Loading...
HomeMy WebLinkAboutHorizons Construction Inc. - 2023-12-15 Recorded in Official Records,Orange County • Hugh Nguyen,Clerk-Recorder PLEASE COMPLETE• THIS INFORMATION 11111111111111111111111111 NO. FEE * $ R 0 0 1 5 8 0 7 2 Z 2 $ RECORDING REQUESTED BY: • 202500025977512:02 pm 09/22/25 • 869 RecWin3A N12 1 0.00 0.00 0:00.0.00 0.00 0.00 0.00 0.00 0.00 0.00' WHEN RECORDED MAIL TO:. .CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Attn:Patrick Bannon - P.O.Boir 190—.2000 Main Street • Huntington Beach,CA 92648 - - • • THIS SPACE FOR RECORDER'S USE ONLY TITLE OF DOCUMENT NOTICE OF COMPLETION : - • • NOTICE IS HEREBY GIVEN by the.City of Huntington Beach,owner in fee,.2000 Main Street,Huntington Beach,CA 92648,that the contract heretofore awarded to HORIZONS CONSTRUCTION"INC;who.was the company thereon for the following work to-wit: • • Treasurer's Office.Improvements,Project#CC-1753 That said work was completed 03/12/2025 by said company according to plans and specifications'and to the satisfaction of the City' Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on 03/12/2025,per City Council Resolution No.2003-70-adopted October,6,2003. - • That upon said contract The Gray Casualty&Surety Company was surety for the bond given.by the'said company as'required by' • This document is solely forthe official business•of the City of Huntington Beach,as contemplated under Government Code Section 27383 and should be recorded free of chargé. • for o ublic W s or.City Engineer 'Date C' .of Huntington ach,California • oesph Fuentes STATE OF CALIFORNIA) • County of Orange ,, )ss: . City of Huntington Beach ) I,the undersigned,say:I am an Agent of the City of Huntington Beach,owner iri fee,in the foregoing.,NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION'and know the contehts'thereof;the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct,and that said NOTICE OF COMPLETION was duly and • regularly ordered to be recorded in the Office Of the County Recorder of Orange Courity. • This document is.solely the official business of the City of Huntington Beach,as contemplated . ' • oA under Government code section 27383 aand Director of Public Works or City Engineer Dat� City of Huntington should be recorded free of charge. Beach,"Caliifomia Chau Vu• • - • • THIS PAGE IS ADDED TO'PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION• • (Additional recording fee applies) ' PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Attn: Patrick Bannon P.O. Box 190—2000 Main Street Huntington Beach, CA 92648 THIS SPACE FOR RECORDER'S USE ONLY TITLE OF DOCUMENT NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore awarded to HORIZONS CONSTRUCTION INC,who was the company thereon for doing the following work to-wit: Treasurer's Office Improvements, Project#CC-1753 That said work was completed 03/12/2025 by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on 03/12/2025, per City Council Resolution No. 2003-70 adopted October 6,2003. That upon said contract The Gray Casualty&Surety Company was surety for the bond given by the said company as required by This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 27383 and should be recorded free of charge. a/zzks-- it ctor o ublic W rks or City Engineer Date y of Huntington ach, California oesph Fuentes STATE OF CALIFORNIA) County of Orange )ss: City of Huntington Beach I,the undersigned, say: I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof;the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct, and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County. This document is solely the official business of the City of Huntington Beach, as contemplated under Government code section 27383 and Director of Public Works or City Engineer Dat should be recorded free of charge. City of Huntington Beach, California Chau Vu THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) Switzer, Donna From: Bannon, Patrick Sent: Monday, September 22, 2025 2:08 PM To: Switzer, Donna; Fuentes,Joe Cc: Fait, David Subject: RE: NOC - CC-1753 Attachments: 30270-OJ Horizons Construction Inc..pdf; Mat Req Horizons - TO 20231218155511394.pdf; IFB_CA-101723_California_Board_Resolutions.pdf; IFB_CA-101723_IDIQCalifornia_Contract_General_Terms_and_Conditions.pdf; IFB_CA-101723_IDIQCalifornia_Solicitation_Opening_Record.pdf; IFB_CA-101723 _IDIQState_of_California_Comment_and_Review.pdf; Contract_CA-R8-GB-101723-HRZ (1).pdf Hi Donna, Please see attached.There is a CTC that does with these but it is 4,000+pages long,as well as other supporting docs.This was approved under the Sourcewell contract.The process going forward has a service agreement but this predates that arrangement. Thanks, ` Patrick Bannon , Capital Projects Supervisor +.. Public Works Engineering Office:(714)536-5430 Cell:(815)603-2811 Patrick.Ban non@.Su rfcity-H B.orq 11J 000 2000 Main Street,Huntington Beach,CA 92648 From: Switzer, Donna <Donna.Switzer@surfcity-hb.org> Sent: Monday, September 22, 2025 12:22 PM To: Fuentes,Joe<jfuentes@surfcity-hb.org> Cc: Bannon, Patrick<Patrick.Bannon@surfcity-hb.org>; Fait, David <David.Fait@surfcity-hb.org> Subject: NOC-CC-1753 Hi Joe, Attached for your records is a recorded copy of the NOC for CC-1753. I do not see a contract for that project. Do you have any paperwork that I could add to record for the project, aside from just the NOC? Thank you. 1 Donna Switzer, CMC Senior Deputy City Clerk Office of the City Clerk ',mew Office:(714)374-1649 Donna.Switzer@surfci y-hb.org 2000 Main Street,Huntington Beach,CA 92648 2 City of Huntington Beach ,sts MATERIAL/SERVICE REQUISITION HUNTINGTON BEACH Requestor: Patrick Bannon Date of Request: 12-18-23 Vendor: Horizons Construction Inc-124158 Ship To City of Huntington Beach Address 432 W MEATS AVE Ship To Address: 2000 Main St. : - City/State/Zip: ORANGE,CA 92865-2625 Huntington Beach,CA 92648 Attention:: : Kinan Kotrash Ship To Attention Patrick Bannon Item No: Quantity :DescriptionAcct No Line No Amount ($) 1 1 Treasurer's Office TI 31440011.82200 1 $59,149.36 2 3 4 5 6 7 8 •9 10 ezIQC WO#126613.00 HB Media Room Remodel—12.15.2023 $59,149.36 AttaChrrients::::: EZIQC Executive Summary Sales Tax $ : Sourcewell EZ-IQC Shipping $ : : : IOC Master Contract#:CA-R8-GB01-123021-HCC TOTAL: $59,149.36 G%RDIAN® Work Order Signature Document EZIQC Contract No.: CA-R8-GB01-123021-HCC nNew Work Order Modify an Existing Work Order Work Order Number.: 123613.00 Work Order Date: 12/15/2023 Work Order Title: HB-Treasurer's Office Remodel Owner Name: City of Huntington Beach Contractor Name: Horizons Construction Co. Int'l, Inc. Contact: Patrick Bannon Contact: Kinan Kotrash Phone: 815-603-2811 Phone: (714)626-0000 Work to be Performed Work to be performed as per the Final Detailed Scope of Work Attached and as per the terms and conditions of Sourcewell EZIQC Contract No CA-R8-GB01-123021-HCC. Brief Work Order Description: Time of Performance Estimated Start Date: Estimated Completion Date: Liquidated Damages Will apply: Will not apply: Work Order Firm Fixed Price:$59,149.36 Owner Purchase Order Number. Approvals City of Huntington Beach Date Horizons Construction Co. Int'l, Inc. Date Work Order Signature Document Page 1 of 1 12/15/2023 V Source i q., �. •... Detailed Scope of Work To: Kinan Kotrash From: Patrick Bannon Horizons Construction Co. Intl, Inc. City of Huntington Beach 432 W.Meats Ave. 2000 Main Street Orange,CA 92865 Huntington Beach,CA 92648 (714)626-0000 815-603-2811 Date Printed: December 15,2023 Work Order Number: _ 123613.00 Work Order Title: HB-Treasurer's Office Remodel Brief Scope: Preliminary n Revised I "' { Final The following items detail the scope of work as discussed at the site.All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. 123613.00- HB -Treasurer's Office Remodel Detailed Scope: • Remove existing lettering sign per plans • Remove existing windows and frames per plans • Construct new wall partition with wall base per plans •. Fill out windowopening with drywall materials per plans • Install new electrical outlets • Install new data outlets • Install new doors per plans • Remove existing ceiling tiles at new wall areas • Relocate lights and diffuser per plan • Install new fire sprinkler • Install new smoke detector • Install new air diffuser • Install new return grill • Install new lighting • Install new ceiling tiles and T-bar per plans Subject to the terms and conditions of ezIQC Contract CA-R8-GBD1-123021-HCC. Scope of Work Page 1 of 2 12/15/2023 Detailed Scope of Work Continues.. Work Order Number: 123613.00 Work Order Title: HB-Treasurer's Office Remodel Horizons Construction Co. Intl, Inc. Date City of Huntington Beach Date Scope of Work Page 2 of 2 12/15/2023 Contractor's Price Proposal - Summary Date: December 15,2023 Re:• IQC Master Contract#: CA-R8-GB01-123021-HCC Work Order#: 123613.00 Owner PO#: Title: HB-Treasurer's Office Remodel Contractor. Horizons Construction Co.int'l,Inc. Proposal Value: $59,149.36 Section-01 $12,087.55 Section-02 $487.89 Section-05 $9,833.91 Section-0.7 $1,473.43 Section-08 $7,297.54 Section-09 $17,706.02 Section-21 $1,453.37 Section-23 $4,176.75 Section-26 $4,158.71 Section-28 $474.19 Proposal Total $59,149.36 This total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total Is due to rounding. Contractor's Price Proposal-Summary - Page 1 of 1 12/15/2023 Contractor's Price Proposal - Detail Date: December 15,2023 Re: IOC Master Contract#: CA-R8-GB01-123021-HCC Work Order#: 123613.00 Owner PO#: Title: HB-Treasurer's Office Remodel Contractor. Horizons Construction Co.Intl,Inc. Proposal Value: $59,149.36 Sect. Item Mod. UOM Description Line.Total Labor Equip. Material (Excludes) Section-01 1 01 22 16 00 0002 EA Reimbursable FeesReimbursable Fees will he paid to the contractor for eligible costs $1,273.27 as directed by Owner. Insert the appropriate quantity to adjust the base cost to the actual Reimbursable Fee.If there are multiple Reimbursable Fees,list each one separately and add a comment in the"note"block to identify the Reimbursable Fee (e.g.sidewalk closure,road cut,various permits,extended warranty,expedited shipping costs,etc.).A copy of each receipt shall be submitted with the Price Proposal. Quantity Unit Price Factor Total Installation 1,157.52 x 1.00 x 1.1000 1,273.27 Bond and insurance 2% $57,876.09`0.02=$1,157.52 2 01 22 20 00 0009 HR Drywall FinisherFor tasks not included in the Construction Task Catalog®and as $749.14 directed by owner only. Quantity Unit Price Factor Total Installation 8.00 x 86.37 x 1.0842 = 749.14 1 drywall finisher for 1 days to touch up all finishes for new walls and filled in windows 3 01 22 20 00 0010 HR ElectricianFor tasks not Included in the Construction Task Catalog®and as directed $2,721.26 by owner only. Quantity Unit Price Factor Total Installation 24.00 x 104.58 x 1.0842 2,721.26 2 electrician for 1.5 day to relocate 6 2x4 lights,verify loads and do testing for newlights and new receptacles 4 01 22 20 00 0026 HR GlazierFor tasks not included in the Construction Task Catalog®and as directed by $2,507.36 owner only. Quantity Unit Price Factor Total Installation 24.00 x 96.36 x 1.0842 = 2,507.36 2 Glazier for 1.5 days to remove existing windows and frames per plans 5 01 22 20 00 0027 HR LaborerFor tasks not included in the Construction Task Catalog®and as directed by $710.98 owner only. Quantity Unit Price Factor Total Installation 8.00 x 81.97 x 1.0842 ='710.97 laborer for 1 day to remove existing lettering sign 6 01 22 23 00 1390 WK 1-1/2 Ton Capacity,8'To 10'Bed,4 x 2 Flat Bed Truck With Full-Time Truck Driver $4,146.67 Quantity Unit Price Factor Total Installation 100 x 3,824.64 x 1.0642 4,146.67 pickup truck for a week for tools and materials 7 01 22 23 00 13900039 MOD For Equipment Without Operator,Deduct -$1,398.06 Quantity Unit Price Factor Total Installation 0.40 x -3,223.72 x 1.0842 -1,398.06 8 01 56 16 00 0006 SF 6 MD,Fire Retardant,Plastic Sheeting,Applied To Floors $364.29 Quantity Unit Price Factor Total Installation (moox 0.42 x 1.0842 364.29 Plastic sheeting for floors to protect existing Contractor's Price Proposal-Detail Page 1 of 6 12/15/2023 Contractor's Price Proposal -Detail Continues.. Work Order Number: 123613.00 Work Order Title: HB-Treasurer's.Office Remodel Section-01. 9 01 56 16 00 0007 SF 6 Mil,Fire Retardant,Plastic Sheeting,Applied To Walls $507.41 • Quantity Unit Price Factor Total Installation 900.00 x 0.52 x 1.0842 507.41 Plastic sheeting for walls to protect existing f0 01 74 19 00 0012 EA 10 CY Dumpster(1.5 Ton)"Construction Debris"Includes delivery of dumpster,rental $505.23 cost,pick-up cost,hauling,and disposal fee.Non-hazardous material. Quantity Unit Price Factor Total Installation 1.00 x 465.99 x 1.0842 505.23 Dumpster for construction debris Subtotal for Section-01 $12,087.55 Section-02 11 02 41 19 16 0009 SF Demolish Drywall Ceiling • $487.89 Quantity Unit Price Factor Total Installation 500.00 x 0.90 x 1.0842 487.89 Demolish acoustical ceiling tiles around area with new wall Subtotal for Section-02 $487.89 Section-05 12 05 41 00 00 0015 SF 4"Width,16"On Center,14 Gauge,Load Bearing,Structural Metal Stud Framing $6,244.99 With Tracks And Runners Quantity Unit Price Factor Total Installation 750.00 x 7.68 x 1.0842 = 6,244.99 new metal studs for new walls 75 If`10'high=750 sf 13 05 41 00 00 0015 SF 4"Width,16"On Center,14 Gauge,Load Bearing,Structural Metal Stud Framing $1,040.83 With Tracks And Runners Quantity Unit Price Factor Total Installation 125.00 x 7.68 x 1.0842 1,040.83 metal stud to fill out window opening per plans 14 05 42 13 00 0002 LF 5-1/2"-20 Gauge Steel Joists $1,902.99 Quantity Unit Price Factor Total Installation 160.00 x 10.97 x 1.0842 1,902.99 Blocking for New Walls and Filling in existing windows 15 05 43 00 "00 0005 LF 1-5/8"Wide x 13/16°High,12 Gauge,Steel Unistrut Channel $587.64 Quantity Unit Price Factor Total Installation 50.00 ' x 10.84 x 1.0842 r 587.64 unistrut channel for backing of ductwork around room 1 for higher ceiling space 16 05 43 00 00 00050173 MOD For Galvanizing,Add $57.46 Quantity Unit Price Factor Total Installation 50.00 x 1.06 x 1.0842 = 57.46 Subtotal for Section-05 $9,833.91 Section-07 17 07 21 16 00.0004 SF 3-1/2"Thick,Kraft Faced,R-13 Fiberglass Flexible Insulation $1,473.43 Quantity Unit Price Factor Total Installation 900.00 x 1.51 x 1.0842 = 1,473.43 R-13 insulation for new wall and fill in windows. • Subtotal for Section-07 $1,473.43 Contractor's Price Proposal-Detail Page 2 of 6 . 12/15/2023 Contractor's Price Proposal - Detail Continues.. Work Order Number: 123613.00 Work Order Title: HB-Treasurer's Office Remodel Section-08 18 08 12 13 13 0010 EA 3'-6"x 6'-8"Through 7'-2"High,4-3/4"Deep,16 Gauge,Knock Down Hollow Metal $1,734.07 Door Frame Quantity Unit Price Factor Total Installation 4.00 x 399.85 x 1.0842 1,734.07 frame for new door 19 08 14 16 00 0018 EA 3'-6"x 7'x 1-3/8"Thick,5 Ply,Hollow Core(HC),Birch Faced Wood Door $1,284.95 Quantity Unit Price Factor Total Installation 4.00 x 296.29 x 1.0842 1,284.95 new doors . 20 08 71 11 00 0012 PR 5"x 5"Standard Duty,Full Mortise,Ball Bearing,Brass/Bronze,Satin Chrome Finish $745.63 Hinge Quantity Unit Price Factor Total Installation 6.00 x 114,62 x 1.0842 745,63 hinges for new door 3 each 3*4=12 hinges or 6 pairs 21 08 71 11 00 2290 EA Entrance/Office F04 Mortise LocksetLocked with key outside and thumb knob inside. $3,532.89 Quantity Unit Price Factor Total Installation 4.00 x 814.63 x 1.0842 3,532.89 lockset for new doors Subtotal for Section-08 $7,297.54 Section-09 22 09 01 20 91 0006 SF >16 To 32 SF,Cut And Patch Hole In Gypsum Board To Match ExfstingPer location. $332.42 See CSI section 09 29 10 00-0001 for"Gypsum Board"repairs>32 SF. Quantity Unit Price Factor Total Installation 30.00 x 10.22 x 1.0842 332.42 patching as necessary for new receptacles 23 09 29 10 00 0006 SF 5/8"Gypsum Board $211.42 Quantity Unit Price Factor Total Installation 125.00 x 1.56 x 1.0842 211.42 gypsum board to fill out window opening per plans 24 09 29 10 00 0006 SF 5/8"Gypsum Board $2,663.88 Quantity Unit Price Factor Total Installation 1,575 00 x 1.56 x 1.0842 2,663.88 gypsum board for new walls 75 If•10'6"high'2 sides=1575 sf 25 09 29 10 00 00060052 MOD For Walls>10'High,Add $153.69 Quantity Unit Price Factor Total Installation 1,575 00 x 0.09 x 1.0842 153.69 26 09 29 10 00 0042 SF >10'High,Ceilings,Tape,Spackle And Finish Gypsum BoardUse this task for the $2,009.02 entire wall area when the wall is>10'high. Quantity Unit Price Factor Total Installation 1,700.00 x 1.09 x 1.0842 2,009.02 finishing of new gypsum board for new wall and filled out windows 27 09 29 10 00 0044 LF Up To 10'High,Vertical Corners,Tape,Spackle And Finish Gypsum Board $200.03 Quantity Unit Price Factor Total Installation 160.00 x 1.23 x 1.0842 = 200.03. finishing of vertical comerfor new walls Contractor's Price Proposal-Detail Page 3 of 6 12/15/2023 Contractor's Price Proposal -Detail Continues.. Work Order Number: 123613.00 Work Order Title: HB-Treasurer's Office Remodel Section-09 28 09 51 13 00 0005 SF 2'x 2'x 1"Thick,Fiberglass Acoustical Ceiling Panel(Armstrong Optima®3152) $2,724.59 Quantity Unit Price Factor Total Installation 350.00 x 6.72 x 1.0842 2,550.04 Demolition 350.00 x 0.46 x 1.0842 = 174.56 remove and install new ceiling panel 29 09 51 13 00 00050095 MOD For>200 To 500,Add $151.79 Quantity Unit Price Factor Total Installation 350.00 x 0.40 x 1.0842 151.79 30 09 51 13 00 00050428 MOD For Ceilings>10'High,Add $37.95 Quantity Unit Price Factor Total Installation 350.00 x 0.10 x 1.0842 37.95 31 09 53 23 00 0007 SF 2'x 2'Grid,Hot Dipped Galvanized Steel,9/16"T Bar Ceiling Suspension System $1,146.00 Quantity Unit Price Factor Total Installation 350.00 x 2.56 x 1.0842 971.44 Demolition 350.00 x 0.46 x 1.0842 = 174.56 Remove and install newt bar grid for area with new walls 32 09 53 23 00 00070112 MOD For UL Listed(Fire Guard),Add $56.92 Quantity Unit Price Factor Total Installation 350.00 x 0.15 x 1.0842 56.92 33 09 53 23 00 00070123 MOD For>200 To 500,Add $79.69 Quantity Unit Price Factor Total Installation 350.00 x 0.21 x -1.0842 79.69 34 09 53 23 00 00070428 MOD For Ceilings>10'High,Add $45.54 Quantity Unit Price Factor Total Installation 350.00 x 0.12 x 1.0842 45.54 35 09 53 23 00 0010 LF Pencil Rod Support For Suspended Ceiling with Accessories $507.41 Quantity Unit Price Factor Total Installation 400.00 x 1.17 x 1.0842 = 507.41 pencil rod for new ceiling tile 36 09 65 13 13 0008 LF 6"High,1/8"Thick,Type TP Thermoplastic Rubber Wall Base,All Colors $705.81 Quantity Unit Price Factor Total Installation 150.00 x 4.34 x 1.0842 705.81 Rubber base for new wall 37 09 81 16 00 0010 SF 6"Thick,2.5 PCF Density,Sound Attenuation Fire Blanket(Thermafiber SAFB) $398.44 Quantity Unit Price Factor Total Installation 125.00 x 2.94 x 1.0842 _ 398.44 sound insulation for filled in windows 38 09 81 16 00 0010 SF 6"Thick,2.5 PCF Density,Sound Attenuation Fire Blanket(Thermafiber SAFB) $2,518.16 Quantity Unit Price Factor Total Installation 790.00 x 2.94 x 1.0842 2,518.16 Sound proof layer for new wall 39 09 91 23 00 0067 SF 1 Coat Primer,Brush/Roller Work,Paint Interior Plaster/Drywall Walls $1,247.37 Quantity Unit Price Factor Total Installation 1,950.00 x 0.59 x 1.0842 1,247.37 primer for painting of new walls and filled in windows and existing walls Contractor's Price Proposal-Detail Page 4 of 6 12/15/2023 Contractor's Price Proposal - Detail Continues.. Work Order Number: 123613.00 Work Order Title: HB-Treasurer's Office Remodel Section-09 40 09 91 23 00 0069 SF 2 Coats Paint,Brush/Roller Work,Paint Interior Plaster/Drywall Walls $2,515.89 Quantity Unit Price Factor Total Installation 1,950.00 x 1.19 x 1.0842 2,515.89 paint new walls and filled in windows and existing walls Subtotal for Section-09 $17,706.02 Section-21 41 21 01 10 91 0004 LF Purging Existing Lines Of Water $44.24 Quantity Unit Price Factor Total _ Installation 80.00 x 0.51 x 1.0842 44.24 purging of existing water line for fire sprinkler 42 21 01 10 91 0005 LF Refill Existing Lines With Water $54.64 Quantity Unit Price Factor Total Installation 80.00 x 0.63 x 1.0842 54.64 refill lines for fire sprinkler 43 21 01 30 91 0006 EA Inspection,WC,Wet Chemical $278.73 Quantity Unit Price Factor Total = Installation 2 00 x 128.54 x 1.0842 278.73 inspection for fire sprinkler 44 21 01 30 91 0010 EA Hydrostatic Testing,All Sizes,All AgentsSee CSI section 23 05 93 00-0046 for $85.78 testing existing piping systems. Quantity Unit Price Factor Total Installation 2.00 x 39.56 x 1.0842 85.78 hydrostatic testing for fire sprinkler 45 21 13 19 000003 EA Exposed Piping,Ordinary Hazard,Preaction Sprinkler System,Per Headincludes $989.98 branch pipe and fittings,supports and sprinkler heads. Quantity Unit Price Factor Total Installation 2.00 x 456.55 x 1.0842 989.96 new fire sprinklers Subtotal for Section-21 $1,453.37 •Section-23 46 23 01 50 61 0010 SF Sheet Metal Jacket Patch $684.35 Quantity Unit Price Factor Total Installation 60.00 x 10.52 x 1.0842 684.35 patching for ductwork 47 23 05 93 0D 0017 EA Balancing HVAC Duct System,Floor Height Supply,Return,Exhaust,Register And $424.79 Diffuser Quantity Unit Price Factor Total Installation 6.00 x 65.30 x 1.0842 424.79 balancing of diffuser and return grill 48 23 31 13 13 0012 LB 3°WG(Class B),Type 304,Stainless Steel Sheet Metal Ductwork $1,266.67 Quantity Unit Price Factor Total Installation 70.00 x 16.69 x 1.0842 1,266.67 Extending the existing Metal Ducting to provide airflow to additional diffuser 49 23 31 13 13 00120092 MOD For Welded Seams,Add $410.48 Quantity Unit Price Factor Total Installation 60.00 x 6.31 x 1.0842 = 410.48 Contractor's Price Proposal-Detail Page 5 of 6 12/15/2023 Contractor's Price Proposal -Detail Continues.. Work Order Number: 123613.00 Work Order Title: HB-Treasurer's Office Remodel Section-23 50 23 31 13 13 00120097 MOD For Up To 200,Add $414.38 Quantity Unit Price Factor Total • Installation 60.00 x 6.37 x 1.0842 414.38 51 23 37 13 13 0007 EA 12"x 12"Ceiling Diffuser With Perforated Face,Flush Mount,Aluminum $432.40 Construction With Damper Quantity Unit Price Factor Total Installation 3.00 x 132.94 x 1.0842 432.40 new diffuser 52 23 37 13 13 0101 EA 12"x 12"Double Deflection Retum/Exhaust Register,Aluminum,Opposed Blade $543.68 Damper,Wall/Ceiling Quantity Unit Price Factor Total Installation• 3.00 x 162.81 x 1.0842 529.56 Demolition 1.00 x 13.03 x 1.0842 = 14.13 new return grills Subtotal for Section-23, $4,176.75 Section-26 53 26 05 19 13 0018 EA RJ-45,Telephone Fitting With Duplex Jack And Cover $186.05 Quantity Unit Price Factor Total Installation 2.00 x 85.80 x 1.0842 = 186.05 new data outlets 54' 26 05 33 13 0011 CLF 3/4"Electrical Metallic Tubing(EMT)Conduit Assembly With 4#12 Copper THHN $1,431.95 And 1#12 Copper Insulated Grounding Conductorincludes conduit,set screw connectors,set screw couplings,straps,wire as indicated.Not for use where detail is available. • Quantity Unit Price Factor Total Installation 1,20 x 1,100.62 x 1.0842 = 1,431.95 cables and conduits for new outlets and lighting 55 26 27 26 00 0007 EA 20 Amperes,2 Gang,NEMA 5-20,Duplex Receptacle Assembly $277.23 Quantity Unit Price Factor Total Installation 2.00 x 127.85 x 1.0842 = 277.23 new electrical outlets 56 26 51 19 00 0145 EA 2'x 4',4,000 Lumens,Volumetric,Lay-In/Troffer LED Fixture(Lithonia 2VTL4) $2,263.48 Quantity Unit Price Factor Total Installation 5.00 x 417.54 x 1.0842 2,263.48 Install new 2x4 Led lights Subtotal for Section-26 $4,158.71 Section-28 ' 57 ' 28 46 21 17 0086 EA Superduct,Signature Duct Smoke Detector(EST3 SIGA-SD) $474.19 Quantity. Unit Price Factor Total = Installation 1.00 ' x 437.36 x 1.0842 474.19 new smoke detector Subtotal for Section-28 $474.19 Proposal Total $59,149.36 This total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. Contractor's Price Proposal-.Detail Page 6 of 6 12/15/2023 B€ RDgAN® Subcontractor Listing Date: December 15,2023 Re: IOC Master Contract#: CA-R8-Gt301-123021-HCC Work Order#: 123613.00 Owner PO#: Title: HB-Treasurer's Office Remodel Contractor. Horizons Construction Co.Intl,Inc. Proposal Value: $59,149.36 _""r�, ;;c::=,. �,�. t�;, r", _ .:-e_ ^s-, �=,.ss .S-. - ^"ram-=`.s ,^s",4"-�"."^,�y',r.^...R ..�-.r `:a;.'•=w'�.y :k. :�"•.,..:n_.>._E,s—-�`�:''�.'.i?iei'S.,.,., a�.u�..s,... �t'r%�ct�--:`�c ge•-..c:.-- i5r"':�'-_�":'n�.. �. r'v".l_��; �j�t1' _ "'''4;;r, ,.r a�%<=,c,.-z ...r__. �;c' ��f1t2�;OF�:O[l��tf2�rst01?;...�.=�•� -- 3.. - ��..•,-�, + .S� ` ,-�✓.'''.,:� 4�.. ' '`. y'-a2..^�."S.=x�.swRa1."aT•• •�: 9-'=,1, ? "\+;;._- ^7�:,�7Y.':�tik;.="•=�=x_,•_-..Y.a:i:.�+. - - ."„"::ro Nr,L,„�'� �=^�"aa% :xL s%...-."2;. :Y:r'%h�s r.;val•_., ..3.�.�-,"r-.�., ...,.< _.r,� _-�.- c.,,._.sY.;.:.rrnc;• ...,u...�,._r...ca ,;iw �a__.�,{,.. �;rcx w,�ai:�So...e�'c5�.`Ya ...>., :..�•,:. �y�. No Subcontractors have been $0.00 0.00 selected for this Work Order Subcontractor Listing Page 1 of 1 12/15/2023 Sourcewell ezIQC EXECUTIVE SUMMARY ezIQC® is a unique Indefinite Delivery, Indefinite Quantity(IDIQ) procurement process that helps public facility and infrastructure owners complete many projects through a single competitive bid process conducted in accordance with California statutes. Unlike traditional bidding where each project is identified,designed and then put out to bid separately,ezIQC achieves competitively bid pricing up front and eliminates the need to separately bid each project. In other words,the contract is awarded based on competitively-bid pricing,so that projects under the contract can proceed swiftly on an as needed basis. • The Contract Sourcewell is a government agency that connects public entity buyers with suppliers including general and trade-specific contractors for the purchasing of construction services. Sourcewell construction contracts, called ezIQC, are competitively-bid IDIQ contracts awarded to contractors to accomplish the repair,alteration, modernization, and rehabilitation of infrastructure and buildings.Sourcewell introduced ezIQC in 2008 and the contracts have been used by public agencies, across various construction sectors, and throughout the country for nearly$2B in construction volume since inception. Gordian responded to an RFP for consulting services from Sourcewell and was subsequently awarded a contract to administer the ezIQC program for Sourcewell members around the country.ezIQC contracts are backed by the most sophisticated construction cost data in the world, provided by Gordian. ezIQC contracts also benefit from the significant software and technical services established by Gordian over decades of developing best practices for IDIQ construction procurement. Some Sourcewell members are California city and county governments, and Gordian serves those members. Below is a brief history and summary of the ezIQC program: • Currently Sourcewell has over 350 ezIQC Contracts across all sectors of construction including general and trade specific contracts in 16 states. • As a government agency,Sourcewell facilities the entire competitive bid procurement process from advertisements to award. • Projects have ranged in size from very small, simple door replacements to-very large, complex repair or alterations. • Contracts are bid-and awarded at a local level using construction data, software and administrative oversight of Gordian. Contract documents include: o Project Information, Instructions to Bidders and Execution Documents o IDIQ Standard Terms and Conditions and Contract General Conditions o Construction Task Catalog® (CTC)—Local Labor, Material, Equipment o Technical Specifications and Local Prevailing Wage Rates by California County 1 Rihrz Sourcewell Sourcewell/ezIQC Project Development Services: ezIQC includes a service delivery web portal for initiating,dispatching and ultimately tracking participating members satisfaction of ezIQC project service requests.To initiate a project,the participating entity enters a project request at www.eziqc.com. As part of the Sourcewell ezIQC program, Gordian's Account Managers perform services necessary to support the completion of the ezIQC proposal when requested by Sourcewell members. Each proposal follows the same simple process: Project Identification:When a project is identified,Gordian will contact the member and assist with determining the initial details of the project scope and identifying how to best get project initiated. Contractor Identification: Gordian will help the member identify the appropriate ezIQC contractor for the project based on the type of work involved and the location of the project.Gordian will monitor the performance of the ezIQC contractor. Joint Scope Meeting:You,the contractor and a Gordian Account Manager will meet at the project site to discuss the proposed project,the schedule, required permits, inspections and all other aspects of the work. This meeting allows the contractor to inspect the site and ask questions before submitting the appropriate prices from the Construction Task Catalog (CTC), helping to eliminate the misunderstandings and mistakes that lead to most change orders. - Detailed Scope of Work:After the Joint Scope Meeting, a Gordian Account Manager assists the member in preparing a Detailed Scope of Work that describes the work the contractor will perform.The member sends this Detailed Scope of Work to the contractor. Price Proposal:The contractor prepares a Price Proposal by selecting the appropriate tasks from the CTC based on the owner approved Detailed Scope of Work. Costs are determined through this straightforward. equation: Task Unit Price x Required Quantities x Contractor's Competitively-Bid Adjustment Factor The contractor submits the Price Proposal along with a construction schedule, list of proposed subcontractors and other required documents. Price Proposal Review:A Gordian Account Manager reviews the Price Proposal ensuring the contractor selected the appropriate tasks and quantities.After Gordian's review the contractor makes any required changes and submits the Price Proposal to the member for final review and approval. Purchase Order Issued:Once the member is satisfied with the price,schedule and other required information, the member may issue a Purchase Order to the contractor to complete the Detailed Scope of Work within the approved construction schedule for the price submitted. Inspections and submittals follow the member's standard process. Certified payroll records, if required, will be submitted with applications for payment. 