Loading...
25.09.11 SCA Morton Electric Inc CA-1 CONSTRUCTION AGREEMENT THIS CONSTRUCTION AGREEMENT (“Agreement”) is entered into this 11 day of September, 2025 by and between: The Town of Avon, Colorado (hereinafter referred to as “OWNER”) and Morton Electric Inc. (hereinafter referred to as “CONTRACTOR”). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents (defined below). The Work is generally described as follows: The project will replace deficient curb ramps with curb ramps that satisfy current ADA standards along Avon Rd from the I-70 Interchange to US6. The work will improve 9 total crossings. The project will also install Rectangular Rapid Flashing Beacons (RRFBs) along Avon Rd from the I- 70 Interchange to US6. The RRFBs will be installed at the same 9 locations as the ADA ramp improvements. Of the 9 crossing locations, 5 of the crossings will be powered by solar panels, and the remaining 4 locations will be hard wired into the Town of Avon’s electrical grid. Article 2. THE PROJECT 2.01 The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: AVON ROAD I-70 & US6 CROSSWALK IMPROVEMENTS (hereinafter referred to as the “Project”). Article 3. ENGINEER 3.01 The Town of Avon, Colorado, Town Engineer or Senior Engineer shall serve as construction management engineer (hereinafter referred to as “ENGINEER”) and who is to act as OWNER’S Representative, will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER and OWNER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 4. CONTRACTOR’S REPRESENTATIVES 4.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: A. CONTRACTOR has familiarized himself with the nature and extent of the contract CA-2 documents, Work, locality, and with all local conditions and federal, state, and local laws, ordinances, rules, and regulations in any manner may affect the cost, progress, or performance of the Work. B. CONTRACTOR has carefully studied all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting the cost, progress, or performance of the Work which were relied upon by ENGINEER in the preparation of the Contract Documents, and which have been identified in the Special Conditions. C. CONTRACTOR has made or caused to be made examinations, investigations, tests, and studies of such reports and related data in addition to those referred to in paragraph 4.01(B) above, as he deems necessary for the performance of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports, or similar data are or will be required by CONTRACTOR for such purposes. D. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. E. CONTRACTOR has given ENGINEER any conflicts, errors or discrepancies that he has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 5. CONTRACT TIME 5.01 Time is of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 5.02 Days to Achieve Substantial Completion and Final Payment A. CONTRACTOR shall achieve Substantial Completion within 64 working days of the issuance by the OWNER of a Notice to Proceed and shall finally complete the Work so that it is ready for final payment within 64 working days of the issuance by the OWNER of a Notice to Proceed. 5.03 Liquidated Damages A. Should the CONTRACTOR fail to complete the Work, or any part thereof, in the time stipulated in the Agreement or within such extra time as may have been allowed for delays by extensions granted as provided in the Contract Documents, the CONTRACTOR shall reimburse the OWNER for the additional expenses and damage for each calendar day, Sundays and holidays excluded, that the Contract remains CA-3 uncompleted after the Contract completion date. It is agreed that the amount of such additional expense and damage, incurred by reason of failure to complete the Work, is $2,500/Day, as shown in Table 108-2 of the 2023 CDOT Standard Specifications for Road and Bridge Construction. The said amounts are hereby agreed upon as liquidated damages for the loss to the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would, in such event, sustain. B. