2023-06-19 - Ordinance 2023-085 - AUTHORIZING AN AMENDMENT TO THE CONTRACT WITH FREDERICK QUINN CORPORATION FOR THE NEW PUBLIC WORKS FACILITY LOCATED AT 1650 LEIDER LANE ORDINANCE NO. 2023-085
AN ORDINANCE AUTHORIZING THE VILLAGE PRESIDENT TO EXECUTE AN AMENDMENT TO THE
CONTRACT WITH FREDERICK QUINN CORPORATION ESTABLISHING A GUARANTEED MAXIMUM PRICE
OF$17,967,980 FOR THE NEW PUBLIC WORKS FACILITY LOCATED AT 1650 LEIDER LANE, BUFFALO
GROVE, IL
WHEREAS, the Village of Buffalo Grove is a home rule unit pursuant to the Illinois Constitution of
1970; and
WHEREAS, the Village sought out companies qualified to provide the requested services and
materials for the development of a new public works facility at 1650 Leider Lane, Buffalo Grove, IL (the
"Project"); and
WHEREAS,the Village engaged in a competitive procurement process to obtain the best value for
the money for the Project; and
WHEREAS, pursuant to a previously executed agreement with Frederick Quinn Corporation
("FQC"), FQC has agreed to be a construction manager at risk for the Project with a Guaranteed Maximum
Price for the Project; and
WHEREAS, FQC and the Village have completed a procurement process, as authorized by the
Village Board, for the Project resulting in the recommendation of the award of 28 separate construction
trade contracts as set forth on Exhibit A attached hereto and resulting in the Guaranteed Maximum Price
of$17,967,980.
NOW THEREFORE, BE IT ORDAINED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE
VILLAGE OF BUFFALO GROVE, COOK AND LAKE COUNTIES, ILLINOIS,as follows:
SECTION 1. The foregoing recitals are hereby adopted and incorporated and made a part ofthis Ordinance
as if fully set forth herein.
SECTION 2. The Village Board accepts the recommendation for the award for 28 separate construction
trade contracts. (As set forth on Exhibit A)
SECTION 3. The Village President is authorized to execute an Amendment to the contract with Frederick
Quinn Corporation establishing a Guaranteed Maximum Price of$17,967,980 for the new Public Works
Facility located at 1650 Leider Lane, Buffalo Grove, IL. (As set forth on Exhibit A)
SECTION 4. Due to the size and scope of the Project, a contingency fund of$804,923 is included in the
Guaranteed Maximum Price and shall only be used with the prior written approval of the Village Manager.
In addition, and notwithstanding any language of the Village Code to the contrary, the Village Manager is
authorized to execute any and all change orders requiring the expenditure of any portion of the
contingency fund, so long as the contingency fund amount is not exceeded.
SECTION 5. If any section, paragraph, clause or provision of this Ordinance shali be held invalid, the
invalidity thereof shail not affect any other provision of this Ordinance.
SECTION 6. This Ordinance shall be in full force and effect from and after its passage and approval and
not be codified.
AYES: 6—Johnson, Cesario, Ottenheimer, Stein, Pike, Weidenfeld
NAYES: 0 - None
ABSENT: 0 - None
PASSED: June 19, 2023
APPROVED: June 19, 2023
PUBLISHED: June 20, 2023
ATTEST: APPROVED:
��` r �-� ���,��
Jane 4VI. irabian, Village Clerk Eric N. ith, Village President
,�-'r-� y� ����=
� Y � =-
; , . -_ - •�"
;� � . ---
_ ,_.,�. �_
_-: . --
. ,-.,— -
_ � _
� . .._.. ....:.1. �
: �
��- . _ ., ,:.
