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