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages which have accrued against the CONTRACTOR; and the OWNER is authorized to deduct the amount of such damages from any monies due the CONTRACTOR for Work performed or material furnished under this Agreement and the CONTRACTOR and his Sureties shall be liable for any excess C. In the event that this section conflicts with any other provision regarding liquidated damages within the Contract Documents, this section shall control. Article 6. CONTRACT PRICE 6.01 OWNER shall pay CONTRACTOR $1,023,868 (One million twenty three thousand eight hundred sixty eight dollars and zero cents) for completion of the Work as full compensation for everything furnished and done by CONTRACTOR under this Agreement, including all loss or damage arising out of the work or from the action of the elements; for any unforeseen obstruction or difficulty encountered in the prosecution of the work, including increased prices for or shortages of materials for any reason, including natural disasters; for all risks of every description associated with the work; for all expenses incurred due to the suspension or discontinuation of the work; and for well and faithfully completing the work as provided in this Agreement. Article 7. PAYMENT PROCEDURES 7.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment to the OWNER on a monthly basis, which shall be processed by the ENGINEER. 7.02 Progress Payments; Retainage A. OWNER shall make progress payments towards the Contract Price, less five percent (5%) for retainage, on the basis of CONTRACTOR’S Applications for Payment, as verified and recommended by ENGINEER, on or about the twenty-fifth (25th) day of each month during performance of the Work. In the ENGINEER’S discretion, the OWNER may withhold some or all of a progress payment where the CONTRACTOR’S Application for Payment does not reflect the actual amount of the Work completed. CA-4 7.03 Final Payment A. Upon final completion and acceptance of the Work as recommended by the ENGINEER, OWNER shall pay the remainder of the Contract Price, including any retainage previously withheld. Article 8. PROJECT WARRANTIES 8.01 CONTRACTOR’S warranties in respect of the Work (the “Project Warranties”) are as follows: all Project Warranties shall be in accordance with the 2023 CDOT Standard Specifications for Road and Bridge Construction. Article 9. INSURANCE 9.01 Insurance Requirements A. CONTRACTOR shall not commence work under this Agreement until CONTRACTOR has obtained all insurance as required in the 2023 CDOT Standard Specifications for Road and Bridge Construction. The Town of Avon and CDOT shall be named as an additional insured. Certificates of insurance shall be issued prior to execution of the Notice to Proceed. Additionally, CONTRACTOR shall not allow any approved subcontractor to commence work on his or her subcontract until all similar insurance required of subcontractor has been so obtained and approved. Article 10. CONTRACTOR’S REPRESENTATIONS 10.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: A. CONTRACTOR has examined, carefully studied, and familiarized himself with the nature and extent of the Contract Documents and the other related data identified in the Bidding Documents as well as work, locality, and all local conditions and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect the cost, progress, or performance of the works. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the work in addition to carefully studying all reports of investigations and tests of subsurface and latent physical conditions at the site, or otherwise, affecting the cost, progress, or performance of the Work which were relied upon by the ENGINEER in the preparation of the Contract Documents and which have been identified in the Special Conditions. C. CONTRACTOR has obtained and carefully studied (or assumes responsibility for CA-5 having done so) any examinations, investigations, explorations, tests, studies, and data concerning conditions at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto. D. CONTRACTOR does not believe that any further examinations, investigations, explorations, tests, studies, or data are necessary or will be required by CONTRACTOR for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. E. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. F. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. G. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. H. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. I. CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all Work will be in accordance with the Contract Documents. J. CONTRACTOR is organized, validly existing and in good standing under the laws of the State of Colorado and has all requisite power to own its properties and assets and carry on its business as now conducted or proposed to be conducted. Article 11. CONTRACT DOCUMENTS 11.01 Contents A. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to this Agreement, are incorporated by reference as if fully set forth herein, and consist of the following: 1. Advertisement for Bid (Posted to Bidnetdirect.com) CA-6 2. Instruction to Bidders (Project Special Provisions pages:3-4 ) 3. Performance and other Bonds, identified as exhibits A & B and consisting of 12 pages. 4. Notice of Award (page NA-1 to NA-2) 5. Construction Agreement (pages CA-1 to CA-9) 6. Notice to Proceed (page NP-1) 7. General Conditions (pages GC-1 to GC-45 , inclusive) 8. Special Conditions (pages SC-1 to SC-12 , inclusive) 9. Plans and specifications: 1. 26059 AVON ROAD CROSSWALK IMPROVEMENTS – FINAL AD PLANS, Stolfus & Assoc. Dated 05/30/2025 2. 26059 AVON ROAD CROSSWALK IMPROVEMENTS – AD SPECIFICATIONS, Stolfus & Assoc. Dated 06/13/2025 3. 2023 CDOT STANDARDS SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION 10. Addenda numbers to 0 , inclusive 11. Contractor’s Bid (pages BF-1 to BF-5, inclusive) marked exhibit 12. Documentation submitted by CONTRACTOR prior to Notice of Award (pages to 2, inclusive) B. Any written Amendments, Modifications, or Work Change Orders which may be delivered or issued on or after the Effective Date of the Agreement that are not attached hereto. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be altered, amended, modified, supplemented, or repealed by written agreement signed by both parties. Article 12. PERFORMANCE BOND 12.01 To secure performance of CONTRACTOR’S obligations under this Agreement, the CONTRACTOR shall provide the OWNER with a Performance Bond in the amount as specified in the 2023 CDOT Standards for Road and Bridge Construction. Prior to execution of this Agreement, the CONTRACTOR shall provide the form of the Performance Bond to the Town for its review and approval. The Town shall be authorized to draw upon the Performance Bond to correct any default by Builder under this Agreement, which default shall be determined and substantiated by an Affidavit of Default signed by the ENGINEER. The Performance Bond shall be held by the Town until Final CA-7 Acceptance is issued. Article 13. MISCELLANEOUS 13.01 Terms Used in this Agreement A. The terms used in this Agreement, which are defined in Article 1 of the General Conditions, shall have the meanings set forth therein. 