.`-
I
\. ` _
^1 . . �
`� . `�` . ./
� �. \� i
� _ / I
' ��� �� `�
�� �TM
CONSTRUCTION MANA6EMENT
June 14, 2023
Mr. Brett Robinson
Administrative Services Director
Village of Buffalo Grove
50 Raupp Blvd
Buffalo Grove, IL 60089
RE: Viilage of Buffalo Grove
New Public Works Facility
Award Recommendations
FQC#566
Dear Mr. Robinson:
On April 25, 2023, and May 1, 2023 bids were received for twenty-nine (29) trade packages with a total of 128
individual bids received. The public bid opening for BP# 1 followed legal advertisement for bids on April 3,
2023, a pre-bid meeting on April 13, 2023, and issuance of electronic invitations to bid from Frederick Quinn
Corporation to over 900 trade contractors.
The purpose of this letter is to provide a summary of the bids received and to recommend award of trade
contracts to the low responsive, responsible contractors for their respective bid packages. There are a total of
28 bid packages being recommended for award. One bid package (BP#1-12 Window Treatments) will be
contracted by the Village separately. The bid tallies for these packages are attached.
After the receipt of bids, scope review meetings were held with the apparent low bidders by FQC. Following the
review with the bidders FQC is recommending award of the trade contracts to the low responsive and
responsible bidder in the bid packages that have been accepted by the Village and award of trade contracts to
those contractors that were able to provide the most savings to the Vil{age for those packages that were
rejected. The summary and award recommendations are as follows:
1. Bid Package #1-02 Selective Demolition - Five (5) Bids were received. Break Thru Enterprises, lnc. of
Lombard, IL submitted the low responsive and responsible base bid. There are no irregularities with the bid
presented. We recommend that BP #1-02 be awarded to Break Thru Enterprises, Inc. for the base
bid award and VE credit of $77,000.00 for a total award amount of Two Hundred Thousand Dollars
($200,000.00).
2. Bid Package #1-03 Cast-In Place & Site Concrete - Four (4) Bids were received. The Village of Buffalo
Grove rejected these bids due to budgetary constraints. Parkway Forming, Inc. of South Elgin, IL
presented value engineering deducts that resulted in the greatest savings to the Village. There are no
irregularities with the bid presented. We recommend that BP #1-03 be awarded to Parkway Forming,
� Inc.for a total award amount of One Million Five Hundred Fiftv Thousand Dollars($1,550,000.00).
3. Bid Package #1-04 Masonry — Eleven (11) Bids were received. Illinois Masonry Corporation of Buffalo
Grove, IL submitted the low responsive and responsible base bid. There are no irregularities with the bid
presented. We recommend that BP #1-04 be awarded to Illinois Masonry Corporation for the base
bid award, Alternate #1-04-01 deduct of $60,610.00 and VE credits of $2,250.00 for a total award
amount of Seven Hundred Seventv-Eiqht Thousand Three Hundred Seventv-Seven Dollars
($778.377.00).
4. Bid Package#1-05 Structural Steel & Metals -Two {2) Bids were received. The Village of Buffalo Grove
rejected these bids due to budgetary constraints. McKinney Steel & Sales, Inc of Zion, IL presented value
engineering deducts that resulted in the greatest savings to the Village. There are no irregularities with the
bid presented. We recommend that BP #1-05 be awarded to McKinney Steel & Sales, Inc for a total
103 5.Church Street,Addison,Illinois 60101
CONSTRUCTION MANAGEMEhT DESIGN BUILD GENEftAL COMSTRUCTIQN 630.628.8500•fdX:630.628.8595
www.fquinncorp.com
Mr. Brett Robinson
Village of Buffalo Grove
June 14, 2023
Page 2
award amount of One Million One Hundred Thirtv-Two Thousand Six Hundred Fortv Doilars
($1,132,640.00).
5. Bid Package#1-06a— Carpentry/General Trades—Seven (7) 8ids were received. The Village of Buffalo
Grove rejected these bids due to budgetary constraints. Hargrave Builders of South Elgin, IL presented
value engineering deducts that resulted in the greatest savings to the Village. There are no irregularities
with the bid presented We recommend that BP #1-06a be awarded to Hargrave Builders for a total
award amount of Four Hundred One Thousand Twa Hundred Fifty Dollars($401,250.00).
6. Bid Package #1-06b — Casework — Five (5) Bids were received. Hargrave Builders of South Elgin, IL
submitted the low responsive and responsible base bid. There are no irregularities with the bid presented.
