Loading...
HomeMy WebLinkAbout22-85 Approving Sturgeon Electric Company Traffic Signal Firestone Blvd. & Colorado Blvd. & Hawk Signal Colorado Blvd. & Oak Meadows Blvd. Construction Contract 07-27-2022RESOLUTION NO.22-85 A RESOLUTION OF THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COLORADO, APPROVING A CONSTRUCTION CONTRACT BETWEEN THE TOWN OF FIRESTONE AND STURGEON ELECTRIC COMPANY, INC. FOR A TRAFFIC SIGNAL LOCATED AT FIRESTONE BOULEVARD AND COLORADO BOULEVARD, AND A HAWK SIGNAL LOCATED AT COLORADO BOULEVARD AND OAK MEADOWS BOULEVARD WHEREAS, the Town of Firestone ("Town") is in need of construction services for the Firestone Traffic Signal and HAWK Signal Project; and WHEREAS, the Town issued an invitation for bids for the work and upon review of those submitted selected Sturgeon Electrical Company, Inc. as the lowest responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COLORADO: The Construction Contract between the Town of Firestone and Sturgeon Electrical Company, Inc. for the Firestone Traffic Signal and HAWK Signal Project is approved in substantially the same form as the copy attached hereto and made a part of this resolution and the Mayor is authorized to execute the Contract on behalf of the Town. INTRODUCED, READ AND ADOPTED this 27th day of June, 2022. COLORADO Alan Peterson, Mayor Uocu,ign tnveape iv: 1r io.ao-owivron-oor;YVwroow".rw CONSTRUCTION CONTRACT THIS CON_SIRLICTION CQNTRACT (the "Construction Contract" or "Agreement") is made and entered into this A day of 11 IM 2022 (the "Effective Date"), by and between the TOWN OF FIRESTONE, a Colorado municipal c4poration with an address of 9950 Park Avenue, Firestone, Colorado 80504 (the "Town" or the "Owner"), and Sturgeon Electric Company, INC. an independent contractor with a principal place of business at 12150 E. 1121 Ave, Henderson, Colorado 80640 ("Contractor") (each a "Party" and collectively the "Parties"). WHEREAS, the Town requires services; and WHEREAS, Contractor has been found by the Town as having the expertise and experience to perform the required services. NOW THEREFORE, for the consideration hereinafter set forth, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: I. SCOPE OF WORK A. Contractor shall complete all Work and perform all Services which are described or reasonably implied from the Scope of Work set forth in Exhibit A and the Contract Documents, attached hereto and incorporated herein by this reference and known as: Firestone - Traffic Signal & HAWK Signal (S2022-9226). B. A change in the Scope of Work shall not be effective unless authorized as a written amendment to this Agreement or change order in accordance with the Contract Documents. If Contractor proceeds without such written authorization, Contractor shall be deemed to have waived any claim for additional compensation, including a claim based on the theory of unjust enrichment, quantum meruit or implied contract. Except as expressly provided herein, no agent, employee, or representative of the Town is authorized to modify any term of this Agreement, either directly or implied by a course of action. C. Within 10 days of the Effective Contract Date, Contractor shall provide the performance bond and labor & material payment bond and certificate of insurance required by the contract Documents. II. DESIGN PROFESSIONAL This Project has been designed by: BOHANNAN HUSTON, INC. who is hereinafter called DESIGN PROFESSIONAL and who is to act as FIRESTONE's representative, assume all duties and responsibilities and have the rights and authority assigned to DESIGN Page 1 of 10 FIRESTONE wwolyn cnveluye lu. irwllwcow ,�r.rn-wu� wwi..+a+wrw PROFESSIONAL in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. III. CONTRACT TIMES: COMMENCEMENT AND COMPLETION OF WORK A. The Work shall be substantially completed within 60 days of delivery of signal poles, mast arms, and associated signal material and equipment to Contractor, and shall continue until Contractor completes the Scope of Services to the satisfaction of the Town, or until terminated as provided herein. B. Either Party may terminate this Agreement upon 30 days advance written notice. The Town shall pay Contractor for all work previously authorized and completed prior to the date of termination. If, however, Contractor has substantially or materially breached this Agreement, the Town shall have any remedy or right of set-off available at law and equity. C. Should a delay in completion constitute a compensable