13.02 Indemnification A. The CONTRACTOR agrees to indemnify, save, and hold harmless the OWNER, its officers, employees, and agents from any and all liability, loss, costs, charges, obligations, expenses, attorney’s fees, litigation, judgments, damages, claims, and demands of any kind arising from or out of any negligent act, error, omission or other tortious conduct of the CONTRACTOR, its officers, subcontractors, employees, or agents in the performance or non-performance of its obligations under this Agreement. 13.03 Assignment of Contract A. No assignment by a party hereto of any rights under, or interests in, the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 13.04 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 13.05 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable by any court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 13.06 Independent Contractor CA-8 A. The CONTRACTOR shall perform the Services as an independent contractor and shall not be deemed by virtue of this Agreement to have entered into any partnership, joint venture, employer/employee relationship with the OWNER other than as a contracting party and independent contractor/the OWNER shall not be obligated to secure, and shall not provide, any insurance coverage or employment benefits of any kind or type to or for the CONTRACTOR or the CONTRACTOR’s employees, sub-consultants, contractors, agents, or representatives, including coverage benefits related but not limited to: local, state, or federal income or other tax contributions; insurance contributions (e.g., FICA); workers' compensation; disability, injury, or health; professional liability insurance, errors, and omissions insurance; or retirement account contributions. 13.07 No Waiver of Governmental Immunity A. Nothing herein is intended as nor shall it be construed as a waiver of the protections and immunities afforded the OWNER pursuant to the Colorado Governmental Immunity Act, Sections 24-10-101, et seq., Colorado Revised Statutes, or pursuant to any other applicable laws. 13.08 Governing Law, Venue, and Enforcement A. This Agreement shall be governed by and interpreted according to the law of the state of Colorado. Venue for any action arising under this Agreement shall be in the appropriate Court in Eagle County, Colorado. The Parties hereby waive any and all right either may have to request a jury trial in any civil action relating primarily to the enforcement of this Agreement in order to reduce the cost of dispute resolution and to expedite the resolution of disputes under this Agreement. The parties agree that the rule providing ambiguities in a contract are to be construed against the drafting party shall not apply to the interpretation of this Agreement. If there is any conflict between the language of this Agreement and any exhibit or attachment, the language of this Agreement shall govern. 13.09 Other Provisions A. Pursuant to Section 24-91-103.6, C.R.S., the OWNER hereby states that it has appropriated an amount equal to or in excess of the Contract amount. OWNER shall not issue a Change Order, or other form of order or directive requiring additional compensable work to be performed, which work causes the aggregate amount payable under the Contract to exceed the amount appropriated for the original Contract unless CONTRACTOR is given written assurance by the public entity that lawful appropriations to cover the costs of the additional work have been made. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] CA-9 IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on September 11, 2025. OWNER, TOWN OF AVON By: ________________________________ Printed Name: Tamra Underwood Title: Mayor APPROVED AS TO FORM By: Nina P. Williams, Town Attorney ADDRESS FOR GIVING NOTICES: Town of Avon Attn: Town Attorney PO Box 975 Avon CO, 81620 MORTON ELECTRIC INC. By: _________________________________ Printed Name: Katelyn Morton Title: Office Manager ADDRESS FOR GIVING NOTICES: Morton Electric Inc. 27770 CO-96 Pueblo CO, 81001 License No. 026738 Nina