We recommend that BP #1-06b be awarded to Hargrave Builders for the base bid award for a total
award amount of Eiqhtv-Eiqht Thausand Six Hundred Fifty Dollars($88,650.00).
7. Bid Package#1-07a— Sealants— One (1) Bid was received. Bofo Waterproofing Systems of Oak Lawn,
IL submitted the low responsive and responsible base bid. There are no irregularities with the bid
presented. We recommend that BP#1-07a be awarded to Bofo Waterproofing Systems for the base
bid award, Alternate #1-04-01 deduct of $9,500.00 and fire caulking VE credit of $12,830.00 for a
total award amount of Twentv-Nine Thousand Two Hundred Dollars($29,200.00).
8. Bid Package #1-07b— Roofing & Sheetmetal —Three (3) Bids were received. Weatherguard Roofing of
Elgin, IL submitted the low responsive and responsible base bid. There are no irregularities with the bid
presented. We recommend that BP #1-07b be awarded to Weatherguard Roofing for the base bid
award and VE credit of $ 26,450.00 for a total award amount of One Hundred Ninetv-Three
Thousand Five Hundred Fiftv Dollars($193,550.00).
9. Bid Package #1-08a — Doors, Frames & Hardware — Three (3) Bids were received. Anderson Lock
Company, Ltd. of Des Plaines, IL submitted the low responsive and responsible base bid. There are no
irregularities with the bid presented. We recommend that BP #1-08a be awarded to Anderson Lock
Company, Ltd. for the base bid award and VE credit of $2,000.00 for a total award amount of Two
Hundred Fiftv-Six Thousand Nine Hundred Dollars($256,900.00).
10. Bid Package #1-OSb — Sectional Doors — Three (3) Bids were received. United Door and Dock of
Glendale Heights, IL submitted the low responsive and responsible base bid. There are no irregularities
with the bid presented. We recommend that BP #1-08b be awarded to United Door and Dock for the
base bid award and VE credit of $3,000.00 for a total award amount of One Hundred Seventv-Five
Thousand Nine Hundred Dollars($175,900.00).
11. Bid Package #1-08c — Aluminum, Glass & Glazing — Three (3) Bids were received. The low as read
bidder for this bid package was Illinois Architectural Glass & Aluminum LLC of Lake Forest, IL. A scope
, review with Illinois Architectural Glass revealed that an error had been made with their bid, and they have
subsequently withdrawn their bid. LS Glass, LLC of Chicago, IL submitted the low responsive and
responsibfe base bid. There are no irregularities with the bid presented. We recommend that BP #1-08c
be awarded to LS Glass, LLC for the base bid award and VE credit of $750.00 for a total award
amount of One Fiundred Sixtv-Faur Thousand Two Hundred Fiftv Dollars($1&4.250.001.
12. Bid Package #1-09a — Drywall & Framing — Six (6) Bids were received. The Village of Buffalo Grove
rejected these bids due to budgetary constraints. OPC Construction, Inc. of Wood Dale, IL presented
value engineering deducts that resulted in the greatest savings to the Village. There are no irregularities
with the bid presented. We recommend that BP #1-09a be awarded to OPC Construction, Inc for a
total award amount of Seven Hundred Twentv-Three Thousand Dollars($723,000.00).
13. Bid Package#1-09b—Tile— Five (5) Bids were received. Northern Illinois Terrauo &Tile of Rockford, IL
submitted the low responsive and responsible base bid. There are no irregularities with the bid presented.
We recommend that BP #1-09b be awarded to Northern Illinois Terrazzo & Tile for the base bid
Mr. Brett Robinson
Village of Buffalo Grove
June 14, 2023
Page 3
award and VE credit of $11,400.00 for a total award amount of One Hundred Fiftv-Nine Thousand
Seven Hundred Dollars($159,700.00).
14. Bid Package #1-09c —Acoustical Ceilings— Four (4} Bids were received. E&K of Chicago of Elmhurst,
IL submitted the low responsive and responsible base bid. There are no irregularities with the bid
presented. We recommend that BP #1-09c be awarded to E&K of Chicago for the base bid award
and VE credit of $15,500.00 for a total award amount of One Hundred Fortv-Three Thousand Five
Hundred Six Dollars($143,506.00).
