Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC20-097 Big Johnson ConstructionAGREEMENT FOR INSTALLATION SERVICES BETWEEN
EAGLE COUNTY, COLORADO
AND
BIG JOHNSON CONSTRUCTION, LLC
THIS AGREEMENT (“Agreement”) is effective as of ___________________, by and between Big Johnson
Construction, a Colorado limited liability company (hereinafter “Contractor”) Eagle County, Colorado, a body
corporate and politic (hereinafter “County”).
RECITALS
WHEREAS, County desire to utilize Contractor to install a steel shed purchased by Eagle County (the “Project”) at
the North West Road & Bridge shop located at 30265 Colorado River Road, Burns, CO 80426 (the “Property”); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the equipment, materials and installation services as set forth below in paragraph 1
hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the
procurement of equipment, materials and services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as
follows:
1. Services or Work. Contractor agrees to diligently provide all services, labor, personnel and materials
necessary to perform and complete the installation services described in Exhibits A, B and C (“Services” or “Work”)
which is attached hereto and incorporated herein by reference. The Services shall be performed in accordance with
the provisions and conditions of this Agreement. For purposes of this Agreement, “materials” shall not include the
steel shed purchased by the County. However, Contractor shall supply all materials necessary to install the shed to
County specifications, including but not limited to lumber, blocks, cable, rope etc.
a. Contractor agrees to furnish the Services in a timely and expeditious manner consistent with the
applicable standard of care. The Services are anticipated to begin on April 20, 2020. By signing below Contractor
represents that it has the expertise and personnel necessary to properly and timely perform the Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibits
A, B and C and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this
Agreement shall prevail.
c. County shall have the right to inspect all Work. Inspection and acceptance shall not be
unreasonably delayed or refused. In the event County does not accept the Work for any reason in its sole discretion,
then Contractor agrees to make the necessary corrections to complete the installation services described in Exhibit
A:
2. County’s Representative. The Facilities Management Department’s designee shall be Contractor’s contact
with respect to this Agreement and performance of the Services.
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
3/12/2020
C20-097
2
G:\Shared drives\ATT Department\Andy\Contract Final Drafts\Big Johnson\Big Johnson Construction.Agreement.final.docx
3.Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to
the provisions of paragraph 11 hereof, shall continue in full force and effect until the work is satisfactorily
completed and accepted by the Facilities Management Department designee.
4.Extension or Modification. Any amendments or modifications shall be in writing signed by both parties.
No additional services or work performed by Contractor shall be the basis for additional compensation unless and
until Contractor has obtained written authorization and acknowledgement by County for such additional services in
accordance with County’s internal policies. Accordingly, no course of conduct or dealings between the parties, nor
verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that
County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust
enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written
authorization and acknowledgment by County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contractor’s rights with respect to such additional services shall be deemed waived
and such failure shall result in non-payment for such additional services or work performed.
5. Compensation. County shall compensate Contractor for the performance of the Services in a sum
computed and payable as set forth in Exhibit A. The performance of the Services under this Agreement shall not
exceed eighteen thousand six hundred forty four dollars ($18,644.00). In the event Contractor and County agree
upon the need for additional services beyond those described in Exhibit A, Contractor shall first provide County
with a written estimate which shall include an estimate of the labor, materials without any mark up and any
additional costs necessary to perform the Services at a particular Property or Properties. Each estimate must be
approved by County’s Representative prior to commencement of the Services by Contractor. Total compensation
under this Agreement shall not exceed twenty five thousand dollars ($25,000.00) without a written amendment to
this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of
normal business hours unless specifically authorized in writing by County.
a.Payment will be made for Services satisfactorily performed within thirty (30) days of receipt of a
proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours spent, tasks
performed, who performed each task and such other detail as County may request.
b.If, at any time during the term or after termination or expiration of this Agreement, County
reasonably determines that any payment made by County to Contractor was improper because the Services for
which payment was made were not provided or performed as set forth in this Agreement, then upon written notice of
such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s)
to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall
forthwith be returned to County.
c.County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor
agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made
pursuant to the terms of this Agreement.
d.Notwithstanding anything to the contrary contained in this Agreement, County shall have no
obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after
December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the
Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local
Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X,
Sec. 20).