2 Risio Sourcewell .120 Construction:Site inspections and construction management may be performed by your construction managers, or selected as an additional service provided by Gordian, and will follow your standard process. If necessary changes arise,the member has the flexibility to change the scope of work with ezIQC via a supplemental or deductive Job Order.Changes are priced using the preset unit prices in the CTC for your specific area.There is no need to negotiate change orders, only to verify the correct CTC tasks were chosen and the Unit of Measure (UOM) used for each task. Contractors are performance based and motivated to provide a high-quality project,as the opportunity for future work is tied to their current performance. Joint Detailed. `3du; Purchase -�� Price ��� price �,d.'.� Scope Scope of Proposal .“} Order Meeting Work Proposal _'` Review Issued Gordian Gordian helps The contractor Gordian Once the Price schedules a you prepare a prepares a Price reviews the Proposal is meeting at the Detailed Scope Proposal by Price Proposal approved,you site for those of Work that selecting the to ensure the issue a involved to . describes the appropriate tasks contractor has purchase discuss project work the from Gordian's selected the order for the and design contractor will Construction Task appropriate contractor to details. perform. Catalor(CTC). tasks and proceed. quantities. Review and.Maintenance of Contracts Sourcewell contracts are reviewed annually for their effectiveness. Sourcewell contracts are written for multiple terms and are subject to annual bi-lateral renewals based on owner reviews. As a result, Sourcewell provides a simple, structured and well documented procurement contract to create a seamless process for all its member procurement needs.Sourcewell understands this procurement option must meet or exceed any client project expectations and provide a value to any members growing construction procurement needs. ez1QC Benefits to Sourcewell members: • Immediate access to local, competitively-awarded construction contracts • Expert review of Price Proposals • . Assistance with Detailed Scope of Work development • Streamlined change order process (if required) •. Readily available pre-qualified contractors • Simple project initiation • Preset and transparent construction pricing • Time savings • Price certainty • Reduced procurement and administrative costs • Price Proposal accuracy 3 Sourcewell • Increased cost control • High-quality work Summary It is important to note Sourcewell ezIQC contracts are procured differently than other national cooperative offerings.These contracts are bid at a local level in order to comply with the applicable jurisdictional requirements, and encourage local contractor participation.The Construction Task Catalog prices are based off local prevailing wage rates as specified by the California Department of Industrial Relations (DIR), and locally researched material and equipment costs. Contractor awards are made to the lowest responsive, responsible bidder. Many government agencies in California and throughout the country are using this process as an alternative to the traditional bid process.This solution is also not designedto replace the traditional bid process but can be utilized to create an additional efficient option in the procurement of construction services. 4 DocuSign Envelope ID:637A0871-A414-46B3-AF92-633293B80E65 40400041Ar yoeo SOURCEWELL STATE OF MINNESOTA Sourcewell Member Ki rche r moved the adoption of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE-SOLICITATION OF CATEGORIES 8/15/2023 Resolution No.2023_20 WHEREAS,Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a solicitation,for the categories listed on Appendix A, which is attached and incorporated. WHEREAS,through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program; and WHEREAS,the Chief Procurement Officer recommends approval of categories detailed above. NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of categories. The motion for the adoption of the foregoing resolution was duly seconded by Member Barrows and the following voted in favor: (list names here) zylka, Nagel , Thiel , Barrows , Arts, Kircher, Kicker and the following voted against: (list names here or"NONE") NONE whereupon said resolution was declared duly passed and adopted. ATTEST: DocuSigned by: t utroiaotit U4l- ... Clerk to the Board of Directors DocuSign Envelope ID:637A0871-A414-46B3-AF92-633293B80E65 APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS-August 2023 Requesting Board permission to Solicit the following categories: G Employee Benefit Administrative Products and Services tot 2 G1 Requesting Board permission to Re-Solicit the following categories: School Buses with Related Accessories,Supplies,Parts,and Services Refuse Collection Vehicles with Related Equipment,Accessories,and Services Industrial and Workplace Storage Systems with Related Accessories Indefinite Delivery Indefinite Quantity Construction-California NEW CONTRACTS Supplier Name Contract Number Solicitation Title "Fleet Electrification Transition Planning,Management,and Related Guidehouse,Inc. 051123-GUI Services" "Fleet Electrification Transition Planning;Management,and Related Hatch Associates Consultants,Inc. 051123-HAT Services" "Fleet Electrification Transition Planning,Management,and Related Highland Electric Fleets,Inc. 051123-HEF Services" "Fleet Electrification Transition Planning,Management,and Related ICF Resources,LLC 051123-ICF Services" "Fleet Electrification Transition Planning,Management,and Related InCharge Energy,Inc. 051123-INC Services" "Fleet Electrification Transition Planning,Management,and Related t7 D INF Associates,LLC 051123-INA Services" m "Fleet Electrification Transition Planning,Management,and Related PA Consulting Group,Inc. 051123-PAC Services" "Fleet Electrification Transition Planning,Management,and Related Positive Energy,Inc. 051123-PST Services" "Fleet Electrification Transition Planning,Management,and Related Sia Partners,Inc. 051123-SIA Services" AXIS Insurance Company 051623-AXC "Group Employee Benefits and Related Services" Colonial Life&Accident Insurance 051623-CLA "Group Employee Benefits and Related Services" Lincoln National Group 051623-LNG "Group Employee Benefits and Related Services" MetLife,Inc. 051623-MET "Group Employee Benefits and Related Services" Reliance Matrix 051623-RLC "Group Employee Benefits and Related Services" Adroit Advanced Technologies 062723-ADT "Alternative Student and Client Transportation Services" Assist Services 062723-ARS "Alternative Student and Client Transportation Services" First Student 062723-FIR "Alternative Student and Client Transportation Services" HopSkipDrive 062723-HSD "Alternative Student and Client Transportation Services" Bentley Mills 061323-BPS "Flooring Materials with Related Supplies and Services" Division 9 061323-DV9 "Flooring Materials with Related Supplies and Services" Forbo Flooring Systems 061323-FRO "Flooring Materials with Related Supplies and Services" Interface Americas 061323-IFA "Flooring Materials with Related Supplies and Services" Mannington Mills 061323-MMI "Flooring Materials with Related Supplies and Services" Mats,Inc. 061323-MAT "Flooring Materials with Related Supplies and Services" Milliken Services 061323-MAC "Flooring Materials with Related Supplies and Services" Mohawk Carpet Distribution 061323-MCD "Flooring Materials with Related Supplies and Services" Roppe Corporation 061323-RPP "Flooring Materials with Related Supplies and Services" Shaw Integrated and Turf Solutions 061323-SII "Flooring Materials with Related Supplies and Services" Tarkett USA 061323-TFU "Flooring Materials with Related Supplies and Services" CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title Genuine Parts Company-NAPA Integrated "Fleet and Facility Related Vendor Managed Inventory and Logistics Business Solutions 110520-GPC Management Solutions" Unifirst Corporation 040920-UFC "Uniforms with Related Products and Services" CNH Imdustrial America 110719-CNH "Ag Tractors with Related Attachments,Accessories and Supplies" NEW IDIQ CONTRACTS Company Name Contract Number Region-Type of Work None IDIQ Contract Extensions '(Company Name (Contract Number _ „_ DocuSign Envelope ID:637A0871-A414-46B3-AF92-633293B80E65 APPENDIX A Continued Johnson-Laux Construction,LLC MD-R1-GC04-052621-JLC Centennial Contractors Enterprises;Inc. MD-R1-GC03-052621-CCE . Step 1 Enterprises,LLC MD-R1-GC01-052621-S1E • Vigil Contracting,Inc. MD-R4-GC01-052621-VGL Adrian L.Merton,Inc. MD-R5-HVACO2-052621-ALM Centennial Contractors Enterprises,Inc. MD-R3-GCO2-052621-CCE Centennial Contractors Enterprises,Inc. MD-R4-GCO2-052621-CCE Bethel Electric Construction Company of Maryland, LLC MD-R3-E01-052621-BEC Vigil Contracting,Inc. MD-R2-HVAC01-052621-VGL Vigil Contracting,Inc. • MD-R4-E02-052621-VGL - S-Works Construction Corporation MD-R2-GC03-052621-SWC Paige Industrial Services,Inc. MD-R3-GC03-052621-PAI Paige Industrial Services,Inc. MD-R3-E02-052621-PAI Paige Industrial Services,Inc. MD-R3-RW02-052621-PAI Vigil Contracting,Inc. MD-R5-GCO2-052621-VGL Adrian L.Merton,Inc. - MD-R4-HVACO2-052621-ALM Vigil Contracting,Inc. MD-R4-HVAC01-052621-VGL i Vigil Contracting,Inc. MD-R5-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R2-E02-052621-VGL The Matthews Group MD-R2-GC04-052621-TMG Paige Industrial Services,Inc. MD-R5-GC03-052621-PAI • Skyline Roofing,Inc. MD-R2-RW01-052621-SKY Skyline Roofing,Inc. . :- MD-R3-RW01-052621-SKY Vigil Contracting,Inc. MD-R2-GC01-052621-VGL Paige Industrial Services,Inc. MD-R6-HVACO2-052621-PAI Paige Industrial Services,Inc. MD-R5-RW02-052621-PAI . Paige Industrial Services,Inc. MD-R6-RW02-052621-PAI Bethel Electric Construction Company of Maryland, LLC MD-R1-E01-052621-BEC Paige Industrial Services,Inc. MD-R3-PAC01-052621-PAI Paige Industrial Services,Inc. MD-RS-PACO2-052621-PAI Bethel Electric Construction Company of Maryland, LLC MD-R4-E01-052621-BEC Bethel Electric Construction Company of Maryland, LLC MD-R5-E01-052621-BEC • Adrian L.Merton,Inc.' . MD-R2-HVACO2-052621-ALM • Vigil Contracting,Inc. MD-R6-GC01-052621-VGL Vigil Contracting,Inc. MD-R6-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R5-E02-052621-VGL Centennial Contractors Enterprises,Inc. • MD-R6-GC04-052621-CCE Vigil Contracting,Inc. MD-R3-GC04-052621-VGL Vigil Contracting,Inc. MD-R3-HVAC01-052621-VGL , Nichols Contracting,Inc. • MD-R3-GC01-052621-NIC Bethel Electric Construction Company of Maryland, LLC MD-R6-E01-052621-BEC - Skyline Roofing,Inc. . MD-R1-RW01-052621-SKY Skyline Roofing,Inc. MD-R5-RW01-052621-SKY Vigil Contracting,Inc. MD-R6-E02-052621-VGL Nichols Contracting,Inc.- MD-R5-GC01-052621-NIC F.H.Paschen,S.N.Nielsen&Associates,LLC MD-R1-GCO2-052621-FHP • S-Works Construction Corporation MD-R4-GC04-052621-SWC Paige Industrial Services,Inc. • MD-R6-GC03-052621-PAI Centennial Contractors Enterprises;Inc. MD-R5-GC04-052621-CCE Bethel Electric Construction Company of Maryland, LLC• MD-R2-E01-052621-BEC Adrian L.Merton,Inc.. MD-R3-HVACO2-052621-ALM Paige Industrial Services,Inc. MD-R6-PACO2-052621-PAI Place Services,Inc. KY-E-GC01-062420-PLS • , The Lusk Group - KY-E-RW01-062420-LMC ; Calhoun Construction Services KY-NC-GCO2-062420-CAC The Lusk Group • . KY-W-E02-062420-LMC Tecta America Corp. KY-W-RW02-062420-TEA ' Place Services;Inc. KY-NC-GC03-062420-PLS Place Services,Inc: KY-NC-E01-062420-PLS i.The Lusk Group • KY-NC-RW01-062420-LMC DocuSign Envelope ID:637A0871-A414-46B3-AF92-633293B80E65 APPENDIX A Continued The Lusk Group KY-NC-E02-062420-LMC The Lusk Group KY-W-RW01-062420-LMC Tecta America Corp. KY-NC-RW02-062420-TEA Tecta America Corp. KY-E-RW02-062420-TEA ' Triton Services,Inc. KY-NC-HVAC01-062420-TRS _ The Lusk Group KY-W-GC03-062420-LMC The Lusk Group KY-E-HVAC01-062420-LMC The Lusk Group KY-E-E02-062420-LMC The Lusk Group KY-NC-GC05-062420-LMC The Lusk Group KY-E-GC03-062420-LMC Place Services,Inc. KY-W-E01-062420-PLS ' Place Services,Inc. KY-W-GC01-062420-PLS Place Services,Inc. KY-E-E01-062420-PLS Triton Services,Inc. KY-NC-GCO1-062420-TRS The Lusk Group KY-W-HVACO1-062420-LMC F.H.Paschen,S.N.Nielsen&Associates,LLC KY-NC-GC04-062420-FHP F.H.Paschen,S.N.Nielsen&Associates,LLC KY-W-GCO2-062420-FHP F.H.Paschen,S.N.Nielsen&Associates,LLC KY-E-GCO2-062420-FHP The Lusk Group KY-NC-HVACO2-062420-LMC DocuSign Envelope ID:7C132FC1-2D03-45B2-92A5-AEA10B52809A SOURCEWELL ytit STATE OF MINNESOTA Sourcewell 1 Member Dahl berg moved the adoption of the following Resolution: RESOLUTION TO RATIFY COOPERATIVE CONTRACTING AWARDS 12/19/2023 Resolution No.2023_32 WHEREAS,the Sourcewell Board of Directors previously authorized the solicitations for the cooperative categories listed on Appendix A, which is attached and incorporated; and WHEREAS,Sourcewell issued the cooperative contracting solicitations for the authorized categories; and WHEREAS,through the Sourcewell Procurement Policy,the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program and to award all competitively solicited contracts,without limitation; and WHEREAS,the Chief Procurement Officer made the awards listed based on the results of the competitive solicitation process; and WHEREAS,the Board acknowledges that the awards made by the Chief Procurement Officer are valid and binding; however, based upon some members' legal requirements the Chief Procurement Official is required to seek subsequent Board ratification of all cooperative purchasing awards. NOW THEREFORE BE IT RESOLVED by the Board of Directors ratifies the cooperative contracting awards made by the Chief Procurement Officer listed on Appendix A. The motion for the adoption of the foregoing resolution was duly seconded by Member Barrows and the following voted in favor: (list names here) zylka, Nagel , Thiel , Barrows , Arts , Kircher, Kicker, Dahlberg and the following voted against: (list names here or"NONE") NONE whereupon said resolution was declared duly passed and adopted. ATTEST: DocuSigned byy: �ivu Llth —utrof2YDtitHL/4U1- Clerk to the Board of Directors DocuSign Envelope ID:7C132FC1-2D03-45B2-92A5-AEA10B52809A APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS-December 2023 Requesting Board permission to Solicit the following categories: ZGarage and Fleet Services Requesting Board permission to Re-Solicit the following categories: Wireless Voice&Data Services with Related Solutions,Equipment,and Accessories Indefinite Delivery Indefinite Quantity Construction-Colorado m NEW CONTRACTS Supplier Name Contract Number Solicitation Title AmTab Manufacturing Corporation 091423-AMTAB "Furniture Solutions with Related Accessories and Services" O CORT Business Services Corporation 091423-COR "Furniture Solutions with Related Accessories and Services" Fellowes,Inc. 091423-FELL. . "Furniture Solutions with Related Accessories and Services" Haworth,Inc. 091423-HAWRT "Furniture Solutions with Related Accessories and Services' Kruger International,Inc. 091423-KII "Furniture Solutions with Related Accessories and Services' Lakeshore Learning Materials 091423-LSH "Furniture Solutions with Related Accessories and Services' OFS Brands,Inc. 091423-OFS "Furniture Solutions with Related Accessories and Services" Palmer Hamilton,LLC 091423-PHL "Furniture Solutions with Related Accessories and Services" SICO America,Inc. 091423-SICO "Furniture Solutions with Related Accessories and Services" Staples Contract&Commercial,LLC 091423-SCC "Furniture Solutions with Related Accessories and Services" Steelcase,Inc. 091423-STI "Furniture Solutions with Related Accessories and Services" Teknion,Limited 091423-TKN "Furniture Solutions with Related Accessories and Services" "Public Safety Video Surveillance Solutions with Related Equipment, Axon Enterprise 101223-AXN Software and Accessories" "Public Safety Video Surveillance Solutions with Related Equipment, Cardinal Peak Technologies 101223-CARD Software and Accessories" "Public Safety Video Surveillance Solutions with Related Equipment, Digital Ally,Inc. 101223-ALLY Software and Accessories" "Public Safety Video Surveillance Solutions with Related Equipment, I-PRO Americas,Inc. 101223-IPRO Software and Accessories" "Public Safety Video Surveillance Solutions with Related Equipment, Konica Minolta Business Solutions U.S.A.,Inc. 101223-KON Software and Accessories" "Public Safety Video Surveillance Solutions with Related Equipment, Motorola Solutions,Inc. 101223-MOT Software and Accessories" Collins Bus Corporation 102623-COLNS "School Buses with Related Accessories,Supplies and Services' IC Bus 102623-ICB "School Buses with Related Accessories,Supplies and Services' The Lion Electric Company dba Lion Buses,Inc. 102623-LON "School Buses with Related Accessories,Supplies and Services' Thomas Built Buses,Inc. 102623-TBB "School Buses with Related Accessories,Supplies and Services` CONTRACT EXTENSIONS . Supplier Name Contract Number Solicitation Title Ari-Hetra 013020-ARP "Vehicle Lifts,with Garage and Fleet Maintenance Equipment" LIFTNOW 013020-LFT "Vehicle Lifts,with Garage and Fleet Maintenance Equipment" Mohawk Lifts 013020-MRL "Vehicle Lifts,with Garage and Fleet Maintenance Equipment" Stertil-Koni 013020-SKI "Vehicle Lifts,with Garage and Fleet Maintenance Equipment" "Playground and Water Play Equipment with Related Accessories and BCI.Burke 010521-BUR Services" UniFirst Corporation 040920-UFC "Uniforms with Related Products and Services" NEW IDIQ CONTRACTS " Company Name Contract Number Region-Type of Work ACCO Engineered Systems,Inc. CA-R1-HVAC-101723-AES Region 1-Mechanical/HVAC Alco Building Solutions CA-R1-GB-101723-ABU Region 1-General Building Alco Building Solutions CA-R1-E-101723-ABU Region 1-Electrical CORE West,Inc. CA-R1-GB-101723-CRW Region 1-General Building ACCO Engineered Systems,Inc. CA-R2-HVAC-101723-AES Region 2-Mechanical/HVAC Alco Building Solutions CA-R2-GB-101723-ABU Region 2-General Building Alco Building Solutions CA-R2-E-101723-ABU Region 2-Electrical CORE West,Inc. CA-R2-GB-101723-CRW Region 2-General Building ABM Building Solutions,LLC CA-R3-HVAC-101723-ABL Region 3-Mechanical/HVAC ABM Electrical and Lighting Solutions CA-R3-E-101723-AEL Region 3-Electrical ACCO Engineered Systems,Inc. CA-R3-HVAC-101723-AES Region 3-Mechanical/HVAC DocuSign Envelope ID:7C132FC1-2003-45B2-92A5-AEA10B52809A APPENDIX A Continued Alco Building Solutions CA-R3-GB-101723-ABU• Region 3-General Building Alco Building Solutions CA-R3-E-101723-ABU Region 3-Electrical CORE West,Inc. CA-R3-GB-101723-CRW Region 3-General Building North Star Construction and Engineering,Inc. CA-R3-PAV-101723-NSC Region 3-Paving ABM Building Solutions,LLC CA-R4-HVAC-101723-ABL Region 4-Mechanical/HVAC + ABM Electrical and Lighting Solutions CA-R4-E-101723-AEL Region 4-Electrical ' Air Systems,Inc. CA-R4-HVAC-101723-AIR Region 4-Mechanical/HVAC ,.Alco Building Solutions CA-R4-GB-101723-ABU. Region 4-General Building Alco.Building Solutions CA-R4-E-101723-ABU Region 4-Electrical Angeles Contractor,Inc. CA-R4-GB-101723-ACI Region 4-General Building ' Angeles Contractor,Inc. CA-R4-PAV-101723-ACI Region 4-Paving CORE West,Inc. CA-R4-GB-101723-CRW Region 4-General Building • MIK.Construction Inc. CA-R4-GB-101723-MIK Region 4-General Building QUINCON,INC. CA-R4-GB-101723-QUI Region 4-General Building ' Staples Construction CA-R4-GB-101723-STA Region 4-General Building .ABM Building Solutions,LLC CA-R5-HVAC-101723-ABL Region 5-Mechanical/HVAC • ABM Electrical and Lighting Solutions CA-R5-E-101723-AEL Region 5-Electrical • Alco Building Solutions CA-R5-E-101723-ABU' Region 5-Electrical j Angeles Contractor,Inc. CA-R5-RW-101723-ACI Region 5-Roofing/Waterproofing CORE West,Inc. CA-RS-GB-101723-CRW Region 5-General Building Durham Construction Company,Inc. CA-R5-GB-101723-DCC Region 5-General Building Horizons Construction Company Int'l,Inc. CA-R5-PAV-101723-HRZ Region 5-Paving •J G CONTRACTING CA-R5-GB-101723-JGC Region 5-General Building Mesa Energy Systems,Inc. CA-R5-HVAC-101723-MSA Region 5-Mechanical/HVAC Newton Construction and Management,Inc. CA-R5-GB-101723-NCM Region 5-General Building ' QUINCON,INC. CA-R5-GB-101723-QUI Region 5-General Building Terra West Construction,Inc. CA-R5-PAV-101723-TWC Region 5-Paving Vortex Construction CA-R5-GB-101723-VTX • Region 5-General Building i Vortex Construction CA-R5-RW-101723-VTX Region 5-Roofing/Waterproofing ABM Building Solutions,LLC CA-R6-HVAC-101723-ABL Region 6-Mechanical/HVAC ABM Electrical and Lighting Solutions CA-R6-E-101723-AEL Region 6-Electrical Air Systems,Inc. CA-R6-HVAC-101723-AIR Region 6-Mechanical/HVAC Angeles Contractor,Inc. CA-R6-GB-101723-ACI Region 6-General Building Angeles Contractor,Inc. CA-R6-E-101723-ACI Region 6-Electrical Angeles Contractor,Inc. CA-R6-PAV-101723-ACI Region 6-Paving Angeles Contractor,Inc. CA-R6-RW-101723-ACI. Region 6-Roofing/Waterproofing Ausonio,Inc. CA-R6-GB-101723=AIDS Region 6-General Building Horizons Construction Company Intl,Inc. CA-R6-PAV-101723-HRZ Region 6-Paving ' J G CONTRACTING CA-R6-GB-101723-JGC Region 6-General Building Newton Construction and Management,Inc. CA-R6-GB-101723-NCM Region 6-General Building ' QUINCON,INC. CA-R6-GB-101723-QUI Region 6-General Building '-Vortex Construction . CA-R6-GB-101723-VTX Region 6-General Building Vortex Construction . : CA-R6-RW-101723-VTX . Region 6-Roofing/Waterproofing ACCO Engineered Systems,Inc. CA-R7-HVAC-101723-AES Region 7-Mechanical/HVAC ' Alco Building Solutions • CA-R7-E-101723-ABU Region 7-Electrical Angeles Contractor,Inc. ' CA-R7-E-101723-ACI. Region 7-Electrical Angeles Contractor,Inc. CA-R7-PAV-101723-ACI Region 7-Paving Angeles Contractor,Inc. CA-R7-RW-101723-ACI Region 7-Roofing/Waterproofing Angeles Contractor,Inc. CA-R7-F-101723-ACI Region 7-Flooring Express Energy Services,Inc. CA-R7-E-101723-EES Region 7-Electrical Harry H.Joh Construction,Inc. CA-R7-GB-101723-HJC Region 7-General Building Harry H.Joh Construction,Inc. . CA-R7-E-101723-HJC Region 7-Electrical Harry H.Joh Construction,Inc.: " CA-R7-HVAC-101723-HJC Region 7-Mechanical/HVAC Harry H.Joh Construction,Inc. CA-R7-P-101723-HJC Region 7-Painting Horizons Construction Company Int'l,Inc. CA-R7-PAV-101723-HRZ Region 7-Paving Horizons Construction Company Int'l,Inc. CA-R7-F-101723-HRZ Region 7-Flooring ' Horizons Construction Company Int'l,Inc. CA-R7-P-101723-HRZ Region 7-Painting J&H Engineering General Contractors,Inc. CA-R7-PAV-101723-JHE Region 7-Paving J G CONTRACTING CA-R7-GB-101723-JGC Region 7-General Building J G CONTRACTING CA-R7-PAV-101723-JGC Region 7-Paving , MDJ Management,LLC CA-R7-GB-101723-MDJ Region 7-General Building Mesa Energy Systems,Inc. CA-R7-HVAC-101723-MSA Region 7-Mechanical/HVAC Newton Construction and Management,Inc. CA-R7-GB-101723-NCM Region 7-General Building QUINCON,INC. CA-R7-GB-101723-QUI Region 7-General Building Rite-Way Roof Corporation CA-R7-RW-101723-RWR Region 7-Roofing/Waterproofing SJD&B,Inc. CA-R7-RW-101723-SJD Region 7-Roofing/Waterproofing . DocuSign Envelope ID:7C132FC1-2D03-45B2-92A5-AEA10B52809A APPENDIX A Continued Vortex Construction CA-R7-GB-101723-VTX Region 7-General Building Vortex Construction CA-R7-RW-101723-VTX Region 7-Roofing/Waterproofing Wildscape Restoration Inc.,dba Urban Greening CA-R7-L-101723-WLD Region 7-Landscaping — ' ABM Building Solutions,LLC CA-R8-HVAC-101723-ABL Region 8-Mechanical/HVAC ABM Electrical and Lighting Solutions CA-R8-E-101723-AEL Region 8-Electrical ACCO Engineered Systems,Inc. CA-R8-HVAC-101723-AES Region 8-Mechanical/HVAC ACCO Engineered Systems,Inc. CA-R8-PLUM-101723-AES Region 8-Plumbing , ACCO Engineered Systems,Inc. CA-R8-SS-101723-AES Region 8-Sanitation Systems Accurate Construction Company,Inc. CA-R8-GB-101723-ACC Region 8-General Building Alco Building Solutions CA-R8-GB-101723-ABU Region 8-General Building _ Alco Building Solutions CA-R8-E-101723-ABU Region 8-Electrical AME Builders,Inc. CA-R8-RW-101723-ABI Region 8-Roofing/Waterproofing AMTEK Construction CA-R8-E-101723-ATK Region 8-Electrical Angeles Contractor,Inc. CA-R8-GB-101723-ACI Region 8-General Building ' Angeles Contractor,Inc. CA-R8-E-101723-ACI Region 8-Electrical Angeles Contractor,Inc. CA-R8-PAV-101723-ACI Region 8-Paving Angeles Contractor,Inc. CA-R8-RW-101723-ACI Region 8-Roofing/Waterproofing _ Angeles Contractor,Inc. CA-R8-F-101723-ACI Region 8-Flooring California Coast Carpet&Flooring CA-R8-F-101723-CCF Region 8-Flooring _ ' CORE West,Inc. CA-R8-GB-101723-CRW Region 8-General Building Dewberry Design-Builders,Inc. CA-R8-GB-101723-DDB Region 8-General Building ' Elegant Construction,Inc. CA-R8-GB-101723-ECI Region 8-General Building Express Energy Services,Inc. CA-R8-E-101723-EES Region 8-Electrical Grondin Construction,Inc. CA-R8-GB-101723-GCI Region 8-General Building Grondin Construction,Inc. CA-R8-P-101723-GCI Region 8-Painting Harry H.Joh Construction,Inc. CA-R8-GB-101723-HJC Region 8-General Building Harry H.Joh Construction,Inc. CA-R8-E-101723-HJC Region 8-Electrical Harry H.Joh Construction,Inc. CA-R8-HVAC-101723-HJC Region 8-Mechanical/HVAC Harry H.Joh Construction,Inc. CA-R8-P-101723-HJC Region 8-Painting ' Horizons Construction Company Int'l,Inc. CA-R8-GB-101723-HRZ Region 8-General Building Horizons Construction Company Int'l,Inc. CA-R8-PAV-101723-HRZ Region 8-Paving Horizons Construction Company Int'l,Inc. CA-R8-F-101723-HRZ - Region 8-Flooring Horizons Construction Company Int'I,Inc. CA-R8-P-101723-HRZ Region 8-Painting Horizons Construction Company Int'l,Inc. CA-R8-PLUM-101723-HRZ Region 8-Plumbing LDCo.,Inc. CA-R8-GB-101723-LDC Region 8-General Building LDCo.,Inc. CA-R8-P-101723-LDC Region 8-Painting. Mackone Development,Inc. CA-R8-GB-101723-MDI Region 8-General Building _ Mak Construction&Project Management CA-R8-GB-101723-MCP Region 8-General Building Mak Construction&Project Management CA-R8-PLUM-101723-MCP Region 8-Plumbing MDJ Management,LLC CA-R8-GB-101723-MD1 • Region 8-General Building Mesa Energy Systems,Inc. CA-R8-HVAC-101723-MSA Region 8-Mechanical/HVAC MIK Construction,Inc. CA-R8-GB-101723-MIK Region 8-General Building QUINCON,INC. CA-R8-GB-101723-QUI Region 8-General Building Rite-Way Roof Corporation CA-R8-RW-101723-RWR Region 8-Roofing/Waterproofing ' SJD&B,Inc. CA-R8-GB-101723-SJD Region 8-General Building SJD&B,Inc. CA-R8-PAV-101723-SJD Region 8-Paving SJD&B,Inc. CA-R8-RW-101723-SJD Region 8-Roofing/Waterproofing Turelk,Inc. CA-R8-GB-101723-TUR Region 8-General Building Turelk,Inc. CA-R8-LSC-101723-TUR Region 8-Limited Specialty Contracts Vincor Construction,Inc. CA-R8-GB-101723-VCI Region 8-General Building Vortex Construction CA-R8-RW-101723-VTX Region 8-Roofing/Waterproofing World Wide Construction CA-R8-GB-101723-WWC Region 8-General Building Wyatt Trapp,Inc. CA-R8-GB-101723-WYT Region 8-General Building ' ABM Building Solutions,LLC CA-R9-HVAC-101723-ABL Region 9-Mechanical/HVAC ' ABM Electrical and Lighting Solutions CA-R9-E-101723-AEL Region 9-Electrical ACCO Engineered Systems,Inc. CA-R9-HVAC-101723-AES Region 9-Mechanical/HVAC ACCO Engineered Systems,Inc. CA-R9-PLUM-101723-AES Region 9-Plumbing Alco Building Solutions CA-R9-S-101723-ABU Region 9-Solar All Source Coatings,Inc. CA-R9-GB-101723-ASC Region 9-General Building All Source Coatings,Inc. CA-R9-P-101723-ASC Region 9-Painting _ All Source Tile,Inc. CA-R9-F-101723-ALS Region 9-Flooring Angeles Contractor,Inc. CA-R9-E-101723-ACI Region 9-Electrical Angeles Contractor,Inc. CA-R9-PAV-101723-ACI Region 9-Paving Angeles Contractor,Inc. CA-R9-RW-101723-ACI Region 9-Roofing/Waterproofing Angeles Contractor,Inc. CA-R9-F-101723-ACI Region 9-Flooring CORE West,Inc. CA-R9-GB-101723-CRW Region 9-General Building DocuSign Envelope ID:7C132FC1-2D03-45B2-92A5-AEA10B52809A APPENDIX A Continued Express Energy Services,Inc. CA-R9-E-101723-EES Region 9-Electrical Grondin Construction,Inc. CA-R9-GB-101723-GCI Region 9-General Building Grondin Construction,Inc. CA-R9-P-101723-GCI Region 9-Painting Harry H.Joh Construction,Inc. CA-R9-GB-101723-HJC Region 9-General Building ' Harry H.Joh Construction,Inc. CA-R9-E-101723-HJC Region 9-Electrical Harry H.Joh Construction,Inc. CA-R9-HVAC-101723-HJC Region 9-Mechanical/HVAC Horizons Construction Company Intl,Inc. . CA-R9-GB-101723-HRZ Region 9-General Building Horizons Construction Company Int'l,Inc. CA-R9-PAV-101723-HRZ Region 9-Paving Horizons Construction Company Intl,Inc. CA-R9-F-101723-HRZ Region 9-Flooring Horizons Construction Company Int'l,Inc. CA-R9-PLUM-101723-HRZ Region 9-Plumbing LDCo.,Inc. CA-R9-GB-101723-LDC . Region 9-General Building Mesa Energy Systems,Inc. CA-R9-HVAC-101723-MSA Region 9-Mechanical/HVAC Pacific Building Group CA-R9-GB-101723-PBG Region 9-General Building Rite-Way Roof Corporation CA-R9-RW-101723-RWR Region 9-Roofing/Waterproofing Vincor Construction,Inc. CA-R9-GB-101723-VCI Region 9-General Building ACCO Engineered Systems,Inc. CA-R10-HVAC-101723-AES Region 10-Mechanical/HVAC , Alco Building Solutions. • . CA-R10-GB-101723-ABU Region 10-General Building !Alco Building Solutions CA-R10-E-101723-ABU Region 10-Electrical CORE West,Inc. CA-R10-GB-101723-CRW Region 10-General Building Express Energy Services,Inc. CA-R10-E-101723-EES Region 10-Electrical Horizons Construction Company Int'I,Inc. CA-R10-P-101723-HRZ Region 10-Painting Mesa Energy Systems,Inc. • • CA-R1O-HVAC-101723-MSA Region 10-Mechanical/HVAC QUINCON,INC. •CA-R10-GB-101723-QUI Region 10-General Building Vortex Construction CA-R10-GB-101723-VTX Region 10-General Building Vortex Construction CA-R10-RW-101723-VTX Region 10-Roofing/Waterproofing IDIQ Contract Extensions Company Name • Contract Number None . Source -- any Indefinite Delivery-Indefinite Quantity Construction Contract General Terms and Conditions for Solicitation: IFB #CA-101723 I. DEFINITIONS The following definitions apply to all articles of the Contract and General Terms and Conditions. A. ADJUSTMENT FACTORS.The Contractor's competitively bid price adjustment to the Unit Prices that are published in the Construction Task Catalog.Adjustment Factors are expressed as an increase to or decrease from the Construction Task Catalog's published prices and may be modified periodically during the term of this Contract,through written amendment. B. BID SAFE.A proprietary software product of Gordian that offers a secure,online construction procurement process.This software may not be applicable in a particular region or project. C. CONSTRUCTION TASK CATALOG (CTC).The CTC is Gordian's proprietary comprehensive listing of specific construction-related tasks created and customized for the solicitation under which this Contract was awarded. Each task has an assigned specific unit of measurement and Unit Price using current local labor, material, and equipment costs.The CTC,which is incorporated by reference into this Contract,and may be amended periodically during the term of this Contract, upon mutual agreement of the parties. D. CONTRACT DOCUMENTS.The following documents comprise the Contract Documents in the following order of precedence: 1. Participating Entity's Purchase Order which may include plans,drawings, and supplemental technical specifications 2. Standard specifications of the Participating Entity(if any)1 3. This Contract,which also includes the General Terms and Conditions 4. Construction Task Catalog 5. Technical Specifications San Diego Housing Commission provisions, contract terms and conditions, and forms have been provided as a downloadable document in the documents section of this IFB's Bid Details page.These documents apply to all work being performed for the San Diego Housing Commission. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 1 E. DAYS. Calendar days, unless specifically stated otherwise. F. DETAILED SCOPE OF WORK.A document created by the Participating Entity, in conjunction with the Gordian and the Contractor,following a Joint Scope Meeting that details the work the Contractor will perform for a particular Purchase Order. G. THE GORDIAN GROUP, INC. OR GORDIAN.Sourcewell's designated representative and contract administrator for this Contract. Gordian's support includes preparing Construct Task Catalogs and related technical specifications, providing information management systems, training to contractors,administering fee collection, and assisting with proposal or work order development. H. HOLIDAYS.Specific days designated as legal holidays of Participating Entity, including those designated holidays under its Project Labor Agreement,and those days that Sourcewell designates as Holidays: New Year's Day(January 1), Memorial Day, Independence Day(July 4), Labor Day,Thanksgiving Day, Friday after Thanksgiving, Christmas Eve Day(December 24),and Christmas Day(December 25);when a holiday falls on a Saturday,the preceding Friday will be observed as a holiday and when it falls on a Sunday,the following Monday will be observed as a holiday. I. JOINT SCOPE MEETING.The Contractor, Participating Entity representative,and Gordian representative assemble at the Site to discuss the Project and Scope of Work.The Participating Entity will present the Project in detail,with a job site visit by the Contractor, prior to preparing and submitting a Detailed Scope of Work. J. NON-PRE-PRICED TASK(NPP).A task not included in the Construction Task Catalog, but that is within the general scope and intent of this Contract. K. PARTICIPATING ENTITY.An entity accessing this Contract in order to accomplish the work with the Contractor. Participating entities include state and local government, education, nonprofit,tribal government, and other public agencies located within the Region described in the Contract. L. PRICE PROPOSAL.The proposed pricing document prepared for the Participating Entity by the Contractor using the Construction Task Catalog,Adjustment Factors,and appropriate quantities. M. PROJECT.The work to be accomplished by the Contractor in satisfaction of a requirement or group of related requirements pursuant to one or more Purchase Orders. N. PROJECT MANAGER.The person or firm designated by a Participating Entity and authorized to represent the Participating Entity in connection with a signed Purchase Order. O. PROPOSAL PACKAGE.A group of documents and files consisting of the: Price Proposal; incidental drawings,sketches,or specification information;quantity take-offs supporting all material quantities; catalog cuts providing information on materials or products, as specifically Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 2 requested; list of known Subcontractors;construction schedule; back-up for any Non Pre-Priced Tasks;warranty information on special equipment or materials;and or other such documentation as the Participating Entity may require. P. PURCHASE ORDER.The document establishing the engagement by the Participating Entity to the Contractor to complete a Detailed Scope of Work for the Purchase Order Price within the Purchase Order Completion Time.The Purchase Order may consist of a notice to proceed, signed work order, or other Participating Entity required documentation. Q. PURCHASE ORDER COMPLETION TIME.The period of time set forth in the Purchase Order by which the Contractor must complete the Detailed Scope of Work. R. PURCHASE ORDER PRICE.The value of the approved Price Proposal and not to exceed price to be paid to the Contractor by the Participating Entity for completing the Detailed Scope of Work within the Purchase Order Completion Time. S. REQUEST FOR PROPOSAL.The Participating Entity's written request for a contractor to prepare and submit a Proposal Package for a specific Detailed Scope of Work.A request for proposal is not a guarantee of work. T. SITE.The area upon or in which the Contractor performs the Detailed Scope of Work and such other areas adjacent thereto as may be designated by the Participating Entity. U. SUBCONTRACTOR.Any person,firm, or corporation, other than employees of the Contractor,that contracts with the Contractor or its subcontractors to furnish,or actually furnishes labor, or labor and materials, or labor and equipment, at the Site.The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. V. SUPPLEMENTAL PURCHASE ORDER.A purchase order issued to add, delete, or change work from an existing related Purchase Order. W. TECHNICAL SPECIFICATIONS.The comprehensive listing of standards for quality of workmanship and materials, and the standard for the required quality of the work.The Technical Specifications are numbered and organized in the Construction Specification Institute's (CSI) master format. All specifications are filed in divisions per CSI guidelines. Except when substitutions are clearly impermissible, all references in the Technical Specifications or the CTCto a specific manufacturer,trade name, or catalog is intended to be descriptive but not restrictive and only to indicate to the Contractor those items that will be satisfactory. X. UNIT PRICE.The price published in the Construction Task Catalog for a task. Y. WORK.The labor, material, equipment, and services necessary or convenient to the completion of Purchase Order(s). II. PARTICIPATING ENTITY CONTRACT ACCESS Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 3 The benefits of this Contract should be available to all Participating Entities that can legally access the Scope of Work of this Contract.Any entity accessing the benefits of this Contract will be considered a Service Member of Sourcewell during such time of access.The Contractor understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and that each Participating Entity reserves the right to obtain construction services from any other source. III. GENERAL CONDITIONS FOR PERFORMING WORK A. 'COMPLIANCE. 1. Legal and Contractual.The work will be conducted by the Contractor in strict compliance with this Contract and all applicable federal, state, and local laws, regulations, codes, directives,standards,and specifications;this includes, but is not limited to city building codes,the specific Detailed Scope of Work,and Technical Specifications of a Purchase Order. If the Purchase Order specifies a standard that is different or more stringent that a particular law, code,or regulation,the standard set forth in the Purchase Order will control. 2. Licenses.The Contractor must maintain valid and current federal,state, and local licenses, bonds,and permits required for the operation of the business that the Contractor conducts with Sourcewell and Participating Entities.The Contractor will keep these documents properly posted at the Site at all times during the performance of the work. 3. Permits and Filings.The Contractor will make the necessary arrangements for and obtain all filings and permits required for the work, including the preparation of all drawings,sketches,calculations and other documents and information that may be required therefor. If the Contractor is required to pay an application fee for filing a project, a fee to obtain a building permit, or any other permit fee to the city,state or some other governmental or regulatory agency,then the amount of such fee paid by the Contractor will be treated as a reimbursable task to be paid a mark-up of 10%.The Contractor will submit a copy of the receipt for payment of such fees.The 10% mark-up will cover all costs over and above the filing and permit fees, including expeditor fees. B. PUBLIC FACILITIES, IDENTIFICATION,AND SECURITY REQUIREMENTS.The Contractor's employees may be required to perform work at government-owned facilities, including schools. The Contractor's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with the applicable Participating Entity's policies and procedures, and all applicable laws.The Contractor will comply with all identification and security requirements that the Participating Entity may establish. In the event the Contractor is required to work within a secured facility where labor, material, and equipment must be inspected to pass through a secured perimeter,and all work must be constantly monitored by facility personnel (such as a department of corrections prison)the Contractor will be paid for the labor time lost as a result of such perimeter inspection,as well as any loss of time resulting from a temporary shut down of the work site required by the facility (such as a temporary shut down to move prisoners). Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 4 C. CONTRACTOR RECORDS AND REPORTS.The Contractor will maintain accurate and complete records,files and libraries of documents to demonstrate compliance with federal,state, and local regulations,codes, applicable laws listed herein; including manufacturers' instructions and recommendations which are necessary and related to the work to be performed. The Contractor will prepare and submit required reports, maintain current record drawings, and submit required information to Gordian and/or the Participating Entity, as applicable.The Contractor will provide: materials lists that include trade names and brand names, and model materials lists that include trade names, brand names, model number, and ratings (if appropriate)for all materials necessary to complete the Purchase Order. Upon full payment for the Project,the documents created by Contractor for the Participating Entity that are specific to the Project will become the property of the Participating Entity; including all applicable intellectual property rights. D. GORDIAN IQCC SYSTEM. Gordian's proprietary IQCC system includes Gordian's proprietary JOC software applications (JOC Applications) and construction cost data (Construction Task Catalog®), which shall be used by the Contractor solely for the purpose of fulfilling its obligations under this Contract, including the preparation and submission of Price Proposals, subcontractor lists, and other requirements specified by the Owner. Contractor's use, in whole or in part, of Gordian's JOC Applications, Construction Task Catalog® and other proprietary materials provided by Gordian for any purpose other than to execute work under this Contract for the Owner is strictly prohibited unless otherwise approved in writing by Gordian. The Contractor hereby agrees to abide by the terms of the following IQCC System License: IQCC System License Gordian hereby grants to the Contractor for the term of this Contract, a non-exclusive right, non-transferable, privilege, and license to Gordian's proprietary IQCC System (comprised of the JOC software applications and support documentation,the CTC, construction cost data,Technical Specifications,training materials, marketing materials and any other proprietary materials provided to Contractor by Gordian (collectively referred to as "Proprietary Information").The Proprietary Information will be used for the sole purpose of executing Contractor's responsibilities to Sourcewell and the Participating Entities under this Contract("Limited Purpose"). In the event this Contract expires or terminates as provided herein,or the Gordian's contract with Sourcewell expires or terminates,this IQCC System License will terminate and the Contractor will return all Proprietary Information in its possession to Gordian. Contractor acknowledges that Gordian will retain exclusive ownership of all proprietary rights to the Proprietary Information, including all U.S. and international intellectual property and other rights such as patents,trademarks, copyrights and trade secrets. Contractor will have no right or interest in any portion of the Proprietary Information except the right to use the Proprietary Information for the Limited Purpose set forth herein. Except in furtherance of the Limited Purpose,Contractor must not distribute, disclose,copy, reproduce, display, publish,transmit,assign,sublicense,transfer, provide access to, use or sell, directly or indirectly(including in electronic form),any portion of the Proprietary Information. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 5 Contractor acknowledges and agrees to respect the copyrights,trademarks,trade secrets,and other proprietary rights of Gordian in the Proprietary Information during and after the term of this Contract,and must at all times maintain complete confidentiality with regard to the Proprietary Information provided to Contractor, subject to federal,state and local laws related to public disclosure. Contractor further acknowledges that a breach of any of the terms of this Contract by Contractor will result in irreparable harm to Gordian for which monetary damages would be an inadequate remedy, and Gordian will be entitled to injunctive relief(without the necessity of posting a bond) as well as all other monetary remedies available at law or in equity. In the event that it becomes necessary for either party to this IQCC System License to enforce the provisions of this Contract or to obtain redress for the breach or violation of any of its provisions,whether by litigation,arbitration or other proceedings,the prevailing party will be entitled to recover from the other party all costs and expenses associated with such proceedings, including reasonable attorney's fees. In the event of a conflict in terms and conditions between this IQCC System License and any other terms and conditions of this Contract or any Order, Purchase Order or similar purchasing document(Purchase Order) issued by Sourcewell or a Participating Entity, this IQCC System License will take precedence. E. REVIEW OF FIELD CONDITIONS. Before submitting a Price Proposal,the Contractor must: carefully study the Detailed Scope of Work,as well as the information furnished by the Participating Entity;take field measurements of any existing conditions related to the work;and observe any conditions at the Site affecting the Price Proposal.Any design errors or omissions, other errors, inconsistencies,or omissions discovered by the Contractor must be reported promptly to the Project Manager. It is recognized that the Contractor's review is made in the Contractor's capacity as a Contractor and not as a licensed design professional.The Contractor is not required to ascertain that the Detailed Scope of Work is in accordance with applicable laws, statutes,ordinances, building codes,and rules and regulations. However, any nonconformity discovered by or made known to the Contractor must be reported promptly to the Project Manager. F. PERSONNEL.The Contractor will employ competent personnel for the development of the Project's Detailed Scope of Work,the preparation of the Price Proposal and the execution of the work. During the performance of the work,the superintendent assigned to the Project will represent the Contractor, and communications given to the superintendent will be as binding as if given to the Contractor. Important communications must be confirmed in writing. Other communications will be similarly confirmed on written request in each case. G. SUPERVISION.The Contractor must enforce strict discipline and good order among the Contractor's employees and other persons carrying out the work.The Contractor will supervise and direct the performance of the Detailed Scope of Work, using the Contractor's best skill and attention.The Contractor will be solely responsible for and have control over construction means, methods,techniques,sequences and procedures and for coordinating all portions of the work. If the Detailed Scope of Work gives specific instructions concerning construction means, methods,techniques,sequences or procedures,the Contractor will evaluate the Site safety thereof and, except as stated below,will be fully and solely responsible for the jobsite safety of such means, methods,techniques,sequences or procedures. If the Contractor determines that Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 6 such means, methods,techniques,sequences or procedures may not be safe,the Contractor will give timely written notice to the Project Manager and will not proceed with that portion of the work without further written instructions from the Project Manager. The Contractor will be responsible to the Participating Entity for acts and omissions of the Contractor's employees,Subcontractors and their agents and employees,and other persons or entities performing portions of the work for or on behalf of the Contractor or any of its Subcontractors. The Contractor will be responsible for inspection of portions of work already performed to determine that such portions are in proper condition to receive subsequent work. H. WORKMANSHIP AND QUALITY.The Contractor may make substitutions only with the written consent of the Project Manager.The Contractor will not permit employment of unfit persons or persons not skilled in the portions of the work assigned to them. I. SHOP DRAWINGS, PRDUCT DATA,AND SAMPLES. 1. Shop drawings, product data,samples,and similar submittals are not considered as Contract Documents.The purpose of their submittal is to demonstrate for those portions of the Detailed Scope of Work for which submittals are required by the Contract Documents the way by which the Contractor proposes to conform to the information given and the design concept expressed in the Detailed Scope of Work. Submittals that are not required by the Contract Documents may be returned by the Project Manager without action. 2. The Contractor must review for compliance with the Contract Documents, approve and submit to the Project Manager shop drawings, product data,samples and similar submittals required with reasonable promptness and in such sequence as to cause no delay in the work or in the activities of the Participating Entity or of separate contractors.Submittals that are not marked as reviewed for compliance with the Contract Documents and approved by the Contractor may be returned by the Project Manager without action. 3. By approving and submitting shop drawings, product data,samples and similar submittals,the Contractor represents that it has determined and verified materials,field measurements, and field construction criteria related thereto,or will do so, and has checked and coordinated the information contained within such submittals with the requirements of the Detailed Scope of Work and of the Contract Documents. 4. The Contractor must perform no portion of the work for which the Contract Documents require submittal and review of shop drawings, product data,samples, or similar submittals until the respective submittal has been aj'iiproved by the Project Manager. 5. The work will be performed in accordance with app bved submittals except that the Contractor will not be relieved of responsibility for deviations from requirements of the Contract Documents by the Project Manager's approval of shop drawings, product data, samples or similar submittals unless the Contractor has specifically informed the Project Manager in writing of such deviation at the time of submittal and a)the Project Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 7 Manager has given written approval to the specific deviation as a minor change in the work, or b)a Supplemental Purchase Order or written notice has been issued authorizing the deviation.The Contractor will not be relieved of responsibility for errors or omissions in shop drawings, product data,samples or similar submittals by the Project Manager's approval thereof. 6. The Contractor will direct specific attention, in writing or on resubmitted in shop drawings, product data,samples or similar submittals,to revisions other than those requested by the Project Manager on previous submittals. In the absence of such written notice the Project Manager's approval of a resubmission will not apply to such revisions. 7. All costs for normal submittal information (shop drawings, cut sheets, performance information, installation or erection drawings, etc.)are included in the CTC line item costs. 8. The Contractor will not be required to provide professional services which constitute the practice of architecture or engineering unless such services are specifically requested by the Participating Entity and required by the Detailed Scope of Work;or unless the Contractor needs to provide such services in order to carry out the Contractor's responsibilities for construction means, methods,techniques,sequences and procedures,and such services are approved by the Participating Entity.The Contractor will not be required to provide professional services in violation of applicable law. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Detailed Scope of Work,the Participating Entity will specify all performance and design criteria that such services must satisfy,and the costs associated with such services will be represented by including the appropriate tasks from the CTC.The Contractor will cause such services or certifications to be provided by a properly licensed design professional, whose signature and seal must appear on all drawings, calculations,specifications, certifications,shop drawings and other submittals prepared by such professional. Shop drawings and other submittals related to the work designed or certified by such professional, if prepared by others,will bear such professional's written approval when submitted to the Project Manager.The Participating Entity will be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided the Participating Entity has specified to the Contractor all performance and design criteria that such services must satisfy.The Project Manager will review, approve,or take other appropriate action on submittals only for the limited purpose of checking for conformance with information given and the design concept expressed in the Detailed Scope of Work.The Contractor will not be responsible for the adequacy of the performance or design criteria required by the Detailed Scope of Work.The Participating Entity will have the right to provide, or designate a representative to provide, any architectural or engineering services necessary for completion of the Work. J. CUTTING AND PATCHING. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 8 1. The Contractor will be responsible for cutting,fitting, or patching required to complete the Detailed Scope of Work or to make its parts fit together properly. 2. The Contractor will not damage or endanger a portion of the work, or fully or partially completed construction of the Participating Entity or separate contractors, by cutting, patching,or otherwise altering such construction, or by excavation.The Contractor will not cut or otherwise alter such construction by the Participating Entity or a separate contractor except with written consent of the Participating Entity and of such separate contractor.The Contractor will not unreasonably withhold from the Participating Entity or a separate contractor the Contractor's consent to cutting or otherwise altering the work. K. CLEAN UP. 1. The Contractor will keep the Site and surrounding areas free from accumulation of waste materials or rubbish caused by operations under the Purchase Order.At completion of the work,the Contractor will remove from and about the Site all waste materials, rubbish, Contractor's tools, construction equipment, machinery,and surplus materials. 2. If the Contractor fails to clean up,the Participating Entity may do so,and the cost thereof will be charged to the Contractor. L. ACCESS TO THE WORK.The Contractor will provide the Project Manager access to the work at all times. M. SUBCONTRACTORS. 1. The Contractor,as soon as practicable after award of the Purchase Order,will furnish in writing to the Project Manager the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each portion of the work.The Project Manager will promptly reply to the Contractor in writing stating whether or not,after due investigation,the Contractor has reasonable objection to any such proposed person or entity. Failure of the Project Manager to reply promptly will constitute notice of no reasonable objection. 2. The Contractor will not subcontract with a proposed person or entity with whom the Participating Entity or Project Manager has made reasonable and timely objection. Similarly,the Contractor will not be required to subcontract with anyone with whom the Contractor has made reasonable objection. 3. If the Participating Entity or Project Manager has reasonable objection to a subcontractor proposed by the Contractor,the Contractor will propose another to whom the Participating Entity or Project Manager has no reasonable objection. N. COORDINATION WITH OTHER CONTRACTORS. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 9 1. The Participating Entity reserves the right to perform construction or operations related to the Purchase Order with the Participating Entity's own forces,and to award separate contracts in connection with other portions of the Project or other construction or operations on the Site. 2. The Participating Entity will provide for coordination of the activities of the Participating Entity's own forces and of each separate contractor with the work of the Contractor, who will cooperate with them.The Contractor will participate with other separate contractors and the Participating Entity in reviewing their construction schedules when directed to do so.The Contractor will make any revisions to the construction schedule deemed necessary after a joint review and mutual agreement.The construction schedules will then constitute the schedules to be used by the Contractor,separate contractors,and the Participating Entity until subsequently revised. O. PROPRIETARY RIGHTS, PATENT AND COPYRIGHT INFRINGEMENT. 