inconvenience to the Town and its residents, the liquidated damages established in this Section shall be enforced. Such damages are not a penalty, the parties recognize the delays, expense and difficulties involved in proving the actual loss suffered by the Town if the Work is not completed on time. For each day that all or a portion of the Work is delayed beyond the deadlines set forth in Section III hereof, plus any extensions thereof allowed, the Contractor shall be assessed the amount of two hundred fifty dollars ($250) each day until the Work is complete. IV. COMPENSATION In consideration for the completion of the Work by Contractor, the Town shall pay Contractor, subject to all of the terms and conditions of the Contract Documents, an amount not to exceed $824,748 (the "Contract Price"). The Contract Price shall include all fees, costs and expenses incurred by Contractor, and no additional amounts shall be paid by the Town for such fees, costs and expenses. V. PAYMENT PROCEDURES Contractor may submit Applications for Payment for completed work per the UNIT -PRICE BID FORM or the LUMP -SUM BID FORM. Contractor may submit periodic invoices, which shall be paid by the Town within 30 days of receipt. VI. RESPONSIBILITY A. Contractor hereby warrants that it is qualified to assume the responsibilities and render the services described herein and has all requisite corporate authority and licenses in good standing, required by law. B. The Work performed by Contractor shall be in accordance with generally accepted practices and the level of competency presently maintained by other practicing contractors in the same or similar type of work in the applicable community. C. The Work performed by Contractor hereunder shall be done in compliance with applicable laws, ordinances, rules and regulations, including the Keep Jobs in Colorado Act, C.R.S. 8-17-101, et seq. Page 2 of 10 FIRESTONE 1 11 1. 11 X A 0 11 VKYJIaI l GI1�0� V w I V. , ""J 1 I VMIV W ��� ✓•+ w� Y VYvwVVVV1 Vr (the "Act") and the rules adopted by the Division of Labor of the Colorado Department of Labor and Employment implementing the Act (the "Rules"). D. The Town's review, approval or acceptance of, or payment for any completed Work shall not be construed to operate as a waiver of any rights under this Construction Contract or of any cause of action arising out of the performance of this Construction Contract. E. Contractor hereby warrants to the Town that all materials and equipment used in the Work, and made a part of the Work, or placed permanently in the Work, shall be new unless otherwise specified in the Contract Documents. Contractor further warrants that all equipment and materials shall be of good quality, conform to the requirements of the Contract Documents and will be free from defects. All Work, materials, or equipment not conforming to the Contract Documents shall be considered defective. Nothing herein shall be construed to be a warranty from Contractor for Town provided equipment or materials. F. The Contractor shall warrant and guarantee all materials and equipment furnished under the Contract and all Work performed for one year after the date of Substantial Completion. Under this warranty, Contractor agrees to repair or replace, at its own expense, any Work that is found to be defective. There are no warranties which extend beyond the description on the face hereof. The expiration of the warranty period shall in no way limit the Town's legal or equitable remedies, or the period in which such remedies may be asserted, for work negligently or defectively performed. VII. OWNERSHIP Any materials, items, and work specified in the Scope of Work, and any and all related documentation and materials provided or developed by Contractor shall be exclusively owned by the Town. Contractor expressly acknowledges and agrees that all work performed under the Scope of Work constitutes a "work made for hire." To the extent, if at all, that it does not constitute a "work made for hire," Contractor hereby transfers, sells, and assigns to the Town all of its right, title, and interest in such work. The Town may, with respect to all or any portion of such work, use, publish, display, reproduce, distribute, destroy, alter, retouch, modify, adapt, translate, or change such work without providing notice to or receiving consent from Contractor. Vill. INDEPENDENT CONTRACTOR Contractor is an independent contractor. Notwithstanding any other provision of this Construction