15. Bid Package #1-09d — Fluid Applied Flooring — Two (2) Bids were received. The Village of Buffalo
Grove rejected these bids due to budgetary constraints. Artlow Systems, Inc of Woodstock, IL presented
value engineering deducts that resulted in the greatest savings to the Village. There are no irregularities
with the bid presented. We recommend that BP#1-09d be awarded to Artlow Systems, Inc.for a total
award amount of Two Hundred Thirteen Thousand Five Hundred One Dollars(5213,501.001.
16. Bid Package #1-09e — Resilient Flooring — Eight (8) Bids were received. TSI Commercial Floor
Covering, Inc. of Champaign, IL submitted the low responsive and responsible base bid. There are no
irregularities with the bid presented. We recommend that BP #1-09e be awarded to TSI Commercial
Floor Covering,Inc..for the base bid award and a VE credit of$9,475.00 for a total award amount of
Two Hundred Six Thousand Five Hundred Eiqhty-Five Dollars($206,585.00).
17. Bid Package#1-09f— Painting — Five (5) Bids were received. MS Sebastian Painting, Inc. of Chicago, IL
submitted the low responsive and responsible base bid. There are no irregularities with the bid presented.
We recommend that BP #1-09f be awarded to MS Sebastian Painting, Inc. for the base bid award
and a VE credit of $15,500.00 for a total award amount of Two Hundred Fortv-Six Thousand Four
Hundred Twelve Dollars($246,412.00).
18. Bid Package#1-10—Lockers—Two (2) Bids were received. The Larson Equipment& Furniture Company
of Schaumburg, IL submitted the low responsive and responsible base bid. There are no irregularities with
the bid presented. We recommend that BP #1-10 be awarded to The Larson Equipment & Furniture
Company for the base bid award and a VE credit of $360.00 for a total award amount of Ninetv-Six
Thousand Nine Nundred Eiqhtv Dol{ars($96,980.00?.
19. Bid Package #1-13 — Pre-Engineered Salt Dome — One (1} Bid was received. Bulk Storage Inc. of
Beecher, IL submitted the low responsive and responsible base bid. There are no irregularities with the bid
presented. We recommend that BP #1-13 be awarded to Bulk Storage Inc. for the base bid award
and VE credit of a10,000.00 for a total award amount of Three Hundred Eiqhtv Thousand Four
Hundred Fortv-Six Dollars ($380.446.00).
20. Bid Package #1-14 — Elevator—Two (2) Bids were received. Schindler Elevator Corporation of Itasca, IL
submitted the low responsive and responsible base bid. There are no irregularities with the bid presented.
We recommend that BP#1-14 be awarded to Schindler Elevator Corporation for the base bid award
for a total award amount of Ninetv-Eiqht Thousand Seven Hundred Dollars($98.700.00).
21. Bid Package #1-21 — Fire Protection — Three (3) Bids were received. The Village of Buffalo Grove
rejected these bids due to budgetary constraints. Absolute Fire Protection of Rockford, IL presented value
engineering deducts that resulted in the greatest savings to the Village. There are no irregularities with the
bid presented. We recommend that BP#1-21 be awarded to Absolute Fire Protection, Inc. for a total
award amount of One Hundred Ninetv-Five Thousand Seven Hundred DofEars($195,700.00Z
22. Bid Package #1-22 — Plumbing — Seven (7) Bids were received. The Village of Buffalo Grove rejected
these bids due to budgetary constraints. Jensen's Plumbing & Heating, LLC. of Woodstock, IL presented
value engineering deducts that resulted in the greatest savings to the Village. There are no irregularities
with the bid presented. We recommend that BP #1-22 be awarded to Jensen's Plumbing & Heating,
LLC.for a total award amount of Nine Hundred Twa Thousand Nine Hundred Dollars($902,900.001.