1. Contractor will defend any action or proceeding brought against Sourcewell or any Participating Entity based on any assertion or claim that the Work,or any part thereof, or the operation thereof or use of the Work or any part thereof, constitutes infringement of any third party proprietary rights,trademark, patent or copyright, now or hereafter issued "Proprietary Rights."Contractor will defend, indemnify and hold harmless Sourcewell or any Participating Entity from and against all damages and costs, including attorney's fees, awarded against Sourcewell or Participating Entity or Contractor in any such action or proceeding. Contractor further agrees to keep Sourcewell and any Participating Entity informed of all developments in the defense of such actions or proceedings. 2. In the event a Participating Entity is enjoined from the completion of the Work, or any part thereof in connection with any claim of infringed proprietary rights, Contractor will at it sole expense take reasonable steps to procure the right or license to operate or use the Work. If Contractor cannot so procure the aforesaid right within a reasonable time, Contractor will then, promptly at Contractor's option and Contractor's expense and in consultation with the Participating Entity, (a) modify the Work so to avoid infringement of any Proprietary Rights; or(b) replace said Work with Work that does not infringe or violate any such Proprietary Rights. 3. Sections 1 and 2 above will not be applicable to any action or proceeding based on infringement or violation of a Proprietary Right(a) relating solely to a particular process or the product of a particular manufacturer specified by the Participating Entity and such processes or products are something other than that which has been offered or recommended by Contractor to the Participating Entity; or(b) arising from modifications to the Work by the Participating Entity or its agents after acceptance of the Work. P. REQUESTS OF EXTENSION OF TIME. 1. The Purchase Order Completion Time will be extended for such reasonable time as the Project Manager may determine,if the Contractor is delayed at any time in the commencement or progress of the Detailed Scope of Work by: Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 10 • An act or neglect of the Participating Entity or its Project Manager,their employees, or agents • A separate contractor employed by the Participating Entity • Changes ordered in the work by the Participating Entity • Labor disputes or civil unrest • Fire • Unusual delay in deliveries • Unavoidable casualties or other causes beyond the Contractor's control • Other causes for which the Project Manager may determine justify a delay 2. The Contractor will not make any claim for damages for the delay in the performance of any Purchase Order occasioned by any act or omission of the Participating Entity, Project Manager,or any of their representatives;and agrees that any such claim will be fully compensated for by an extension of time as provided herein. Q. PARTIAL OCCUPANCY OF TIME. 1. The Participating Entity may occupy or use any completed or partially completed portion of the work at any stage when it is consented to by the authorized public authorities having jurisdiction over the work. Such partial occupancy or use may commence whether or not the portion is substantially complete, provided the Participating Entity and the Contractor agree in writing to the conditions of such use, including payment and any other required terms. Consent of the Contractor to partial occupancy or use will not be unreasonably withheld. 2. Immediately prior to such partial occupancy or use,the Participating Entity,the Contractor and Project Manager will jointly inspect the area to be occupied or portion of the work to be used in order to determine and record the condition of the work. 3. Unless otherwise agreed upon, partial occupancy or use of a portion or portions of the work will not constitute acceptance of work that does not comply with the requirements of the Contract Documents. R. PROTECTION OF PERSONS AND PROPERTY.The Contractor must take reasonable precautions for safety of,and will provide reasonable protection to prevent damage, injury,or loss to: 1. Employees on the work and other persons who may be affected thereby; 2. The work and materials and equipment to be incorporated therein,whether in storage on or off the site, under care,custody or control of the Contractor or the Contractor's Subcontractors or sub-subcontractors;and 3. Other property at the Site or adjacent thereto,such as trees,shrubs, lawns,walks, pavements, roadways,structures and utilities not designated for removal, relocation or replacement in the course of construction. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 11 The Contractor will give notices and comply with applicable laws,ordinances, rules, regulations, and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. The Contractor will erect and maintain, as required by existing conditions and performance of the Detailed Scope of Work, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying Participating Entity and users of adjacent sites and utilities. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the work,the Contractor will exercise utmost care and carry on such activities under supervision of properly qualified personnel. The Contractor will promptly remedy damage and loss(other than damage or loss insured under property insurance required by the Contract Documents)to property caused in whole or in part by the Contractor,a Subcontractor, a sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible,except damage or loss attributable to acts or omissions of the Participating Entity or Project Manager or anyone directly or indirectly employed by either of them,or by anyone for whose acts either of them may be liable, and not attributable to the fault or negligence of the Contractor.The foregoing obligations of the Contractor are in addition to the Contractor's other obligations included herein. The Contractor will designate a responsible member of the Contractor's organization at the Site whose duty will be the prevention of accidents.This person will be the Contractor'superintendent unless otherwise designated by the Contractor in writing to the Project Manager. The Contractor will not permit any part of the construction or Site to be loaded in a manner that endangers safety. S. HAZARDOUS MATERIALS. 1. If reasonable precautions will be inadequate to prevent foreseeable bodily injury or death to persons resulting from a material or substance, including but not limited to lead based paint, asbestos or polychlorinated biphenyl (PCB),encountered on the Site by the Contractor,the Contractor will, upon recognizing the condition, immediately stop the work in the affected area and report the condition to the Project Manager in writing. 2. The Participating Entity will obtain the services of a licensed laboratory to verify the presence or absence of the material or substance reported by the Contractor and, in the event such material or substance is found to be present,to verify that it has been rendered harmless. Unless otherwise required by the Contract Documents,the Participating Entity will furnish in writing to the Contractor and Project Manager the Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 12 names and qualifications of persons or entities who are to perform tests verifying the presence or absence of such material or substance or who are to perform the Task of removal or safe containment of such material or substance.The Contractor and the Project Manager will promptly reply to the Participating Entity in writing stating whether or not either has reasonable objection to the persons or entities proposed by the Participating Entity. If either the Contractor or Project Manager has an objection to a person or entity proposed by the Participating Entity,the Participating Entity will propose another to whom the Contractor and the Project Manager have no reasonable objection.When the material or substance has been rendered harmless,the work in the affected area will resume upon written agreement of the Participating Entity and Contractor.The Purchase Order Completion Time will be extended appropriately. 3. The Participating Entity will not be responsible for materials and substances brought to the Site by the Contractor unless such materials or substances were required by the Detailed Scope of Work. T. TESTS AND INSPECTIONS. 1. Tests, inspections and approvals of portions of the work required by the Contract Documents or by laws, ordinances, rules, regulations or orders of public authorities having jurisdiction will be made at an appropriate time. Unless otherwise provided,the Contractor will make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Participating Entity,or with the appropriate public authority.The Contractor will give the Project Manager timely notice of when and where tests and inspections are to be made so that the Project Manager may be present for such procedures. 2. If the Project Manager, Participating Entity, or public authorities having jurisdiction determine that portions of the work require,through no fault of the Contractor, additional testing, inspection or approval,the Project Manager will instruct the Contractor to make arrangements for such additional testing, inspection or approval by an entity acceptable to the Participating Entity, and the Contractor will give timely notice to the Project Manager of when and where tests and inspections are to be made so that the Project Manager may be present for such procedures.Such costs will be at the Participating Entity's expense. 3. If such procedures for testing, inspection or approval reveal failure of the portions of the work to comply with requirements established by the Contract Documents,all costs made necessary by such failure including those of repeated procedures and compensation for the Project Manager's services and expenses will be at the Contractor's expense. 4. Required certificates of testing,inspection or approval will, unless otherwise required by the Contract Documents, be secured by the Contractor and promptly delivered to the Project Manager. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 13 5. If the Project Manager is to observe tests, inspections or approvals required by the Contract Documents,the Project Manager will do so promptly and,where practicable, at the normal place of testing. 6. Tests or inspections conducted pursuant to the Contract Documents will be made promptly to avoid unreasonable delay in the work. U. PARTICIPATING ENTITY'S RIGHT TO STOP WORK AND COMPLETE WORK. A Participating Entity may order the Contractor to stop the work on any Purchase Order,or any portion thereof, at any time for any reason. If the Contractor has been ordered to stop the work,the Participating Entity may,without prejudice to other remedies, have the work completed by any available means. V. SURVIVAL OF WORK.Any Purchase Order issued prior to the expiration of this Contract may survive after the expiration of this Contract.This means work may continue to be performed, payments may be made, and the guarantee period may continue. W. WARRANTY.All work furnished under this Contract will be guaranteed against defective materials and workmanship, improper performance, and non-compliance with the Contract Documents for a period of one year after final acceptance of the work(Warranty Period);except as otherwise specified in other parts of the Contract Documents,or within such longer period of time as may be prescribed by law or provided by the manufacturer. During the Warranty Period,the Contractor will repair and replace at Contractor's own expense, all work that may develop defects whether such defects may be inherent in the equipment or materials,in the functioning of the piece of equipment, or in the functioning and operation of pieces of equipment operating together as a functional unit.Any equipment or material that is repaired or replaced will have the Warranty period extended for a period of one year from the date of the last repair or replacement. If the Contractor fails to repair, replace, rebuild,or restore such defective or damaged work promptly after receiving such notice,the Participating Entity will have the right to have the work done by others and to deduct the cost thereof from the monies owed to the Contractor. lithe amount owed is insufficient to cover such costs,the Contractor will be liable to pay such deficiency on demand.The Project Manager's certificate setting forth the fair and reasonable cost of repairing, replacing, rebuilding or restoring any damaged or defective work when performed by one other than the Contractor will be binding and conclusive as the amount thereof upon the Contractor. The Contractor must obtain all manufacturer's warrantees and guarantees of all equipment and materials required by this Contract in the name of the Participating Entity. IV. SCOPE AND PROCEDURE FOR ORDERING WORK A. REGION.The Contractor will primarily perform work in the Region designated at the top of this Contract. However, if the parties agree,the Contractor may work in another area using its awarded Adjustment Factors and appropriate Construction Task Catalog. If a contractor does not have a contract for the area work in which the work is to be performed, but maintains more Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 14 than one contract with Sourcewell, it will use the contract that results in the lowest price for the Participating Entity. B. SCOPE.Work will be offered to the Contractor only through an authorized Purchase Order issued in accordance with this Contract. Purchase Orders will contain the Detailed Scope of Work required for the Contractor to complete the Project fo; a Participating Entity.The Contractor will provide all pricing, management, incidental th awings,shop drawings,samples, documents,work, materials,supplies, parts(to include system components),transportation, plant,supervision, labor,and equipment needed to complete each Purchase Order.The Contractor will also be responsible for Site safety as well as Site preparation and cleanup during and after construction. The Contractor is not guaranteed to receive a Purchase Order under this Contract. C. CONTRACTOR SELECTION METHODOLOGY.After the Participating Entity has developed a draft Scope of Work, it will select a contractor using one of the following methods: 1. Directly Selecting a Contractor. Depending upon the procurement requirements of the Participating Entity, it may choose to directly select an available Sourcewell-contracted contactor,or 2. Use of BidSafe to Select Contractor.When p available for the Project,the Participating Entity may use Gordian's BidSafe to issue a Request for Quotation to two or more contractors in order to determine the award of a Purchase Order.The use of BidSafe will be subject to Gordian's BidSafe requirements. D. PURCHASE ORDER COMPLETION PROCESS. Upon selection of a contractor as described in Section C.above,the Participating Entity and Gordian will work with the Contractor to complete the following: 1. JOINT SCOPING MEETING.The Contractor will attend the Joint Scope Meeting with the Participating Entity and Gordian to discuss, at a minimum: a. The general Scope of Work b. Alternatives for performing the work and value engineering c. Access to the Site and protocol for admission d. Hours of operation e. Staging area f. Requirements for professional services, sketches,drawings,and specifications g. Construction schedule h. Requirement for bonding i. The presence of hazardous materials j. Date on which the Proposal Package is due 2. DETAILED SCOPE OF WORK. Upon completion of the joint scoping meeting, Gordian,the Participating Entity, and the Contractor will work together to create a Detailed Scope of Work referencing any sketches,drawings, photographs,and specifications required to document accurately the work to be accomplished.The Detailed Scope of Work will be the basis on which the Contractor will develop its Proposal Package.The Contractor Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 15 does not have the right to refuse to perform any task or any work in connection with a particular Project. 3. REQUEST FOR PROPOSALS. Upon completion of the Detailed Scope of Work,the Participating Entity will issue a Request for Proposal to the Contractor.The Contractor will use Gordian's IQCC System to prepare its Price Proposal. 4. PROPOSAL PACKAGE CONTENTS. Upon issuance of the Participating Entity's Request for Proposal,the Contractor will create a Proposal Package that includes: a. Price Proposal:The Price Proposal will be based on the following: 1) Pre-Priced Tasks: Pre-Priced tasks described,and for which a Unit Price is set forth, in the CTC.The Contractor will identify the Task and the quantities required. 2) Non-Pre-Priced Tasks:A Non Pre-priced Task is a task that is not in the CTC. a) For Non Pre-Priced Work Performed with the Contractor's Own Forces:The Contractor will submit three independent quotes for all materials to be installed and will provide a breakdown of the labor and equipment costs. The final price submitted for Non Pre-Priced Tasks will be according to the following formula,and each Non Pre-Priced Task must be supported with the necessary back-up documents including the calculation below: i. The hourly rate for each trade classification not in the CTC multiplied by the quantity. ii. The rate for each piece of Equipment not in the CTC multiplied by the quantity. iii. Lowest of three independent quotes for all materials. Total Cost for Non-Pre-Priced Tasks performed by contractor's own forces=(i+ii+iii)x Non-Pre-Priced Adjustment Factor. b) For Non-Pre-Priced Work performed through a Subcontractor:The Contractor must submit three independent bids from Subcontractors. The Contractor may not submit a quote or bid from any supplier or Subcontractor that the Contractor is not prepared to use during the Project.The Participating Entity may require additional quotes and bids if the suppliers or Subcontractors are not acceptable or if the prices are not determined to be reasonable. If the Contractor cannot obtain three quotes or bids,the Contractor will provide this information in writing to the Sourcewell Participating Entity for review and approval. The final price submitted for Non Pre-Priced Work performed through a Subcontractor will the lowest of three Subcontractor quotes. The Total Cost for Non-Pre-priced Tasks performed by Subcontractors= Lowest of Three Subcontractor Quotes X Non-Pre-Priced Task Adjustment Factor. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 16 At the discretion of Gordian, Non-Pre-Priced Tasks, as well as other Tasks, may be added to the CTC during the course of the Contract. Unit prices will be established based on actual quotes from material suppliers and installers and fixed as a permanent Pre-priced Task in the CTC. Gordian's determination as to whether an item is a Pre-Priced Task or a Non-Pre-Priced Task will be final, binding and conclusive as to the Contractor. The means and methods of construction will be such as the Contractor may choose;subject however,to the Participating Entity's right to reject means and methods proposed by the Contractor that:Will not produce finished work in accordance with the terms of the Contract; or Unnecessarily increases the price of the Purchase Order when alternative means and methods are available. 3) Additional Costs. In the event the Contractor is required to work within a secured facility where labor, material, and equipment must be inspected to pass through a secured perimeter,and all work must be constantly monitored by facility personnel,such as a prison,the Contractor will be paid for the labor time lost as a result of such perimeter inspection, as well as any loss of time resulting from a temporary shut down of the work site required by the facility, such as a temporary shut down to move prisoners. The value of the Price Proposal will be calculated by summing the total of the calculations for each Pre-Priced Tasks (Unit Price x quantity x Adjustment Factor) plus the value of all Non-Pre-Priced Tasks. b. Incidental drawings,sketches, or specification information, c. Quantity take-offs supporting all material quantities, d. Catalog cuts providing information on materials or products,as specifically requested, e. The list of known Subcontractors, f. Construction schedule, g. Back-up data for any Non-Pre-Priced Tasks (identified above), h. Warranty information on special equipment or materials,and i. Other such documentation as the Participating Entity may require. By submitting a Price Proposal to the Participating Entity,the Contractor agrees to accomplish the Detailed Scope of Work in accordance with the Request for Proposal at the price it submits. It is the Contractor's responsibility to include the necessary tasks and quantities in the Price Proposal and apply the appropriate Adjustment Factor(s) prior to delivering it to the Participating Entity. However,when trade jurisdiction rules or small quantities,the cost of a minor task in the Price Proposal is less than the cost of the actual labor and material to perform such task,the Participating Entity may permit the Contractor to be paid for such task as a Non- Prepriced Task,or use Prepriced labor tasks and material component pricing to cover the actual costs incurred. Provided that there is no other work for that trade on the Project or other work Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 17 for that trade cannot be scheduled at the same time and the final charge does not exceed $5,000. E. WAGE RATES AND GOALS REQUIRED BY LAW. If other wage rates are required by law(such as prevailing wage),the Contractor must pay such wages to all workers in accordance with the applicable laws. If the Work is performed in whole or in part using federal funding,then the Davis Bacon Wages for that area will apply. The wage rates used in the CTC were the prevailing wage rates, if any, in effect at the time the IFB was issued. If prevailing wage rates are revised prior to completion of the Project,the revised rate will apply to this Contract from the effective date of such revision; however,such revision will not entitle Contractor to any increased compensation under the terms of the Contract. The Contractor must meet any goals or requirements established by the Participating Entity ordering the work,and/or satisfy the intent of said goals or requirements,with regard to small, local, minority,women,veteran or disadvantaged business enterprises.Additional participation goals may be incorporated into the detailed scope of work. F. TIME FOR SUBMITTAL OF THE PROPOSAL PACKAGE. 1. The Proposal Package will be submitted by the date indicated on the Request for Proposal.All incomplete Proposal Packages will be rejected.The time allowed for preparation of the Proposal Package will depend on the complexity and urgency of the Project but should average between seven and fourteen days. On complex Projects, such as those requiring incidental engineering/architectural drawings and approvals and permits,allowance will be made to provide adequate time for preparation and submittal of the necessary documents. 2. In emergency situations and for Projects requiring immediate completion,the Proposal Package may be required quickly and the due date will be so indicated on the Request for Proposal or,the Contractor may begin work immediately,with the paperwork to follow. 3. If the Contractor fails to meet the deadline for submittal of the Proposal Package,this may be reason to suspend issuance of this particluar Purchase Order. 4. If the Contractor requires clarifications or additional information regarding the Detailed Scope of Work in order to prepare the Proposal Package,the request must be submitted so that the submittal of the Proposal Package is not delayed. G. REVIEW OF THE PROPOSAL PACKAGE. 1. Gordian and/or the Participating Entity will evaluate the Price Proposal by evaluating the nature and number of Tasks proposed against the agreed upon Detail Scope of Work and will determine the reasonableness of approach. Furthermore Gordian or the Participating Entity may compare the Price Proposal to the cost estimate for the Detailed Scope of Work. Gordian or the Participating Entity reserves the right to reject a Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 18 Price Proposal based on unjustifiable/unsupported (with take off details) quantities and/or Tasks,schedule, inadequate documentation, or for any other reason. 2. If Gordian and/or the Participating Entity finds any part of the Price Proposal unacceptable, Gordian or the Participating Entity may request the Contractor to re- submit its Price Proposal or cancel the Project.The Contractor is expected to submit correct Price Proposals the first time.Adjustments to the Price Proposal may occasionally need to be made after review by Gordian and the Participating Entity. In that event, Gordian may permit the Contractor to submit the first Price Proposal and a second Price Proposal for each Purchase Order. 3. Additionally,Gordian and/or the Sourcewell Participating Entity will evaluate all other components of the Proposal Package and may request revisions thereto. 4. Requested revisions to any and all of the Proposal Package components should be made by the Contractor and resubmitted in no more than three working days. If after the second review by Gordian and/or the Participating Entity, Gordian and/or the Participating Entity finds requested revisions to the Proposal Package that were not made,this may be reason to suspend that particular Purchase Order. 5. Failure by the Contractor to submit Proposal Packages, and revisions thereto, in a timely manner(within time frames described above) is grounds for suspension of all future Purchase Orders. 6. The Participating Entity reserves the right to obtain Price Proposals from any or all of the contractors awarded an IQC contract. 7. If the Contractor continues to submit Price Proposals that are rejected by Gordian, Sourcewell may declare the Contractor in default and initiate termination of the Contract. H. DELIVERY OF THE PROPOSAL PACKAGE.After Gordian reaches an agreement with the Contractor on the Proposal Package and any requested revision thereto, if applicable,Gordian will assemble and deliver the Proposal Package for the Participating Entity's consideration. If the Contractor submits a Proposal Package with inaccurate Adjustment Factors,the Contractor waives all rights to any further compensation above the Purchase Order Price submitted in the Proposal Package. The Contractor cannot delay submission of the Proposal Package past the due date to take advantage of a scheduled update of the Adjustment Factors. In that event,the Contractor must use the Adjustment Factors that would have been in effect without the delay. I. REVIEW OF THE PROPOSAL PACKAGE BY THE PARTICIPATING ENTITY AND ISSUANCE OF PURCHASE ORDER. 1. The Participating Entity will evaluate the entire Proposal Package. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 19 2. The Participating Entity may reject a Proposal Package for any reason. 3. The Participating Entity may request changes to or clarifications of any part of the Proposal Package.A Participating Entity may also require a certificate of insurance or labor, material payment, or performance bonds.The Contractor and Gordian will work together to make any requested revisions in a timely manner and resubmit a revised Proposal Package. 4. Upon approval of the Proposal Package by the Participating Entity,the Participating Entity may issue a signed Purchase Order, Notice of Award,or similar document accepting the Contractor's offer.The document will include: a) Reference to the Detail Scope of Work b) The Purchase Order Price c) Start date, Purchase Order Completion Time (duration) and completion date d) Whether liquidated damages will apply 5. Once the Contractor accepts the Purchase Order,the Contractor may not refuse to perform the work.Such actions may be grounds for termination of this Contract or other disciplinary action at the option of Sourcewell. 6. If performance and payment bonding is required, or if a separate and/or special insurance certificate is required,the Contractor will deliver such requirement to the Participating Entity within 10 days of notification of the requirement. 7. Within two business days of receipt of a Purchase Order from an Agency,the Contractor must provide notification to Gordian by forwarding a copy of the Purchase Order to Gordian. 8. Within two business days of receiving initial payment from an Agency,the Contractor must provide notification to Gordian of the initial payment by forwarding a copy of the submitted invoice to Gordian. J. CHANGES TO THE SCOPE OF WORK. 1. The Participating Entity reserves the right to make, in writing, at any time during the work, changes in the Detailed Scope of Work as are necessary to satisfactorily complete the Project,and to delete in whole or in part, or to add to,the Detailed Scope of Work. Such changes, deletions,or additions will not invalidate the Contract or the Purchase Order nor release the surety, if any, and the Contractor agrees to perform the work as altered. 2. All changes,deletions,and additions to the Detailed Scope of Work will be reflected in a Supplemental Purchase Order developed and priced in accordance with the procedure for developing and approving all Price Proposals. K. PUNCH LIST COMPLETION. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 20 1. The Contractor understands and agrees that time is of the essence in closing out the work of each Purchase Order under this Contract. Upon Substantial Completion of the work,the Punch List will be transmitted to the Contractor from the Participating Entity. The Contractor agrees to begin performance of Punch List Work immediately after receipt of the Punch List. 2. Failure of the Contractor or its Subcontractors to begin the'Punch List Work within three business days after receipt of the Punch List will be construed as failure to prosecute the work of the Contract. 3. Punch List Work will be continuously prosecuted once begun and completed within 30 Days from the receipt of the Punch List. Should the Contractor fail to complete the Punch List within this period of time,the liquidated damages as identified in by the Participating Entity's Purchase Order will apply. L. BONDS: PAYMENT AND PERFORMANCE OR MATERIAL AND WORKMANSHIP. If required by the Participating Entity for a particular Purchase Order,the Contractor will deliver a Labor and Material Payment Bond and a Performance Bond in the amount of such Purchase Order. If required by the Participating Entity for a particular Purchase Order,the Contractor will deliver Material and Workmanship Bonds in the amount required by the Participating Entity.The bonds must be in a form,and executed by a surety,acceptable to the Participating Entity.The bonds must be received before the Notice to Proceed will be issued.The Contractor will be compensated for the cost of the bonds up to 2%of the Work Order Price through the Reimbursable Fee work task in the Construction Task Catalog.The Contractor will apply a 1.1000 Adjustment Factor to the Reimbursable Fee work task rather than applying the Contractor's competitively bid Adjustment Factor. M. TERMINATION OF ORDERS. Participating Entities may terminate a Purchase Order, in whole or in part, immediately upon notice to the Contractor in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the work 2. Federal or state laws or regulations prohibit the work 3. The Contractor commits any material breach of this Contract or Purchase Order N. PURCHASE ORDER GOVERNING LAW AND VENUE.The governing law and venue for any action related to a Participating Entity's Purchase Order will be determined by the Participating Entity. V. ADJUSTMENT FACTORS AND PAYMENTS A. PREVAILING WAGE RATES AND PARTICIPATION REQUIREMENTS. When applicable,the Contractor will be responsible for paying prevailing wages to all workers in accordance with the applicable laws;and the wage rates in the CTC will be the prevailing wage rates. If the state in which the work is located revises its prevailing rate of hourly wages prior to completion of the Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 21 Project,the revised rates will apply to this Contract from the effective date of the revision; however, any such revision will not entitle the Contractor to any increased compensation under the terms of this Contract. If other wage rates are required by law,the Contractor must pay those wages to all workers in accordance with the applicable laws. If the Purchase Order is performed in whole or in part using federal funding,then the Davis Bacon Wages for that area will apply. B. CONSTRUCTION TASK CATALOG (CTC) UPDATE. The CTC issued with this Solicitation will be in effect for the first year of the Contract. On the anniversary of the Contract award date, a new CTC will be furnished. The new CTC will be effective for the following twelve (12) month extension period. The new CTC will only apply to Work Orders issued after the effective date of the applicable contract extension and shall have no impact on Work Orders issued prior to the effective date of the applicable contract extension. C. ECONOMIC PRICE ADJUSTMENT. Upon request by the Contractor, or upon the initiative of Gordian,the Contractor's Adjustment Factors may be updated at the time of the periodic extension of this Contract. 1. The Contractor's Adjustment Factors will be calculated according to the following: a. A Base Year Index will be calculated by averaging the 12 month Construction Cost Indices for the average of the 20 cities published in the Engineering News Record for the 12 months immediately prior to the month of the Solicitation (e.g.,for an April solicitation,the Base Year Index will be April of the prior year to March of the Solicitation year). b. A Current Year Index will be calculated by averaging the 12 month Construction Cost Indices for the average of the twenty cities published in the Engineering News Record for the 12 months beginning with the month of anniversary of the Solicitation (e.g.,for an April solicitation,the Current Year Index will be April of the prior year to March of the current year). c. The Economic Price Adjustment will be calculated by dividing the Current Year Index by the Base Year Index. d. The Contractor's original Adjustment Factors will be multiplied by the Economic Price Adjustment to obtain the Contractor's new Adjustment Factors effective for the next 12 months. e. Averages will be obtained by summing the 12-month indices and dividing by 12. f. All calculations in this article will be carried to the fifth decimal place and founded to the fourth decimal place.The following rules will be used for rounding: • The fourth decimal place will be rounded up when the fifth decimal place is five or greater. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 22 • The fourth decimal place will remain unchanged when the fifth decimal place is less than five. 2. Engineering News Record occasionally revises indices. Engineering News Record's Construction Cost Indices used in the calculations described above will be those currently published at the time the Economic Price Adjustment calculation is performed. No retroactive adjustments will be made as a result of an Engineering News Record revision. Revised Construction Cost Indices, if any,will be used in subsequent calculations. D. PARTIAL PAYMENTS. 1. The Contractor may submit a monthly Application for Payment for Work completed to date.The Contractor will submit Certified Payroll Records,and such other supporting documentation as may be required by the Project Manager.The Contractor may be required to submit Certified Payroll Records online.The Project Manager will inspect the work within a reasonable time and the Participating Entity will make partial payments to the Contractor based on the approved value of completed work. 2. As permitted by the law or policy of the Participating Entity,the Participating Entity may withhold retainage per purchase order until completion of the Project. 3. The Contractor must promptly pay each Subcontractor, upon receipt of payment from the Participating Entity, out of the amount paid to the Contractor on account of such Subcontractor's portion of the work,the amount to which said Subcontractor is entitled, reflecting percentages actually retained from payments to the Contractor on account of such Subcontractor's portion of the work.The Contractor will, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to its sub- Subcontractors in a similar manner. E. FINAL PAYMENTS. 1. The Contractor will notify the Project Manager when the Detailed Scope of Work is complete and ready for final inspection.The Project Manager will promptly make such inspection. If the Project Manager finds the Detailed Scope of Work complete and all final documentation submitted,the Project Manager will notify the Contractor that a final Application for Payment may be submitted. 2. The Contractor may then submit a final Application for Payment.The Contractor will submit Certified Payroll Records and such supporting documentation as may be required by the Project Manager.The Participating Entity will make final payment to the Contractor. 3. Acceptance of final payment by the Contractor, a Subcontractor or material supplier will constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of final Application for Payment. VI. CUSTOMER SERVICE Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 23 A. PRIMARY_ACCOUNT REPRESENTATIVE.The Contractor will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell and Gordian if that person is changed.The Account Representative will be responsible for: • Maintenance and management of this Contract; • Timely response to all Sourcewell, Gordian, and Participating Entity inquiries;and • Business reviews with Sourcewell, Gordian,and Participating Entities, if applicable. B. BUSINESS REVIEWS.The Contractor must perform a minimum of one business review with Sourcewell and Gordian per contract year.The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees,supply issues,customer issues,and any other necessary information. VII. CONTRACT ACTIVITY REPORT AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT ACTIVITY REPORT.The Contractor must report contract activity within eGordian and complete all required fields. The Report must contain the following fields related to Purchase Orders received from Participating Entities: • Participating Entity Name, • Participating Entity's Complete Address, • Sourcewell Assigned Participating Entity Number, • Brief Description of the work, • Transaction Date, • Total Sales Amount,and • Applicable Sourcewell Contract Number. B. ADMINISTRATIVE FEE.The Contractor must pay an administrative fee in exchange for the administration of the contracts by Sourcewell and Sourcewell's contract administrator, Gordian. If the Contract is utilized by Entities,the Contractor agrees to pay Gordian a 7.50%administrative fee. Unless otherwise agreed with Gordian, Contractor shall make progress payments for the administrative fee in proportion to the percentage of construction completed to be invoiced at milestones reasonably established by Gordian. Contractor shall pay all Gordian invoices within thirty(30)days of date of invoice and payment will be sent as specified by Gordian.Administrative Fees not paid by the specified deadline shall bear an interest rate of 1.5% per month until paid. The Contractor shall keep Gordian reasonably informed of the construction status of each active construction project, which shall include responding to Gordian inquiries regarding construction status within 5 days.Additionally,the Contractor shall: • Within two business days of receipt of a Purchase Order from an Agency,the Contractor must provide notification to Gordian by forwarding a copy of the Purchase Order to Gordian. • • Within two business days of receiving initial payment from an Agency, the Contractor must provide notification to Gordian of the initial payment by forwarding a copy of the submitted invoice to Gordian. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 24 Sourcewell designates Gordian as its contract administrator. The Administrative Fee payments must be made payable to The Gordian Group and sent to the following address: The Gordian Group, Inc. PO Box 74008498 Chicago, IL 60674-8498 In order to audit this section,Sourcewell or Gordian may request records from the Contractor for all work performed under this Contract. If a discrepancy exists between the actual activity and the Administrative Fees paid,Gordian will provide written notification to the Contractor of the discrepancy and allow the Contractor 10 days from the date of notification to resolve the discrepancy. In the event the Contractor does not resolve the discrepancy to the satisfaction of Sourcewell or Gordian,Sourcewell or Gordian reserve the right to engage a third party to conduct an independent audit of the Contractor's records. In the event the Contractor is found not to be in compliance with this Contract,the Contractor will reimburse Sourcewell or Gordian for the cost and expense related to such audit. In the event the Contractor is delinquent in any undisputed administrative fees,Sourcewell reserves the right to cancel this Contract and reject any bid or proposal submitted by the Contractor to a Sourcewell or a Participating Entity. In the event this Contract is cancelled by either party prior to the Contract's expiration date,the administrative fee payment will be due no more than 30 days from the cancellation date. C. TAXES.The Contractor will pay all sales, consumer, use and other similar taxes required by law for which a valid exemption does not exist. If the Contractor is required to pay sales tax on non-exempt material, equipment,services,or other items purchased in connection with a Purchase Order,the Member will reimburse the Contractor for such tax,without mark-up, provided the Contractor submits the appropriate documentation therefor VIII. ADDITIONAL TERMS A. SURVIVAL OF TERMS.The following Articles of these General Terms and Conditions survive the expiration or cancellation of this Contract: Ill.A, C, 0,V, and W; IX;XIII;and XV. B. ASSIGNMENT. Neither the Contractor nor Sourcewell may assign or transfer any rights, interest,or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. C. AMENDMENTS.Any amendment of, including extension to,this Contract must be in writing and will not be effective until it has been fully executed by the parties. D. WAIVER. If either party fails to enforce any provision of this Contract,that failure does not waive the provision or the right to enforce it. E. CONTRACT COMPLETE.This Contract contains all negotiations and agreements between Sourcewell and the Contractor. No other understanding regarding this Contract,whether written or oral, may be used to bind either party. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 25 F. RELATIONSHIP OF THE PARTIES.The relationship of the parties is one of independent contractors,each free to exercise judgment and discretion with regard to the conduct of their respective businesses.This Contract does not create a partnership,joint venture, or any other relationship such as master-servant,or principal-agent. G. SEVERABILITY. If the Contract Documents contains any unlawful provision not an essential part of the Contract Documents and which will not appear to have been a controlling or material inducement to the making thereof,the same will be deemed of no effect and will, upon notice by either party, be deemed stricken without affecting the binding force of the remainder. H. GRATUITIES.As it relates to this Contract, or any of the Contractor's efforts to secure this Contract or any of the work that may be offered or assigned hereunder,the Contractor is prohibited from offering or giving gratuities or favors,of any form,to Sourcewell, Gordian, or Participating Entities, including any of their representatives or agents. Sourcewell may immediately cancel this Contract and notify proper authorities in the event Sourcewell determines that the Contractor or any of its agents offered or gave gratuities or favors of any form, including but not limited to:entertainment,gifts,cash, promise or forgiveness,or any other form of gratuity or favor to any employee or agent of Sourcewell, Gordian, or the Participating Entity. IX. LIABILITY The Contractor must indemnify,save,and hold Sourcewell, Gordian,and Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys'fees, arising out of the performance of this Contract by the Contractor or its agents or employees;this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the work performed and any products provided under this Contract to the extent the work has been used according to its specifications and Project. X. AUDITS Sourcewell reserves the right to review the books, records, documents, and accounting procedures and practices of the Contractor relevant to this Contract for a minimum of six years from the end of this Contract.This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract.The Contractor must provide verifiable documentation and tracking in a timely manner. XI. GOVERNMENT DATA PRACTICES The Contractor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell or Gordian under this Contract, and as it applies to all data created, collected, received,stored, used, maintained, or disseminated by the Contractor under this Contract. XII. MARKETING Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 26 A. MARKETING.The Contractor must adhere to the following when preparing marketing materials and web sites,and in the use of trademarks and service marks: 1. The Contractor will include the Sourcewell logo and website address on all marketing materials and web sites that mention this Contract or have any relation to this Contract. 2. The Contractor will include Gordian's ezIQC logo,website address(www.ezlQC.com), and ezIQC telephone number(888-993-9472)on all marketing materials and web sites that mention this Contract. 3. The Contractor is authorized to use Sourcewell's and Gordian's names, logos, trademarks,service marks and other provided materials solely for the presentation and promotion of the availability and use of this Contract to Participating Entities. 4. All publicity and marketing materials must be coordinated with and approved by Sou rcewell. 5. The Contractor must not claim that Sourcewell or Gordian endorses its work or services. 6. The Contractor must avoid all conflicts of interest with the promotion of this Contract to any Participating Entity. XIII. GOVERNING LAW,JURISDICTION,AND VENUE This Contract, between the Contractor and Sourcewell,will be governed by Minnesota substantive and procedural law.Venue for all legal proceedings out of this Contract,or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota. For any action or claim between the Participating Entity and the Contractor,the governing law and venue will be determined by the Participating Entity accessing this Contract. XIV. FORCE MAJEURE Neither party will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control.A party delaying or defaulting under this provision must provide the other party prompt written notice of the delay or default. XV. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable,or void then the parties will be relieved of all obligations arising under such provisions. If the remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. XVI. PERFORMANCE,DEFAULT AND REMEDIES,AND LIQUIDATED DAMAGES Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 27 A. PERFORMANCE. During the term of this Contract,the parties will monitor performance and address unresolved contract issues.The resolution process is as follows: 1. Notification.The Parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, the Parties will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of the Parties. 2. Escalation. If Parties are unable to resolve the issue in a timely manner,as specified above,the Parties may escalate the resolution of the issue to a higher level of management within their organization.The Contractor will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute,the Contractor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Contractor fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work,any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed will be borne by the Contractor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity Purchase Order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Written notice of default and a reasonable opportunity to cure must be issued by the party claiming default.Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure,the non-defaulting party may: • Exercise any remedy provided by law or equity, or • Terminate this Contract or any portion thereof, including any orders issued against the Contract. C. LIQUIDATED DAMAGES.The Participating Entity may assess liquidated damages for each day after the Purchase Order Completion Time in the Detailed Scope of Work is not complete. It is understood and agreed by and between the Contractor,Sourcewell, and the Participating Entity, that time is of the essence in all matters relating to Liquidated Damages. The liquidated damages will be determined on a Purchase Order by Purchase Order basis. XVII. INSURANCE A. REQUIREMENTS.At its own expense,the Contractor must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State where the Project is located. Participating Entities must follow their own laws and practices regarding insurance requirements;and may require Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 28 additional coverage or limits. Each policy must have an "AM BEST" rating of A-or better,with coverage and limits of insurance not less than the following: 1. Workers'Compensation and Employer's Liability.Workers' Compensation:As required by any applicable law or regulation in the state in which the Project is located. Employer's Liability Insurance must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. The Contractor will maintain insurance covering its operations,with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (ISO)Commercial General Liability Form CG0001(2001 or newer edition), or equivalent.At a minimum,coverage must include liability arising from premises,operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury.All required limits,terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products-Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract,the Contractor will maintain insurance covering all owned, hired,and non-owned automobiles in limits of liability not less than indicated below.The coverage must comply with the motor vehicle laws of the state in which the Project is located and apply to the use in connection with the work in the Contract Documents.The terms must be no less broad than ISO Business Auto Coverage Form CA 0001(2010 edition or newer), or equivalent. Minimum Limits: $2,000,000 each accident,combined single limit 4. Umbrella Insurance. During the term of this Contract,the Contractor will maintain umbrella coverage over Workers'Compensation, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. All Risk Builders Risk Insurance. Where specifically required in the Detailed Scope of Work,the Contractor will provide, before the Purchase Order is issued, Builders' Risk Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 29 Insurance in an amount at least equal to the Purchase Order Price in a form and by a carrier acceptable to the Participating Entity.The cost of such Builders Risk Policy will be reimbursed to the Contractor as a reimbursable task. 6. Pollution Liability Insurance. If a Project involves asbestos abatement encapsulation or other activities involving hazardous materials,the Contractor,Subcontractor or other party responsible for such work will procure and maintain a liability insurance policy issued to and covering the liability,of the Contractor,Subcontractor or other party engaged in the removal,or handling of hazardous materials,for bodily injury, illness, sickness or property damage caused by exposure. Minimum Limits: $2,000,000 per occurrence $2,000,000 aggregate. The cost of Pollution Liability Insurance is included in the Unit Prices and will not be reimbursed separately. Failure of the Contractor to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default, or the Participating Entity cancel the Purchase Order for default. If at any time any of the above-required insurance policies should be cancelled,terminated,or modified so that insurance is not in effect as above required,then, if Sourcewell will so direct, the Contractor will suspend performance of the work. If the work is suspended, no extension of time to complete the work will be due. If the work is not suspended,then Sourcewell or the Participating Entity may, at its option, obtain insurance affording coverage equal to that above required,the cost of such insurance to be payable by the Contractor. Should the awarded Contractor retain a Subcontractor to perform any of the services mentioned herein, it is the Contractor's responsibility to ensure that the Subcontractor(s) maintains the same types of insurance coverage in accordance with the requirements and amounts indicated herein. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract,the Contractor must furnish to Sourcewell a certificate of insurance,as evidence of the Workers' Compensation,General Liability,Commercial Automobile,and Umbrella insurance required under this Contract.A Participating Entity may require a Certificate of Insurance as evidence of additional coverages it requires. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219,Staples, MN 56479 or emailed to the Sourcewell Supplier Development Administrator assigned to this Contract.The certificates must be signed by a person authorized by the insurer(s)to bind coverage on their behalf.All policies must include there will be no cancellation,suspension, non-renewal,or reduction of coverage without 30 days' prior written notice to the Contractor. Failure to request certificates of insurance by Sourcewell,or failure of the Contractor to provide certificates of insurance, in no way limits or relieves the Contractor of its duties and responsibilities in this Contract. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 30 C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE.The Contractor agrees to list Sourcewell and its Participating Entities, including their officers, agents,and employees,as an additional insured under the Contractor's commercial general liability insurance policy with respect to liability arising out of activities, "operations,"or"work" performed by or on behalf of the Contractor, and products and completed operations of the Contractor.The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION.The Contractor waives and must require(by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Contractor or its subcontractors.The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Contractor or its subcontractors.Where permitted by law,the Contractor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY.The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies). XVIII. BANKRUPTCY,DEBARMENT,OR SUSPENSION CERTIFICATION The Contractor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract, Contractor declares bankruptcy,the Contractor must immediately notify Sourcewell in writing. The Contractor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment,declared ineligible,or voluntarily excluded from programs operated by the State of Minnesota;the United States federal government;or any Participating Entity.The Contractor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract.The Contractor further warrants that it will provide immediate written notice to Sourcewell if there is a threat of change to any of these certifications. XIX. UNITED STATES FEDERAL REQUIREMENTS From time to time, Participating Entities may use United States federal grant or FEMA funds for work under this Contract and may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards,2 C.F.R. § 200. Participating Entities may also require additional requirements based on specific funding specifications. The following list only applies when a Participating Entity intends to fully or partially fund the Project with United States federal money; and the Contractor will comply with all United States Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 31 federal laws and regulations when working on or completing a Project, including, but not limited to,the following. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. §60, all contracts that meet the definition of"federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and implementing regulations at 41 C.F.R. §60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor."The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT,AS AMENDED (40 U.S.C. §3141-3148).When required by federal program legislation,all prime construction contracts in excess of$2,000 awarded by non-federal entities must include a provision for compliance with the Davis-Bacon Act(40 U.S.C. §3141- 3144,and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. §5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week.The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation.The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination.The non-federal entity must report all suspected or reported violations to the federal awarding agency.The contracts must also include a provision for compliance with the Copeland "Anti-Kickback"Act(40 U.S.C. §3145),as supplemented by Department of Labor regulations (29 C.F.R. §3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion,or repair of public work,to give up any part of the compensation to which he or she is otherwise entitled.The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT(40 U.S.C. §3701-3708).Where applicable, all contracts awarded by the non-federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. §5). Under 40 U.S.C. §3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week.The requirements of 40 U.S.C. §3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous.These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market,or contracts for transportation or transmission of intelligence.This provision is hereby Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 32 incorporated by reference into this Master Agreement.Supplier certifies that during the term of an award for all agreements by Sourcewell resulting from this procurement process,Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of"funding agreement" under 37 C.F.R.