98-028
,
CITY OF SHOREWOOD
.
RESOLUTION NO. 98- 028
A RESOLUTION ACCEPTING THE PROPOSAL FOR
PROFESSIONAL ENGINEERING SERIVCES AND ORDERING
PREPARATION OF PLANS, SPECIFICATIONS, AND ESTIMATES FOR
TRUNK HIGHWAY 7 ACCESS MODIFICATIONS
WHEREAS, Resolution 97-109 approved various access closures and modifications
to Trunk Highway 7; and
WHEREAS, the City of Shore wood has been selected as a recipient of $378,000 for
financing of a portion of said access closures through the Minnesota Department of
Transportation Municipal Agreement Program; and
WHEREAS, WSB and Associates, Inc has submitted a proposal to provide
Professional Engineering Services for said project and found to be acceptable to the City
Council of the City of Shorewood;
NOW, THEREFORE BE IT RESOLVED by the City Council of Shorewood,
Minnesota:
.
That the proposed improvement be referred to WSB Associates, Inc. for preparation
of Project Plans, Specifications, and Construction Estimates in accordance with the
proposal submitted and attached hereto as "Exhibit A."
ADOPTED BY THE CITY COUNCIL OF THE CITY OF SHOREWOOD this
13th day of April, 1998.
AITEST:
.
.
.
.
Scope of Services
Project No.1:
TH 7 Access Closures / Intersection Improvements
Task 1 - Design Surveys
A Design Survey will be conducted by WSB & Associates, Inc which will provide
topographic information and elevations for the areas around and adjacent to the access
closures and TH 41/shopping center entrance. It is assumed that up to three (3) days of
survey time will be required to provide this information. A detailed base map in metric
format will be provided as part of this task.
Task 2 - Intersection / Street Design
A. Preliminary Design: Preliminary access closure and intersection design will be
completed for the proposed improvements including anticipating striping and lane
configurations. This will be based on previous concepts. Should any additional
right-of-way be required, it will be identified at this time.
B.
Final Design: This task will include developing final construction plans for the
required street closures and intersection improvements. This will include any detail
sheets required, layout sheets, including profiles and applicable cross sections, as
well as pavement section design. (It is assumed that \VSB will rely on existing soils
information. If soils information is required, it will be performed as an extra service).
C. Special Provisions: A set of special provisions addressing all required
improvements will be completed in a format consistent with the City of Shorewood
requirements. The bid proposal will be prepared as a part of this phase, including
incorporating the city-designed sheets and specifications.
D. Cost Estimate: A cost estimate will be developed based on Mn/DOT's Cooperative
Agreement Policy addressing all items included in the intersection / street
improvements.
E. Meetings: It is assumed that up to four meetings will be held as part of this task.
These meetings will be held in conjunction with the meetings as outlined in the
traffic signal design task (Task 3).
Ciry of Shore wood
Exhibit.-1 - Scope o/Services - Plan!
TC;B ?"'Y[)osal fJ28. 98
v"""...r.b. .~
Ludll lJ.
Task 3 - Traffic Signal Designs
.
A.
Preliminary Signal Design: A preliminary traffic signal design will be developed
by WSB & Associates, Inc at TH 7 and TH 41 / shopping center entrance to
accommodate the proposed intersection configuration. The preliminary plan will
include the location of the source of power, all poles and control equipment. This
plan will be reviewed with the City of Shorewood and Mn/DOT.
B. Final Signal Design: Following comments from the City and Mn/DOT on the
preliminary design, a final design will be completed. Design of traffic signal will be
in conformance with all applicable state and local electrical codes, the Federal and
State Manuals on Uniform Traffic Control Devices (MUTCD) and Minnesota
Department of Transportation (Mn/DOT) State Aid Standards. The final design will
include; all applicable detail sheets, intersection layout and wiring diagram. The
final plans will also include provisions for Emergency Vehicle Pre-emption (EVP)
system and any required mast arm signing and interconnection.
C. Special Provisions: A set of special provisions will be developed for the traffic
signal system and mast arm signing. These special provisions will be based on
Mn/DOT standards specifications. These special provisions will be incorporated into
the bid proposal prepared for the project.
D.