P. Williams (Sep 11, 2025 16:26:08 MDT) Nina P. Williams Tamra N Underwood (Sep 11, 2025 20:19:02 MDT) Exhibit A & B Exhibit C TOWN OF AVON BID TABULATION PROJECT TITLE: 26059 Avon Road Crosswalk Improvements Town of Avon ITEM NO.ITEM DESCRIPTION UNIT QUANTITY Unit Price Unit Total Price 202-00011 TREE TRIMMING EACH 8 $ 131.25 $ 1,050.00 202-00200 REMOVAL OF SIDEWALK SY 92 $ 52.80 $ 4,857.60 202-00203 REMOVAL OF CURB AND GUTTER LF 149 $ 21.45 $ 3,196.60 202-00206 REMOVAL OF CONCRETE CURB RAMP SY 431 $ 41.80 $ 18,016.90 202-00220 REMOVAL OF ASPHALT MAT SY 17 $ 66.00 $ 1,122.00 202-00250 REMOVAL OF PAVEMENT MARKING SF 96 $ 16.50 $ 1,584.00 202-00810 REMOVAL OF GROUND SIGN EACH 6 $ 215.00 $ 1,290.00 202-00821 REMOVAL OF SIGN PANEL EACH 1 $ 215.00 $ 215.00 202-00889 REMOVAL OF DETECTABLE WARNING EACH 2 $ 660.00 $ 1,320.00 203-01597 POTHOLING HOUR 40 $ 320.00 $ 12,800.00 208-00035 AGGREGATE BAG LF 140 $ 14.30 $ 2,002.00 208-00046 PRE-FABRICATED CONCRETE WASHOUT STRUCTURE EACH 1 $ 2,720.90 $ 2,720.90 208-00051 STORM DRAIN INLET PROTECTION (TYPE 1) LF 36 $ 242.00 $ 8,712.00 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) HOUR 40 $ 65.00 $ 2,600.00 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 40 $ 65.00 $ 2,600.00 208-00107 REMOVAL OF TRASH HOUR 10 $ 65.00 $ 650.00 210-02804 GRINDING: SIDEWALK AND/OR CURB RAMP REPAIR LF 50 $ 92.00 $ 4,600.00 210-00300 RESET BRICK PAVERS SY 10 $ 184.40 $ 1,844.00 212-01200 LANDSCAPE RESTORATION LS 1 $ 16,320.00 $ 16,320.00 304-06007 AGGREGATE BASE COURSE (CLASS 6) CY 100 $ 85.60 $ 8,560.00 403-00721 HOT MIX ASPHALT (PATCHING)(ASPHALT) SY 4 $ 550.00 $ 2,200.00 608-00000 CONCRETE SIDEWALK SY 74 $ 167.20 $ 12,372.80 608-00010 CONCRETE CURB RAMP SY 483 $ 343.20 $ 165,765.60 608-00015 DETECTABLE WARNINGS SF 21 $ 137.50 $ 2,887.50 608-00050 BRICK PAVERS SF 63 $ 44.76 $ 2,820.00 609-20010 CURB TYPE 2 (SECTION B) LF 21 $ 57.20 $ 1,201.20 609-21010 CURB & GUTTER TYPE 2 (SECTION I-B) LF 141 $ 51.70 $ 7,289.70 609-21020 CURB & GUTTTER TYPE 2 (SECTION II-B) LF 63 $ 61.60 $ 3,880.80 613-00200 2 INCH ELECTRICAL CONDUIT LF 175 $ 48.60 $ 8,505.00 613-07002 TYPE TWO PULL BOX EACH 3 $ 1,526.67 $ 4,580.00 614-80003 RECTANGULAR RAPID FLASHING BEACON EACH 31 $ 8,476.79 $ 262,780.40 625-00000 CONSTRUCTION SURVEYING LS 1 $ 45,760.00 $ 45,760.00 626-00000 MOBILIZATION LS 1 $ 201,000.00 $ 201,000.00 626-01104 PUBLIC INFORMATION MANAGEMENT (TIER IV) LS 1 $ 5,720.00 $ 5,720.00 627-30411 PREFORMED THERMOPLASTIC PAVEMENT MARKING (XWALK-STOP LINE)(SPECIAL) SF 48 $ 27.50 $ 1,320.00 630-00000 FLAGGING HOUR 1300 $ 38.50 $ 50,050.00 630-00007 TRAFFIC CONTROL INSPECTION DAY 22 $ 137.50 $ 3,025.00 630-00012 TRAFFIC CONTROL MANAGEMENT DAY 64 $ 1,155.00 $ 73,920.00 630-80335 BARRICADE (TYPE 3 M-A) (TEMPORARY) EACH 4 $ 330.00 $ 1,320.00 630-80340 PEDESTRIAN BARRICADE (ADA) LF 80 $ 38.50 $ 3,080.00 630-80341 CONSTRUCTION TRAFFIC SIGN (PANEL SIZE A) EACH 42 $ 60.50 $ 2,541.00 630-80342 CONSTRUCTION TRAFFIC SIGN (PANEL SIZE B) EACH 12 $ 71.50 $ 858.00 630-80355 PORTABLE MESSAGE SIGN PANEL EACH 4 $ 7,150.00 $ 28,600.00 630-80357 ADVANCE WARNING FLASHING OR SEQUENCING ARROW PANEL (B TYPE) EACH 4 $ 3,300.00 $ 13,200.00 630-80360 DRUM CHANNELIZING DEVICE EACH 20 $ 66.00 $ 1,320.00 630-80364 DRUM CHANNELIZING DEVICE (WITH LIGHT) (STEADY BURN) EACH 20 $ 82.50 $ 1,650.00 630-80393 STACKABLE VERTICAL PANELS EACH 40 $ 27.50 $ 1,100.00 630-80380 TRAFFIC CONE EACH 50 $ 13.20 $ 660.00 $ 1,005,468.00 700-70010 F/A Minor Contract Revisions FA 1 $ 18,400.00 $ 18,400.00 $ 1,023,868.00 BID TABULATION TOTAL BASE BID AMOUNT WITH FORCE ACCOUNT ITEMS TOTAL BASE BID AMOUNT ID Task Mode Task Name Duration Start Finish Predecessors Resource Names 1 Avon I-70 & US-6 Crosswalk Improvements 2 Construction Schedule 62 days Mon 9/22/25Tue 12/16/25 3 Set BMP's 2 days Mon 9/22/25 Tue 9/23/25 4 Ramp Work 