06-003
CITY OF SHOREWOOD
RESOLUTION NO. 06- 003
A RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT 5
FOR THE COUNTY ROAD 19 INTERSECTION
RECONSTRUCTION PROJECT,
S.A.P. 216-101-02; S.A.P. 27-619-18
WHEREAS, on November 22, 2004, the City of Shorewood entered into a
contract for construction with Eureka Construction, Inc. for the County Road 19
Intersection Improvement Project, City Project No. 99-21; and
WHEREAS, WSB and Associates has prepared Supplemental Agreement 5
attached hereto as Exhibit A, for additional work outside of the original contract; and
WHEREAS, the City Engineer has reviewed said Supplemental Agreement 5 and
found it to be necessary to complete the project.
NOW, THEREFORE BE IT RESOLVED by the City of Shorewood to approve
Supplemental Agreement 5 with Eureka Construction, Inc., that incorporates services
outlined in Supplemental Agreement 5, attached hereto as Exhibit A.
ADOPTED by the City Council of the City of Shorewood this4'h-day of January,
2006. tn'
... !
J' / /
i "
Woody Love, Mayor
ATTEST:
Ii.
~
SUPPLEMENTAL AGREEMENT
HENNEPIN COUNTY
TRANSPORTATION DEPARTMENT
CONSTRUCTION DIVISION
SUPPLEMENTAL AGREEMENT NO. 05
CONTRACT NO. 9821
COUNTY PROJECT NO. 9821
S.A.P. 27-619-18
COUNTY STATE AID HIGHWAY 19
LOCATION: On CSAH 19 in Shorewood & Tonka Bay
CLASS OF WORK: Grading, Surfacing, Storm Sewer,
Sanitary Sewer, Watermain, Signal, Signing, and
Appurtenant Work.
CONTRACTOR: Eureka Construction Inc.
8500 210th St. W.
Suite 130
Lakeville, MN 55044
This contract is amended as follows:
WHEREAS: This contract provides for, among other things, grading, surfacing, storm sewer, sanitary
sewer, watermain, signal system, signing, and appurtenant work, and,
WHEREAS: In order to provide a solid foundation for storm and sanitary sewer pipe in partially
saturated soils and/or unsuitable material, granular foundation, and/or bedding (1 Yz" clear
rock) is needed and,
WHEREAS: In order to provide an adequate temporary driving surface during raining conditions,
granular foundation and/or bedding (1 Yz" clear rock) needs to be spread over saturated
soils before Class 5 aggregate is applied and,
WHEREAS: Due to numerous utility conflicts, several storm sewer modifications to the designed
system are required involving both modification to the manufactured drainage structures
along with addition of different storm sewer pipe sizes and,
WHEREAS: The plans did not call for nor have bid items for granular foundation and/or bedding (1 Yz"
clear rock) 12",22" RC arch-span and 27" RC pipe, Drainage Structure Design Hand
Special 3, were not covered with existing bid items, and
NOW THEREFORE IT IS MUTUALLY AGREED AS FOLLOWS:
1. The Contractor shall place granular foundation material as bedding for storm and sanitary sewer pipe
and as a temporary driving surface as directed by the Engineer.
F:I WPWINIJ 388-0JISUPPLEMENTAL AGREEMENTSISA 5.dac
. .
2. The Contractor shall make the necessary modifications and additions to the drainage structures, along
with the storm sewer piping system, as directed by the Engineer.
3. The Contractor shall supply all labor, materials, and equipment necessary to complete this work at the
negotiated unit price shown in the Estimate of Cost below.
4. The work performed will be measured and payment made in accordance with the units of
measurement as shown in the Estimate of Cost which shall be compensation in full for all costs
incidental thereto.
5. The Contractor shall not make claim of any kind or character whatsoever for any other costs or
expenses which he may have incurred or which he may hereafter incur in performing the work and
furnishing the materials required by this agreement.
6. The contract time will not be revised except as may be provided under the contract provisions of
Mn/DOT specification 1806; 1903 does not apply.