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
3
G:\Shared drives\ATT Department\Andy\Contract Final Drafts\Big Johnson\Big Johnson Construction.Agreement.final.docx
6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for
the performance of any of the Services or additional services without County’s prior written consent, which may be
withheld in County’s sole discretion. County shall have the right in its reasonable discretion to approve all
personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom
County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each
subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be
bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and
responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not
the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its
agents, employees and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the following
insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
i. Workers’ Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined
bodily injury and property damage liability insurance, including coverage for owned, hired, and non-owned
vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, broad form property damage with limits of liability not
less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to include
Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and
volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached
hereto as Exhibit D.
ii. Contractor’s certificates of insurance shall include subcontractors, if any as additional
insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each
subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and
protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise
available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and
volunteers.
v. Contractor is not entitled to workers’ compensation benefits except as
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
4
G:\Shared drives\ATT Department\Andy\Contract Final Drafts\Big Johnson\Big Johnson Construction.Agreement.final.docx
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage
is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax
on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents
and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as
any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon
any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall
reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection
with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not
apply to claims by third parties against the County to the extent that County is liable to such third party for such
claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination
hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained during,
purchased or prepared in the performance of the Services shall remain the property of the County and are to be
delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement.
Further, Contractor shall execute any bill of sale or other documents required by County to transfer title of the
Equipment to County. Contractor shall provide copies of any instruction or operations or care manuals and shall
further provide copies of any manufacturers warranties associated with the Equipment.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days
prior written notice of such change to the other party.
COUNTY:
Eagle County, Colorado
Attention: Facilities Management
Post Office Box 850
Eagle, CO 81631
3289 Cooley Mesa Road
Gypsum, CO 81637
Telephone: 970-328-8881
Facsimile: 970-328-3539
E-mail: ron.siebert@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-8685
Facsimile: 970-328-8699
E-Mail: atty@eaglecounty.us
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
5
G:\Shared drives\ATT Department\Andy\Contract Final Drafts\Big Johnson\Big Johnson Construction.Agreement.final.docx
CONTRACTOR:
Big Johnson Construction, LLC
PO Box 1128
Fort Morgan, CO 807021
Telephone: 970-867-4709
Facsimile: 970-867-4742
E-Mail: Ryan@bjcsteel.com
11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with seven (7) calendar days’ prior written notice to the
Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents
as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials
and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination.
12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this
Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the
sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the Equipment, nature and
extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and
local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems
necessary for the performance of the Services.
c. To the extent possible, Contractor has correlated the results of such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or
discrepancies.
e. Contractor shall be responsible for completeness and accuracy of the Services and shall correct, at
its sole expense, all significant errors and omissions in performance of the Services. The fact that the County has
accepted or approved the Equipment and/or Services shall not relieve Contractor of any of its responsibilities.
Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the
standard of care, skill and diligence applicable to contractors performing similar services. Contractor represents and
warrants that it has the expertise and personnel necessary to properly perform the Services and shall comply with the
highest standards of customer service to the public. Contractor shall provide appropriate supervision to its
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
6
G:\Shared drives\ATT Department\Andy\Contract Final Drafts\Big Johnson\Big Johnson Construction.Agreement.final.docx
employees to ensure the Services are performed in accordance with this Agreement. This paragraph shall survive
termination of this Agreement.
f. Contractor hereby represents and warrants that the Services will performed in a good and
workmanlike manner and guarantees all Work against defects in materials or workmanship for a period of one (1)
year from the date the Work is accepted by County, or such longer period as may be provided by the law or as
otherwise agreed to by the parties.