40 days Tue 9/23/25 Mon 11/17/25 5 I-70 WB ramp- west 4 days Tue 9/23/25 Fri 9/26/25 6 I-70 WB ramp- east 2 days Mon 9/29/25 Tue 9/30/25 7 I-70 EB ramp- east 6 days Wed 10/1/25 Wed 10/8/25 8 Beaver Creek Blvd- south 6 days Thu 10/9/25 Thu 10/16/25 9 Benchmark Rd- south 8 days Fri 10/17/25 Tue 10/28/25 10 Hurd Lane- south 4 days Wed 10/29/25Mon 11/3/25 11 US 6 HWY- south 10 days Tue 11/4/25 Mon 11/17/25 12 Signal Work 21 days Tue 11/18/25Tue 12/16/25 13 I-70 WB ramps 4 days Tue 11/18/25Fri 11/21/25 14 I-70 EB ramps 4 days Mon 11/24/25Thu 11/27/25 15 Beaver Creek Blvd 3 days Fri 11/28/25 Tue 12/2/25 16 Benchmark Rd 3 days Wed 12/3/25 Fri 12/5/25 17 Riverfront/ Hurd Lane 3 days Mon 12/8/25 Wed 12/10/25 18 US 6 4 days Thu 12/11/25Tue 12/16/25 19 Construction Surveying 30 days Mon 9/22/25Fri 10/31/25 20 I-70 WB 1 day Mon 9/22/25 Mon 9/22/25 21 I-70 EB 1 day Fri 9/26/25 Fri 9/26/25 22 Beaver Creek Blvd 2 days Wed 10/8/25 Thu 10/9/25 S S M T W T F S Sep 14, '25 Sep 21, '25 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 1 Project: Preliminary Date: Thu 9/11/25 ID Task Mode Task Name Duration Start Finish Predecessors Resource Names 23 Benchmark Rd 2 days Wed 10/15/25Thu 10/16/25 24 Hurd Lane 1 day Mon 10/27/25Mon 10/27/25 25 US 6 3 days Wed 10/29/25Fri 10/31/25 S S M T W T F S Sep 14, '25 Sep 21, '25 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 2 Project: Preliminary Date: Thu 9/11/25 S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F Sep 21, '25 Sep 28, '25 Oct 5, '25 Oct 12, '25 Oct 19, '25 Oct 26, '25 Nov 2, '25 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 3 Project: Preliminary Date: Thu 9/11/25 S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F Sep 21, '25 Sep 28, '25 Oct 5, '25 Oct 12, '25 Oct 19, '25 Oct 26, '25 Nov 2, '25 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 4 Project: Preliminary Date: Thu 9/11/25 F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T Nov 2, '25 Nov 9, '25 Nov 16, '25 Nov 23, '25 Nov 30, '25 Dec 7, '25 Dec 14, '25 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 5 Project: Preliminary Date: Thu 9/11/25 F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T Nov 2, '25 Nov 9, '25 Nov 16, '25 Nov 23, '25 Nov 30, '25 Dec 7, '25 Dec 14, '25 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 6 Project: Preliminary Date: Thu 9/11/25 Town of Avon_Avon Rd Crosswalk Improvements Construction Agreement Final Audit Report 2025-09-12 Created:2025-09-11 By:Will Kearney (wkearney@avon.org) Status:Signed Transaction ID:CBJCHBCAABAABJamli09nU8jX652ZlCMsP0iJgAsG5BR "Town of Avon_Avon Rd Crosswalk Improvements Construction Agreement" History Document created by Will Kearney (wkearney@avon.org) 2025-09-11 - 6:57:05 PM GMT Document emailed to Katelyn Morton (katelyn@morton-electric.com) for signature 2025-09-11 - 6:57:59 PM GMT Email viewed by Katelyn Morton (katelyn@morton-electric.com) 2025-09-11 - 6:59:32 PM GMT Document e-signed by Katelyn Morton (katelyn@morton-electric.com) Signature Date: 2025-09-11 - 10:00:15 PM GMT - Time Source: server Document emailed to nina@wwfdlaw.com for signature 2025-09-11 - 10:00:20 PM GMT Email viewed by nina@wwfdlaw.com 2025-09-11 - 10:25:17 PM GMT Signer nina@wwfdlaw.com entered name at signing as Nina P. Williams 2025-09-11 - 10:26:06 PM GMT Document e-signed by Nina P. Williams (nina@wwfdlaw.com) Signature Date: 2025-09-11 - 10:26:08 PM GMT - Time Source: server Document emailed to tunderwood@avon.org for signature 2025-09-11 - 10:26:13 PM GMT Email viewed by tunderwood@avon.org 2025-09-12 - 2:18:10 AM GMT Signer tunderwood@avon.org entered name at signing as Tamra N Underwood 2025-09-12 - 2:19:00 AM GMT Document e-signed by Tamra N Underwood (tunderwood@avon.org) Signature Date: 2025-09-12 - 2:19:02 AM GMT - Time Source: server Agreement completed. 2025-09-12 - 2:19:02 AM GMT