. All roads shall have legible sign numbers. ML 3-5 roads shall have horizontal numbering and ML 1-2 roads shall have vertical numbers. The material used shall be as directed by the Forest Service Representative. All new signs must meet retroreflectivity requirements.

Road Number Road Name Location Remove/Install Type of Item Size Quantity

FR221B Bushel Lake Spur B MP 0.01 Install ATV Closure N/A 1 Sample

152

ATV Road Closure Typical Sections and Details for System Road Closure of FR221B.

Sample

153

CT6.313# - CUTTING SCHEDULE (06/2009) Unless changed by written agreement, only 5 Payment Units may be released for operations at one time, and the sequence of cutting Payment Units shall be: Release Payment Unit 3 before Payment Unit 2, Release Payment Unit 6 before Payment Unit 7, Release Payment Unit 7 before Payment Unit 8, and Release Payment Unit 8 before Payment Unit 9. The remaining Payment Units released will be jointly determined between the Forest Service and the Contractor

Unless there is agreement in writing to postpone specific requirements, all contractual requirements on a Payment Unit shall be accepted by Forest Service prior to the release of an additional Payment Unit.

CT6.314# - OPERATING RESTRICTIONS (06/2009) Within Contract Area, unless changed by written agreement, the following operating requirements apply:

Restricted operations/activities:

1/ In all Payment Units, Contractor operations are restricted to the period of June 1 through December 1 due to the Yukon and Tomahawk Snowmobile Trails .

Prohibited operations/activities: N/A

CT6.412 - STUMP MARKS (06/2009) Trees designated for cutting under standard provision BT2.35 have been marked with paint at breast height and below stump height. Trees shall be felled so as to leave paint on stump.

CT6.63# - TEMPORARY ROAD CLOSURE (06/2009)

In addition to standard provision BT6.63, measures to effectively block temporary roads to normal vehicular traffic shall consist of the following:

After harvesting and hauling operations are complete, temporary roads used to access Payment Units 1, 2, 3, 6, 8, and 9 will be scarified and effectively closed (see diagram on following page) by the Contractor with rocks (embedded 1/3 of their depth), stumps, small balsam and spruce

Sample

154

where available nearby (transplanted into road bed), and/or slash randomly placed 50 feet from the road entrance for a minimum distance of 200 feet or to the end of the seen area to ensure that passage does not seem feasible and is not attempted.

Sample

155

Road Closure Typical Sections and Details for Temporary Roads used to access Payment Units 1, 2, 3, 6,

8, and 9.

Sample

156

CT6.7# - SLASH DISPOSAL MEASURES (06/2009) Slash resulting from Contractor’s operations shall be removed from lakes, ponds, private land, right-of-way clearings for telephone lines, power lines, pipelines, and other authorized facilities, and landings to be seeded under Special Provision CT6.6#.

The tops of felled trees shall not be left hanging in standing trees. All trees cut or pushed for landings and other construction clearings shall be completely felled and not left leaning. Slash resulting from construction clearing shall be treated concurrent with operations.

Other specific slash disposal requirements are as follows:

All slash resulting from construction clearing (such as from landings, temporary roads, ROW clearing associated with pre-haul road maintenance requirements listed in CT5.31#), including Specified Road construction; shall be lopped and scattered to lie within 3 feet of the ground. All root wads shall be severed from the stem and righted on the ground or otherwise disposed of as directed by the Forest Service, concurrent with operations.

1) In all Payment Units, all slash generated by the Contractor shall be evenly distributedthroughout the Payment Units away from the base of residual trees to a depth not toexceed 3 feet.

SDZ (1) As shown on the Sale Area Map- within a strip 25 feet in width as measured from the forested edge of FR912 (Snowmobile Trail), and private property, all slash generated by Contractor operations shall be removed within Payment Units 1, 3, 4, 6, 7, 8, and 9.

Logging slash and stumps used in the construction of road closure berms are excluded from these Slash Disposal Measures.

Slash Disposal treatment zones are shown on the Sale Area Map with symbol “SDZ.”

Sample

157

CT6.9# – STEWARDSHIP PROJECTS. (09/2004) Performance of stewardship projects shall be in accordance with the following specifications.

MANDATORY Service PROJECTS

MSP1: FR102 Ditch Construction (673 feet) Locations of ditching will be staked by FS prior to commencement of work. Construct ditch. Ditch should have a rounded bottom. V shaped ditches are not allowed. Slopes should be no steeper than 2:1. All excavated material shall be returned to approved pit at contractor’s expense. MSP1 shall be completed by August 15, 2022.

MSP2: FR102 Surfacing (1,500 cubic yards of crushed material hauled and spread) Locations of surfacing will be staked by FS prior to commencement of work. Gravel for project is available in the Eighteen Lake Pit and is provided by FS. Other pits may also be available. Utility locates will be the responsibility of the contractor. Spread in quantities and thickness as staked. Finished road surface shall be approximately 10’ wide. MSP2 shall be completed by August 15, 2022.

CT7.2 - FIRE PRECAUTIONS (06/2009) Unless otherwise agreed in writing between the Contractor and the Contracting Officer, the following are specific precautionary measures applicable during Contractor's Operations in Fire Precautionary Period as indicated in AT12:

(b) Contractor shall maintain Forest Service-approved spark arresting devices on any piece ofequipment operated by an internal combustion motor. In addition, each piece of motorizedequipment shall be equipped with a serviceable round-pointed shovel and an operational fireextinguisher of at least five-pound rating suitable for the equipment being used. All chainsawoperators will have a serviceable round-pointed shovel and one-pound multipurpose fire extinguisherreadily available.