Mr. Brett Robinson
Village of Buffalo Grove
June 14, 2023
Page 4
23. Bid Package#1-23—HVAC—Six (6) Bids were received.The Village of Buffalo Grove rejected these bids
due to budgetary constraints. Amber Mechanical Contractors, Inc. of Northbrook, IL presented value
engineering deducts that resulted in the greatest savings to the Village. There are no irregularities with the
bid presented. We recommend that BP #1-23 be awarded to Amber Mechanical Contractors, Inc. for
a total award amount of Two Million Nine Hundred Thirty-Seven Thousand Five Hundred Dollars
($2,937,500.00).
24. Bid Package #1-26 — Electrical / Low Voltage — Seven (7) Bids were received. The Village of Buffalo
Grove rejected these bids due to budgetary constraints. Kellenberger Electric, Inc. of Elgin, IL presented
value engineering deducts that resulted in the greatest savings to the Village. There are no irregularities
with the bid presented. We recommend that BP #1-26 be awarded to Kellenberger Electric, Inc. for a
total award amount of Three Million Eiqhtv-One Thousand Four Hundred Seven Dollars
($3,081,407.00).
25. Bid Package #1-31 — Earthwork — Three (3) Bids were received. The Village of Buffalo Grove rejected
these bids due to budgetary constraints. Doetsch Contractors, Inc. of Z'ron, IL presented value engineering
deducts that resulted in the greatest savings to the Village. There are no irregularities with the bid
presented. We recommend that BP #1-31 be awarded to Doetsch Contractors, Inc. for a total award
amount of Eiqht Hundred Fifteen Thousand Four Hundred Eiqht Dollars($815.408.00).
26. Bid Package #1-32a — Asphalt Paving— Seven (7) Bids were received. The Village of Buffalo Grove
rejected these bids due to budgetary constraints. Superior Paving, Inc. of Fox Lake, IL presented value
engineering deducts that resulted in the greatest savings to the Village. There are no irregularities with the
bid presented. We recommend that BP #1-32a be awarded to Superior Paving, Inc. for a total award
amount of Two Hundred Four Thousand Five Hundred Dollars($204,500.00�.
27. Bid Package#1-32b—Fencing & Gates—Three (3) Bids were received. Action Fence Contractors, Inc. of
Mundelein, IL submitted the low responsive and responsible base bid plus accepted Alternate #4. There
are no irregularities with the bid presented. We recommend that BP #1-32b be awarded to Action
Fence Contractors, Inc.for the base bid award, Alternate#4 deduct of$109,617.00, and VE credit of
$38,007.00 for a total award amount of Ninety-Seven Thousand Five Hundred Twentv-Three Dollars
�$97.523.dd1.
28. Bid Package #1-33 — Site Utilities— Five (5) Bids were received. The Village of Buffalo Grove rejected
these bids due to budgetary constraints. Jensen's Pfumbing & Heating, LLC. of Woodstock, IL presented
value engineering deducts that resulted in the greatest savings to the Village. There are no irregularities
with the bid presented. We recommend that BP #1-33 be awarded to Jensen's Plumbing & Heating,
LLC.for a total award amount of Four Hundred Twentv-Seven Thousand Two Hundred Fifty Dollars
{$427,250.00).
�
Mr. Brett Robinson
Village of Buffalo Grove
June 14, 2023
Page 5
The total value of the awards recommended above is$15,901,735.00. This total trade contractor award amount
wiil be included within F(]C's GMP Contract Amendment.
If the above meets wiih your approval, please sign and return one copy of this correspondence indicating your
acceptance of the recommendation. Upon receipt of your approval, Frederick Quinn Corporation will prepare
and enter into contracts with the approved contractors.