g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor by any
manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any Equipment furnishes
a guarantee or warrantee for a period longer than one (1) year, then Contractor’s guarantee or warrantee shall extend
for a like period as to such Equipment.
h. Contractor warrants that title to all Work and Equipment shall pass to County either by
incorporation into the Property or upon receipt by Contractor of payment from County (whichever occurs first) free
and clear of all liens, claims, security interests or encumbrances. Contractor further warrants that Contractor (or any
other person performing Work) purchased all Equipment free and clear of all liens, claims, security interests or
encumbrances. Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the Equipment
until the Equipment is installed and County has inspected and approved the same.
i. Within a reasonable time after receipt of written notice, Contractor shall correct at its own
expense, without cost to County, and without interruption to County:
i. Any defects in materials or workmanship which existed prior to or during the period of
any guarantee or warranty provided in this Agreement; and
ii. Any damage to any other Work or property caused by such defects or the repairing of
such defects.
j. Guarantees and warranties shall not be construed to modify or limit any rights or actions County
may otherwise have against Contractor in law or in equity.
k. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and
professional standards, in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
l. This Agreement constitutes an agreement for performance of the Services by Contractor as an
independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to
create a relationship of employer-employee, master-servant, partnership, joint venture or any other relationship
between County and Contractor except that of independent contractor. Contractor shall have no authority to bind
County.
m. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws, codes, rules and regulations.
n. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
7
G:\Shared drives\ATT Department\Andy\Contract Final Drafts\Big Johnson\Big Johnson Construction.Agreement.final.docx
o. Contractor shall not assign any portion of this Agreement without the prior written consent of the
County. Any attempt to assign this Agreement without such consent shall be void.
p. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties, and not to any third party.
q. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
s. The signatories to this Agreement aver to their knowledge no employee of the County has any
personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor
has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the
Services and Contractor shall not employ any person having such known interests.
t. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms
under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to
federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this
Agreement.
15. Prohibitions on Government Contracts.
As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries
not legally within the United States as set forth in C.R.S. 8-17.5-101, et. seq. If Contractor has any employees or
subcontractors, Contractor shall comply with C.R.S. 8-17.5-101, et. seq., and this Agreement. By execution of this
Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual
who will perform under this Agreement and that Contractor will participate in the E-verify Program or other
Department of Labor and Employment program (“Department Program”) in order to confirm the eligibility of all
employees who are newly hired for employment to perform Services under this Agreement.
a. Contractor shall not:
i. Knowingly employ or contract with an undocumented individual to perform Services
under this Agreement; or
ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an undocumented individual to perform work under the public contract for
services.
b. Contractor has confirmed the employment eligibility of all employees who are newly hired for
employment to perform Services under this Agreement through participation in the E-Verify Program or Department
Program, as administered by the United States Department of Homeland Security. Information on applying for the
E-verify program can be found at:
https://www.uscis.gov/e-verify
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
8
G:\Shared drives\ATT Department\Andy\Contract Final Drafts\Big Johnson\Big Johnson Construction.Agreement.final.docx
c. Contractor shall not use either the E-verify program or other Department Program procedures to
undertake pre-employment screening of job applicants while the public contract for services is being performed.
d. If Contractor obtains actual knowledge that a subcontractor performing work under the public
contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required
to:
i. Notify the subcontractor and County within three (3) days that Contractor has actual
knowledge that the subcontractor is employing or contracting with an undocumented individual; and
ii. Terminate the subcontract with the subcontractor if within three days of receiving the
notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or
contracting with the undocumented individual; except that Contractor shall not terminate the contract with the
subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor
has not knowingly employed or contracted with an undocumented individual.
e. Contractor shall comply with any reasonable request by the Department of Labor and Employment
made in the course of an investigation that the department is undertaking pursuant to its authority established in
C.R.S. 8-17.5-102(5).
f. If Contractor violates these prohibitions, County may terminate the Agreement for breach of
contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor
shall be liable for actual and consequential damages to County as required by law.
g. County will notify the Colorado Secretary of State if Contractor violates this provision of this
Agreement and County terminates the Agreement for such breach.