(c) Contractor shall require that smoking and the building of lunch or warming fires by Contractor'semployees, contractors, or subcontractors be confined to designated safe places where flammabledebris has been cleared away and where, at the option of the Contractor, smoking or the building oflunch or warming fires may be permitted.

(d) Adequate spark arresters shall be maintained on chimneys or stovepipes where wood orcoal is being burned in an enclosed device.

(e) Contractor shall furnish serviceable firefighting tools. Location, numbers, and types of toolsshall be specified in the Fire Prevention and Control Plan in accordance with BT7.1.

Sample

158

CT8.21 - CONTRACT TERM ADJUSTMENT (07/2016) "Contract Term Adjustment" (CTA) means adjustment only as provided for in the three circumstances described in this subsection. Under these circumstances, the contract term shall be adjusted in writing to include additional calendar days in one or more normal operating seasons equal to the actual time lost, except as limited by paragraph (2) in this subsection.

To qualify for such adjustment, contractor shall give written notice of the lost time not later than 30 days after the end of the normal operating season in which time was lost and at least 10 days before termination date. Contracting officer shall make prompt written acknowledgment of such notice, indicating concurrence with the number of days in the notice or the number of days the Forest Service considers as qualifying for the adjustment. Lost parts of days shall be disregarded in computing time lost. The three circumstances qualifying for a CTA are:

(a) Contractor experiences delay in starting operations scheduled under BT6.31 or interruptions in activeoperations, either of which stops such operations for 10 or more consecutive days during a normaloperating season due to causes beyond the contractor's control, including, but not limited to, acts ofGod, acts of the public enemy, acts of the Government, labor disputes, fires, insurrections, or floods.Operations subject to these causes include:

(i) Removal of the included timber from contract area through curtailment in felling andbucking, yarding, skidding, loading, hauling, or road construction; or

(ii) Performance of stewardship projects shown in AT4c.

(b) Causes described in paragraph (1) substantially affect the disposition or processing ofincluded timber during the normal operating season through their effects on primary timber processing facilities, with a resulting delay of 60 days or more in use of such facilities. In such event, the CTA shall not extend for more than 12 consecutive months.

(c) (i) Contracting officer requests the contractor, in writing, to delay or interrupt operationsSample

159

CT8.212 - MARKET-RELATED CONTRACT TERM ADDITION (11/2008) The term of this contract may be adjusted when a drastic reduction in wood product prices has occurred in accordance with 36 CFR 223.52. The Producer Price Index used to determine when a drastic reduction in price has occurred is stated in AT.17. Contractor will be notified whenever the Chief determines that a drastic reduction in wood product prices has occurred. If the drastic reduction criteria specified in 36 CFR 223.52 are met for 2 consecutive calendar quarters, after contract award date, Contracting Officer will add 1 year to the contract term, upon Contractor’s written request. For each additional consecutive quarter such a drastic reduction occurs, Contracting Officer will, upon written request, add an additional 3 months to the term during Normal Operating Season, except that no single 3-month addition shall extend the term of the contract by more than one year. Contracting Officer must receive Contractor’s written request for a market-related contract term addition before the expiration of this contract.

No more than 3 years shall be added to a contract's term by market-related contract term addition unless the following conditions are met:

(i) The sale was awarded after December 31, 2006; and(ii) A drastic reduction in wood product prices occurred in at least ten of twelve consecutive

quarters during the contract term, but not including the quarter in which the contract was awarded. For each qualifying quarter meeting the criteria in paragraphs (i) and (ii) of this provision, the

Forest Service will, upon the Contractor’s written request, add an additional 3 months during the normal operating season to the contract, except no single 3-month addition shall extend the term of a contract by more than 1 year.

In no event shall a revised contract term exceed 10 years as a result of market-related contract term addition. Additional contract time may not be granted for those portions of the contract that have a required completion date or for those portions of the contract where Contracting Officer determines that the timber is in need of urgent removal or that timber deterioration or resource damage may result from delay. Sam

ple

160

CT8.64 - DEBARMENT AND SUSPENSION CERTIFICATION (03/2018) Pursuant to 2 CFR 180 and 2 CFR 417, Contractor shall certify and obtain certifications from its Subcontractors regarding debarment, suspension, ineligibility, and voluntary exclusion, including additional Subcontractors obtained after award of this contract. 'Subcontractors' are participants in lower tier covered transactions.

Contractor may rely upon a certification of a prospective Subcontractor that it is not proposed for debarment under 48 CFR 9.4, debarred, suspended, ineligible, or voluntarily excluded from participating in covered transactions or contracts, unless Contractor knows that the certification is erroneous.

Contractor shall keep the certifications of its Subcontractors on file until contract Termination Date and any extensions thereof, and will provide a copy at the written request of Contracting Officer. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this Subsection. The knowledge and information of Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

If Contractor knowingly enters into a contract transaction with a person who is proposed for debarment under 48 CFR 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in covered transactions or contracts, in addition to other remedies available to the Government, Forest Service may pursue available remedies, including suspension and/or debarment.

Contracting Officer shall provide a copy of Forms AD-1047, Certification Regarding Debarment, Suspension and Other Responsibility Matters-Primary Covered Transactions, and AD-1048, Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions to the Contractor.

Contractor shall complete form AD-1047 and provide to the Contracting Officer upon request.

Contractor shall require each Subcontractor to complete form AD-1048 and provide to the Contracting Officer upon request. Sam

ple