Sincerely,
FREDE I�U�H`N,C�ORPORATION
�=-- J
Mark Winger
Manager of Preconstructi ervices
cc: Jack Hayes/FQC
John Eallonardo/F�C
File/FQC
ACCEPTANCE: Date:
� B
== = Document A133� - 2019 Exhibit A
Guaranteed Maximum Price Amendmenf
This Amendment dated the 19th day of June in the year 2023 ,is incorporated into the
accompanying AIA Document A133TM-2019, Standard Form of Agreement Between
Owner and Conshuction Manager as Constructor where the basis of payment is the Cost of ADDITIONS AND DELE7IONS:
the Work Plus a Fee with a Guaranteed Maximum Price dated the 20th day of March in The author of this document r,as
the year 2023 (the"AgreemenY')
(In words, indicate day, month,and year.J added information needed for its
compledon.The author may also
have revised the text of the original
for the following PRO.IECT: AIA standard form.An Additions and
(Name and address or location) De/etions Report that notes added
information as well as revisions to the
Public Works Facility Adaprive Refuse standard form text is available trom
1650 Leider Lane the aulhor and should be reviewed.A
Buffalo Grove,IL 60089 vertical line in the left margin of this
document indicates where the author
has added necessary information
THE OWNER: and where the author has added to or
(Name, legal status, and address) deleted from the original AIA text.
Village of Buffalo Grove This document has important legal
50 Rau Blvd. consequences.Consulta6on with an
pp attomey is encouraged with respect
Buffalo Grove,II,60089 to its completion or mod�cation.
AIA Document A201""-2017,
THE CONSTRUCTION MANAGER: General Conditions of the Contract
(Name, legal status, and address) for ConsUuction,is adopted in this
dacument by reference.Do not use
Frederick Quinn Corporarion with other generai conditions unless
103 S.Church Street this document is modified.
Addison,IL 60101
TABLE OF ARTfCLES
A.1 GUARANTEED MAXIMUM PRICE
A.2 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
A.3 INFORMATION UPON WHICH AMENDMENT IS BASED
A.4 CONSTRUCTION MANAGER'S CONSULTANTS,CONTRACTORS,DESIGN
PROFESSIONALS,AND SUPPLIERS
ARTICLE A.1 GUARANTEED MAXIMUM PRICE
§ A.1.1 Guaranteed Maximum Price
Pursuant to Section 3.2.6 of the Agreement,the Owner and Construction Manager hereby
amend the Agreement to establish a Guaranteed Maximum Price.As agreed by the Owner
and Conshvction Manager,the Guaranteed Maximum Price is an amount that the Contract
Sum shall not exceed.Tt�e Con�act Sum consists of the Cons�uction Manager's Fee plus
the Cost of the Work,as that term is defined in Article 6 of the Agreement.
1►11t AIA Document A133—2019�Exhitit A.Copyright m 1991,2003,2009,9 nd 2019.All rights reserved-'The American Insdtute of Architeds,""American InsMute of 1
Architects,''AIA,"the AIA L o,and"AIA Contract Documents"are re istered trademarks of The American Institute of Archkects.This document was produced at
�9:7 5:1 B ET on O6I15I2023 under Order No.4104238&l5 which expires an 01108/2024,is not for resale,is licensed for one�tlme use onty,and may only be used in
1 accordance with the AIA Co�tract Documents�Tertns of Service.To report copyright vidabons,e-mail docinfo�aiacontracts.com. �pp37133940)
User Notes:
§ A.1.1.1 The Contract Sum is guaranteed by the Construction Manager not to exceed Seventeen Million,Nine Hundred
Sixty Seven Thousand Nine Hundred and Eighty dollars ($ 17,4b7,980.00 ),subject to additions and deductions by
Change Order as provided in the Contract Documents.
§ A.1.1.2 Itemized Statement of the Guaranteed Maximum Price.Provided below is an itemized statement of the
Guaranteed Maximum Price organized by trade categories,including allowances;the Construction Manager's
contingency;altemates;the Construction Manager's Fee;and other items that comprise the Guaranteed Ma�cimum Price
as defined in Section 3.2.1 of the Agreement.
(Provide itemized statement below or reference an attachment.)
� See attached spreadsheet dated June 14,2023
§ A.1.1.3 The Construcrion Manager's Fee is set forth in Section 6.1.2 of the Agreement.
§ A.1.1.4 The method of adjustment of the Construcrion Manager's Fee for changes in the Work is set forth in Section
6.13 of the Agreement.