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
COUNTY OF EAGLE, STATE OF COLORADO, By and
Through Its COUNTY MANAGER
By: ______________________________
Jeff Shroll, County Manager
CONTRACTOR:
BIG JOHNSON CONSTRUCTION, LLC
By:________________________________
Print Name: _________________________
Title: ______________________________
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
Dir Busn Dev
Ryan Perzee
195 4 5 a P a g e 1 | 4
PO Box 1128, Fort Morgan, CO 80701
970.867.4709 Tel 970.867.4742 Fax
www.bjcsteel.com
Labor Proposal
Proposal Date: 31 October 2019 Quote: 19545a
Customer: Eagle County-Facilities Planner
3289 Cooley Mesa Road, Gypsum, CO 81637
From: Ryan Perzee
ryan@bjcsteel.com
720-466-0464
Attention: Ron Siebert Phone: 970.328.8881
Email: ron.siebert@eaglecounty.us Fax:
Project: Burns, CO
Eagle County Storage Shed
General Building Information
Description Width Length Eave Height Roof Slope Square Footage
35’-0” 48’-0” 12’-8”/18’-6” 2:12 single slope 1,680
Building Manufacturer Alliance
Bid Documents Received Arch Dated 21Oct19
Specific Building Components
Roof Panels 36” exposed fastener R panel
Roof Insulation: N/A
Roof Liner Panel: N/A
Roof Curbs/FO: N/A
Snow Guard: N/A
Wall Panels: 36” exposed fastener R panel
Wall Insulation: N/A
Wall Liner Panel: N/A
Personnel Doors: N/A
Framed Openings: N/A
Windows: N/A
Louvers: N/A
Gutters & Downs: 48 linear feet standard gutter with downspouts
Partition Walls: N/A
Soffit Panels: N/A
Cranes: N/A
Special Details: See Inclusions and Clarifications below.
Base Bid Labor Proposal
Eighteen thousand six hundred forty-four dollars and 00/100 $18,644.00
A
EXHIBIT
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
195 4 5 a P a g e 2 | 4
PO Box 1128, Fort Morgan, CO 80701
970.867.4709 Tel 970.867.4742 Fax
www.bjcsteel.com
Alternate Pricing Available
Description Add/Deduct Amount
N/A $0.00
SPECIFIC Base Bid Inclusions and Clarifications
1. Any applicable sales taxes are NOT included.
2. Any work performed outside the standard scope of this proposal must be first approved in a fully executed and may be subject
to the standard rate of $80.00/hour per man.
3. Approximate project duration is 5 days with a 4 man crew. Duration is based on a six-day work week without any hour restrictions
and includes a single mobilization.
4. Roof is to be sheeted as illustrated in the “for construction” drawings, with a 26 gauge exposed fastener R panel.
5. Walls are to be sheeted full height as illustrated in the “for construction” drawings, with a standard 26-gauge exposed fastener
PBR.
6. No doors or framed openings.
7. No roof or wall insulation.
8. Special Details:
a. High side wall is to remain open (no girts or cladding).
b. Austere conditions applied.
9. Standard building erection has been assumed. This includes no interior interferences from installed equipment and provides a
level working surface. Should there be equipment installed prior to building erection or there be an inadequate work perimete r;
additional charges MAY be required for the use of a crane. This equipment is NOT included in the base labor cost listed.
Standard Inclusions and Clarifications
1. All necessary standard equipment needed for the erection of the above listed building(s) has/have been included.
2. Customer is responsible for securing all necessary permits and associated fees.
3. Any work performed outside the standard scope of this proposal must be first approved in writing and may be subject to the
standard rate listed within the payment section of this agreement. This includes any “fixes” to a manufactured item or onsite
design change.
4. A minimum 25’ perimeter distance is to be available at all times during the erection process. The said perimeter is to be void of
any pits, trenches or holes and the surface shall be level, even and packed.
