Loading...
06-063 CITY OF SHOREWOOD RESOLUTION NO. 06- 063 A RESOLUTION APPROVING A SUPPLEMENTAL AGREEMENT 6A FOR THE COUNTY STATE AID HIGHWAY 19 - SMITHTOWN ROAD INTERSECTION IMPROVEMENT PROJECT, CITY PROJECT NO. 97-07 WHEREAS, on November 8, 2004, the City of Shorewood entered into a contract for construction with Eureka Construction, Inc. for the County State Aid Highway 19 - Smithtown Road Intersection Improvement Project, City Project No. 97- 07; and WHEREAS, WSB and Associates has prepared Supplemental Agreement 6A attached hereto as Exhibit A, for additional work outside of the original contract; and WHEREAS, the Director of Public Works has reviewed said Supplemental Agreement and found it to be cost effective for the project. NOW, THEREFORE BE IT RESOLVED by the City of Shorewood to approve Supplemental Agreement 6A with Eureka Construction, Inc, that incorporates services outlined in Supplemental Agreement 6A, attached hereto as Exhibit A. ADOPTED by the City Council of the City of Shore b<i'd this 29th day of August, 2006. ATTEST: WOODY LOVE, MAYOR , C Y ADMINISTRATOR/CLERK HENNEPIN COUNTY TRANSPORTATION DEPARTMENTS CONSTRUCTION DIVISION ROAD CSAH 19 PROJECT 9821 RECORD OF AUTHORIZATION TO PROCEED WITH SUPPLEMENTAL AGREEMENT SUPPLEMENTAL AGREEMENT NO. 6A Nature of and reason for revision. ACTIVITY: Addition of architectural texture on the exposed back side of Walls 1,2, and 3, along with modifications to the planned concrete end pilasters to walls 1,2,3,4, and 5 are to be made. Modification to the planned emergency flasher system for the fire and police campus. Adjustments to the MCES sanitary sewer manholes per MCES requirements. Additional traffic control signage and striping to facilitate business access and traffic safety. JUSTIFICATION: Due to the visibility of the project by the public, additional architectural texturing was requested to continue the wall aesthetics to all of the exposed concrete surface. The City of Shorewood requested modification to the emergency flasher system from manual push button to an EVP detection to control the advanced warning flasher system. MCES requested field modification to their sanitary sewer manholes in order to receive approval from MCES on the project. Also, additional business signage was added to the project to define business access locations as well as additional pavement striping. FINANCIAL IMPLICATION: Cost Distribution: Group 1 Group 4 Group 6 Group 7 Increase cost $66,834.01 S.A.P.27-619-18 S.A.P.216-020-02 S.A.P.216-101-02 S.A.P.216-108'..01 = $53,415.77 (100% Hennepin County) = $7,742.46 (100% City of Shore wood) = $5,036.90 (100% City of Shore wood) = $638.88 (100% City of Shore wood) Estimated Amount: $66,834.01 Increase: x Decrease: Method of Payment: Force Account Lump Sum Requested byiVji;~ Proj ect Engineer Recommended By: , Negotiated Price , Unit Bid Price x , Other f/7~6 Dat City of Shorewood Engineer Recommended By: Date Hennepin County Construction Engineer Recommended By: Date Director, Hennepin County Transportation Department Approved By: Date Assistant County Administrator, Public Works and County Engineer Date Exhibit A F..lWPWTNII 388-0JlSUPPLEMENTAL , SUPPLEMENTAL AGREEMENT HENNEPIN COUNTY TRANSPORT ATION DEPARTMENT CONSTRUCTION DIVISION SUPPLEMENTAL AGREEMENT NO. 06 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 21 Oth 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: Due to the high visibility of the retaining walls by the public, additional architectural treatment and texturing was added to the concrete and pilasters and parapets on the walls; and, WHEREAS: The Police and Fire Department requested that an EVP detection activation