Loading...
Imp. Proj. #564COUNCIL Originating Department Fire & Safety M Douglas C. Smith Lo Approved for Agenda 05-28-96 Agenda Section Development Item No. ME ACCEPTANCE OF THE FEASIqILITY REPORT ON EMERGENCY VEHICLE PRE-EMPTION PROJECT (IMPROVEMENT PROJECT NO. 564) AND AUTHORIZATION TO PROCEED Staff has received the feasibility report on the "Emergency Vehicle Pre-emption Project" and wishes to present it to Council to obtain approval to proceed. Funds for this project are allotted in the Capital Improvement Program with the possibility of using Municipal State Aid funding. The 1996 CIP budget includes $38,820 and the 1997 CIP budget has $113,650 available for this project. None of these funds have been spent to date. im Review: Administration: SECOND BY Z Finance: Fi5"P.Tom %PA�% I Emergency Vehicle Preemption System Traffic Signal Improvements City Project No. 564 fm E May, 1996 Bonestroo, Rosene. Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, P.E. • Joseph C. Anderlik, P.E. - Marvin L. Sorvala, P.E. - Richard E Turner, P.E. Glenn R. Cook, RE. - Thomas E. Noyes, PE. • Robert G. Schunicht, P.E. Jerry A. Bourdon, RE. • Robert W. Rosene, PE. and Susan M. Eberim, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, PE. - Keith A. Gordon, P.E. - Robert R. Pfefferle, P.E. - Richard W. Foster, RE. • David O. Loskota, PE. • Robert C. Russek, A.I.A. - Mark A. Hanson, P.E. Michael T. Rautmann, P.E. - Ted K.Field, P.E. Offices: St. Paul and Rochester, MN - Mequon, WI May 20, 1996 Honorable Mayor and Council City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Re: Emergency Vehicle Preemption System Traffic Signal Improvements Project No. 564 Our File No. 34191 Dear Mayor and Council: . In.raav�rs�r^r .Z 956 Attached is our report for the Emergency Vehicle Preemption Traffic Signal Improvements, Project No. 564. This report discusses the proposed improvements and presents cost estimates. We will be pleased to meet with the Council and other interested parties to discuss this report at a mutually convenient time. Respectfully submitted, BONESTROO ROSE NE, ANDERLIK & ASSOCIATES, INC. '0' V. C - F. Todd Foster, P.E. FTF:pr I hereby certify that this report was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. F. Todd Foster, P.E. Date: May 14, 1996 Reg. No.: 21804 2335 West Highway 36 ■ St. Paul, MN 55713 -3898 a 672- 636 -4600 Page TRANSMITTAL LETTER .... . . .., .. ..... . ... .. .. . . . . . . ... . . . . . . . . . . . . . . . . . . l TABLE OF CONTENTS . . . . . . ' . . , . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . 2 SCOPE.........._....._.................................................. 3 FEASIBILITY AND RECOMMENDATION ........ .... .. . .... . . .. . . . . .. .. .. . .. . 3 COST ESTIMATE &FUNDING .............................................. 4 APPENDIX A- SPECIAL PROVISIONS - EMERGENCY \/EHTCT]B PREEMPTION SYSTEM APPENDIX B -Mn/DOT's DRAFT GUIDELINES FOR INSTALLATION 6t OPERATION OF EVP New Hope Emergency Vehicle Preemption Report SCOPE This project provides for the installation of an Emergency Vehicle Preemption (EVP) System at 17 existing signalized intersections in the City of New Hope. Each intersection includes a traffic signal in which at least one leg, and often two, includes a Hennepin County road. Appendix A located at the back of this report includes the specifications for the EVP equipment and identifies 18 locations for this installation. Signal System "N" - CSAH 156 & 36th is already being revised under a separate Contract in the 1996 construction season, which accounts for the discrepancy in the number of signal systems being revised as stated in this report versus the listing in Appendix A. 1nl -r 7 Appendix A also includes a location map of the proposed installations and Hennepin County's requirements for EVP installation at an existing signalized County intersection. This has been modified to not require the drawings to be submitted in a computerized format. All of the existing signal plans are hand drawn and it was determined, by the County, to not be cost - effective to convert this information into a computer drawing. An EVP system enables emergency vehicles entering a signalized intersection to override the existing signal timing to provide a green indication and right -of -way to the emergency vehicle so it can move safely through the intersection with less delay. Appendix B contains the draft guidelines for EVP installation and operation as proposed by Mn/DOT. It also contains more details about EVP systems in general. All work and design must be coordinated with Hennepin County. 