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