5. Unless otherwise noted in this proposal; the required perimeter is also to be free of any permanent structures such as, but not
limited to, adjacent buildings, pipe racks, fencing or equipment.
6. An adequately sized material staging and lay down area is required and must be within a reasonable proximity to the site. This
area also must be free of any pits, trenches or holes and the surface shall also be relatively level, even and packed.
7. Materials to be erected/installed are to be delivered clean, free of defects and in good condition from the manufacturer or supplier.
Cleaning of soiled materials due to transport may be completed for additional costs.
8. All materials will be off-loaded, staged and/or stored in accordance with the guidelines outlined in the most current edition of the
Metal Building Manufacturers Association (MBMA) manual and as recommended by the building’s manufacturer.
9. Upon arrival the building(s) foundation(s) must be complete, properly cured and ready for building erection.
10. Anchor bolts must be placed according to the anchor bolt layout found within the building manufacturers “for construction”
drawings and all bolts must be clean and free of materials within the threads. The proper anchor bolt nuts and washers are to be
loosely installed on each anchor bolt.
11. The building(s) is/are be erected in a safe and timely manner and in accordance with both the manufacturers recommended
erection guidelines and those found within the most current edition of the MBMA manual. This includes erecting the building to
within the standard industry tolerances listed within the MBMA manual and/or as specifically detailed by the building
manufacturer.
12. Working over and/or around existing buildings, structures or equipment is NOT included unless specifically listed within this
proposal. This includes work done within the building(s) envelope.
13. Customer is to provide all temporary power, trash receptacles, trash removal, snow removal, site grading and sanitary facilities. If
owner fails to provide said items, BJC, LLC may do so at Customer’s expense. Generator rental is $100.00 per day.
14. Additional required mobilizations because of personnel or trades not employed or contracted by Big Johnson Construction, LLC
shall be subject to back charges.
15. Delays or work stoppages caused by the Customer will be subject to a $2,000.00 per day penalty until the delay is resolved.
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
195 4 5 a P a g e 3 | 4
PO Box 1128, Fort Morgan, CO 80701
970.867.4709 Tel 970.867.4742 Fax
www.bjcsteel.com
16. Communication is essential to successfully completing this project on time. BJC, LLC will work to keep all involved parties informed
of anticipated progress, material defects or missing inventory in attempt to not cause any avoidable delays.
17. BJC, LLC is not responsible for any delays caused by or deemed acts of nature. This includes but is not limited to, inclement weather,
fire, strikes and concealed or unexpected conditions.
18. Customers appointed representative must be available, including weekends, to answer any questions that may arise during the
construction process. This representative must have the authority act on behalf of the customer and make decisions concer ning
the project, its materials or construction.
19. Customer must provide a representative at job site upon scope completion for final walk-thru and punch-out. Failure of Customer
to have a representative at the job site for the scheduled final inspection shall waive the Customer’s right to final inspection.
20. No additions/changes to this scope of work will be acceptable without prior written approval from an authorized BJC employee.
21. Big Johnson Construction, LLC as a subcontractor, may or may not be licensed in the city, county, state or governing municipality
of this project. Our workers are already covered in any/all states under a CO worker compensation policy in effect for Big Johnson
Construction, LLC. This proposal does not include any monies for covering the cost of city, county or state licensing or additional
out-of-state worker’s compensation that may be required for your project.
22. Customer is responsible for providing and maintaining property insurance and builders risk insurance upon the entire work of the
site to the full insurable value thereof. This insurance shall insure against the perils of fire, weather damage, vandalism, theft and
extended coverage.
23. Unless otherwise specified, BJC, LLC warrants its work as outlined above for the period of one year (365 days) from the date of
scope completion. Failures of work originally performed by BJC, LLC but having been modified by other trades voids the warranty
provided and may be subject to additional charges following repair.
Exclusions (Items NOT included in bid unless specifically clarified above.)