1 11119 • �, This project is feasible from an engineering standpoint and is in accordance with the Master Street Plans for the City of New Hope. The project can best be carried out as one contract and will likely result in lower costs per intersection in both Contract bid amounts and associated engineering and administrative costs. The intersections, which include a State Aid designation, either Municipal or I New Hope Emergency Vehicle Preemption Report County, are eligible for State Aid funding. Off - system municipal State Aid funds may also be used if none of the signalized intersection legs are along a State Aid route. In addition, we are contacting Brooklyn Park and Golden Valley to determine if they will participate with any funding for the systems that are identified along municipal borders. Therefore, it is recommended the plans be prepared in accordance with State Aid standards, such that State Aid funds be encumbered to finance the cost of this project. i 111 X I qW.al 111 The total estimated project cost to construct the EVP system at the 17 intersections is $100,000, which includes indirect costs. Indirect costs are estimated at $15,000 and include engineering and administration. The cost of any EVP emitters has not been included in this report. New Hope intends to use Municipal State Aid funds for all costs (excluding emitters). Brooklyn Park has verbally committed to cost sharing at System "A" and Golden Valley has preliminarily indicated that they will also share in the costs of Systems "P ", "O ", and "R" and maybe System "Q" even though there is no leg to the south into Golden Valley at this location. A letter has been submitted to Golden Valley to detail the estimated costs and solicite a formal response. Hennepin County will help with installation coordination, but will not paticipate in any cost sharing for system installation. The County will maintain and cover all maintenance costs once each system is installed. State Aid funds will cover 100 percent of the Construction costs and up to 25 percent of the Contract Amount for design and construction inspection. All costs incurred by Hennepin County forces can be recouped by a Force Account against the same State Aid funding souce percentages. C! New Hope Emergency Vehicle Preemption Report . Present Feasibility Report May 28, 1996 Approve Plans and Specifications for Bidding July 22, 1996 Award Contract August 26, 1996 Complete Construction November30,1996 5 New Hope Emergency Vehicle Preemption Report NEW HOP Signal . _ • L O System I.D. Location 0 1100 2200 Scale in feet GOLD VALLE Bonestroo Rose * Anderilk b Associates Engineers & Architects at Pau, Minnesota Emergency Vehicle Preemption (E.V.P.) Installations at Existing Signalized Intersections The municipality is responsible for all costs: • Consulting or Engineering (field engineering investigations, plan and spec. prep. etc.) • Equipment purchases (detector, indicator light assembly, cable, cards, card rack etc.) • Contractor installation (cable pulling, mast arm equipment placement, etc.) • Hennepin County labor, equipment and material (controller cabinet interface) A consultant or municipality may obtain a copy of intersection and field wiring drawings, for reference means only, from the Hennepin County Traffic Signal Shop. Please contact 930 -2573 for this information. A consultant or municipality shall have a Registered Professional Engineer prepare the preliminary intersection and field wiring drawings, which shall indicate the installation of the Emergency Vehicle Preemption (E.V.P.) system. In addition, a location map drawing shall be created, which shall indicate the location of each intersection requiring an E.V.P. system. The following preliminary information (see attached examples) shall be submitted to