Cost Estimate: An estimate of cost for the signal system components will be
developed as a part of the total project estimate of cost.
.
E. Meetings For The Traffic Signal System: It is anticipated that four (4) meetings
will be held as part of the preliminary and fmal design. One meeting will be held
with the local power company to determine the location and routing of the source of
power for the intersection. Two meetings will be held with the City, one following
the preliminary design to review the intersection layout and addressing any concerns
with the traffic signal system. The second meeting will be held following the final
plans. One meeting will be held with Mn/DOT to review the plans and assure all
items that may be of concern to them have been addressed.
Task 4 - Preconstruction Services
A. Final Plans and Specifications: WSB will develop and distribute the plans and
specifications to prospective bidders. WSB will charge for the bid proposals as
payment for printing changes. The City and appropriate agencies will not be
charged.
B. State Approvals: WSB will submit this project to Mn/DOT for review and
approval. Any comments made by Mn/DOT will be addressed and their approvals
will be obtained.
.
City of Shorewood
Exhibit A - Scope o/Services - Plan!
:[.5.5) ?,'~Ot7o~'a! :)]3. )~.
.
.
.
c.
Shop Drawing Review: All shop drawings from the manufacturers and contractor
will be submitted through the City and reviewed by WSB to determine their
adequacy prior to ordering of equipment.
D. Contract A ward: WSB will review the bids received by the City and make a
recommendation to the City as to their adequacy and make a recommendation of an
award of the contract.
Task 5 - Mn/DOT Coordination
As discussed in the traffic signal design and intersection / street design tasks coordination
with Mn/DOT will occur throughout the design process. In addition to this, we will assist
the City on obtaining and executing the cooperative agreements for the intersection
improvements.
Task 6 - Construction Services
A. Construction Staking: WSB personnel will be available for construction staking
services. Our survey crew would locate all components of the traffic signal system
in addition to the street improvements necessary. This work would be completed on
an hourly basis.
B.
Construction Inspection Services: WSB would assist the City in whatever level of
construction services they would require. This would include either day-to-day
inspection or an as-needed service during critical portions of the contract.
City 0/ Shorewood
Exhibit A - Scope a/Services - Plan /
iV53 P,'oposai 028. 98
..
.
.
.
..
Compensation / Schedule
Project No.1:
TH 7 Access Closures / Intersection Improvements
Estimated Cost
Based on the scope of services, as outlined in Exhibit A the cost to provide such services will be as
follows:
Task 1 Design Survey (Hourly - 30 Hours at $93.00/hour) ....................... $ 2,700.
Task 2 Roadway Design (6% of Actual Construction Costs) ...................... $24,000.
Task 3 Traffic Signal Design (6% of Actual Construction Costs) ................... $8,400.
Task 4 Preconstruction Services (Hourly - not-to-exceed) ......................... $2,000.
Task 5 Mn/DOT Coordination (Hourly - not-fo-exceed) . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,500.
Task 6 Construction Services (7% of Actual Construction Costs) .................. $35,000.
Total Cost ................................................. 573,690.
A 1998 Fee Schedule is attached.
Schedule
WSB will deliver a final set of plans and specifications to the City of Shorewood within the frame
required by the City. This time schedule is assuming no unusual circumstances are encountered.
Notice to proceed. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . April 13, 1998
Meetings with City ......................................... Week of Apri120, 1998
Preliminary design submittal ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. May 11, 1998
Meeting with City to review preliminary design . . . . . . . . . . . . . . . . . . . . Week of May 18, 1998
Final design and specification submittal .................................. June I, 1998
Meeting with City to review fmal design ......................... . Week of June 8, 1998
Mn/DOT Review and Approval. . . . . . . . . . . . . . . . . . . . .. June 15, 1998 through July 10, 1998
City Council Approves Plans. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . July 13, 1998
Ad for bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. July 17 through August 14, 1998
Open bids. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. August 18, 1998
Award ......................................................... August 24, 1998
Construction. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. September 1, 1998 through October 31, 1998
City of Shore wood
Exhibit B - CompensQ[:cn Sched:i/; - r;!"n
A
WSB!
'L. ,~, '.<~' ..... .'.' c....,
T /'.i-, , -,...'.,..' -"_<' ._.-_
~~-~.',.;......