Contract, all personnel assigned by Contractor to perform work under the terms of this Construction Contract shall be, and remain at all times, employees or agents of Contractor for all purposes. Contractor shall make no representation that it is a Town employee for any purposes. Page 3 of 10 FIRESTONE C O C O N♦ U U v0 019n Cnvolupe Iv: rMe l IOJVOue I'YrJl,roera'voJroaJV v, vJ IX. INSURANCE A. Contractor agrees to procure and maintain, at its own cost, a policy or policies of insurance sufficient to insure against all liability, claims, demands, and other obligations assumed by Contractor pursuant to this Construction Contract. At a minimum, Contractor shall procure and maintain, and shall cause any subcontractor to procure and maintain, the insurance coverages listed below, with forms and insurers reasonably acceptable to the Town. 1. Worker's Compensation insurance as required by law. 2. Commercial General Liability insurance with minimum combined single limits of $f ,000,000 each occurrence and $2,000,000 general aggregate. The policy shall be applicable to all premises and operations, and shall include coverage for bodily injury, broad form property damage, personal injury (including coverage for contractual and employee ads), blanket contractual, products, and completed operations. The policy shall contain a severability of interests provision, and shall include the Town and the Towns officers, employees, and contractors as additional insureds. No additional insured endorsement shall contain any exclusion for bodily injury or property damage arising from completed operations. B. Such insurance shall be in addition to any other insurance requirements imposed by law. The coverages afforded under the policies shall not be canceled, terminated or materially changed without at least 30 days prior written notice to the Town. In the case of any claims -made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. Any insurance carved by the Town, its officers, its employees, or its contractors shall be excess and not contributory insurance to that provided by Contractor as required under this Agreement. Contractor shall be solely responsible for any deductible losses under any policy. C. Contractor shall provide to the Town a certificate of insurance as evidence that the required policies are in full force and effect. The certificate shall identify this Construction Contract. X. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the Town and its officers, insurers, volunteers, representative, agents, employees, heirs and assigns from and against all claims, liability, damages, losses, expenses and demands, including attorney fees, on account of injury, loss, or damage, including without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this Construction Contract if such injury, loss, or damage is caused in whole or in part by, the act, omission, error, professional error, mistake, negligence, or other fault of Contractor, any subcontractor of Contractor, or any officer, employee, representative, or agent of Contractor, or which arise out of a worker's compensation claim of any employee of Contractor or of any employee of any subcontractor of Contractor. Page d of 7e FIRESTONE C e L n Y 3 P n uxuaign envew" w; (� i i000 vo r�tronroorruounoaao�.roa XI. ILLEGAL ALIENS A. Certification. By entering into this Construction Contract, Contractor hereby certifies that, at the time of this certification, it does not knowingly employ or contract with a worker without authorization, as that tern is defined in C.R.S. § 8-17.5-101(9), as amended, who will perform work under this Construction Contract and that Contractor will participate in either the E-Verify Program administered by the U.S. Department of Homeland Security and Social Security Administration or the Department Program administered by the Colorado Department of Labor and Employment to confirm the employment eligibility of all employees who are newly hired to perform work under this Construction Contract. B. Prohibited Acts. Contractor shall not knowingly employ or contract with a worker without authorization, as that term is defined in C.R.S. § 8-17.5-101(9), as amended, to perform work under this Construction Contract, or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with a worker without authorization, as that term is defined in C.R.S. § 8-17.5-101(9), as amended, to perform work under this Construction Contract. C. Verification. 