be utilized as opposed to the planned push button activation for the emergency flasher; and WHEREAS: Due to the extensive underground utility conflicts, excavation for three (3) concrete light bases required a vacuum truck for excavation; and WHEREAS: Repair to two (2) commercial signs' electrical services need to be made to restore electrical power to the signs; and WHEREAS: Core drill nine (9) sign base supports and furnish and install support. WHEREAS: Furnish and install eight (8) clearance marker x4-4 and one (1) additional left turn lane SIgn. NOW THEREFORE IT IS MUTUALLY AGREED AS FOLLOWS: F:WPW!N'f 388-0! 'SUPPLEMENTAL AGREEl'vfENTSSA 6,dnc 1. 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. 2. 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. 3. 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. 4. 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 A2reement 6 G 1 $66,834.01 rOUD ITEM NO. ITEM UNIT QUAN. UNIT PRICE AMOUNT 2401.601/08010 Retaining Wall Modifications Lump Sum 0.5 $14,826.67 $7,413.34 2401.602/00100 Drill and Grout Dowel Bar Each 450 $2.20 $990.00 2503.618/00011 Construction Sign - Special Sq.Ft. 323 $18.50 $5,975.50 2531.511/00009 Concrete Median - Extra Thick Sq.Y d. 924.73 $8.92 $8,250.00 .2545.601/ Commercial Sign Lighting Repair Lump Sum 1 $1,232.00 $1,232.00 2581.603/00020 Removable Preformed Plastic Mask Lin. Ft. 1,445 $2.20 $3,179.00 - Black Sanitary Sewer MH Modification Lump Sum 1 $14,261.44 $14,261.44 I High Early Strength Concrete Lump Sum 1 $9,539.74 $9,539.74 I 2123.610/ Vacuum Truck and Foreman Lump Sum 0.5 $1,936.00 $968.00 2564.553/00010 Clearance Marker x4-4 Each 8 $93.50 $748.00 2564.602/00077 Core Drill Sign Post Support Each 10 $71.50 $715.00 2564.536/00013 Sign Type C Sq Ft 6.25 $23.00 $143.75 Net Increase Group 1 $53,415.77 Cost Distribution S.A.P. 27-619-18 = 100% Hennepin County G 4 rOUD ITEM NO. ITEM UNIT QUAN. UNIT PRICE AMOUNT 2123.610/ Vacuum Truck and Foreman Lump Sum 0.17 $1,936.00 $329.12 2401.601/08010 Retaining Wall Modifications Lump Sum 0.5 $14,826.67 $7,413.34 Net Increase Group 4 $7,742.46 Cost Distribution S.A.P. 216-020-02 = 100% City of Shore wood 2 F'WPiYIN1388-0ISUPPLElv[ENT,4J. AGREEMENTSSA 6 doc 6 Group ITEM NO. ITEM UNIT OUAN. UNIT PRICE AMOUNT 2565.616/ Flasher Signal System Modifications Lump Sum 1 $5,036.90 $5,036.90 Net Increase Group 6 $5,036.90 Cost Distribution S.A.P. 216-101-02 = 100% Shorewood 7 Group ITEM NO. ITEM UNIT OUAN. UNIT PRICE AMOUNT 2123.610/ Vacuum Truck and Foreman Lump Sum 0.33 $1,936.00 $638.88 Net Increase Group 7 $638.88 Cost Distribution S.A.P. 216-108-01 = 100% City of Shorewood Except as provided herein, all terms and conditions in said Contract thereto shall remain in full force and effect. 3 FWPWIN'I 388-01 'SUPPLEMENTAL AGREEMENTSSA 6 doc 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 ST ATE 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: ~:~~~arunentand By: 4Wt ~ :.J 8/~j>h Project Engmeer By: Assistant County Attorney CITY OF SHOREWOOD By: City of Shorewood Engineer STATE OF MINNESOTA EUREKA CONSTRUCTION INC. DEPARTMENTOFTRANSPORTATION By: ~ ~ Gl/.?/o{ For Funding Approval Only: Its: P(.2.o.jec., ~,~ By: And: Metro District State-Aid Engineer Date: Its: EUREKA CONSTRUCTION INC. ST ATE OF MINNESOTA) ) ss. @--.DEANNAMARIELESEMAN COUNTY OF DAKOTA )'..... NOTARYPUBUC-MINNESOTA S~ It e.- '4,~" My Commission txplres Jan. 31, 2010 This foregoing instrument was acknowledged before me on ~4V-.8{)S)+ 3 , 2006 by ~ lh ()\~ as Pf8 ~c..y ~I and by as of et;ff.it-6- ~{-udfi11, .~, . Notary Public OC/v~ I\Ilo..{.J. i~an My commission expires: ot/3d to 4 F.'WPWlM/ 388-0/ 'SUPPLElvfENTAL AGREEMENTS SA 6.dac