§ A.1.1.5 Altemates
§ A.1.1.5.1 Altemates,if any,included in the Guaranteed Ma�cimum Price:
Item Price
I See attached spreadsheet dated June 14,
2023
§ A.1.1.5.2 Subject to the conditions noted below,the following altemates may be accepted by the Owner following
execution of this Exhibit A.Upon acceptance,the Owner shall issue a Modification to the Agreement.
(Insert below each alternate and the conditions that must be met for the Owner to accept the alternate.)
Item Price Conditions for Acceptance
� 5ee attached spreadsheet dated June 14,2023
§A.1.1.6 Unit prices,if any:
(Ident�the item and state the unit price and quantity limitations, if any, to which the unit price will be applicable.)
Item Units and Limitations Price per Unit(SD.00)
� None
ARTICLE A.2 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
§ A.2.1 The date of commencement of the Work shall be:
(Check one of ihe following boxes.j
[ ] The date of execurion of this Amendment.
� [ X j Established as follows:
(Insert a date or a means to determine the date of commencement of the Work.)
� Receipt of Building Permit
If a date of commencement of the Work is not selected,then the date of commencement shall be the date of execution of
this Amendment.
§ A.2.2 Unless otherwise provided,the Contract Time is the period of rime,including authorized adjustments,allotted in
the Contract Documents for Substantial Completion of the Work.The Contract Time shall be measured from the date of
commencement of the Work.
Init. AIA Document A133—2019 Exhibk A.Copyright�1991,2003,2009,and 2019.All rights reserved."The American fnstitute of Architects,'"Arrrerican Institute of
Architects,""AIA;the AIA Logo,and"AIA Contrect Documents"are registered trademarks of The American Instilute of Architecfs.This document was produced at 2
09'15:18 ET on O6/15I2023 under Order No.4104238845 which expires on 01/0 8120 2 4,is not for resale,is licensed for on�time use only,and may only be used'm
! accordance with the AIA Contract Documents�Tertns of Service.To report copyright violations,e-mail docinfo@aiacontracts.com.
User Notos: (2037133940)
§ A.2.3 Substantial Completion
§ A.2.3.1 Subject to adjustments of the Conh�act Time as provided in the Contract Documents,the Construction:vlanager
shall achieve Substantial Complerion of the entire Work:
(Check one of the following boxes and complete the necessary information.)
� [X ] Not later than Twelve ( 12 )calendar months from the date of commencement of the Work.
[ ] By the following date:
§ A.2.3.2 Subject to adjustments of the Contract Time as provided in the Contract Documents,if portions of the Work are
to be completed prior to Substanrial Completion of the entire Work,the Construction Manager shall achieve Substantial
Complerion of such portions by the following dates:
Portion of Work Substantial Completion Date
§ A.2.3.3 If the Construction Manager fails to achieve Substantia]Completion as pmvided in this Secrion A.2.3,liquidated
damages,if any,shall be assessed as set forth in Section 6.1.6 of the Agreement.
ARTICLE A.3 INFORMATION UPON WHICH AMENDMENT IS BASED
§ A.3.1 The Guazanteed Mazimum Price and Contract Time set forth in this Amendment are based on the Contract
Documents and the following:
§ A.3.1.1 The following Supplementary and other Conditions of the Conlract:
See Attached document Index,plus the following addenda that were issued:
Document Title Date Pages
Addenda #1 04.10.23
Addenda #2 04.17.23
Addenda #3 04.18.23
Addenda #4 04.20.23
Addenda #5 04.2423
§ A.3.1.2 The following Specificarions:
(Either list the Specifications here, or refer to an exhibit attached to this.4mendment.)
� See Attached document Index,plus the following addenda that were issued::
� Document Title Date Pages
Addenda #1 04.10.23
Addenda #2 04.17.23
Addenda #3 04.18.23
Addenda #4 04.20.23
Addenda #5 04.24.23
§ A3.1.3 The following Drawings:
(Either list the Drawings here, or refer to an exhibit attached to this Amendment.)