Mr. Bruce Polaczyk, Administrative Engineer, Design: • Cover letter • Specifications • D sized prints (22" X 34 ") of the following: • Typical cover sheet with signature block • E.V.P. intersection locations • Modified intersection prints • Modified field wiring prints Hennepin County will review this information and return; with comments, to the municipality or consultant for final submission. The consultant or municipality will then resubmit five sets of plans and specifications of the finalized above information, a completed and signed permit application ($50 fee), and a set of drawings in a computerized drawing format (DXF or DWG extension). if all of the information is complete, Hennepin County will issue the permit and return a copy to the consultant or municipality. The municipality is then able to obtain a contractor to install the system and coordinate installation work with the Hennepin County Traffic Signal Shop. SPECIAL PROVISIONS EMERGENCY VEHICLE PRE- EMPTION SYSTEM This work shall consist of furnishing and installing materials, electrical equipment and EVP equipment (including detectors, indicator lights, cables, circuit cards, card racks, harness, etc.) as shown in the Plans as specified elsewhere in these Special Provisions all to provide eighteen (18) complete operating Emergency Vehicle Preemption System at the Intersections of: System "A" - County Rd #8 & 62nd Avenue County System "B" - County Rd #10 & Gettysburg County System "C" - County Rd #10 & Boone County System "D" - County Rd #10 & Winnetka #156 County System "E" - County Rd #10 & Nevada County System "F" - County #156 (Winnetka) & 49th County System "G" - County #156 (Winnetka) & 47th County System "H" - County #156 (Winnetka) & 42nd County #9 County System "I" - County #9 & Hillsboro County System "J" - County #9 & Boone County System X" - County #9 & Xylon County System "L" - County #9 & Quebec County System "M" - County #9 & Nevada County System "N" - County #156 & 36th County System "0" - County #156 & 27th County System "P" - County #70 & Hillsboro County System "Q" - County #70 & Boone County System "R" - County #70 & Nevada County All systems are in the City of New Hope, Hennepin County, Minnesota. All work shall be done in accordance with the applicable Minnesota Department of Transportation "Standard specifications for Construction ", 1988 Edition, with the applicable provisions of MN /DOT 2565; with all supplements thereto; with the Plans; and as noted in these Special Provisions. 1.1 Furnished Equipment A. The County will install and furnish (at no expense to the Contractor) for the following materials and electrical equipment: 1) Any controllers which do not support EVP systems will be removed and replaced. i 1.1 Furnished Equipment (continued) B. The County will install for the Contractor (at no expense to the Contractor) the following equipment: 1) Any cards, cardracks(s) and associated wiring which are not currently in the cabinet. However, the Contractor shall provide the cards and /or cardrack(s). C. The Contractor shall notify the Hennepin County Traffic Signal Shop (telephone: (612) 930 -2573) at least ten (10) normal working days in advance of the time the Contractor requires any of the items in the above sections A and B. THE ENGINEER SHALL BE NOTIFIED IN ADVANCE OF NOTIFICATION TO HENNEPIN COUNTY TRAFFIC SIGNAL SHOP. 1.1 Measurement and Payment A. This work shall consist of furnishing and installing materials, electrical equipment and EVP equipment (optical detectors, indicator lights, cables, cards, racks, harness, etc.) as shown in the Plans and specified elsewhere in these Special Provisions all to provide a complete operating Emergency Vehicle Preemption system at the eighteen (18) intersections as contained in these Special Provisions and in the Plans will be measured as an integral unit complete, in place, and operating and will be paid for [EMERGENCY VEHICLE PRE- EMPTION] at the contract unit price per system, which shall be compensation in full for all costs incidental thereto. 