§401.2(a)and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties,assignment or performance of experimental, developmental,or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 C.F.R. §401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all agreements by Sourcewell resulting from this procurement process,Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT(42 U.S.C. §7401-7671q.)AND THE FEDERAL WATER POLLUTION CONTROL ACT(33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of$150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. §7401-7671q)and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387).Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). Supplier certifies that during the term of this Master Agreement will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689).A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549(3 C.F.R. § 1986 Comp., p. 189) and 12689(3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension."SAM Exclusions contains the names of parties debarred,suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549.Supplier certifies that neither it nor its principals are presently debarred,suspended, proposed for debarment,declared ineligible,or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT,AS AMENDED (31 U.S.C. § 1352).Suppliers must file any required certifications.Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency,a member of Congress,officer or employee of Congress,or an employee of a member of Congress in connection with obtaining any federal contract,grant,or any other award covered by 31 U.S.C. § 1352.Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award.Such disclosures are forwarded from tier to tier up to the non-federal award.Suppliers must file all certifications and disclosures required by, and otherwise comply with,the Byrd Anti-Lobbying Amendment(31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS.To the extent applicable,Supplier must comply with the record retention requirements detailed in 2 C.F.R. §200.333.The Supplier further certifies that it will retain all records as required by 2 C.F.R. §200.333 for a period of 3 years after Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 33 grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports,as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE.To the extent applicable,Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE.To the extent applicable,Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS(2 C.F.R. §200.336).Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this Master Agreement for the purpose of making audits, examinations, excerpts,and transcriptions. The right also includes timely and reasonable access to Supplier's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322).A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act,as amended by the Resource Conservation and Recovery Act.The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA) at 40 C.F.R. §247 that contain the highest percentage of recovered materials practicable,consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded$10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS,AND FLAGS.The Supplier is not to use the seal(s), logos,crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT.The U.S.federal government is not a party to this Contract or any purchase by an Participating Entity and is not subject to any obligations or liabilities to the Participating Entity,Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS.The Contractor acknowledges that 31 U.S.C.38(Administrative Remedies for False Claims and Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT.The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 34 Q. CONFLICTS OF INTEREST.The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest(as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services,Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224.The Supplier,and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT.To the extent applicable,Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. §200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS.To the extent applicable,Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. XX. CONTRACT SUSPENSION OR TERMINATION A. Sourcewell may, in Sourcewell's discretion: 1. Terminate this Contract for any reason upon 60 days' prior written notice to the Contractor; 2. Suspend the Contractor for violation of the terms of this Contract, and prohibit the Contractor during such suspension from submitting Price Proposals with respect to the Projects of Sourcewell and the Projects of any one or more Sourcewell member;or 3. May immediately terminate the Contract, if the Contractor: a. Persistently or repeatedly refuses or fails to supply enough properly skilled workers or proper materials; b. Fails to make payment to Subcontractors for materials or labor in accordance with the respective agreements between the Contractor and the Subcontractors; c. Persistently disregards laws, ordinances,or rules, regulations or orders of a public authority having jurisdiction; or d. Otherwise is guilty of material breach of a provision of the Contract Documents. B. In the event of Contract termination, if an unpaid balance of one or more Purchase Orders exceeds the costs of finishing the work, such excess will be paid to the Contractor. If such costs and damages exceed the unpaid balance,the Contractor will pay the difference to Sourcewell. C. A Participating Entity has no authority to unilaterally terminate this Contract between Sourcewell and the Contractor. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 35 Remainder of Page Intentionally Left Blank. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 36 DocuSign Envelope ID:9A4C7896-8ADO-4CF6-A7E3-7E8AEO8A9DFF ,y; Source f1 rp • Solicitation Opening Record Date of opening: October 17, 2023 Sourcewell posted Invitation for Bids#CA-101723,for the procurement of Indefinite Delivery Indefinite Quantity Construction Contracts in the State of California, on the Sourcewell Procurement Portal [proportal.sourcewell-mn.gov] on Tuesday,September 12, 2023, and the solicitation remained in an open status within the portal until October 17, 2023,at 4:30 pm CT.The Invitation for Bids required that all bids be submitted through the Sourcewell Procurement Portal no later than 4:30 pm CT on October 17,2023,the date and time specified in the Solicitation Schedule. The undersigned certify that all responses received on Invitation for Bids#CA-101723 were submitted through the Sourcewell Procurement Portal, and that each Bidder's response material was digitally sealed upon submission and remained inaccessible until the due date and time specified in the Solicitation Schedule. Responses were received from the following: ABM Building Solutions, LLC-Submitted-Mon Oct 16, 2023 2:45:35 PM ABM Electrical and Lighting Solutions-Submitted-Mon Oct 16, 2023 2:45:35 PM ACCO Engineered Systems, Inc-Submitted-Mon Oct 16, 2023 6:30:55 PM Accurate Construction Company Inc-Submitted-Tue Oct 17,2023 3:19:32 PM Air Systems, Inc. -Submitted-Tue Oct 17, 2023 3:19:32 PM Alco Building Solutions-Submitted-Tue Oct 17,2023 3:22:47 PM All Source Coatings Inc.-Submitted-Mon Oct 16,2023 6:17:59 PM All Source Tile Inc.-Submitted -Mon Oct 16, 2023 7:26:21 PM AME Builders Inc-Submitted -Tue Oct 17, 2023 11:22:08 AM AMTEK Construction-Submitted-Tue Oct 17,2023 1:48:25 PM Angeles Contractor, Inc.-Submitted-Mon Oct 16,2023 7:00:43 PM Ausonio Inc.-Submitted-Tue Oct 17,2023 1:01:34 PM Balleza Painting Inc-Submitted-Tue Oct 17,2023 2:21:57 PM California Coast Carpet& Flooring-Submitted-Mon Oct 16,2023 7:33:37 PM Capitol Carpet Company, Inc.-Submitted-Mon Oct 16, 2023 8:32:59 PM CORE West, Inc.-Submitted-Tue Oct 17, 2023 8:12:50 AM Dewberry Design-Builders Inc.-Submitted-Tue Oct 17, 2023 2:00:46 PM Durham Construction Company, Inc.-Submitted-Tue Oct 17,2023 4:29:16 PM Elegant Construction Inc.-Submitted-Sat Oct 14,2023 6:19:23 PM Express Energy Services Inc.-Submitted-Tue Oct 17,2023 12:24:01 PM Grondin Construction Inc-Submitted-Thu Oct 12,2023 12:19:09 PM Harry H.Joh Construction Inc. -Submitted-Mon Oct 16,2023 2:51:32 PM Horizons Construction Company Int'l Inc. -Submitted-Tue Oct 17, 2023 2:58:59 PM J &H Engineering General Contractors, Inc. -Submitted-Mon Oct 16, 2023 3:22:51 PM J G CONTRACTING-Submitted-Mon Oct 16, 2023 1:18:49 PM LDCo., Inc-Submitted-Tue Oct 17,2023 2:37:23 PM DocuSign Envelope ID:9A4C7896-BADO-4CF6-A7E3-7EBAEO8A9DFF Mackone Development Inc-Submitted-Tue Oct 17,2023 1:46:37 PM Mak Construction&Project Management-Submitted-Tue Oct 17, 2023 12:38:24 PM MDJ Management, LLC-Submitted- Mon Oct 16, 2023 9:48:29 PM Mesa Energy Systems, Inc. -Submitted-Tue Oct 17,2023 10:48:33 AM MIK Construction Inc.-Submitted-Tue Oct 17,2023 1:23:33 PM Newton Construction and Management, Inc.-Submitted-Fri Oct 13,2023 12:27:22 PM North Star Construction and Engineering, Inc. -Submitted-Tue Oct 17, 2023 4:21:41 PM Pacific Building Group-Submitted-Tue Oct 17, 2023 3:37:17 PM QUINCON, INC. -Submitted-Tue Oct 17,2023 4:16:45 PM Rite-Way Roof Corporation-Submitted -Tue Oct 17, 2023 2:33:23 PM - SJD&B, Inc. -Submitted-Tue Oct 17,2023 2:33:54 PM Staples Construction -Submitted-Mon Oct 16, 2023 5:10:21 PM Strategic Mechanical, Inc. -Submitted-Tue Oct 17,2023 1:32:43 PM Terra West Construction Inc.-Submitted-Tue Oct 17,2023 3:58:30 PM Turelk, Inc.-Submitted-Tue Oct 17, 2023 2:03:29 PM Vincor Construction, Inc.-Submitted-Mon Oct 16, 2023 1:55:43 PM Vortex Construction-Submitted-Tue Oct 17,2023 4:10:47 PM Wildscape Restoration Inc.,dba Urban Greening-Submitted-Tue Oct 17, 2023 4:21:01 PM World Wide Construction-Submitted-Tue Oct 17,2023 2:45:15 PM Wyatt Trapp, Inc.-Submitted -Mon Oct 16,2023 1:08:19 PM The Bids were opened electronically,and a list of all Bidders was made publicly available in the Sourcewell Procurement Portal,on October 17, 2023, at 4:30:00 pm CT.All responsive bids were then submitted for review by the Sourcewell Bid Evaluation Committee. DocuSJi-gnneyd by: 7BCA93CD6377421... Brandon Town, NIGP-CPP,CPSM, CPSD, Procurement Analyst —DocuSigned by: t11 —7F41572C858B4DA... Craig West, Procurement Analyst DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 1 of 42 tir 044,7) SourceweHH , COMMENT AND REVIEW to the Invitation for Bids (IFB) on Indefinite Delivery Indefinite Quantity Construction Contracts CA-101723—State of California IFB Sourcewell issued the Invitation for Bids (IFB)to provide Indefinite Delivery Indefinite Quantity Construction Contracts(IDIQ) on behalf of current and potential Sourcewell Participating Entities, including all government agencies,education agencies to include colleges and universities, and non-profit agencies, within the state of California,as identified in the attached map of the regions. Sourcewell included multiple solicitations within the IFB with the intention of awarding multiple contracts in the state of California. Advertisement The following advertisement was placed September 12,2023,and September 19, 2023 in the following publications,Contra Costa Times, Fresno Bee, Imperial Valley Press, Inyo Register,San Jose Mercury News, Monterey Herald, Napa Valley Register, Orange County Register,Sacramento Bee,San Diego Union Tribune, San Francisco Chronicle,San Luis Obispo Tribune, Press Enterprise,The Sun,Ventura County Star,Visalia Times Delta, Eureka Times Standard,Santa Cruz Sentinel,Appeal Democrat, Record Searchlight, Bakersfield Californian, Press Democrat and Los Angeles Times. It was advertised in Desert Sun on September 13,2023 and September 20,2023, in the Placer Herald September 14, 2023 and September 21, 2023, in the Hollister Freelance September 15, 2023 and September 22, 2022, and in the San Diego Business Journal on September 18,2023 and September 25, 2023. It was posted to the Sourcewell website and the Sourcewell Procurement Portal for daily viewing and document download/response from September 12,2023 until the scheduled due date and time: Sourcewell, a State of Minnesota local government entity and public agency, is issuing this Invitation for Bids(IFB)on behalf of its participating entities to create indefinite delivery-indefinite quantity construction(IDIQ)contracts that may be used by those participating entities for projects related to construction or the repair, alteration, modernization, or renovation of buildings, structures, or other real property. This IFB consists of the following parts: 1. Invitation for Bids, including Map of Regions 2. Template IDIQ Construction Contract 3. IDIQ Contract General Terms and Conditions 4. Construction Task Catalog 5. Technical Specifications DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 2 of 42 A full copy of the IFB can be found on the Sourcewell Procurement Portal (https://proportal.sourcewell-mn.gov), and only bids submitted through the Sourcewell Procurement Portal will be considered. Bids are due no later than October 17,2023, at 4:30 p.m. Central Time, and late bids will not be considered. The above advertisement along with relevant solicitation details was sent to the following construction bid boards:Associated General Contractors of America, Bid America, Builders' Notebook,Central Coast Builders' Association,Construction Bid Board, Dodge Data, Kern County Builders' Exchange, Marin Builders' Association, Nevada County Contracts Association, North Coast Builders' Exchange, Placer County Contractors Association and Builders Exchange, Builders' Exchange of Santa Clara,Shasta Builders' Exchange, and Builders' Exchange of Stockton. Bid Registrants The solicitation process was conducted through the Sourcewell Procurement Portal.The following parties expressed interest in the solicitation by registering for this opportunity within the portal: ABM Industries Inc. Mackone Development Inc ACCO Engineered Systems, Inc Mak Construction & Project Management Accurate Construction Company Inc Mark Scott Construction, Inc. Air Systems, Inc. MDJ Management, LLC Alco Building Solutions Mesa Energy Systems, Inc. dba EMCOR Services All Source Coatings Inc. MIK Construction Inc. All Source Tile Inc. Newton Construction and Management, Inc. AME Builders Inc Next Level H.V.A.0 Energy Management Systems AMTEK Construction North Star Construction and Engineering, Inc. Angeles Contractor, Inc. NUUO Inc Ausonio Inc. OJ Construction &Consultant Inc. Balleza Painting Inc Pacific Building group California Coast Carpet& Flooring Pavement Resources Capitol Carpet Company, Inc. Performance Bonding CORE Construction PWXPress CS &M construction services Inc QUINCON, INC. Dewberry Design-Builders Inc. Rite-Way Roof Corporation Durham Construction Company, Inc. Road Widener LLC Elegant Construction Inc. RoofConnect Logistics, Inc Exbon Development Inc SAN FRANCISCO BUILDERS EXCHANGE Fourest Tree Service Inc. SASE Company Good-Men Roofing&Construction Inc. Shade Structures, Inc. GreenPower Motor Company SJD&B, Inc. Grondin Construction Inc Solar Technology Inc Harry H Joh Construction Inc Staples Construction Harry H.Joh Construction Inc. Strategic Mechanical, Inc. Horizons Construction Company Intl Inc. T&S Intermodal Maintenance, Inc. DBA T&S West DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 3 of 42 10 Environmental &Infrastructure Inc Terra West Construction Inc. J & H Engineering General Contractors, Inc. Tulare and Kings Counties Builders Exchange J G CONTRACTING Turelk, Inc. J&H Engineering General Contractors, Inc. Vincor Construction, Inc. Kern County Builders Exchange Vortex Construction LDCo., Inc World Wide Construction Lunar Contracting Wyatt Trapp,Inc. Yerba Buena Engineering&Construction, Inc Pre-bid meeting: A pre-bid webinar was conducted and broadcast on September 26, 2023, beginning at 12:00 pm CT.A link to the on-demand recording, as well as the presentation slides,were subsequently made available to all registered plan takers. Bids All Bids remained sealed within the Sourcewell Procurement Portal until the scheduled due date and time. Bids were electronically opened,and the list of all Bidders was made publicly available on the Sourcewell Procurement Portal,on October 17, 2023, at 4:30:00 pm CT. Bids were received from the following: ABM Building Solutions, LLC-Submitted-Mon Oct 16, 2023 2:45:35 PM ABM Electrical and Lighting Solutions-Submitted- Mon Oct 16, 2023 2:45:35 PM ACCO Engineered Systems, Inc-Submitted-Mon Oct 16, 2023 6:30:55 PM Accurate Construction Company Inc-Submitted-Tue Oct 17, 2023 3:19:32 PM Air Systems, Inc.-Submitted-Tue Oct 17, 2023 3:19:32 PM Alco Building Solutions-Submitted-Tue Oct 17, 2023 3:22:47 PM All Source Coatings Inc.-Submitted- Mon Oct 16, 2023 6:17:59 PM All Source Tile Inc.-Submitted-Mon Oct 16, 2023 7:26:21 PM AME Builders Inc-Submitted-Tue Oct 17, 2023 11:22:08 AM AMTEK Construction-Submitted-Tue Oct 17, 2023 1:48:25 PM Angeles Contractor, Inc.-Submitted- Mon Oct 16, 2023 7:00:43 PM Ausonio Inc.-Submitted-Tue Oct 17, 2023 1:01:34 PM Balleza Painting Inc-Submitted-Tue Oct 17, 2023 2:21:57 PM California Coast Carpet& Flooring-Submitted- Mon Oct 16,2023 7:33:37 PM Capitol Carpet Company, Inc.-Submitted- Mon Oct 16, 2023 8:32:59 PM CORE West, Inc.-Submitted-Tue Oct 17, 2023 8:12:50 AM Dewberry Design-Builders Inc.-Submitted-Tue Oct 17, 2023 2:00:46 PM Durham Construction Company, Inc.-Submitted-Tue Oct 17, 2023 4:29:16 PM Elegant Construction Inc.-Submitted-Sat Oct 14, 2023 6:19:23 PM Express Energy Services Inc.-Submitted-Tue Oct 17,2023 12:24:01 PM Grondin Construction Inc-Submitted-Thu Oct 12, 2023 12:19:09 PM Harry H.Joh Construction Inc.-Submitted-Mon Oct 16, 2023 2:51:32 PM Horizons Construction Company Intl Inc.-Submitted-Tue Oct 17, 2023 2:58:59 PM J & H Engineering General Contractors, Inc.-Submitted- Mon Oct 16, 2023 3:22:51 PM J G CONTRACTING-Submitted- Mon Oct 16,2023 1:18:49 PM DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 4 of 44 LDCo., Inc-Submitted-Tue Oct 17, 2023 2:37:23 PM Mackone Development Inc-Submitted-Tue Oct 17, 2023 1:46:37 PM Mak Construction & Project Management-Submitted-Tue Oct 17, 2023 12:38:24 PM MDJ Management, LLC-Submitted- Mon Oct 16, 2023 9:48:29 PM Mesa Energy Systems, Inc.-Submitted-Tue Oct 17, 2023 10:48:33 AM MIK Construction Inc.-Submitted-Tue Oct 17,2023 1:23:33 PM Newton Construction and Management, Inc.-Submitted-Fri Oct 13,2023 12:27:22 PM North Star Construction and Engineering, Inc.-Submitted-Tue Oct 17, 2023 4:21:41 PM Pacific Building Group-Submitted-Tue Oct 17, 2023 3:37:17 PM QUINCON, INC.-Submitted-Tue Oct 17,2023 4:16:45 PM Rite-Way Roof Corporation-Submitted-Tue Oct 17, 2023 2:33:23 PM - SJD&B, Inc.-Submitted-Tue Oct 17, 2023 2:33:54 PM Staples Construction-Submitted- Mon Oct 16, 2023 5:10:21 PM Strategic Mechanical, Inc.-Submitted-Tue Oct 17, 2023 1:32:43 PM Terra West Construction Inc.-Submitted-Tue Oct 17, 2023 3:58:30 PM Turelk, Inc.-Submitted-Tue Oct 17, 2023 2:03:29 PM Vincor Construction, Inc.-Submitted- Mon Oct 16, 2023 1:55:43 PM Vortex Construction-Submitted-Tue Oct 17, 2023 4:10:47 PM Wildscape Restoration Inc., dba Urban Greening-Submitted-Tue Oct 17,2023 4:21:01 PM World Wide Construction-Submitted-Tue Oct 17, 2023 2:45:15 PM Wyatt Trapp, Inc.-Submitted-Mon Oct 16, 2023 1:08:19 PM Bids were reviewed by the Bid Review Committee: Kim Austin, MBA,CPPB, NIGP-CPP, Procurement Supervisor Brandon Town, NIGP-CPP, CPSM, CPSD, Procurement Analyst Michael Munoz, CPPB, Procurement Analyst Craig West, Procurement Analyst Bid Evaluation Method The Sourcewell Bid Review Committee first determines responsiveness and responsibility of all bidders.A responsive bid must have been submitted on time and materially satisfy all mandatory requirements identified in the IFB.The bidders submitted five adjustment factors for each contract opportunity within the region to the fixed prices in the Construction Task Catalog. The submitted bid adjustment factors were weighted as more fully described in the IFB section to determine a single combined adjustment factor. This combined adjustment factor was then used in determining the ranking of the bids. Bidders may not be awarded more than one same scope Contract within a Region.The maximum number of contracts to be initially awarded by geographic region and contract type was identified in the IFB under Article VIII. Evaluation and Award. Findings of the Bid Evaluation Committee Section III., Required Bidder Qualifications, Part D. of the IFB required bidders to have a physical presence either in or adjacent to the region being bid.The following contractors were found to be non-compliant with this required qualification: CORE West in region 6; Express Energy Services Inc. in regions 1, 2,3,4, 5, 6 and DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 5 of 44 9; Horizons Construction Company Intl Inc in regions 1, 2,3, and 4;and QUINCON, INC in regions 1, 2 and 3. Mesa Energy Systems, Inc. bid outside the competitive range for mechanical/HVAC in regions 1 and 2 and in region 3 for general building. IFB Section III,Article C.states that bidders responding to trade solicitations must perform at least 51%of the work with their own organization and forces. Mackone Development Inc submitted a bid for paving in regions 7 and 8 but did not respond to the request for clarification sent on October 30, 2023 and November 6,2023 and were determined to be non-responsive in accordance with this requirement.Also, in accordance with this requirement, Harry H.Joh was found to be non-compliant for roofing/waterproofing in regions 7, 9, and plumbing in regions 8 and 9. Capitol Carpet Company, Inc did not respond to a request for clarification sent on October 30, 2023 and November 6, 2023 and were determined to be non-responsive for failure to submit required documentation and complete past project experience. The selected contractors identified in the results below have the required experience with IDIQ Construction work, and all the awarded bids were determined to be competitive and reasonable for the area. ***The remainder of this page has been intentionally left blank*** DocuSign Envelope ID:C014A465-DBA3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 6 of 44 Bid Results** Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.2720 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3700 CORE West,Inc. CA-R1-GB-101723-CRW Secured/OSHPD Prevailing Wage Rate Projects 1.3800 General Building Region 1 All Union Wage Projects 1.601 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.3336 Normal Working Hours-Prevailing Wage Rate Projects. 1.3205 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.545 Alco Building Solutions General Building CA-R1-GB-101723-ABU Region 1 Secured/OSHPD Prevailing Wage Rate Projects • - 1.8487 All Union Wage Projects 1.5450 Non-Pre-Priced 1.3000 Combined Adjustment Factor 1.4538 Normal Working Hours-Prevailing Wage Rate Projects ' 1.8000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 2.0000 ACCO Engineered Secured/OSHPD Prevailing Wage•Rate Projects 1.8000 Systems,Inc Mechanical/HVAC CA-R1-HVAC-101723-AES Region 1 Y All Union Wage Projects 2.0000 Non-Pre-Priced - ;. 1.1500 Combined Adjustment Factor 1.7850 Normal Working Hours"-Prevailing Wage Rate Projects 1.3205 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5450 Secured/OSHPD Prevailing Wage Rate Projects 1.8487 Alco Building Solutions Electrical CA-R1-E-101723-ABU Region 1 All Union Wage Projects 1.5450 Non-Pre-Priced • 1.3000 Combined Adjustment Factor 1.4538 Normal Working Hours-Prevailing Wage Rate Projects, 1.2690 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3650 CORE West,Inc. Secured/OSHPD Prevailing Wage Rate Projects 1.3670 General Building CA-R2-GB-101723-CRW Region 2 All Union Wage Projects 1.5920 Non-Pre-Priced 1.2500° Combined Adjustment Factor 1.3285 • DocuSign Envelope ID:CD14A465-D8A3-4613B-9D0C-46BCB7C5DF86 Sourcewell Page 7 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.3102 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5329 Alco Building Solutions General Building CA-R2-GB-101723-ABU Region 2 Secured/OSHPD Prevailing Wage Rate Projects 1.8343 All Union Wage Projects 1.5329 Non-Pre-Priced 1.3000 Combined Adjustment Factor 1.4435 Normal Working Hours-Prevailing Wage Rate Projects 1.3102 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5329 Alco Building Solutions Electrical CA-R2-E-101723-ABU Region 2 Secured/OSHPD Prevailing Wage Rate Projects 1.8343 All Union Wage Projects 1.5329 Non-Pre-Priced 1.3000 ' Combined Adjustment Factor 1.4435 Normal Working Hours-Prevailing Wage Rate Projects 1.8000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 2.0000 ACCO Engineered Secured/OSHPD Prevailing Wage Rate Projects 2.0000 Systems,Inc Mechanical/HVAC CA-R2-HVAC-101723-AES Region 2 Y All Union Wage Projects 2.0000 Non-Pre-Priced 1.1500 - Combined Adjustment Factor 1.8150 Normal Working Hours-Prevailing Wage Rate Projects 1.2510 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3530 CORE West,Inc. Secured/OSHPD Prevailing Wage Rate Projects 1.3620 General Building CA-R3-GB-101723-CRW Region 3 All Union Wage Projects 1.5870 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.3165 Normal Working Hours-Prevailing Wage Rate Projects 1.2022 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4066 Alco Building Solutions General Building CA-R3-GB-101723-ABU Region 3 Secured/OSHPD Prevailing Wage Rate Projects 1.6831 All Union Wage Projects 1.4066 Non-Pre-Priced 1.3000 " " Combined Adjustment Factor 1.3352 DocuSign Envelope ID:C014A465-D8A3-460B-9D0C-46BCB7C5DF86 Sourcewell Page 8 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours;Prevailing Wage Rate Projects . " 0.9799 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0525 ABM Electrical and Electrical CA R3 E-101723 AEL Region 3 Secured/OSHPD Prevailing Wage Rate Projects :,. , 1.0616 Lighting Solutions All Union Wage Projects 0.9799 Non-Pre-Priced - ' '1.1251 Combined Adjustment Factor 1.0176 Normal Working Hours-Prevailing Wage Rate Projects 1.2022 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4066 Alco Building Solutions Electrical CA-R3-E-101723-ABU Region 3 Secured/OSHPD Prevailing Wage Rate Projects_ 1.6831 All Union Wage Projects 1.4066 Non-Pre-Priced 1.3000 Combined Adjustment Factor 1.3352 Normal Working Hours-Prevailing Wage Rate Projects - 1.1143 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2873 ABM Building Solutions, Secured/OSHPD Prevailing Wage Rate Projects,,; - 1.3516 • LLC Mechanical/HVAC CA-R3-HVAC-101723-ABL Region 3 All Union Wage Projects 1.1143 Non-Pre-Priced 1.1251 Combined Adjustment Factor 1.1769 Normal Working Hours-Prevailing Wage Rate Projects 1.4000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.6000 ACCO Engineered Mechanical/HVAC CA R3 HVAC 101723 AES Region 3 Secured/OSHPD Prevailing Wage Rate Projects 1.6000 • Systems,Inc All Union Wage Projects 1.6000 Non-Pre-Priced 1.150d - Combined Adjustment Factor 1.4550 Normal Working Hours-Prevailing Wage Rate Projects 1.3600 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4100 North Star Construction Paving CA R3 PAV 101723 NSC Region 3 Secured/OSHPD Prevailing Wage Rate Projects - 1.3900 and Engineering,Inc. All Union Wage Projects 1.3900 Non-Pre-Priced • . 1.2700 Combined Adjustment Factor 1.3660 DocuSign Envelope ID:CD14A465-D8A3-46DB-9DUC-468CB7C5DF86 Sourcewell Page 9 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.2610 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3600 CORE West,Inc. General Building CA-R4-GB-101723-CRW Region 4 Secured/OSHPD Prevailing Wage Rate Projects 1.3650 All Union Wage Projects 1.5940 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.3237 Normal Working Hours-Prevailing Wage Rate Projects 1.3500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4000 QUINCON,INC. General Building CA R4 GB 101723 QUI Region 4 Secured/OSHPD Prevailing Wage Rate Projects 1.4000 All Union Wage Projects 1.4000 Non-Pre-Priced 1.4000 Combined Adjustment Factor 1.3750 Normal Working Hours-"Prevailing Wage Rate Projects , 1.2722 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4885 Alco Building Solutions General Building CA-R4-GB-101723-ABU Region 4 Secured/OSHPD Prevailing Wage Rate Projects 1.7811 All Union Wage Projects 1.4885 Non-Pre-Priced 1.3000 Combined Adjustment Factor 1.4054 Normal Working Hours-Prevailing Wage Rate Projects 1.5243 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5351 Angeles Contractor,Inc. General Building CA-R4-GB-101723-ACI Region 4 Secured/OSHPD Prevailing Wage Rate Projects 1.6216 All Union Wage Projects 1.7297 Non-Pre-Priced 1.4054 Combined Adjustment Factor 1.5492 Normal Working Hours-Prevailing Wage Rate Projects 1.5998 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.6498 Staples Construction General Building CA-R4-GB-101723-STA Region 4 Secured/OSHPD Prevailing Wage Rate Projects 1.6498 All Union Wage Projects 1.6498 Non-Pre-Priced 1.3998 Combined Adjustment Factor 1.5998 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 10 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects' - . 