1. If Contractor has employees, Contractor has confirmed the employment eligibility of all employees who are newly hired to perform work under this Construction Contract through participation in either the E-Verify Program or the Department Program. 2. Contractor shall not use the E-Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this Construction Contract is being performed. 3. If Contractor obtains actual knowledge that a subcontractor performing work under this Construction Contract knowingly employs or contracts with a worker without authorization, as that term is defined in C.R.S. § 8-17.5-101(9), as amended, who is performing work under this Construction Contract, Contractor shall: notify the subcontractor and the Town within 3 days that Contractor has actual knowledge that the subcontractor is employing or contracting with a worker without authorization, as that term is defined in C.R.S. § 8-17.5-101(9), as amended, who is performing work under this Construction Contract; and terminate the subcontract with the subcontractor if within 3 days of receiving the notice required pursuant to subsection 3 hereof, the subcontractor does not stop employing or contracting with the worker without authorization who is performing work under this Construction Contract; except that Contractor shall not terminate the subcontract if during such 3 days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with a worker without authorization, as that term is defined in C.R.S. § 8-17.5-101(9), as amended, who is performing work under this Construction Contract. Page 5 of 16 fIRE,ST®NE V VGUJRJI I GI Irtll4Yrr v. r I1O r wJV Vvrl I^rrn'Poorv-V VJ1'Y)oewv� va D. Duty to Comply with Investigations. Contractor shall comply with any reasonable request by the Colorado Department of Labor and Employment made in the course of an investigation conducted pursuant to C.R.S. § 8-17.5-102(5)(a) to ensure that Contractor is complying with the terms of this Section XI. E. Affidavits. It Contractor does not have employees, Contractor shall sign the "No Employee Affidavit" attached hereto. If Contractor wishes to verify the lawful presence of newly hired employees who perform work under the Construction Contract via the Department Program, Contractor shall sign the "Department Program Affidavit" attached hereto. XII. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between the Town and Contractor concerning the Scope of Services, consist of the following: A. Exhibit to this Construction Contract: 1. Exhibit A: Scope of Work: Firestone - Traffic Signal & HAWK Signal a. King Soopers Traffic Signal — Colorado Blvd and King Soopers Access b. HAWK Signal - Colorado Blvd and Oak Meadows Blvd B. Performance Bond and Labor & Material Payment Bond. C. Notice of Award. D. Notice to Proceed. E. "Specifications" bearing the tide: F. "Drawings" consisting of: a. King Soopers Traffic Signal — Colorado Blvd and King Soopers Access b. HAWK Signal - Colorado Blvd and Oak Meadows Blvd G. Addendum numbers: 1. Addendum #1: 2. Addendum #2: H. The following which maybe delivered or issued after the Effective Date of the Construction Contract and are attached hereto: All written amendments and other documents amending, modifying, or supplementing of the Contract Documents. There are no Contract Documents other than those listed above in this Section XII. Page 6 of 10 FIRESTONE vwuo,yu cnvo•upo v. rno, ,uuww,rr �nvw ravv.rrvvawv. �... XIII. MISCELLANEOUS A. Governing Law and Venue. This Construction Contract shall be governed by the laws of the State of Colorado, and any legal action concerning the provisions hereof shall be brought in Weld County, Colorado. B. No Waiver. Delays in enforcement or the waiver of any one or more defaults or breaches of this Construction Contract by the Town shall not constitute a waiver of any of the other terms or obligation of this Construction Contract. C. Integration. This Construction Contract and any attached exhibits constitutes the entire agreement between the Parties, superseding all prior oral or written communications. D. Third Parties. There are no intended third -party beneficiaries to this Construction Contract. E. Notice. Any notice under this Construction Contract shall be in writing, and shall be deemed sufficient when directly presented or sent pre -paid, first class U.S. Mail to the Party at the address set forth on the first page of this Agreement. F. Severability. If any provision of this Construction Contract is found by a court of competent jurisdiction to be