2. EMERGENCY VEHICLE PRE- EMPTiON (EVP) EQUIPMENT A. General Requirements The contract for furnishing and installing the EVP systems (detectors, indicator lights, detector cables, cards, harness, etc.) shall be awarded to the low bidder for the total project. However, the City reserves the right to delete as many of the Emergency Vehicle Pre - emption system(s) from the project as the City deems necessary and therefore the Contractor would receive no compensation for those system(s). The City or Engineer shall give written notice to proceed to the Contractor on which systems the Contractor will perform work. The Contractor shall not purchase any equipment for any system until given the notice to proceed for that system. Therefore, the City will not pay for any stored materials. No change in contract unit price shall be considered because of deletion of any EVP system(s). The work could be divided into as many as two (2) separate notices to proceed with at least three (3) systems per notice. The final written notice to proceed shall be given to the Contractor prior to (to be determined). rN A. General Requirements (continued) The Contractor shall furnish and install combination one way and two way EVP detectors and indicator lights on traffic signal mast arms, pedestals, signal bracketing and span wire as shown in the Plans. As needed, the traffic signal mast arms shall be field drilled, tapped and vertical plum to accommodate the mounting of the EVP detector and lights. A 3/4 inch half coupling, 3/4 inch nipple and conduit outlet body for emergency vehicle pre - emption equipment shall be furnished and installed four (4) feet from the end of each mast arm, as shown in the Plans. B. EVP Optical Detectors The EVP detector shall be capable of recognizing optical emitter frequency of 14.035 Hz +/ -.255 Hz for high priority and 5.63 Hz +/ -.255 Hz for low priority. Respond to an optical emitter at a distance not less than 1,800 feet in clear air. Furnish mounting hardware to accommodate installation onto mast arms, pedestals, signal brackets or span wires. Be able to deliver the necessary electrical signal to the controller cabinet via 3/C #20 wires from up to 1,000 feet. Where two or more heads are installed on the mast arm, the mount shall include the ability to individually aim each detector both vertically and horizontally. Wired with no splices as shown in the Plans. All detectors shall be properly aimed to the satisfaction of the Engineer. C. EVP Indicator Lights EVP indicator lights shall be provided on mast arms, signal bracketing, span wire, pedestals as shown in the Plans. Each EVP indicator light shall mount within an outdoor type flood lamp and shall provide a solid white indication visible at a distance of at least 500 feet. The lamp holder for the pre - emption indicator shall be die cast aluminum, weather tight, adjustable medium base lamp holder with silicone lamp seal, complete with 150 watt, outdoor spot lamp. D. EVP Detector Cables The EVP detector cable shall be a twisted three - conductor shielded cable with a ground drain wire in accordance with the following specifications: Conductors - 3 conductor AWG #20 (7 x 28) stranded, individually tinned copper, insulation rating 75 °C, 600 volt, color - coded yellow, blue, orange. Ground Drain Wire - #20 AWG (7 x 28) stranded, individually tinned copper. Shield - Aluminized polyester shield with 20 percent overlap. 3 D. EVP Detector Cables (continued) Jacket- Black PVC jackets. 0.045 inch nominal wall thickness. 80 °C insulation rating. 600 voltage rating. Cable O.D. - Nominal outside diameter 0.3 inch (7.62 mm). Drain and Conductor DC Resistance - Not to exceed 11.0 Ohms 11,000 feet. Capacitance - From one conductor to other two and shield shall not exceed 48 PF /FT. The detector cable shall be of durable construction for conduit and mast arm pull, direct burial, and exposed overhead installation. E. Cards, Card Cage, Wiring Harness and Card Racks The Contractor shall furnish isolator cards, card cage, wiring harness and card racks, as needed, compatible with or approved by the EVP Detector manufacturer in the controller cabinet and connections to provide a working EVP system. 