1. Sales Tax
2. Permits, licensing or any associated fees.
3. Additional insurance limits or coverage beyond BJC standard policies.
4. “Special” erection equipment including but not limited to cranes or crane rental.
5. Specified site-specific certifications or safety training beyond the standard OSHA requirements.
6. Foundation layout, concrete installation, anchor bolts, anchor bolt nuts and washers, base plate templates, shims or grout.
7. Cleaning, or retouching any painted and/or primed materials soiled because of transportation from the manufacturer/supplier to
the job site. Or because of delay in erection following materials off load.
8. Storage of materials beyond that which is recommended in the MBMA manual. (Materials can be tarped if tarps are provided prior
to offloading.)
9. Fall protection anchors.
10. HVAC, plumbing or electrical work.
11. Cranes, crane runway beams, crane rails or crane electrification.
12. Roof penetrations, curbs, jacks, snow guards or other roof accessories.
13. Skylights, wall lights, translucent panels, windows, personnel doors or overhead doors.
14. Miscellaneous steel including but not limited to stairs, mezzanines, handrails, pipe racks or bollards.
15. Interior metal or wood framing.
16. Any item not specifically listed as included or clarified within this proposal.
Payments
Big Johnson Construction, LLC hereby agrees to perform the described work to the below named client as per the attached pr oposal.
By executing (signing) this contract the client agrees to the payment milestones outlined below. Any additional labor required not
already included in the scope of this proposal may be performed following the receipt of a fully executed change orders.
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
195 4 5 a P a g e 4 | 4
PO Box 1128, Fort Morgan, CO 80701
970.867.4709 Tel 970.867.4742 Fax
www.bjcsteel.com
Pricing valid for 45 days from proposal date unless otherwise specified.
Payment Milestones (Unless otherwise specified)
Due Upon Completion of Primary & Secondary Erection 50% of Total Labor Cost
Due Upon Completion of Erection and Final Punch Out Remaining Balance of Total Labor Cost
Payment Clarifications
1. This proposal does NOT include any applicable sales taxes required by law unless listed in the specific inclusions and
clarifications listed above. All applicable takes will be added upon acceptance unless a confirmed tax exemption
certificate is provided.
2. Should the Customer wish to utilize a separate sub -contract agreement provided by the Customer; Big Johnson
Construction, LLC will agree to the terms outlined in said agreement only upon full execution of the agreement
including a copy of this proposal, in its entirety, as an attachment of provided agreement. Inclusions of only portions
of this proposal in a Customer provided sub-contract agreement will NOT be accepted
3. Unless prior arrangements are made, agreed upon by both parties involved and documented in writing, all payments
must be received within 15 days of billing and/or project completion or interest penalties of 1.5% of the total billable
amount will apply per month.
4. In the event of any action by Big Johnson Construction, LLC to enforce the provisions of this agreement or any of its
right thereunder, Customer shall be liable to reimburse Big Johnson Construction , LLC for all costs and expenses
including reasonable attorney’s fees if such actions result in litigation.
5. Big Johnson Construction, LLC reserves the right to terminate this agreement at any time. Notice of termination,
including cause, shall be submitted to Customer in writing via certified mail. If terminated, Customer agrees to pay
the contracted value for all completed labor to the termination notice date. This amount includes all overhead and
profit previously included in the contracted labor amounts.
BY SIGNING THIS DOCUMENT, THE LISTED CUSTOMER AGREES TO THE TERMS AND CONDITIONS OF THE
PROPOSAL INCLUDING THE COSTS FOR BIG JOHNSON CONSTRUCTION, LLC TO PERFORM THE
DESCRIBED SCOPE OF WORK.
Customer Signature BJC, LLC Representative
Printed Name Printed Name
Title Title
Date Date
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
BEXHIBIT
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
CEXHIBITDocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DEXHIBIT
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755
DocuSign Envelope ID: E2EF156E-4A89-49B1-8EDD-11790D837755