unlawful or unenforceable for any reason, the remaining provisions hereof shall remain in full force and effect. G. Modification. This Construction Contract may only be modified upon written agreement of the Parties. H. Assignment. Neither this Construction Contract nor any of the rights or obligations of the Parties shall be assigned by either Party without the written consent of the other. I. Governmental Immunity. The Town and its officers, attomeys and employees, are relying on, and do not waive or intend to waive by any provision of this Agreement, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Govemmental Immunity Act, C.R.S. § 24- 10-101, of seq., as amended, or otherwise available to the Town and its officers, attorneys or employees. J. Rights and Remedies. The rights and remedies of the Town under this Construction Contract are in addition to any other rights and remedies provided by law. The expiration of this Construction Contract shall in no way limit the Town's legal or equitable remedies, or the period in which such remedies may be asserted, for work negligently or defectively performed. K. Subject to Annual Appropriation. Consistent with Article X, § 20 of the Colorado Constitution, any financial obligation of the Town not performed during the current fiscal year is subject to annual appropriation, shall extend only to monies currently appropriated, and shall not constitute a mandatory charge, requirement, debt or liability beyond the current fiscal year. Page T of 10 FIRESTONE U UOIW[j CrjW uU m lu. rNi Iw0'Ow 1'hrJM'aOr�ruOJI�CiJVIrr V! IN WITNESS WHEREOF, the Parties have executed this Construction Contract as of the Effective Dale. ATTEST: William P. Hayashi, Town STATE OF COLORADO ) ss. COUNTY S$ VA- Peterson, Mayor AL o T,OR By: tau, lkt 4� " e foregoing instrument was subscribed, swam to and acknowledged before me thisl day of 2022, by s-\rLrU) as f CG . My commission expires: 03%2*Ov. (S SIERRA RA MANGUSSO Notary Pub is NoUry PabNO St�to of r:ew,.ee Cemmba Maury ID • 20224011728 lonE roeOJ-23d028 Page 8 of 10 FIRESTONE .w 'Wn cur WwWw w. I. ..mow-w.. I— —..ui ra.................. — DEPARTMENT PROGRAM AFFIDAVIT To be completed only if Contractor participates in the Department of Labor Lawful Presence Verification Program as a public contractor under contract with the Town of Firestone (the "Town"), hereby affirm that: 1. I have examined or will examine the legal work status of all employees who are newly hired for employment to perform work under this public contract for services ("Agreement") with the Town within 20 days after such hiring date; 2. 1 have retained or will retain file copies of all documents required by 8 U.S.C. § 1324a, which verify the employment eligibility and identity of newly hired employees who perform work under this Agreement; and 3, 1 have not and will not after or falsify the identification documents for my newly hired employees who perform work under this Agreement. Signature Date STATE OF COLORADO ) ss. COUNTY OF The foregoing instrument was subscribed, sworn to and acknowledged before me this _ day of 2022, by as of My commission expires: (SEAL) Notary Public Page 9 of 10 FIRESTONE UO iqn cnveiupe lu. !I f tOJOrouO I`4rCN1'Oor a-Vw11V aJOVr OJ EXHIBIT A SCOPE OF WORK Contractor's Duties During the tern of this Construction Contract, Contractor shall perform the following duties, as directed by the Town: Contractor shall perform: L Traffic Signal location at Colorado Blvd and Kings Soopers access (approximately 670' south of Firestone Blvd): Installation of traffic signal poles and mast arms, signal heads, pedestrian signals and push buttons, signage, pavement markings, and associated wiring and equipment Traffic control, resident notification (Vehicle Message Boards), and Stonnwater BMP compliance are required. All Towns Standards and Specifications are to be followed. ii. HAWK Signal location at Colorado Blvd and Oak Meadows Blvd: Installation of HAWK signal poles and mast arms, signal heads, pedestrian signals and push buttons, signage, pavement markings, and associated wiring and equipment. Traffic control, resident notification (Vehicle Message Boards), and Stomrwater BMP compliance are required. All Towns Standards and Specifications are to be followed. HAWK Signal location at Colorado Blvd and Oak Meadows Blvd: Installation of HAWK signal Page 10 of 10 FIRESTONE C 0 L 0 R A D D vocuargii mrivum m Iv. /H`J I ioJO ouo ,rum- J-uo�roJ UNIT -PRICE BID FORM Bid Tab 1 of