1.6000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.6500 Secured/OSHPD Prevailing:Wage Rate Projects - 1.7000 MIK Construction Inc. General Building CA-R4-GB-101723-MIK Region 4 All Union Wage Projects 1.7500 Non-Pre-Priced ' 1.3500 Combined Adjustment Factor 1.6125 Normal Working Hours-Prevailing Wage Rate Projects 0.9799 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0525 ABM Electrical and Electrical CA-R4 E 101723-AEL Region 4 Secured/OSHPD Prevailing Wage Rate Projects. ' • " 1.0616 Lighting Solutions All Union Wage Projects 0.9799 Non-Pre-Priced -- 1.1251 • Combined Adjustment Factor 1.0176 Normal Working Hours-Prevailing Wage Rate Projects • . .1.2722 . Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4885 Secured/OSHPD Prevailing Wage Rate Projects ''- •1.7811 Alco Building Solutions Electrical CA-R4-E-101723-ABU Region 4 All Union Wage Projects 1.4885 Non-Pre-Priced 1.3000• Combined Adjustment Factor 1.4054 Normal Working Hours-Prevailing Wage Rate Projects ' 1.1143 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2873 Secured/OSHPD Prevailing Wage Rate Projects : -- "'1.3516. ABM Building Solutions, Mechanical/HVAC CA-R4-HVAC-101723-ABL Region 4 LLC All Union Wage Projects 1.1143 Non-Pre-Priced " . . • 1.1251,.. Combined Adjustment Factor 1.1769 Normal Working.Hburs-Prevailing Wage Rate Projects .. .1.2760 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3810 Air Systems,Inc. Mechanical/HVAC CA-R4-HVAC-101723-AIR Region 4 Secured/OSHPD Prevailing Wage Rate Projects 1.4110 All Union Wage Projects 1.2760 Non-Pre-Priced 1.1400 Combined Adjustment Factor 1.2984 DocuSign Envelope ID:CD14A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 11 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.5243 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5351 Angeles Contractor,Inc. Paving CA-R4-PAV-101723-ACI Region 4 Secured/OSHPD Prevailing Wage Rate Projects 1.6216 All Union Wage Projects 1.7297 Non-Pre-Priced 1.4054 Combined Adjustment Factor 1.5492 Normal Working Hours-Prevailing Wage Rate Projects 1.2200 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2500 Newton Construction and Secured/OSHPD Prevailing Wage Rate Projects 1.2500 Management,Inc. General Building CA-RS-GB-101723-NCM Region 5 g All Union Wage Projects 1.2200 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.2320 Normal Working Hours-Prevailing Wage Rate Projects 1.2500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3000 J G CONTRACTING General Building CA-R5-GB-101723-JGC Region 5 Secured/OSHPD Prevailing Wage Rate Projects 1.3000 All Union Wage Projects 1.2500 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.2650 Normal Working Hours-Prevailing Wage Rate Projects 1.2800 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3100 Vortex Construction General Building CA-R5-GB-101723-VTX Region 5 Secured/OSHPD Prevailing Wage Rate Projects 1.3100 All Union Wage Projects 1.3150 Non-Pre-Priced 1.2300 Combined Adjustment Factor 1.2875 Normal Working Hours-Prevailing Wage Rate Projects 1.2580 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3650 CORE West,Inc. General Building CA-R5-GB-101723-CRW Region 5 Secured/OSHPD Prevailing Wage Rate Projects 1.3790 All Union Wage Projects 1.6020 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.3258 DocuSign Envelope ID:CD14A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 12 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Nerinai Working Hours-Prevailing Wage-Rate Projects 1.3600.; Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3880 Durham Construction •Secured/OSHPD Prevailing Wage Rate Projects ' 1.4150,- Company,Inc. General Building CA-R5-GB-101723-DCC Region 5 All Union Wage Projects 1.3600 Non-Pre-Priced ," . ' .. 1.3500 Combined Adjustment Factor 1.3715 Normal Working Hours-Prevailing Wage•Rate Projects -• • - 1.3800 ' Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4000 QUINCON,INC. General Building CA-R5-GB-101723-QUI Region 5 Secured/OSHPD Prevailing Wage Rate Projects 1.4000: All Union Wage Projects 1.4000 Non-Pre-Priced'' 1.4000 Combined Adjustment Factor 1.3900 Normal Working Hours-Prevailing Wage Rate Projects • ' ' ' 0.9799 - Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0525 ABM Electrical and Electrical CA-R5 E-101723 AEL Region 5 Secured/OSHPD Prevailing Wage Rate Projects 1.0616' ' ' .. Lighting Solutions All Union Wage Projects 0.9799 Non Pre-Priced 1.1251 Combined Adjustment Factor 1.0176 Normal Working Hours-Prevailing Wage Rate Projects 1.2822 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5002 Secured/OSHPD Prevailing.Wage Rate-Projects 1.7951 Alco Building Solutions Electrical CA-R5-E-101723-ABU Region 5 All Union Wage Projects 1.5002 Non-Pre-Priced . • ' - 1.3000 Combined Adjustment Factor 1.4154 Normal Working Hours-Prevailing Wage'Rate Projects . .' ' 1.1143 ,. Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2873 ABM Building Solutions, Secured/OSHPD Prevailing:Wage.Rate Projects L3516 ,` LLC Mechanical/HVAC CA-R5-HVAC-101723-ABL Region 5 All Union Wage Projects 1.1143 Non Pre Priced .1.1251 Combined Adjustment Factor 1.1769 DocuSion Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C50F86 Sourcewell Page 13 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.2395 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4591 Mesa Energy Systems, Secured/OSHPD Prevailing Wage Rate Projects 1.3387 Mechanical/HVAC CA-R5-HVAC-101723-MSA Region 5 Inc. All Union Wage Projects 1.2395 Non-Pre-Priced 1.197 Combined Adjustment Factor 1.2831 Normal Working Hours-Prevailing Wage Rate Projects 1.2300 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2800 Terra West Construction Secured/OSHPD Prevailing Wage Rate Projects 1.2500 Inc. Paving CA-R5-PAV-101723-TWC Region 5 All Union Wage Projects 1.2500 Non-Pre-Priced 1.2400 Combined Adjustment Factor 1.2435 Normal Working Hours-Prevailing Wage Rate Projects 1.4000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4600 Horizons Construction Secured/OSHPD Prevailing Wage Rate Projects' 1.4600' Company Intl Inc. Paving CA R5 PAV 101723 HRZ Region 5 All Union Wage Projects 1.4600 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.4090 Normal Working Hours-Prevailing Wage Rate Projects 1.2800 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3100 Vortex Construction Roofing/Waterproofing CA-R6-RW-101723-VTX Region 5 Secured/OSHPD Prevailing Wage Rate Projects 1.3100 All Union Wage Projects 1.3150 Non-Pre-Priced 1.2300 Combined Adjustment Factor 1.2875 Normal Working Hours-Prevailing Wage Rate Projects 1.5243 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5351 Secured/OSHPD Prevailing Wage Rate Projects , 1.6216 Angeles Contractor,Inc. Roofing/Waterproofing CA-R6-RW-101723-ACI Region 5 All Union Wage Projects 1.7297 Non-Pre-Priced 1.4054 Combined Adjustment Factor 1.5492 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7G50F86 Sourcewell Page 14 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects • ;" 1.1800 " Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.1900 QUINCON,INC. General Building CA-R6-GB-101723-QUI Region 6 Secured/OSHPD"Prevailing Wage Rate Projects 1.1900." All Union Wage Projects 1.1900 Non-Pre-Priced . 1.1900" Combined Adjustment Factor 1.1850 Normal Working Hours-Prevailing Wage Rate Projects 1.2200 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2500 Newton Construction and Secured/OSHPD Prevailing Wage Rate Projects" 1.2500 Management,Inc. General Building CA-R6-GB-101723-NCM Region 6 g All Union Wage Projects 1.2200 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.2320 Normal Working Hours-Prevailing Wage-Rate Projects 1.2500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3000 J G CONTRACTING General Building CA-R6-GB-101723-JGC Region 6 SecuredJOSHPD Prevailing Wage Rate Projects 1.3000 All Union Wage Projects 1.2500 Non-Pre-Priced 1,2500 • _ Combined Adjustment Factor 1.2650 Normal Working Hours-"Prevailing Wage Rate Projects 1.2800 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3100 Secured/OSHPD Prevailing Wage Rate Projects 1.3.100, . Vortex Construction General Building CA-R6-GB-101723-VTX Region 6 All Union Wage Projects 1.3150 Non-Pre-Priced 1.2300 Combined Adjustment Factor 1.2875 Normal Working Hours-Prevailing Wage Rate Projects 1.4100: ' Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5600 Secured/OSHPD Prevailing Wage Rate Projects 1.5100', Ausonio Inc. General Building CA-R6-GB-101723-AUS Region 6 All Union Wage Projects 1.4100 Non-Pre-Priced • " - 1.2000 . Combined Adjustment Factor 1.4265 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DFB6 Sourcewell Page 15 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.4054 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4162 Angeles Contractor,Inc. General Building CA-R6-GB-101723-ACI Region 6 Secured/OSHPD Prevailing Wage Rate Projects 1.5135 All Union Wage Projects 1.6000 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.4373 Normal Working Hours-Prevailing Wage Rate Projects 0.9799 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0525 ABM Electrical and Electrical CA R6 E-101723 AEL Region 6 Secured/OSHPD Prevailing Wage Rate Projects 1.0616 Lighting Solutions All Union Wage Projects 0.9799 Non-Pre-Priced 1.1251 Combined Adjustment Factor 1.0176 Normal Working Hours-Prevailing Wage Rate Projects - 1.4054 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4162 Angeles Contractor,Inc. Electrical CA-R6-E-101723-ACI Region 6 SecuredJOSHPD Prevailing Wage Rate Projects 1.5135 All Union Wage Projects 1.6000 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.4373 Normal Working Hours-Prevailing Wage Rate Projects 1.1143 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2873 ABM Building Solutions, Secured/OSHPD Prevailing Wage Rate Projects • 1.3516 LLC Mechanical/HVAC CA-R6-HVAC-101723-ABL Region 6 All Union Wage Projects 1.1143 Non-Pre-Priced 1.1251 Combined Adjustment Factor 1.1769 Normal Working Hours-Prevailing Wage Rate Projects • 1.2760 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3810 Air Systems,Inc. Mechanical/HVAC CA-R6-HVAC-101723-AIR Region 6 SecuredJOSHPD Prevailing Wage Rate Projects 1.4110 All Union Wage Projects 1.2760 Non-Pre-Priced 1.1400 Combined Adjustment Factor 1.2984 DocuSign Envelope ID:CD14A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 16 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.4054 • Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4162 Secured/OSHPD Prevailing Wage'Rate Projects 1.5135 Angeles Contractor,Inc. Paving CA-R6-PAV-101723-ACI Region 6 All Union Wage Projects 1.6000 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.4373 Normal Working Hours s Prevailing Wage Rate Projects. • • 1.4900 • • Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5700 Horizons Construction Secured/OSHPD Prevailing Wage Rate Projects '1.5700 Company Intl Inc. Paving CA-R6-PAV-101723-HRZ Region 6 p YAll Union Wage Projects 1.5700 Non-Pre-Priced , 1.2500 Combined Adjustment Factor 1.4980 Normal Working Hours-Prevailing Wage Rate Projects 1.2800 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3100 Secured/OSHPD Prevailing Wage Rate Projects 1.3100 Vortex Construction Roofing/Waterproofing CA-R6-RW-101723-VTX Region 6 All Union Wage Projects 1.3150 Non-Pre-Priced 1.2300 Combined Adjustment Factor 1.2875 Normal Working Hours-Prevailing Wage Rate Projects 1.4054 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4162 Angeles Contractor,Inc. Roofing/Waterproofing CA-R6-RW-101723-ACI Region 6 Secured/OSHPD Prevailing Wage Rate-Projects 1.5135 All Union Wage Projects 1.6000 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.4373 Normal Working Hours-Prevailing Wage Rate Projects . • 1.1500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.1900 QUINCON,INC. General Building CA R7 GB 101723 QUI Region 7 Secured/OSHPD Prevailing Wage Rate Projects " , 1:1900 • All Union Wage Projects 1.1900 Non-Pre-Priced 1.2000 Combined Adjustment Factor 1.1710 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 17 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.2000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2500 J G CONTRACTING General Building CA-R7-GB-101723-JGC Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.2500 All Union Wage Projects 1.2000 Non-Pre-Priced _ 1.2000 Combined Adjustment Factor 1.2150 Normal Working Hours-Prevailing Wage Rate Projects 1.2000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2500 MDJ Management,LLC General Building CA-R7-GB-101723-MDJ Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.2000 All Union Wage Projects 1.2000 Non-Pre-Priced 1.2800 Combined Adjustment Factor 1.2155 Normal Working Hours-Prevailing Wage Rate Projects 1.2200 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2500 Newton Construction and Secured/OSHPD Prevailing Wage Rate Projects. 1.2500 Management,Inc. General Building CA-R7-GB-101723-NCM Region 7 g All Union Wage Projects 1.2200 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.2320 Normal Working Hours-Prevailing Wage Rate Projects 1.2500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2800 Vortex Construction General Building CA-R7-GB-101723-VTX Region 7 Secured/OSHPDPrevailing Wage Rate Projects 1.2800 All Union Wage Projects 1.285 Non-Pre-Priced 1.2300 Combined Adjustment Factor 1.2605 Normal Working Hour -Prevailing Wage Rate Projects s 1.3000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3001 Harry H.Joh Construction General Building CA R7 GB 101723 HJC Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.4000 Inc. All Union Wage Projects 1.2000 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.3000 DocuSign Envelope ID:C014A465-D8A3-46DB-9DOC-468CB7C50F86 Sourcewell Page 18 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects • 1.0500 .. Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0800 Express Energy Services Secured/OSHPD Prevailing Wage Rate Projects - _ 1.1200 Electrical CA-R7-E-101723-EES Region 7 Inc. All Union Wage Projects 1.0500 Non-Pre-Priced ' 1.1000 Combined Adjustment Factor 1.0700 Normal Working Hours-Prevailing Wage Rate Projects 1.3500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3501 Harry H.Joh Construction Electrical CA R7 E 101723 HJC Region 7 Secured/OSHPD Prevailing Wage Rate Projects - 1.4000 Inc. All Union Wage Projects 1.2000 Non-Pre-Priced .. 1.2500 Combined Adjustment Factor 1.3325 Normal Working Hours-Prevailing Wage Rate Projects - '1.3297" Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3405 Angeles Contractor,Inc. Electrical CA R7 E 101723 ACI Region 7 Secured/OSHPD Prevailing.Wage Rate Projects` ,. 1.4054 All Union Wage Projects 1.5135 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.3632 Normal Working Hours-Prevailing Wage Rate Projects . 1.2621 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4767 Secured/OSHPD.Prevailing Wage Rate Projects - 1.7669. Alco Building Solutions Electrical CA-R7-E-101723-ABU Region 7 All Union Wage Projects 1.4767 Non-Pre-Priced -1,3000 Combined Adjustment Factor 1.3953 Normal Working Hours-Prevailing Wage Rate Projects , "13500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3501 Harry H.Joh Construction Secured/OSHPD Prevailing Wage Rate Projects 1.4000 Inc. Mechanical/HVAC CA-R7-HVAC-101723-HJC Region 7 All Union Wage Projects 1.2000 Non-Pre-Priced 1.2500 • , Combined Adjustment Factor 1.3325 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 19 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.3400 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.6000 ACCO Engineered Secured/OSHPD Prevailing Wage Rate Projects 1.6000 Systems,Inc Mechanical/HVAC CA-R7-HVAC-101723-AES Region 7 Y All Union Wage Projects 1.6000 Non-Pre-Priced 1.1500 Combined Adjustment Factor 1.4250 Normal Working Hours-Prevailing Wage Rate Projects 1.4005 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.8209 Mesa Energy Systems, Mechanical/HVAC CA R7 HVAC 101723 MSA Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.5420 Inc. All Union Wage Projects 1.4005 Non-Pre-Priced 1.1970 Combined Adjustment Factor 1.4644 Normal Working Hours-Prevailing Wage Rate Projects 1.1200 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.1900 Horizons Construction Secured/OSHPD Prevailing Wage Rate Projects 1.1900 Company Int.!Inc. Paving CA R7 PAV 101723 HRZ Region 7 All Union Wage Projects 1.1900 Non-Pre-Priced 1.1500 Combined Adjustment Factor 1.1510 Normal Working Hours-Prevailing Wage Rate Projects 1.2500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3000 J G CONTRACTING Paving CA-R7-PAV-101723-JGC Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.3000 All Union Wage Projects 1.2500 Non-Pre=Priced 1.2500 Combined Adjustment Factor 1.2650 Normal Working Hours-Prevailing Wage Rate Projects 1.3297 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3405 Angeles Contractor,Inc. Paving CA-R7-PAV-101723-ACI Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.4054 All Union Wage Projects 1.5135 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.3632 DocuSign Envelope ID:C014A465-D8A3-46DB-9DOC-468CB7C5DF86 Sourcewell Page 20 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal,Working Hours-Prevailing Wage Rate Projects' 1.3926 .. Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4922 J&H Engineering Paving CA R7 PAV 101723 JHE Region 7 Secured/OSHPD Prevailing.Wage,Rate Projects -• 1.3956 General Contractors,Inc. All Union Wage Projects 1.3926 Non-Pre-Priced , -- 1.250b Combined Adjustment Factor 1.3937 Normal'Working Hours-Prevailing Wage Rate Projects 1.2500 ' Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2800 Vortex Construction Roofing/Waterproofing CA-R7-RW-101723-VTX Region 7 Secured/OSHPD Prevailing Wage Rate Projects : 1.2800 All Union Wage Projects 1.2850 Non-Pre-Priced , -1.2300 . .- ' Combined Adjustment Factor 1.2605 Normal Working Hours:Prevailing Wage Rate Projects - 1.3297 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3405 Secured/OSHPD Prevailing Wage Rate Projects . '1.4054 Angeles Contractor,Inc. Roofing/Waterproofing CA-R7-RW-101723-ACI Region 7 All Union Wage Projects 1.5135 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.3632 Normal Working Hours-Prevailing Wage Rate Projects 1.3800 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4500 SJD&B,Inc. Roofing/Waterproofing CA-R7-RW-101723-SJD Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.5000 .` All Union Wage Projects 1.6000 Non-Pre-Priced - 1,4000. Combined Adjustment Factor 1.4325 .Normal Working Hours-Prevailing Wage Rate Projects 1.4954 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.7197 Rite-Way Roof Secured/OSHPD Prevailing Wage Rate Projects - .2.4763 • Corporation Roofing/Waterproofing CA-R7-RW-101723-RWR Region 7 P All Union Wage Projects 1.4954 Non-Pre-Priced 1.4270 Combined Adjustment Factor 1.6693 DocuSign Envelope ID:C014A465-DBA3-46DB-9DOC-4SBCB7C5DF86 Sourcewell Page 21 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.2000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3000 Horizons Construction Flooring CA R7 F 101723 HRZ Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.3000 Company Int'l Inc. All Union Wage Projects 1.3000 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.2450 Normal Working Hours-Prevailing Wage Rate Projects 1.3297 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3405 Angeles Contractor,Inc. Flooring CA R7-F 101723 ACI Region 7 Secured/OSHPD Prevailing Wage Rate Projects - 1.4054 All Union Wage Projects 1.5135 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.3632 Normal Working Hours-Prevailing Wage Rate Projects 1.3000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4000 Wildscape Restoration Landscaping CA R7 L 101723 WLD Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.3000 Inc.,dba Urban Greening All Union Wage Projects 1.5000 Non-Pre-Priced 1.3000 Combined Adjustment Factor 1.3350 Normal Working Hours-Prevailing Wage Rate Projects 1.2000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3000 Horizons Construction Painting CA R7 P 101723 HRZ Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.3000 Company Intl Inc. All Union Wage Projects 1.3000 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.2450 Normal Working Hours-Prevailing Wage Rate Projects 1.3000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3001 Harry H.Joh Construction Painting CA R7 P 101723 HJC Region 7 Secured/OSHPD Prevailing Wage Rate Projects 1.4000 Inc. All Union Wage Projects 1.2000 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.3000 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 22 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours:Prevailing Wage Rate Projects . ,.0.9111 Other Than Normal Working Hours-Prevailing Wage Rate Projects 0.9211 Grondin Construction Inc General Building CA-R8-GB-101723-GCI Region 8 Secured/OSHPD Prevailing Wage Rate Projects 0.9211 All Union Wage Projects 0.9211 Non-Pre-Priced .0.9211'" Combined Adjustment Factor 0.9161 Normal Working Hours-Prevailing Wage Rate Projects" 1.0300 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0700 Horizons Construction General Building CA R8 GB 101723 HRZ Region 8 Secured/OSHPD Prevailing Wage Rate Projects • 1.0700' Company Intl Inc. All Union Wage Projects 1.0700 Non-Pre-Priced 1.1500 Combined Adjustment Factor 1.0580 Normal Working Hours-Prevailing Wage Rate Projects 1.1000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.1600 Secured/OSHPD"Prevailing Wage Rate Projects 1.1400 Wyatt Trapp,Inc. General Building CA-R8-GB-101723-WYT Region 8 All Union Wage Projects 1.1000 Non-Pre-Priced 1.2000 Combined Adjustment Factor 1.1250 Normal Working Hours-Prevailing Wage Rate Projects ' , ,: 1;1500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.1500 Mak Construction& General Building CA R8 GB 101723 MCP Region 8 Secured/OSHPD Prevailing Wage Rate Projects, 1.1500 Project Management All Union Wage Projects 1.1500 'Non-Pre-Priced ' ^ " 1.1000 Combined Adjustment Factor 1.1450 Normal Working Hours-Prevailing Wage Rate Projects 1:1159 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3159 Secured/OSHPD Prevailing Wage Rate Projects 1.1159 • LDCo.,Inc General Building CA-R8-GB-101723-LDC Region 8 All Union Wage Projects 1.1159 Non-Pre-Priced _ 1.1159 Combined Adjustment Factor 1.1459 DocuSign Envelope ID:C014A465-DBA3-46DB-9D0C-46BCB7C5DF86 Sourcewell Page 23 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing,Wage Rate Projects 1.1500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2000 MDJ Management,LLC General Building CA-R8-GB-101723-MDJ Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.1500 All Union Wage Projects 1.1500 Non-Pre-Priced 1.2800 . Combined Adjustment Factor 1.1705 Normal Working Hours-Prevailing Wage Rate Projects 1.1900 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.1900 QUINCON,INC. General Building CA-R8-GB-101723-QUI Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.1900. All Union Wage Projects 1.1900 Non-Pre-Priced 1.1900 , Combined Adjustment Factor 1.1900 Normal Working Hours-Prevailing Wage Rate Projects 1.2200 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2201 Harry H.Joh Construction General Building CA R8 GB 101723 HJC Region 8 Secured/OSHPD Prevailing Wage Rate Projects , ' 1.4000 Inc. All Union Wage_Projects 1.2000 Non-Pre-Priced , 1.25000 Combined Adjustment Factor 1.2480 Normal Working Hours-Prevailing Wage Rate Projects 1.2500 _ Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2700 Elegant Construction Inc. General Building CA-R8-GB-101723-ECI Region 8 Secured/OSHPD Prevailing Wage Rate Projects" 1.2700 All Union Wage Projects 1.3000 Non-Pre-Priced • 1.3000 Combined Adjustment Factor 1.2660 Normal Working Hours-Prevailing Wage Rate Projects ' • 1.2500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2600 SJD&B,Inc. General Building CA R8 GB 101723 SJD Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.3500 All Union Wage Projects 1.4000 Non-Pre-Priced 1.2800 Combined Adjustment Factor 1.2845 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 24 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours.-Prevailing Wage Rate Projects 1.2432 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2541 Vincor Construction,Inc. General Building CA-R8-GB-101723-VCI Region 8 Secured/OSHPD-Prevailing Wage Rate Projects 1.4595 All Union Wage Projects 1.4595 Non-Pre-Priced 1.2432 Combined Adjustment Factor 1.2989 Normal Working Hours-Prevailing Wage Rate Projects 1.2757 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2865 Angeles Contractor,Inc. General Building CA-R8-GB-101723-ACI Region 8 Secured/OSHPD Prevailing Wage Rate Projects , 1.3838 All Union Wage Projects 1.5459 Non-Pre-Priced" 1.3514 Combined Adjustment Factor 1.3281 Normal Working Hours-Prevailing Wage Rate Projects 1.1998 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4038 Secured/OSHPD Prevailing Wage Rate Projects .- - •"1.6797 Alco Building Solutions General Building CA-R8-GB-101723-ABU Region 8 All Union Wage Projects 1.4038 Non-Pre-Priced 1,3000 Combined Adjustment Factor 1.3328 Normal Working Hours-Prevailing Wage Rate Projects 1.2780 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3810 Secured/OSHPD Prevailing Wage Rate Projects." ` 13840 CORE West,Inc. General Building CA-R8-GB-101723-CRW Region 8 All Union Wage Projects 1.6150 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.3403 Normal Working Hours-Prevailing Wage Rate Projects 1.3000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4500 Mackone Development Secured/OSHPD Prevailing Wage Rate Projects ' '- 1.5500 Inc General Building CA-R8-GB-101723-MDI Region 8 All Union Wage Projects 1.4500 Non-Pre-Priced 1.1500 W Combined Adjustment Factor 1.3600 • DocuSign Envelope ID:C014A465-D8A3-46DB-9DOC-468CB7C50F86 Sourcewell Page 25 of 44 Awarded Contract Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Adjustment Factors Normal Working Hours-Prevailing Wage Rate Projects 1.3446 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3611 Secured/OSHPD Prevailing Wage Rate Projects 1.4011, Turelk,Inc. General Building CA-RB-GB-101723-TUR Region 8 All Union Wage Projects 1.5121 Non-Pre:-Priced 1.3211 Combined Adjustment Factor 1.3700 Normal Working Hours-Prevailing Wage Rate Projects 1.3398 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4100 Dewberry Design- Secured/OSHPD Prevailing Wage Rate Projects 1.4803 • Builders Inc. General Building CA-R8-GB-101723-DDB Region 8 All Union Wage Projects 1.3399 Non-Pre-Priced 1.3399 Combined Adjustment Factor 1.3714 Normal Working Hours-Prevailing Wage Rate Projects 1.3500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4000 MIK Construction Inc. General Building CA-R8-GB-101723-MIK Region 8 SecurediOSHPD Prevailing Wage Rate Projects` 1,5000 All Union Wage Projects 1.5500 Non-Pre-Priced 1.3500 Combined Adjustment Factor 1.4000 Normal Working Hours-Prevailing Wage Rate Projects 1.3750 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4450 World Wide General Building CA R8 GB 101723 WWC Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.5250 Construction All Union Wage Projects 1.4450 Non-Pre-Priced , • 1.3500 _ Combined Adjustment Factor 1.4125 Normal Working Hours-Prevailing Wage Rate Projects 1.3689 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5299 Accurate Construction SecuredJOSHPD Prevailing Wage Rate Projects 1.6372 Company Inc General Building CA-R8-GB-101723-ACC Region 8 All Union Wage Projects 1.5299 Non-Pre-Priced 1.1233 Combined Adjustment Factor 1.4248 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C50F86 Sourcewell Page 26 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 0.9799 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0525 ABM Electrical and Electrical CA R8 E 101723 AEL Region 8 Secured/OSHPD Prevailing Wage Rate Projects', 1,Q616 Lighting Solutions All Union Wage Projects 0.9799 Non-Pre-Priced- 1.1251 Combined Adjustment Factor 1.0176 -Normal Working Hours-Prevailing Wage at Projects 1:0500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0800 Express Energy Services Electrical CA R8 E 101723 EES Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.1200 Inc. All Union Wage Projects 1.0500 Non-Pre-Priced - 1.1000 Combined Adjustment Factor 1.0700 Normal Working Hours-Prevailing Wage Rate Projects 1.2947 - Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3347 AMTEK Construction Electrical CA-R8-E-101723-ATK Region 8 SecuredJOSHPD Prevailing Wage Rate Projects 1.3747 All Union Wage Projects 1.2947 Non-Pre-Priced 1.1251 Combined Adjustment Factor 1.2957 Normal Working Hours-Prevailing Wage Rate Projects 1.2757 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2865 Angeles Contractor,Inc. Electrical CA R8 E 101723 ACI Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.3838 All Union Wage Projects 1.5459 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.3281 Normal Working Hours-Prevailing Wage Rate Projects 1.3500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3501 Harry H.Joh Secured/OSHPD Prevailing Wage Rate Projects . 