3 EMERGENCY VEHICLE PRE- EMPTION (EVP) INSTALLATION The Contractor shall install EVP detectors and EVP indicator lamps atop traffic signal mast arms, signal brackets, span wire or pedestals in accordance with the following provisions: 1. The detector, indicator light, and wiring and connections shall be installed in - accordance with the manfacturees instructions. 2. In the event at installation, a noticeable obstruction is present in the line with the detector, the Contractor shall be obligated to advise the Engineer before installation. 3. The detector and indicator light shall be attached to the traffic signal mast arm, signal bracketing, pedestal, span wire to the satisfaction of the Engineer. 4. Any extension hardware shall be the same O.D. as the traffic signal bracketing framework; a reducer conduit fitting shall be used to attach the detector and indicator light assembly to the traffic signal mast arm. 3 EMERGENCY VEHICLE PRE- EMPTION (EVP) INSTALLATION (continued) 5. All extension hardware shall be painted the same color as the traffic signal mast arm to which it is attached. The detector and indicator light assembly shall not be painted. 6. All hardware shall be tightened securely. 7. The detector and indicator light shall be installed and mounted in such a way so as to insure the watertight integrity of the complete assembly. 8. Detector and indicator light(s) used in combination shall have a vertical separation of approximately six (6) inches.. 9. The detector shield tube shall be installed with the drain hole at the bottom. 10. There shall be no detector cable splices from the EVP detector on the mast arm to the traffic signal cabinet. 11. The detector cable shall be appropriately marked in the traffic signal cabinet as to which street and direction it is associated. 12. All one -way or two -way EVP detectors and indicator lights shall be operational when the traffic control signal system is turned on. 13. The Contractor shall contact the operating agency for each signal at least three (3) normal working days in advance of the time the Contractor would be installing the EVP equipment. 5 New Hope Emergency Vehicle Preemption Report MISNOMMO for MII'1i NESOTA DEPART-NENT OF TRANSPORTATION Engineering Services Divisions Technical Memorandum No. 96---T-- April 22, 1996 TO: Distribution 57, 382, 612, 618, and 650 FROM: John E. Sandahl Director, Engineering Services Division Assistant Chief Engineer SUBJECT: Guidelines for the Installation and Operation of Emergency Vehicle Preemption(EVP) ENPIRATION This technical memorandum will expire on April 1, 1999, or when this information is included in the Minnesota Traffic Engineering Manual. EVIPLEINIENT ATION The guidelines contained in this Technical Memorandum are to be implemented immediately for new installations. (Existing systems have three years to conform to the uniform standards of EVP operation.) INTRODUCTION Emergency vehicle preemption (EVP) is a system installed on emergency vehicles and at traffic signals which allows the emergency vehicles to travel through signalized intersections in a safe and timely manner. The system works as follows: An emergency vehicle a a signalized intersection enroute to a call has an activated emitter (a strobe light oscillating at a specified frequency). The osciIlations are detected by an EVP detector mounted on the signal mast arm. The signal controller terminates any conflicting phases to bring up the through phase for the emergency vehicle. Indicator lights mounted on the mast arm indicate that preemption is in operation. + The purpose of this Technical Memorandum is to provide uniform guidelines to all Minnesota Traffic personnel for the design and operation of Emergency Vehicle Preemption systems, as well as guidance to users on the operation of EVP. These guidelines refer to all items that are mounted within the signalized intersection, and do not pertain to the emitter mounted on the emergency vehicle. -More- April 22, 1996 Technical Memorandum No. 96 T -_ Page Page 2 GUMELLNES FOR CONSTRUCTION Within the State of Minnesota, EVP detection systems shall respond to emitted frequencies: High Priority - 14.035 Hz _ 0.05 Hz Low Priority - 9.639 Hz _ 0.03 Hz Ail newly constructed signals shall be wired for EVP. This includes running the necessary electrical conductors to the base of