Z aXORADD BLVD AT KING SOOPERS TRAFFIC SIGNAL - FIRESTONE, CO (ilBCob Dwcri ton UnR Qtv. I UOR PFIPR Can 202-00705 202-MIO REMOVAL OF LIGHT STANDARD FOUNDATION _ REMOVAL OF GROUND SIGN EA EA 2 S�•OD 250.00 s2fflXLOO SS00.00 2 _ 202-0OB27 -__ - 204 _ - - _ $03 _ _ 613430200 REMOVAL OF PULL BOK _ EROSION CONTROL DRIL1ED CAISSON (361NCHJ_ 21NCH ELECFRICAL CONDUIT_ EA 1 $250.00 SSOOAO LS 1 S7,S00.00 $700.00 $7,500.00 LF % $53 AO LF riD S23A0 ${ 30.OD 613.ON06 _ _ 612.003M _ 03100306 21NCH ELECTRICAL CONDUIT (GORED)_ _ 3114CH ELECTRICAL CONDUIT LF 6SO S27A0 $17 SSO.00 if 210 $25A0 $S,250.OD _ 31NCH ELECTRICAL CONOUI T (BONED) TRAFFIC SIGNAL CONTROL WIN_ET - - - PULLSOK 2,rXSG-RIG') PULL BOR 17-X30-X1T) - -- - LF 6SO S31A0 S201S0.00 _ 61672GSS _ _ 611-07M 613 FA 1 53c000.00 $36�000.00 EA 1 SIAM.00 $3 /0.00 EA 3 $1,490.00 ${ 70.OD -_-- _ 413.07039 - --_ 613.10000 _ 61/ 614-30160 614-701SO PULL BOX 10`X/8-X1Y -- - fA 1 $2 740.00 $2 740.00 WIRING LS 1 S16,000.00 $16,00DOO LUMINAIRE(IT) --- --- SIGNAL HEAD RACKPLATE PEDESTRIAN SIGNAL FACE 16 COUNI EA { $1100.00 $4,400.00 EA t{_ 2 S160AD $2 240.00 EA 75OAD $6AD0.00 614-70336 _ _ 614.70M 634-7n 1 614-72953 614-728% 614-8112S 6L/$11/0 _ 614-OWIL 61&=4 62S 626 -- - TRAFFIC SIGNAL FACE 12.12•f2 EA t0 53,100.Oo $11AWOO TRAFFIC SOW FACE 12.12.12.12) _ PEDESTRIAN PUSH BUTTON _ _ _ PEDESTRIAN PUSH BUTTON POST ASSEMBLY L% EA B B 51,309.00 $510.00 $10,472.00 S{ .00 iA { $2 .00 SSAW.00 INTERSECTIONDETERIONSYSTEM CAMERA) EA { $7,00D.00 $26,000.00 TRAFFIC SIGNAL-UGHT POLE STEEL 1.25 FOOT MAST ARM EA 2 $21,700.00 ${3{0D.00 TRAFFIC SIGNAL UGHTPOLE_STEFI l•M FOOT MAST AFOA EA 1 2 $L So0.00 $19000.00 SIGN PANEL CASSI SF I Go $S4.00 LIGHTED STREET FIMEE SIGN EA { SS M.00 SURVEY _ MOpLIlA710N IS 1 $4,200.00 M 1 S2 750.00627-0O0N1 PREFORMED THERMOPLASTIC PAVEMENT MARKING SF WDO $19.00 ;S24,7SO.00 63D TRAFFICCONTROL IS I S52AOD.00 SUBTOTAL 700 j0p FORCE ACCOUNT%0 MINOR CONTRACT REVISIONS UTIIUTIES FURNISH AND INSTALL ELECTRIC SERVICE F/A MA _ 511,500.00 $10,000.00 IFAI TOTAL11412) I I _SS31.692.00 PLEASE NOTE THERE IS PAGE TWO OF THE BID TAB FOUND ON THE FOLLOWING PAGE. Page a of IV UNIT -PRICE 8I0 FORM Bid Tab 2 of 2 OAK MEADOWS BIND PEDESTRIAN CROSSING - FIRESTONE, CO Rim OWe _ Deser ron Unit 06Y. 11ANPF1eK Cod 202-00700 RIEMOVALOFUGFIT STANDARD _ EA 1 $k100A0 $1,60A0 202-00910.AEMOVALOF GROUND SIGN EA 4 511000.00 $2i0_B0 201 EROSION CONTROL IS 1 $S_4500.00 S11iS0e.00 503 DRIULEDMSSON(i61NCN1 LF 36 $7011,00 $76_00 613.WZOD i21NCH ELECTILICALCONDUIT U: _ ISO S23A0 S310150.00 613.00206'2 INCH ELECTRICAL CONDUIT (6ORE01 6L300300 i INCH ELECTRICAL CONDUIT _ _ LF LF _ 160 _ 1S0 $27.00 2SA0 $4_320.00 f1.75-ac0 613.00306 31N& ELECTRICALCONDUIT160RED1 LF _ 160 _ 31A0 S4960.00 $3SP0.00 614.726SS TRAFFIC SIGNAL CONTROL CABINET EA 1 _S3S.000.00 _ $IAW00_ 613.07034 PULL BOX t24-XWXWI EA 1 $11690A0 613 PULIBOX(17-X30-X12-) EA 1 $1r490A0 $4490" 6.13.100001MMNG Ls 1 $13.0MOD $13.000.00 614 LUMINARKIIS7 EA 2 S1A00.00 $2200.00 $14-10160 SIGNAL HEAD BACKPIATE EA 6 $1140.00 _ $190.00 614-70150 PEDESTRIAN SIGNALFACE(16)(000NTDOWN) EA 2 S750.00 $I,S00.00 $1,400.00 614 HAWK BEACON INDICATOR SIGNAL FACE 614.72960!PEDESTRIAN PUSH BUTTON 614•81340 'TRAFFIC SIGNAL LIGHT POLE STEEL 11 40 FOOT MAST ARM] 614.64000 'TRAFFIC SIGNAL PEDESTAL POLE STEEL EA EA EA EA 6 2 2 I $6r400.00 $1pI0_00 $49,000.00 $10710.00 SSM00 + $24,500.00 S��o.00 614 S1-000 11 GN PANEL1CASS I) 614-00014 UGHTEO STAEET NAME SIGN SF EA 124 2 WAG $S1000.00 $6i696.00 slot oo + _ 625 _ Is 1 $2,S00.00 $2,soo.00 _ ,SURVEY 626..-_+MOBILIZATION 627-00070 PREFORMED THERMOPLASTIC PAVEMENT MARKING 630 *TMFNC CONTROL LS SF LS 1 370 1 $12 7SO.00 $19.00 $33000.00 S12s7S0,00 $7,010.00 $11000.00 _ _ SUSTOTAL - - ,FORCE ACCOUNT 700 MINOR COMMCT REVISIONS 700 VTIIUTIES F/A _ F/A _ T I 525.290 0000 _$6•�•00 700 FIIILNISN AND INSTMLEIECTRIC SERN_ CE F/A $10000.00 TOTALI2 of ZI TOTAL I ♦ TOTAL 2I $u4,748.00 1 Please note any exceptions you take to this bid e.9 , minimum quantity requirements: NONE BIDDER'S INFORMATION: Company Name STURGEON ELECTRIC COMPANY INC. A MICHIGAN CORPORATION Principle/Mailing Address" 12150 E_ 112TH AVE _HENDERSON. CO 80602 Telephone Number. 303.286.8000 Email TMCGINN(d)MYRGROUP.COM The bidder hereby acknowledges receipt of Addendum Nos 1 , 2 , _, to these specifications. (Insert number Of each addendum received ) Name and Title of Aulhonzed Company Representative. JIMBUSHNELL VICE PRESIDENT CO TRANSPORTATION Mlfu,% se prin4 �QTitle Agent ervice Process. CT Corporation, 1675 Broadway, Oenver,CO e0202 Dated this 21ST day of JUNE - 202Z, Page 9 of 19 FIRESTONE c 0 1 FIRESTONE n o APRIL, _zFINAL PLANS • NOT FOR CONSTRUCTION 0 i g A 0 0 0 m MH $D �pfflpi o_i og0 FIR 5, °*ohao > °� mf$i ITfR a a� P9 P e m l _ -s€€ s ". 