� See Attached document index,plus the following addenda that were issued::
I�it. AIA Oocument A133—2019 Exhibit A.Copyright�1991,2003,2009,and 2019.All rights reserved."The American Institute of Architects,"'American Insritute of
Architects,""AIA'the AIA Logo,and"AIA Contrad Documents'are registered trademarks of The American Institute of Architects.This document was produced at 3
09:15:18 ET on 06/15I2023 under Order No.4104238845 which expires on 01/08/2024,is not for resale,is licensed for one-dme use only,and may only be used in
/ accordance wi�the AIA Contract Documents�Tertns of Service.To report copyright violations,e-mail docinio�aacontracts.cum_
Ueer Notes: (2037133940)
� Document Title Date Pages
Addenda #1 04.10.23
Addenda #2 04.17.23
Addenda #3 04.18.23
Addenda #4 04.20.23
Addenda #5 04.24.23
§ A.3.1.4 The Sustainability Plan,if any:
(If the Owner identifted a Sustainable Objective in the Owner's Criteria, ident�the document or documents that
comprise the Sustainability Plan by title, date and number ofpages, and include other ident�ing information. The
Sustainability Plan ident:ftes and describes the Sustainable Objective:the targeted Sustainable Measures;
implementation strategies selected to achieve the Sustainable Measures;the Owner's and Construction Manager's roles
and responsibilities associated with achieving the Sustainable Measures;the specific details about design reviews,testing
or metrics to verify achievement af each Sustainable Measure;and the Sustainabiliry Documentation required for the
Project, as those terms are defined zn Exhibit C to the Agreement.)
INo specific plan other than the products identified in the drawings and specifications.
Title Date Pages
Other identifying information:
§ A.3.1.5 Allowances,if any,included in the Guaranteed Maximum Price:
(Ident�each allowance.)
ISee attached spreadsheet dated June 15,2023.
Price
Item
§ A.3.1.6 Assumptions and clarifications,if any,upon which the Guazanteed Maximum Price is based:
(Identify each assumption and clarification.)
§ A.3.1.7 T'he Guaranteed Maximum Price is based upon the following other documents and information:
(List any other documents or informarion here, or refer to an exhibit attached to this Amendment.)
� N/A
ARTICLE A.4 CONSTRUCTION MANAGER'S CONSULTANTS, CONTRACTORS, DESIGN PROFESSIONALS, AND
SUPPLIERS
§ A.4.1 The Construcrion Manager shall retain the consultants,contractors,design professionals,and suppliers,identified
below:
(List name, ducipline, address, and other information.)
� N!A
This Amendmen he Agreement entered into as of the day and yeaz first written above.
- — _ _— _ — _ -- -- - _ ----
OWNER(Signature) S TION NAGER(Signature)
Init. AIA Dowment At 33—2019 Exhibit A.Copyright m 1991,2003,2009,and 2019.All rights reserved."The American Instltute of Architects,""American Institute of
Architects,""AIA,"the AIA Logo,and"AIA Contract Documents"are registered trademarks of The American Institute of Architects.This document was produced at 4
19:58:32 ET on O6l14l2023 under Order No.4704238845 which expires on Ot/OBl2024,is not for resale,is licensed for one�tlme use only,and may only�used in
1 accordance wlth the AIA Contract Documents�Terms of Service.To report copyright vialations,e-mail docinio�aiacontracts.com.
User Notes: (1244350260)
[r�c I�.Sv�;�'h�V i �� t 1���4�-�' _ _Jack Hayes1 PresidendCEO
--________�_ �_—___
(Printed name and title)
1111t. AIA Document A133—2019 Exhibit A.Copyright m 1991,2003,2009,and 2019.All rights reserved."The American Instltute of Archkects,'"American InstituRe of
Archkects,""AIA,'the AIA logo,end"AIA ContraCt Documants"are repistered trademarks of The American Institute of Architecls.This document wes produced at 5
19:56:32 ET on 06i14/2023 under Order No.41U4238H45 which expires on 01/08/2024,is not for resaie,is licensed for one-tlme use only,and may only be used in
� accordance with the AIA Contrect Documents�Terms of Service.To repoR copyiight vlolatlon9,e-mail docinfo(�aiacontrects.com.
U�er Notas: (1244350260)