each pole or terminating in the mast arm as appropriate. Traffic signals with EVP shall use confirmatory white indicator lights. The confirmatory lights shall only be used during signal preemption by emergency vehicles. GUIDELINES FOR OPERATION EVP Confirmatory Indicator Light The white /clear confirmatory indicator light shall be mounted, in most cases, on the signal mast arm, one indication light facing each direction of approach. The E'VP confirmatory light shall remain dark (off) when the EVP Operation is not active. When the EVP is in operation, the indicator light shall flash or be steady under conditions defined below. Puroose of the Conf rmatory Indicator Light 1. Verity to the emergency vehicle driver that the signal controller has received the call. 2. Verify to emergency vehicle drivers approaching from different directions which direction of approach would receive preemption. 3. Indicate to the public that an emergency vehicle may be approaching the intersection and that the signal operation may be changing. Note: The indications do not assign any right of way at the intersection. Meaning of the Conf=atory Indicator Lights Steady EVP Confirmatory Indicator Light facing an approach means that the an emergency vehicle preemption has been received by the signal controller for that approach. Flashing EVP Confirmatory Indicator Light facing an approach means that the signal controller has received a call for preemption from an emergency vehicle on a conflicting approach, and is responding to that call. Operation of the Confirmatory Indicator Light Two Phase Operation The approach that is preempted will receive a steady confirmatory light along with the opposing approach. The controller will cycle through to bring up the circular green indications. The conflicting approaches will receive flashing confirmatory lights and circular red indications. (See Figure 1). - Allore- April 22, 1996 Technical Memorandum No. 96 T -_ Page Page 3 Multi -phase Protected/Permissive Operation The approach that is preempted will receive a steady confirmatory indication light along with the opposing approach. The controller will cycle through to bring up the circular green signal indication. The left turn green arrow is not given on the preempted approach since a permissive green ball for the opposing flow would have to be terminated first. An opposing left turner, seeing the signal go to yellow, might mistakenly assume that the preempted approach was also yellow, and turn into the oncoming traffic proceeding on a green. This is referred to as a "left turn trap." To avoid this, the left turn green arrow is not given to any approach. The operation of this intersection, under preemption, is similar to that of a two -phase intersection. Conflicting approaches will receive flashing confirmatory indication lights and circular red signal indications. (See Figure 2). Multi -phase Pro tected/Permissive Operation with Ramps and One -Way Streets The approach that is preempted will receive a steady confirmatory indicator light. The protected left turn green arrow and the circular green indication will come on together. The conflicting and opposing approaches will receive flashing confirmatory indicator lights and circular red indications. (See Figure 3). Multi -phase Protected Operation The approach that is preempted will receive a steady confirmatory indicator light, a protected left turn green arrow, and a circular green. The opposing and conflicting approaches will receive flashing confirmatory indicator lights and red indications. (See Figure 4). If roadway geometry, signal operation, or preemption recognition distance is insufficient to clear left turning vehicles ahead of the emergency vehicle, the engineer may bring up concurrent circular green through signal indications and leave all other movements red, including the protected left turn movements. This alternative is permitted in low speed applications where clearing the left -turn bay is a problem. In this operation the confirmatory indications would operate similar to the two phase operation. f t -End- April 22, 1996 Technical Memorandum No. 96- __-T-- Figure I Pace 4 April 22, 1996 Technical Memorandum No. 96---T-- Figure 2 Page 5 EMERGENCY VEHICLE D SIGNAL INDICATIONS (S� Qh� RED BALL J�a) GREEN BALL RED ARROW GREEN ARROW EVP OPERATION PROTECTED/PERMISSIVE OPERATION EVP INDICA11ONS �D� FLASHING STEADY FIGURE April 22, 1996 Technical Memorandum No. 96-_-T-_ Figure 3 Page a.. 4 f EMERGENCY VEHICLE D SIGNAL INDICATIONS RED BALL GREEN BALL RED ARROW A& GREEN ARROW EVP INDICATIONS D0 FLASHING ED STEADY APRIL 1. 