0 £gnmflmn N 7�o " a go gg28 gm$grw g �n gggi,j A Pip gal• og � _ o=g Vp m$2 9§0 mgg A in o8 iH H� 19�.o Mi -AH a =,m qm$p M z0 S" m m°o RS�`g o ° a= W51 -5H N°°Q V APRIL, 2022 - FINAL PLANS - NOT FOR CONSTRUCTION ah 63 o6 0 om s bN JON -PT _Go o� =1"r, 2 O n 0 m m _ Lon i :g - o I =a - - I o � 1. F I (D O COLORADO BLVD �0 y0 ao m 74% o - N T ACOOL f �g A r:� m LIV oeoo 0 eeeoo � ease Dose 1 I APRIL, 2022 - FINAL PLANS - NOT FOR CONSTRUCTION \k -�-- ,. - ( �I§ ) m§ k �z APRIL, _zFINAL PLANS - NOT FOR CONSTRUCTION r�aaa�Haoe°wuu� oes.oflaiovo �m m8 m e rTl �w°:i pvi Dww� i �n`c 0 T 2 cogi >O O 9 000 • w N A-z pA N m m y _ Az.N Np Z m "' z- zi ez D o -G n Q D w VJ pc z0 (9f OZ O p V1 r j 40 AO � > 9p N2y •O D z D x s mo SAz i r• n D 1 i4 5o 2p z 0 O Z tZii �T z D < O- D v Dom _ 0 3 m w i y� Z ut , n O= Z N n o L �m�D y >��mZ� D c GbiEmZ ° $ N mF� Nmi ° i< F G1 flip y pD �'.Nw 'Orc�i'z m ni duo Fw Z am C oiu m"°D� D "-iD ^cD�D oR C W n SV DSOx N O�DAOGSIZ .Z1 O @ _ S m main z,n c <�F y zczNi Fim . 4N x Om2f( r z F. z° T. N� Y O DO>mN O NA�DyN C VI O p fn A T C pp� DwACC' 1 y CC ppA -w2tz. p.go Fp 3N^ c i �p(n_ D� > 7i£ i �t•o�s' p Gm FF s s N N � b i o y r A O cm P Z O O O m APRIL, 2022 - FINAL PLANS - NOT FOR CONSTRUCTION ;! §! \E\ , _ 0000 | 0~ .t | s e e e ;k \&«—�— ®~'@-tg §R 0-Ho - g — A ;a| §` § F§ §� / • An! | j § \ G \| E - /0 \ . / \r99� } §§ , -o X /r § !!,> �!|] § )§m + m §|| 25 |§ ,§ k\ k /)_ z 3 { | , r § § | ) FINAL PLANS— w,ra mn,ee IUN E;°|||■| | II§r|�� r t|�\��■| .•! [ k ��li|;&;� 7 #RIL, zaFINAL PLANS NOT FOR CONSTRUCTION APRIL, 2022ma PLANS- NOT FOR CONSTRUCTION ruoaaae��rvnoemauNs�mvuw.oes.oero� vxu xpy m8gn i s Q e m c i! ?� or m 000' EE ; r m :jF €9 m€ § �N C g€ EEs I. a y DyqR[rC8 9a R>iY`"< O £ i pTrl F FF L. �T C) € a" IRS m D K Rg a€ z 8 ry F i =_ a o- ci < zl j 00 F § L7 itR6 Dom € a ®° jd n N n yti > n N 0 La J z S s o � A O ~ m` i y W, z 0 n O � m APRIL, 2022 - FINAL PLANS - NOT FOR CONSTRUCTION DES DET01 § /�\ .§ g , }! \ \� ` ( - ~/ \ /\ 2 000@ |z §\§ ME � -. |m ■ - Tr § F P: � ( [§§ - i_^B Z 00 ) \ }o) _ }( - �� \� )( - !! ! k ! §7 _Z ; {�G - , - 'n _ Vi \�} oc ■,�m, !© __ °!!0 �� -- 5k )® ,e e § )2 :- : , ` j (§ �zz= K� ! �\ Lin Az r , § § | ) 181 APRIL, 2022FIN a ear NOT FOR CONSTRUCTION /i/ \\CIO; 0 r/ — r ® z| • §E0 §; _ � \ /on /§ �\ 00 ]/ ztno c\ 2= ` ©> . | ! ;E! !| ■' \ �\ r� § Trt q j� ,GG .� -o § )§� , n( (§ /} \\_ | Ti r � § § § APRIL, 2022 ma PLANS NOT FOR CONSTRUCTION P:MMMA�PalW DES 0 01 OWG 8� FS 3 fiMI g P F3. p�, lot � 2;p11$ C�A®$d� � F{S p� �� % t � E � ¢"��� gy € g pR�3E, 6m4'Rl�R e a9 �_a G 41 S $ F • ! — � �:� d p- v �° a � a � ��Ef� y8 g gj '"� " " " 9 E "e �,ar P Ey, , g � E A�g stay"" pall R all F €fJf 0000 ^000 y °+a p l aY ""RG�P�$�pa a� R i-g E: f4�R0y= nn Ei� a�R�a�E " 49sE$ aaRAa �Ss J b W. (,� f4 i ��i�p_5lN fli a G �.. A ¢yam R�� Q■ y�� i� 6 G � f � $� �` � F 01 m a FR 9 s _ff P -Q:l !1'pI PR ?"" E �lqa Kill.Nix a g 118 _ CS � US AA��� E9Pf55iR ji All 8 } E' f4 B a8 �6 Ga m p n g>i gF i T yR 7 T ' Z Ag ➢ re• �u .• oo scree 71 P� gN T m m p O J 2 D � r � O g b 2 O n O G _ m APRIL, 2022 - FINAL PLANS - NOT FOR CONSTRUCTION �w"flowwiwanox W DES. l MG �o >4 Wipe ra mru l; AAA Ycec �l$ B � � . o �� E y sx wrt t xnwxoio 7A A yC p ��i 8��a1�& �e�d9 Ykdtl-`� It E?; 0000 000 zzp'r p g pp 6 F i f � Li ~ m 3 All z § 9 R C 8 ,mmI9 aka mad as O 119 CD IT A a fl �$ g 9 qJ d$ .l O O N } n f'-I• 6 w o b. w m At 9 2 UgJ wl y' Ck E P H gill 1, a yyn —py y Asy��a@SAP pl lSppa4. 3 An 9{- $ -miT ? DsaA 98g i 3 T wu IOwwY WIK s m N Z iwn.e wun MDar z T NN ^y O O D o � Le 9 rn O 2 O O O m APRIL, 2022 - FINAL PLANS - NOT FOR CONSTRUCTION fl �■ "All � | j ;i |§ ! l | ■ .. -<� -4 -*(1) APRIL, 202zFINAL PLANS - NOT FOR CONSTRUCTION rtivltNWYrvtiu[rvwLwSAi]61St pE5 �Ef01 PWG mg >� 6ii�i t- mN p 11 71! 000x 000 cc N E o� o w - p S O A Vkg 6� -r19 s � m o= t 19 9 nrIg 4 ## i _ r #. e R as a m z 3 Y c p 0 1 w 0 ' T N n gg D g iR ; o o Z RQ�mmLL w o z Fa Ny � 2 D o � � O `m y A i O t n O °m APRIL, 2022 - FINAL PLANS - NOT FOR CONSTRUCTION \ \ . !■ /§ § //�,! 0000 | |� !§ ! _ § ( r ; __, \� /LD ((k� \ � ^ 0M,Z \k\�) \ ) ( k k !) Ely )|; _! : i\,r) !; <i1I� �(|!