ESTIMATE OF COST
2000 SPECIFICATIONS
Total Increase of Supplemental A!!reement 5 $65.478.38
Group 1
ITEM NO. ITEM UNIT OUAN. UNIT PRICE AMOUNT
2504.601/00070 Exploratory Excavation Lump Sum 1 $423.71 $423.71
2451.609/ 00040 Granular Formation and/or Bedding Ton 118.79 $25 $2,969.75
(1 W' Clear Rock)
2451.607/00060 Pipe Bedding Cu.Yd. 51.5 $25 $1,287.50
Subtotal Increase $4,680.96
Net Increase Group 1 $4,680.96
Cost Distribution S.A.P. 27-619-18 = 100% Hennepin County
Group 6
ITEM NO. ITEM UNIT OUAN. UNIT PRICE AMOUNT
2502.541/07040 4" PerfPE Pipe Drain w/Sock Lin.Ft. 263 $16.12 $4,239.56
2502.602/00100 4" Draintile Connection to Ex Drainage Each 2 $400.00 $800.00
Structure
Subtotal Increase $5,039.56
Net Increase Group 6
$5,039.56
Cost Distribution S.A.P. 216-101-02 = 100% Shorewood
Group 10
Decrease
Storm Sewer
ITEM NO. ITEM UNIT OUAN. UNIT PRICE AMOUNT
2503.541/90155 15" RC Pipe Sewer Design 3006 CL V Lin.Ft. ( 616) $25 ($15,400)
2503.541/90182 18" RC Pipe Sewer Design 3006 Lin.Ft. (86) $27 ($2,322)
2503.541/90183 18" RC Pipe Sewer Design 3006 CL III Lin.Ft. (82) $40 ($3,280)
2503.541/90369 36" RC Pipe Sewer Design 3006 CL V- Lin. Ft. (20) $634 ($12,680)
Jacked
Subtotal Decrease ($33,682)
2
F:\WPWINlJ 388.0JISUPPLEMENTAL AGREEMENTSISA 5.dac
. "
Increase
ITEM NO. ITEM UNIT OUAN. UNIT PRICE AMOUNT
2451.609/ 00040 Granular Foundation and/or Bedding Ton 242.5 $25 $6,062.50
(1 Yz" Clear Rock)
2451.607/00060 Pipe Bedding Material Cu.Yd. 303.59 $25 $7,589.75
2501.515/90120 12" RC Pipe Apron Each 2 $325.00 $650.00
2502.541/07040 4" PerfPE Pipe Drain w/Sock Lin.Ft. 175 $16.12 $2,821.00
2502.602/00101 4" Draintile Connection to Ex Each 5 $400.00 $2,000.00
Drainage Structure
2503.541/90125 12" RC Pipe Sewer Design 3006 Class Lin.Ft. 858 $27.86 $23,903.88
V
2503.521/90222 22" Span RC Pipe Arch Sewer CL 11 Lin.Ft. 50 $104.77 $5,238.50
2503.541/90274 27" RC Pipe Sewer Drain 3006CL IV Lin.Ft. 124 $60.24 $7,469.72
2503.602/00005 Reconnect Sanitary Sewer Services Each 1 $827.10 $827.10
2503.603/00060 Poly-Vapor Barrier Encasement Lin.Ft. 195 $36.57 $7,131.15
2506.502/00303 Construct Drainage Structure Design Lump Sum 37.95 $315.95 $11,990.30
Special 3
2506.601/00035 Casting Assembly Modifications Lump Sum 1 $1,521.18 $1,521.18
2506.601/00040 Storm Sewer Structure Modifications Lump Sum 1 $4,159.44 $4,159.44
Storm Sewer Adjustments Lump Sum 1 $7,424.32 $7,424.32
Temporary Drainage Lump Sum 1 $651.02 $651.02
Subtotal Increase $89,439.86
Net Increase Group 10
$55,757.86
Cost Distribution: S.AP. 27-619-18 = 30.40% Hennepin County
S.AP. 216-020-02 = 37.80% Shorewood
S.AP. 216-101-02 = 12.10% Shorewood
S.AP. 216-108-01 = 5.80% Shorewood
Local Cost = 13.90% Tonka Bay
Except as provided herein, all terms and conditions in said Contract thereto shall remain in full force and
effect.
..
3
F:\WPW/NI/388-0/ISUPPLEMENTAL AGREEMENTSISA 5.doc
~'
.of SUPPLEMENTAL AGREEMENT
Contractor, having signed this contract, and the County having duly approved this contract on
, 2006, pursuant to such approval and the proper County official having signed this
contract, the parties hereto agree to be bound by the provisions herein set forth.
COUNTY OF HENNEPIN
STATE OF MINNESOTA
Approved as to form:
Approved:
By:
Assistant County Attorney
By:
Assistant County Administrator, Public Works
Date:
Recommended for approval:
Approved as to execution:
By:
Date:
Dir,e,ct,o,r, ,T ,ran~portaf ,'"D, epartment and
Count~/E~le .J,
By: Pttj/A:W I?-~~
Project Engineer
By:
Assistant County Attorney
STATE OF MINNESOTA
EUREKA CONSTRUCTION INC.
DEPARTMENT OF TRANSPORTATION By: ~..;e;.~.-
For Funding Approval Only:
Its:
.p I:.I,J JA",
~o~ J.A6NM'r9C. 110 I ~
By: And:
Metro District State-Aid Engineer
Date: Its:
COUNTY OF DAKOTA
)
) ss.
)
EUREKA CONSTRUCTION INC.
'I" "BETTY J. KLEINDL
NOrMY PUBLIC. MINNESOTA
. My Cammlsslon Expires Jan. 31, 2010
STATE OF MINNESOTA
This foregoing instrument was acknowledged before me on ~il~flL"
I"
.
, 2006
bY~ '-r~as ~,and by as
of~ ~W-I~. Notary Public /YlZi ~.t<6~
My commISSIOn expIres: 1-; (- Ie
4
F:\ WPWIN\I 388-0I\SUPPLEMFNTAL AGREEMENTSISA 5,dac