1.4000 • Construction Inc. Electrical CA-R8-E-101723-HJC Region 8 All Union Wage Projects 1.2000 Non-Pre-Priced 1.2500 • Combined Adjustment Factor 1.3325 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C50F86 Sourcewell Page 27 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.1998 - Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4038 Alco Building Solutions Electrical CA-R8-E-101723-ABU Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.6797 All Union Wage Projects 1.4038 Non-Pre-Priced 1.3000 Combined Adjustment Factor 1.3328 Normal Working Hours-Prevailing Wage Rate Projects 1.1143 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2873 ABM Building Solutions, Secured/OSHPD Prevailing Wage Rate Projects , 1.3516 LLC Mechanical/HVAC CA-R8-HVAC-101723-ABL Region 8 All Union Wage Projects 1.1143 Non-Pre-Priced - 1.1251 Combined Adjustment Factor 1.1769 Normal Working Hours-Prevailing Wage Rate Projects 1.2500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4000 ACCO Engineered Mechanical/HVAC CA R8 HVAC 101723 AES Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.4000 Systems,Inc All Union Wage Projects 1.4000 Non-Pre-Priced 1,1500 Combined Adjustment Factor 1.3000 Normal Working Hours-Prevailing Wage Rate Projects 1.3000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3001 Harry H.Joh Secured/OSHPD Prevailing Wage Rate Projects ^ 1.4000 Construction Inc. Mechanical/HVAC CA-R8-HVAC-101723-HJC Region 8 All Union Wage Projects 1.2000 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.3000 Normal Working Hours-Prevailing Wage Rate Projects 1.4250 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.8528 Mesa Energy Systems, Secured/OSHPD Prevailing Wage Rate Projects 1.5620 Inc. Mechanical/HVAC CA-R8-HVAC-101723-MSA Region 8 All Union Wage Projects 1.4250 Non-Pre-Priced 1.1970 Combined Adjustment Factor 1.4869 DocuSign Envelope ID:C014A465-D8A3-46DB-900C-466CB7C5DF86 Sourcewell Page 28 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects ' 1.0100 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0300 Horizons Construction Paving CA R8 PAV 101723 HRZ Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.0300 ' Company Intl Inc. All Union Wage Projects 1.0300 Non-Pre-Priced 1.1500 Combined Adjustment Factor 1.0320 Normal Working Hours-Prevailing Wage Rate Projects 1.2500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2600 SJD&B,Inc. Paving CA R8 PAV-101723 SJD Region 8 Secured/OSHPD Prevailing Wage Rate Projects- 1,3500 All Union Wage Projects 1.4000 Non-Pre-Priced 1.2800 Combined Adjustment Factor 1.2845 Normal Working Hours-:Prevailing Wage Rate Projects • 1.2757 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2865 - Angeles Contractor,Inc. Paving CA-R8-PAV-101723-ACI Region 8 •Secured/OSHPD Prevailing Wage Rate Projects 1.3838 All Union Wage Projects 1.5459 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.3281 Normal Working Hours-Prevailing Wage Rate Projects 1.2500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2600 SJD&B,Inc. Roofing/Waterproofing CA-R8-RW-101723-SJD Region 8 Secured/OSHPD Prevailing Wage Rate Projects; 1.3500. All Union Wage Projects 1.4000 Non-Pre-Priced _ - , 1.2800 Combined Adjustment Factor 1.2845 Normal Working Hours-Prevailing Wage RateProjects' 1.2900 .- Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3200 Secured/OSHPDPrevailing Wage Rate Projects-: 1.3200 Vortex Construction Roofing/Waterproofing CA-RS-RW-101723-VTX Region 8 All Union Wage Projects 1.3250 Non-Pre-Priced - . 1.2300 Combined Adjustment Factor 1.2965 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 • Sourcewell Page 29 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors 'Normal Working Hours-Prevailing Wage Rate Projects • 1.2900 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3900 AME Builders Inc Roofing/Waterproofing CA-R8-RW-101723-ABI Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.4200 All Union Wage Projects 1.2900 Non-Pre-Priced 1.2900 Combined Adjustment Factor 1.3245 Normal Working Hours-Prevailing Wage Rate Projects 1.2757 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2865 Angeles Contractor,Inc. Roofing/Waterproofing CA-R8-RW-101723-ACI Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.3838 All Union Wage Projects 1.5459 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.3281 Normal Working Hours-Prevailing Wage Rate Projects 1.3595 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.6314 Rite-Way Roof Secured/OSHPD Prevailing Wage Rate Projects 2,2513 Corporation Roofing/Waterproofing CA-R8-RW-101723-RWR Region 8 All Union Wage Projects 1.3595 Non-Pre-Priced 1.2973 Combined Adjustment Factor 1.5278 Normal Working Hours-Prevailing Wage Rate Projects 1.0100 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0300 Horizons Construction Secured/OSHPD Prevailing Wage Rate Projects 1.0300 Company Int'l Inc. Flooring CA R8 F 101723 HRZ Region 8 All Union Wage Projects 1.0300 Non-Pre-Priced 1,1500 Combined Adjustment Factor 1.0320 Normal Working Hours-Prevailing Wage Rate Projects 1,2757 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2865 Angeles Contractor,Inc. Flooring CA-R8-F-101723-ACI Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.3838 All Union Wage Projects 1.5459 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.3281 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 30 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-.Prevailing Wage Rate Projects 1.2290': • Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.6390 California Coast Carpet Secured/OSHPD Prevailing Wage Rate Projects ' - , 1.6390',• &FlooringFlooring CA-R8-F-101723-CCF Region 8 All Union Wage Projects 1.6390 Non-Pre-Priced 1:2290 Combined Adjustment Factor 1.3930 Normal Working Hours-Prevailing Wage Rate Projects= ' NA Other Than Normal Working Hours-Prevailing Wage Rate Projects NA No Bids Abatement Services No Bids Region 8 Secured/OSHPD.Prevailing Wage Rate Projects - All Union Wage Projects NA Non-Pre-Priced NA Combined Adjustment Factor NA Normal Working Hours-Prevailing Wage Rate Projects 0:9211 Other Than Normal Working Hours-Prevailing Wage Rate Projects 0.9311 Grondin Construction Secured/OSHPD Prevailing Wage Rate Projects 0.9311 • Inc Painting CA-R8-P-101723-GCI Region 8 All Union Wage Projects 0.9311 Non-Pre-Priced' . 0.9311 Combined Adjustment Factor 0.9261 Normal Working Hours-Prevailing Wage Rate Projects .1,0100 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0300 Horizons Construction Painting CA R8 P 101723 HRZ Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.0300 ' Company Intl Inc. All Union Wage Projects 1.0300 Non-Pre-Priced ' - • 1,1500 Combined Adjustment Factor 1.0320 Normal:Working Hours-Prevailing Wage Rate Projects • 1,1159 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3159 Secured/OSHPD Prevailing Wage Rate Projects: -'. 11159- LDCo.,Inc Painting CA-R8-P-101723-LDC Region 8 All Union Wage Projects 1.1159 Non-Pre-Priced ' , , 1.1159' Combined Adjustment Factor 1.1459 DocuSign Envelope ID:C014A465-D8A3-46DB-9DOC-468CB7C5DF86 Sourcewell Page 31 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.2000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2001 Harry H.Joh Secured/OSHPD Prevailing Wage Rate Projects 1.4000 Painting CA-R8-P-101723-HJC Region 8 Construction Inc. All Union Wage Projects 1.2000 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.2350 Normal Working Hours-Prevailing Wage Rate Projects NA Other Than Normal Working Hours-Prevailing Wage Rate Projects NA No Bids Low Voltage Systems No Bids Region 8 Secured/OSHPD Prevailing Wage Rate Projects NA All Union Wage Projects NA Non-Pre-Priced NA Combined Adjustment Factor NA Normal Working Hours-Prevailing Wage Rate Projects NA- Other Than Normal Working Hours-Prevailing Wage Rate Projects NA Secured/OSHPD Prevailing Wage Rate Projects NA No Bids Fire Protection No Bids Region 8 All Union Wage Projects NA Non-Pre-Priced NA Combined Adjustment Factor NA Normal Working Hours-Prevailing Wage Rate Projects 1.0700 Other Than Normal Working Hours-Prevailing Wage Rate Projects • 1.0900 Horizons Construction Secured/OSHPD Prevailing Wage Rate Projects 1.0900 Company Int'l Inc. Plumbing CA R8 PLUM 101723 HRZ Region 8 All Union Wage Projects 1.0900 Non-Pre-Priced - 1.1500 Combined Adjustment Factor 1.0860 Normal Working Hours Prevailing Wage Rate Projects 1.1300 • Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.1500 Mak Construction& Secured/OSHPD Prevailing Wage Rate Projects 1.1900- Plumbing CA-R8-PLUM-101723-MCP Region 8 Project Management All Union Wage Projects 1.1500 Non-Pre-Priced 1.1000 Combined Adjustment Factor 1.1410 DocuSign Envelope ID:C014A465-D8A3-4SDB-9DOC-468CB7C50F86 Sourcewell Page 32 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.3000 ' Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4000 ACCO Engineered Plumbing CA R8 PLUM 101723 AES Region 8 Secured/OSHPD Prevailing Wage Rate Projects 1.4000 Systems,Inc All Union Wage Projects 1.4000 Non-Pre-Priced , ' 1.1500 Combined Adjustment Factor 1.3250 Normal Working Hours-Prevailing Wage Rate Projects 1.3500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.6000 ACCO Engineered Sanitation Systems CA R8 SS-101723 AES Region 8 Secured/OSHPD Prevailing Wage Rate Projects , 1.6000 Systems,Inc All Union Wage Projects 1.6000 Non-Pre-Priced 1.1500 ' Combined Adjustment Factor 1.4300 Normal Working Hours-Prevailing Wage Rate Projects • 1.3446 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3611 Limited Specialty Secured/OSHPD Prevailing Wage Rate Projects- - 1,401.1 Turelk,Inc. Contracts CA-R8-LSC-101723-TUR Region 8 All Union Wage Projects 1.5121 Non-Pre-Priced • - 1.3211 Combined Adjustment Factor 1.3700 Normal Working Hours-Prevailing Wage Rate Projects 0.8411 Other Than Normal Working Hours-Prevailing Wage Rate Projects 0.9012 Grondin Construction General Building CA R9 GB 101723 GCI Region 9 Secured/OSHPD Prevailing Wage Rate Projects, • - ".:0.8411 Inc All Union Wage Projects 0.8411 Non-Pre-Priced 0.8411, Combined Adjustment Factor 0.8561 Normal Working Hours-Prevailing Wage Rate Projects 0.8900 Other Than Normal Working Hours-Prevailing Wage Rate Projects 0.8901 Secured/OSHPD Prevailing Wage Rate Projects , ' ' 0.8902 All Source Coatings Inc. General Building CA-R9-GB-101723-ASC Region 9 All Union Wage Projects 0.8903 Non-Pre-Priced 0.8904 Combined Adjustment Factor 0.8901 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 33 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 0.9000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 0.9100 Secured/OSHPD Prevailing Wage Rate Projects 0.9200 Pacific Building Group General Building CA-R9-GB-101723-PBG Region 9 All Union Wage Projects 0.9300 Non-Pre-Priced .9400 Combined Adjustment Factor 0.9115 Normal Working Hours-Prevailing Wage Rate Projects 1.0559 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.1559 LDCo.,Inc General Building CA-R9-GB-101723-LDC Region 9 SecuredJOSHPD Prevailing Wage Rate Projects 1,0559 All Union Wage Projects 1.0559 Non-Pre-Priced • 1.0559 Combined Adjustment Factor 1.0709 Normal Working Hours-Prevailing Wage Rate Projects 1.0700 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0900 Horizons Construction Secured/OSHPD Prevailing Wage Rate Projects 1.0900 Company Intl Inc. General Building CA-R9-GB-101723-HRZ Region 9 P YAll Union Wage Projects 1.0900 Non-Pre-Priced 1.1500 Combined Adjustment Factor 1.0860 Normal Working Hours-Prevailing Wage Rate Projects 1.2500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2501 Harry H.Joh .Secured/OSHPD Prevailing Wage Rate Projects 1.4000 Construction Inc. General Building CA-R9-GB-101723-HJC Region 9 All Union Wage Projects 1.2000 Non-Pre-Priced , ' 1.2500 Combined Adjustment Factor 1.2675 Normal Working Hours-Prevailing Wage Rate Projects 1.2432 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2541 Vincor Construction,Inc. General Building CA-R9-GB-101723-VCI Region 9 Secured/OSHPD Prevailing Wage Rate Projects 1.4595 All Union Wage Projects 1.4595 Non-Pre-Priced 1.2432 Combined Adjustment Factor 1.2989 DocuSign Envelope ID:CD14A465-D8A3-46DB-9D0C-46BCB7C5DF86 Sourcewell Page 34 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors •Normal Working Hours-Prevailing Wage Rate Projects 1.2610 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3630 CORE West,Inc. General Building CA-R9-GB-101723-CRW -Region 9 Secured/OSHPD Prevailing Wage Rate Projects 1.3720 All Union Wage Projects 1.5970 Non-Pre-Priced, 1.2500 Combined Adjustment Factor 1.3255 Normal Working Hours Prevailing Wage Rate Projects 0.9799 '.." _ Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0525 ABM Electrical and Electrical CA R9 E-101723 AEL Region 9 Secured/OSHPD Prevailing Wage Rate Projects 1.0616 Lighting Solutions All Union Wage Projects 0.9799 Non-Pre-Priced 1.1251 Combined Adjustment Factor 1.0176 • Normal Working Hours-Prevailing Wage Rate Projects ' " "1.0500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0800 Express Energy Services Secured/OSHPD Prevailing Wage Rate Projects " . " '1.1200' Inc. Electrical CA-R9-E-101723-EES Region 9 All Union Wage Projects 1.0500 Non-Pre-Priced 1.1000 ` Combined Adjustment Factor 1.0700 Normal Working Hours-Prevailing Wage Rate Projects 1.3500 " Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3501 Harry H.Joh Secured/OSHPD Prevailing Wage Rate Projects '" , • "1.4000 Construction Inc. Electrical CA-R9-E-101723-HJC Region 9 All Union Wage Projects 1.2000 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.3325 Normal Working Hours-Prevailing Wage Rate Projects 1.3297 ' Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3405 Secured/OSHPD Prevailing Wage Rate Projects 1.4054 Angeles Contractor,Inc. Electrical CA-R9-E-101723-ACI Region 9 All Union Wage Projects 1.5135 Non-Pre-Priced " ." 1.3514 Combined Adjustment Factor 1.3632 DocuSign Envelope ID:CD14A465-D8A3-46DB-9D0C-46BCB7C5DF86 Sourcewell Page 35 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.1143 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2873 ABM Building Solutions, Secured/OSHPD Prevailing Wage Rate Projects 1.3516 LLC Mechanical/HVAC CA-R9-HVAC-101723-ABL Region 9 All Union Wage Projects 1.1143 Non-Pre-Priced 1.1251 Combined Adjustment Factor 1.1763 Normal Working Hours-Prevailing Wage Rate Projects 1.3500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3500 ACCO Engineered Secured/OSHPD Prevailing Wage Rate Projects 1,4000 . Systems,Inc Mechanical/HVAC CA-R9-HVAC-101723-AES Region 9 All Union Wage Projects 1.5000 Non-Pre-Priced 1.1500 Combined Adjustment Factor 1.3525 Normal Working Hours-Prevailing Wage Rate Projects 1.3000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3001 Harry H.Joh Secured/OSHPD Prevailing Wage Rate Projects 1.4000 Construction Inc. Mechanical/HVAC CA-R9-HVAC-101723-HJC Region 9 All Union Wage Projects 1.2000 Non-Pre-Priced 1.2500 Combined Adjustment Factor 1.3000 Normal Working Hours-Prevailing Wage Rate Projects 1.4250 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.8528 Mesa Energy Systems, Secured/OSHPD Prevailing Wage Rate Projects 1.5620 Inc. Mechanical/HVAC CA-R9-HVAC-101723-MSA Region 9 All Union Wage Projects 1.4250 Non-Pre-Priced • 1.1970 Combined Adjustment Factor 1.4869 Normal Working Hours-Prevailing Wage"Rate Projects 1.0300 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0700 Horizons Construction Secured/OSHPD Prevailing Wage Rate Projects 1.0700 Paving CA-R9-PAV-101723-HRZ Region 9 Company Intl Inc. All Union Wage Projects 1.0700 Non-Pre-Priced 1.1500 Combined Adjustment Factor 1.0580 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 36 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.3297 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3405 Angeles Contractor,Inc. Paving CA-R9-PAV-101723-ACI Region 9 Secured/OSHPD Prevailing Wage Rate Projects " 1.4054 All Union Wage Projects 1.5135 Non-Pre-Priced ""' 1.3514 Combined Adjustment Factor 1.3632 Normal Working Hours-Prevailing Wage Rate Projects '. 1.3297' Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3405 Angeles Contractor,Inc. Roofing/Waterproofing CA-R9-RW-101723-ACI Region 9 Secured/OSHPII Prevailing Wage Rate ProjeCt5.: 1:4054 All Union Wage Projects 1.5135 Non-Pre-Priced , , 1.3514. Combined Adjustment Factor 1.3632 Normal*irking Hours"-Prevailing Wage Rate Projects 1.4954 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.7197 Rite-Way Roof Secured/OSHPD Prevailing Wage Rate Projects 2.4763 Corporation Roofing/Waterproofing CA-R9-RW-101723-RWR Region 9 P All Union Wage Projects 1.4954 Non-Pre-Priced 1.4270 Combined Adjustment Factor 1.6693 Normal Working Hours-.Prevailing Wage Rate Projects ' 0.8900 Other Than Normal Working Hours-Prevailing Wage Rate Projects 0.8901 Secured/OSHPD Prevailing Wage,Rate Projects. , 0.8902 All Source Tile Inc. Flooring CA-R9-F-101723-ALS Region 9 All Union Wage Projects 0.8903 Non-Pre-Priced . ' 0.8904 • Combined Adjustment Factor 0.8901 Normal Working Hours•-Prevailing Wage Rate Projects 1'.0300 • Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0700 Horizons Construction "Secured/OSHPD Prevailing Wage Rate Projects • . . 1.0700; Company Int'I Inc. Flooring CA-R9-F-101723-HRZ Region 9 P Y All Union Wage Projects 1.0700 Non-Pre-Priced , ' . . , ' ' " 1,1500' Combined Adjustment Factor 1.0580 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C50F86 Sourcewell Page 37 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.3297• Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3405 Angeles Contractor, Secured/OSHPD Prevailing Wage Rate Projects 1.4054 Inc. Flooring CA-R9-F-101723-ACI Region 9 All Union Wage Projects 1.5135 Non-Pre-Priced 1.3514 Combined Adjustment Factor 1.3632 Normal Working Hours-Prevailing Wage Rate Projects NA Other Than Normal Working Hours-Prevailing Wage Rate Projects NA No Bids Abatement Services No Bids Region 9 Secured/OSHPD Prevailing Wage Rate Projects NA All Union Wage Projects NA Non-Pre-Priced NA Combined Adjustment Factor NA Normal Working Hours-Prevailing Wage Rate Projects 0.8900 Other Than Normal Working Hours-Prevailing Wage Rate Projects 0.8901 All Source Coatings Inc. Painting CA-R9-P-101723-ASC Region 9 SecuredJOSHPfl Prevailing Wage Rate Projects 0.8902 All Union Wage Projects 0.8903 Non-Pre-Priced 0.8904 Combined Adjustment Factor 0.8901 Normal Working Hours-Prevailing Wage Rate Projects 0.9711 Other Than Normal Working Hours-Prevailing Wage Rate Projects 0.9811 Grondin Construction Secured/OSHPD Prevailing Wage Rate Projects 0.9711 Inc Painting CA-R9-P-101723-GCI Region 9 All Union Wage Projects 0.9711 Non-Pre-Priced : - 1.0511 Combined Adjustment Factor 0.9806 Normal Working Hours-Prevailing Wage Rate Projects 1.0700 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.0900 Horizons Construction Secured/OSHPD Prevailing Wage Rate Projects 1.0900 Company Intl Inc. Plumbing CA R9 PLUM-101723 HRZ Region 9 All Union Wage Projects 1.0900 Non-Pre-Priced 1.1500 Combined Adjustment Factor 1.0860 DocuSign Envelope ID:C014A465-D8A3-460B-9D0C-468CB7C5DF86 Sourcewell Page 38 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1.4000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4000 ACCO Engineered Plumbing CA R9 PLUM 101723 AES Region 9 Secured/OSHPD Prevailing Wage Rate Projects ' 1.5000 Systems,Inc All Union Wage Projects 1.5000 Non-Pre-Priced =.•1.1500 Combined Adjustment Factor 1.4000 Normal Working Hours-Prevailing Wage Rate Projects - ' NA Other Than Normal Working Hours-Prevailing Wage Rate Projects NA :Secured/OSHPD Prevailing Wage Rate Projects NA No Bids Landscaping No Bids Region 9 All Union Wage Projects NA Non-Pre-Priced NA - Combined Adjustment Factor NA Normal Working Hours-Prevailing Wage Rate Project's - 12522 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.4651 Secured/OSHPD Prevailing Wage Rate Projects 1.4651 Alco Building Solutions Solar CA-R9-S-101723-ABU Region 9 All Union Wage Projects 1.4651 Non-Pre-Priced , 1.3000 Combined Adjustment Factor 1.3421 Normal Working Hours-,Prevailing Wage Rate Projects 1.2900 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3200 Secured/OSHPD Prevailing Wage Rate Projects 1.3200 Vortex Construction General Building CA-R10-GB-101723-VTX Region 10 All Union Wage Projects 1.3250 Non-Pre-Priced" 12300. Combined Adjustment Factor 1.2965 Normal Working Hours-Prevailing Wage.Rate Projects 1.2790 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3750 CORE West,Inc. General Building CA-R10-GB-101723-CRW Region 10 Secured/OSHPD.prevailing Wage Rate Projects 1.3780, All Union Wage Projects 1.3650 Non-Pre-Priced , . " 1.2500 Combined Adjustment Factor 1.3140 DocuSign Envelope ID:C014A465-D8A3-460B-9D0C-468CB7C5DF86 Sourcewell Page 39 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 1,3321 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5586 Alco Building Solutions General Building CA-R10-GB-101723-ABU Region 10 5ecared/O5HPb Prevailing Wage Rate Projects 1.8649 All Union Wage Projects 1.5586 Non-Pre-Priced 1.3000 Combined Adjustment Factor 1.4654 • Normal Working Hours-Prevailing Wage Rate Projects 1.5000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5500 QUINCON,INC. General Building CA-R10-GB-101723-QUI Region 10 Secured/OSHPD Prevailing Wage Rate Projects 1.5500 All Union Wage Projects 1.5500 Non-Pre-Priced 1.5500 Combined Adjustment Factor 1.5250 Normal Working Hours-Prevailing Wage Rate Projects " 1.1500 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.2200 Express Energy Services Electrical CA R10 E 101723 EES Region 10 Secured/OSHPD Prevailing Wage Rate Projects 1.2500 Inc. All Union Wage Projects 1.1500 Non-Pre-Priced 1.1000 Combined Adjustment Factor 1.1705 . Normal Working Hours-Prevailing Wage Rate Projects 1.3321 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.5586 Alco Building Solutions Electrical CA-R10-E-101723-ABU Region 10 SscuredjOSHPA Prevailing Wage Rate Projects 1.8649 All Union Wage Projects 1.5586 Non-Pre-Priced 1.3000 , Combined Adjustment Factor 1.4654 Normal Working Hours-Prevailing Wage Rate Projects 2.0000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 2.2000 ACCO Engineered Mechanical/HVAC CA RIO HVAC 101723 AES Region 10 Secured/OSHPD Prevailing Wage Rate Projects 2.2000 Systems,Inc All Union Wage Projects 2.2000 Non-Pre-Priced 1.1500 Combined Adjustment Factor 1.9950 DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468C87C5DF86 Sourcewell Page 40 of 44 Awarded Contract Adjustment Contractor Name Solicitation Trade Number Region Adjustment Factor Descriptions Factors Normal Working Hours-Prevailing Wage Rate Projects 2.1000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 2.4500 Mesa Energy Systems, Secured/OSHPD Prevailing Wage Rate Projects 2:4500 Mechanical/HVAC CA-R10-HVAC-101723-MSA Region 10 Inc. All Union Wage Projects 2.4500 Non-Pre=Priced 2.1000 Combined Adjustment Factor 2.2400 Normal Working Hours-Prevailing Wage Rate Projects 1.7000 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.9000 Horizons Construction Secured/OSHPD Prevailing Wage Rate Projects 1.9000 Company Intl Inc. Painting CA R10 P 101723 HRZ Region 10 All Union Wage Projects 1.9000 Non-Pre-Priced° - 1.4000 • Combined Adjustment Factor 1.7500 Normal Working'Hours-Prevailing Wage Rate Projects 1.2900 Other Than Normal Working Hours-Prevailing Wage Rate Projects 1.3200 Vortex Construction Roofing/Waterproofing CA-R1O-RW-101723-VTX Region 10 Secured/OSHPD Prevailing Wage Rate Projects 1.3200 All Union Wage Projects 1.3250 Non-Pre-Priced _ 1.2300 Combined Adjustment Factor 1.2965 **A complete Abstract of Bids,setting forth all bids received(as applicable),is available on request to Sourcewell. DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 41 of 44 The preceding contracts were awarded on November 28, 2023. FDocuSigned by: 644 g IASfitA, 683O543C5838401.._ Kim Austin, MBA, CPPB, NIGP-CPP, Procurement Supervisor LDocuSigned by:. 78CA93C06377421... Brandon Town, NIGP-CPP,CPSM, CPSD, Procurement Analyst c DocuSigned by: —OBO2O4E4OD3E445.:. Michael Munoz,CPPB, Procurement Analyst —DocuSigned by: L—7F41572C85BB4BA... Craig West, Procurement Analyst DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 42 of 44 Attachment 1 Geographic Map of Sourcewell Contract Regions Sourcewe11Colitotnla I StYcewell•, , Cefon*:Res'on I Someweb CO!'foreo<9<eltel 2 r;'• D 5,pvceweN Co:far:0 • • „ bbr,4cograb •r7 Crien44 *PIN Vater ; fist2t0 bovceaen Cattel ReVors °c! •• swcs..in Cogtago Req'on faa fel•416,1,..1, sovt.4ftti &,..qma• Co,'fornio Regta ttt oinr,tt . • ,% 0 Stocve1 - ' Coloago Kes'en Santa Cm •-u„'.1'1;• 404.-., • 0 Sos.rces9eb Calargo Regto 9 • ,• •'•7*'` Sovceasen Colorreglo'nib """"'•-•4b▪ 'KOKs' • < • \Ban Ergs', .-< Kern • „ Santa Barbara ; • 1 Sal Canada° \ Roterside San Ile° In:penal' f DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 43 of 44 Region 1 Colusa Humboldt Tehama Del Norte Lake Trinity Glenn Mendocino Region 2 Butte Plumas Sierra Lassen Shasta Siskiyou Modac Region 3 El Dorado Placer Sutter Nevada Sacramento Yuba Region 4 Contra Costa Napa Sonoma Marin Solano Yolo Region 5 Fresno Merced Stanislaus Kings San Joaquin Tulare Madera Region 6 Alameda San Francisco Santa Clara Monterey San Mateo Santa Cruz San Benito Region 7 Kern Santa Barbara Ventura San Luis Obispo Region 8 Los Angeles Riverside San Bernardino Orange DocuSign Envelope ID:C014A465-D8A3-46DB-9D0C-468CB7C5DF86 Sourcewell Page 44 of 44 Region 9 Imperial San Diego Region 10 Alpine _ Inyo Mono Amador Mariposa Tuolumne Calaveras DocuSign Envelope ID:FDFD8B52-66AE-47E3-A5A2-D1DB2DD28870 PV So rce I I °rg ya Indefinite Delivery-Indefinite Quantity Construction Contract Contract Number: CA-R8-GB-101723-HRZ Service Type: General Building This Indefinite Delivery-Indefinite Quantity Construction Contract(Contract) is between Sourcewell, 202 12th Street Northeast, P.O. Box 219,Staples, MN 56479 and Horizons Construction Company Intl Inc., 432 W Meats Avenue,Orange,California 92865 (Contractor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21)that offers cooperative procurement solutions to government entities. Participation is open to federal,state and municipal governmental entities, K-12 and higher education entities, nonprofit entities,tribal governments,and other public entities located within the United States. The Contractor desires to contract with Sourcewell to provide construction services to entities that access Sourcewell's indefinite delivery-indefinite quantity(IDIQ) construction contracts within the Service Region. I. TERM OF CONTRACT A. EFFECTIVE DATE.This Contract, including the General Terms and Conditions incorporated by reference, is effective upon the later of December 6, 2023 or the date of the final signature below. B. EXPIRATION DATE AND EXTENSION.This Contract expires December 5,2024, unless it is terminated sooner pursuant to Article XX of the General Terms and Conditions,which are incorporated into this Contract by reference.This Contract allows up to five additional one-year extensions upon the request of Sourcewell and written agreement with Contractor. Sourcewell retains the right to consider additional extensions beyond six years as required under exceptional circumstances. II. REGION AND SERVICES The Contractor's Region is: Region 8.The Contractor's IDIQ construction service type is: General Building. The Contractor has agreed to perform work outside the Region. III. ADJUSTMENT FACTORS The Contractor will perform any or all Tasks in the Construction Task Catalog for the Unit Price appearing therein multiplied by the following Adjustment Factors. See the General Terms and Conditions for additional information. A. Normal Working Hours—Prevailing Wage Rate Projects:Work performed from 7:00 a.m. until 4:00 p.m. Monday to Friday, except Holidays.The Contractor will perform Tasks during Normal Working Hours for the Unit Price set forth in the CTC multiplied by the Adjustment Factor of: 1.0300. Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 1 DocuSign Envelope ID:FDFD8B52-66AE-47E3-A5A2-D1DB2DD28870 B. Other Than Normal Working Hours—Prevailing Wage Rate Projects:Work performed from 4:00 p.m.to 7:00 a.m. Monday to Friday,and any time Saturday,Sunday and Holidays.The Contractor will perform Tasks during Other Than Normal Working Hours for the Unit Price set forth in the CTC multiplied by the Adjustment Factor of: 1.0700. C. Secured Facilities/OSHPD Prevailing-Wage Rate Projects:Work performed from 7:00 a.m. until 4:00 p.m. Monday to Friday, except Holidays.The Contractor will perform Tasks during Normal Working Hours for the Unit Price set forth in the CTC multiplied by the Adjustment Factor of: 1.0700. D. All Union Wage Projects:Work performed from 7:00 a.m. until 4:00 p.m. Monday to Friday, except Holidays.The Contractor will perform Tasks during Normal Working Hours for the Unit Price set forth in the CTC multiplied by the Adjustment Factor of: 1.0700. E. Non pre-priced Adjustment Factor:To be applied to Work determined not to be included in the CTC but within the general scope of the work: 1.1500. VI. AUTHORIZED REPRESENTATIVE A. Sourcewell's Authorized Representative is its Chief Procurement Officer. B. The Contractor's Authorized Representative is Kinan Kotrash. If the Contractor's Authorized Representative changes at any time during this Contract, Contractor must promptly notify Sourcewell in writing. Sourcewell Horizons Construction Company Intl Inc. i—DocuSigned by: DocuSigned by:. h 5 / .iln.Adn. WWAS . By: \--COFD2A1391306489... By: 2D364587FC59499,.. Jeremy Schwartz Kinan Kotrash Title: Chief Procurement Officer Title:Vice President Date: 12/1/2023 12:54 PM CST Date: 12/1/2023 I 10:32 AM PST Rev.4/2021 Sourcewell IFB#CA-101723 Indefinite Delivery-Indefinite Quantity Construction Contracts in the State of California Page 2