§ )\ PRELIMINARY PLANS PVY]9N-T NGGEMRNISAIIWT3.GENGENO�VhC A g3dA �m am€fagogy $ bo m m 'pp^i S� o bRa°m� n'°o o`"'ni� is n'E �zSg�m ys m�� FzzF>n a "�qnz mznm c £� Rgo mezag €om�saom n $_ $ �I$��g a> ;a"�� 31_ ° mm� _m cS o g" q mo m mA T� a2�Sm� P Q� i H9 F'y9co° ° � _� o m -.3 m s� y5z y�m3- ° ygp -x ` gyp m ,1r5;m _� ima _ A ao i F"° SCAT m2S< oAg�n �>6 00�>' zap o� �gv mm$> 3��xa. 5 as = �� ,°m �g m°' ga4 sex' $ee 0.�g �amaa g= $$ n£ agng> �m s;mgz_ mg�° msy°§mm 9� �mgm Vim; • vt nzcm z�m or a n ? � m �m g$333gs � A�^^�z � ���b �m bO 0000 �o W jl �MWJ �° g i Rig '1=§aI � a a a m F3on°F n _i� AnyH1 �n z 01g, � !�$ n o°m zF� _ Rig mz H" °��zm: om P� Boma >">� °s� °IgIo� g� a ss m � g�9 =Rg^ Fmk 481. 60i pm w m zg m�i v za Ry = m ASL $g�m9 0� 8 ag r ems z,9$m,� ��- sA'm�v �^_F4�# mv.o6"o'" 9m b $z�°" %z a $ 9m '9 g �mS A"ArAZ nz °A om �yz gam i "g�" g �"m zsp zz{{'^ r "4 "=mv zi°di i6 g n RyHm°�- g z g g 9m o"- b o v k�m g �� ms oqz8 $ € m S 5 $ ;a4< �$ 5m pig. 'g "oAm°o° zg oaca7$A.� n> $'� $fin dim 89A mmm� wmm A E Op -GAD zz pgm maa m m m in i m= f 7zgAm s pas _ 11 e .a g a A€ am also ���m4m A�Ae o m�� oogmO- gm n��3 gg � S �A Nix a^m- om A o N _ m = $ = a gm §° H-29 arNI "gym m A= a� A act °H mks �^ m8 0 § m m1g c=$apmA� ;2 it X, H g s m;gym gas m o€a� oi ���€_�zg X- >a �om : imo ns Q F�-�i�" nP 4 Sg"y z o 2Am 8 K s z °> m m �m a ge 9 z ma m� M. PH I 1 mg; � . 22 gig ° ��2� zp o g a € m ay pp §fig g m°fig Paul, Din i'^g Fc E $ $° P-3a i �7mon 0000$ � AAc '�^ P ma a o "° "g H $ g'za �g«wig i�omo.°y€y>m s$$g �yyz c nHag 19avt z a a a i a 0 M L p 1 p aC y e y a TZT,� < 9. o m " g " y owns Az oo & $y3m§O�R� zP.* $f ° `gym$ & ga;? Sz Amg ^yx gs y- g o£ gMPUTHI, m"S z�r rf m$R a 9 "-$ o 9�a`m g € sip°o °$8 A m PRELIMINARY PLANS -- -- -- � ;|-. ----, . , | | � | ;] ooe > e ooe ( > m/ 2{ z (■� |�1El01 ; §§§)(§§§|] §\'` §�;�•§ \\ �z k PRELIMINARY PLANS I m I bN 0000 a n F i E z 0 S 7 O D m m D O O y r Op K O L 2 E mi o J a — f N� IIIIIIIII `r z _ q mo om 1 �i COLORADO BLVD PRELIMINARY PLANS |# \. \° 7c ;) ; °rq9 / 0000 ! .§ §§ J !| e 9 / \!/ \ rl / 2>§ \ §/ / : / | # - j \� \ § §§ y) ! % \ § \ & : \ ) �2 / \� ) § ) [ § ]| §� § X !||( k ) §\ %k § /\Lei )f} § PRELIMINARY PLANS �||§§�•! |! | § j k ;t(�■�2�� § { PRELIMINARY PLANS PRELIMINARY PLANS v �amn�msoe9mr�,wswawn�suera. w.c ZO p5 r s o� Di cm tl � pA Y�AI j� I 0000 vv�xi�u e� ,IN Il fig; ��pl-� �m g R z F O < 'oz y n vzS 6 On Ig n n n £ s n i„ ANT 0 m oz c n F GCp y y c y non O n >Z m pz r O N2� > n _ t A w m wF� c^� z so �m �a sD N Hn D D y i3 z a m i 0 p 0 g m PRELIMINARY PLANS PwuaraFncosmnnHsmrm�n oEs.osmi avc x � R C mn S g � I �a�. •'�a'...C� � c_1 pgea I oa„ F OM 01 yMR �S pws3 S s$ Oxz m`'7 S Nu n z a Uti a s a 0000 n A F9o� '"Fy �F; ME H3•SS.SY F3� `� 'mpg FIX /f f1 uG nQ€' g€ �_ w n s� o _al T,€ ,p all Ny F zi ;O Z;r� 21 Cz TM n EN C) < A B i nF 3 8$ Q D ®R p R� r e I~ii D j K :'n GY A �[ S r a O m 3i 4� ? o S � 1 Z� x o N g R OIs A n � A L N 2 A 5 p m i y n Z O zi n O n m PRELIMINARY PLANS 7= JrT9 .= �z arm L_J O U 4 o'z znN vvz >p> y 1 Lag oZF ZN N 00 z �0 z ~ nz SY IC i p L 8 I Z 1 l N N r ui o's Z N >S� F O N o; 9 n � D v b O Ox r- = n W Z ti pO v W D � E N m 2 Zp Ir D m z x m H e Iv o wn Z c 0 O C m i S Z PRELIMINARY PLANS .� �N/E� __DUOI _ �-§§ } �■§ rgm §q]) | m m -�•� ■; ! � !E , - | | 3 .` �! _ k . ® §E \o ! " - § § $_ � ,. , ■! ; �o o \rgm \ , , OR . „ ! §lB:.; °!!; § \\ a,-!-F"-z imqd. I K,m _� /\ � z §|( ! §§ ( §/) \ §§ ro t� ! �[E ■ �E | |; �§ T |! Ol ) ) 00 25 \ PRELIMINARY PLANS M • �Y y �6 � gs 5� •Mn • �6 y •'S � MF 5 pp •t 9 �E PRELIMINARY PLAN5 Plm]n1MNooEMrw+cV'm]w72uE TOt wm Q C ..... n� aa�dpI scae �a� g��� [■a�a7a ��]j4 awsrt+�iw�nn 9g� p ��$ F&pa��9 5ab y m e. R 0000 000 z9 is B x; v g9Ay � a is S w.- at •• ., � rnnl r _ F �� fl f � s- _ 1 wMrw0 R oo € w JC Y IV S ®I 1i �g a = � �� ga L,J Jac 6 D 1 1 i _ if 8R Y d p IF a_x ay a �O R� a ZI .sa f m b p �OYA �a 104 mVi mail■ Dy n Z 2 °w z G N � Z O z � Pn ~ Z O O O m PRELIMINARY PLANS z F '= 1.= -rr1 =z =rIV9 9 O O n a m m �54a99� y* i8$zs aS 3a e e $A 10 l�rfJ �J Aull d 000 a N a ag Pei 9 in•.wo aid I a� a1�ld m•.inu � $ pp rm unrs I• i a j-------- A I I I I I 4 I I F � 7 A � mMoyB � 0 ell 33 _3qs I 1 "t}- v � IIr±Y tn-�I y -s gggg Y 0 1 �4 ... ...... .� � z I a I I 1:11- 5 ^ fl Jim � 2 a 0 NKtLIMINAKT YLANJ O m i E t5 15 Ie` &• Ye�! � aBaa t n Ia Z O a PRELIMINARY PLANS a PRELIMINARY PLANS || || g / \ .§ 0000 ! R§ . |7 - \� �siLi § 112/"24- . - - ' PW.�_2 " � t. • - • - - \� A -o § ._ _ , |� ! { \§ ~ � ) 0 \ § § ) � §[| I %m )§ §|; !,> � ! § § | | � PRELIMINARY PLANS