1996 EVP OPERATION RAMP/ONE-WAY)T-217ERSECTION FIGURE I PROTECTED/PERMISSIVE 1 3 April 22, 1996 Technical Memorandum No. 96-_.�-T-_ Fi2ure 4 Paae 7 CP H EMERGENCY VEHIC! E SIGNAL INDICATIONS ED ® RED BALL GREEN BALL RE33 ARROW GREEN ARROW E41 INDICATIONS N FLASHING D J STEADY APRIL L. 1996 EVP OPERATION FIGURE I PROTECTED OPERATION 1 4 COUNCIL RESOLUTION AWARDING CONTRACT TO KILLMER ELECTRIC CO., INC. FOR EMERGENCY VEHICLE PRE- EMPTION PROJECT (IMPROVEMENT PROJECT NO. 564): The following bids were received on September 18, 1996, for the emergency vehicle pre - emption signal system revisions: Killmer Electric $61 ,785 Collins Electric 69,250 Egan Co. 74,990 Ridgedale Electric 78,700 The project provides equipment and installation of the equipment at 17 intersections within the City of New Hope. Staff recommends adoption of the resolution awarding the bid to the low bidder, Killmer Electric, for $61,785. Other costs associated with the entire EVP Project include: Engineering $15,000 County verification and start -up 8,500 Emitters - provide and install 14,250 Annual inspection costs for testing the systems. Note: Golden Valley will participate in their share up to a cost of $10,000. The current CIP budget covering 1996 -97 has a total of $152,470 allocated for the EVP project. im • N Review: Administration: Finance: RESOLUTION NO. 96- 187 RESOLUTION AWARDING CONTRACT TO KILLMER ELECTRIC CO., INC. FOR EMERGENCY VEHICLE PRE - EMPTION PROJECT (IMPROVEMENT PROJECT NO. 564) BE IT RESOLVED by the City of New Hope as follows: 1. That bids for the emergency vehicle pre - emption signal system revisions project were duly opened at the New Hope City Hall, 4401 Xylon Avenue North, at 11:30 a.m. on the 18th day of September, 1996. Vendor Bid Price Killmer Electric $61,785 Collins Electric 69,250 Egan Co. 74,990 Ridgedale Electric 78,700 2. That advertisement for bids for said purchase was published in the New Hope - Golden Valley Sun Post, the official newspaper of the City, on the 4th of September, 1996; and published in the Construction Bulletin on the 30th of August, 1996, and the 6th of September, 1996. 3. It has been determined that the lowest responsible bidder is Killmer Electric for $61,785. 4. The Mayor and Manager are authorized and directed to enter into an agreement with Killmer Electric for the emergency vehicle pre - emption project. 5. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposit of the successful bidder shall be retained until a contract has been signed. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 23rd day of September, 1996. v M or Attest: Vazzzl, tk-e- City Clerk 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 October 21, 1996 Killmer Electric Company, Inc. 9702 85th Avenue North PO Box 246 Maple Grove, MN 55369 City Hall: 612- 531 -5100 Police: 612- 531 -5170 Public Works: 612 - 533 -4823 TDD: 612 -531 -5109 SUBJECT: EVP SIGNAL SYSTEM REVISIONS (IMPROVEMENT PROJECT NO. 564) City Hall Fax: 612- 531 -5136 Police Fax: 612- 531 -5174 Public Works Fax: 612- 533 -7650 Fire Dept Fax: 612- 531 -5175 Enclosed is a fully executed copy of the contract documents for New Hope Project No. 564. Copies are also being transmitted to your surety company as well as to our City Engineer and City Attorney. Also enclosed is a letter verifying the correct name of Killmer Electric Company, Inc. This contract was awarded by the New Hope City Council on September 23, 1996, for $61,785. Enclosed is return of your bid bond. Also enclosed is a Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, YIA Valerie Leone City Clerk, CMC enc. cc: Cobb, Strecker, Dunphy & Zimmerman, Inc. City Engineer City Attorney Director of Fire & Safety Director of Public Works Family Styled City For Family Living \ OFFICIAL FILE COPY Bonestroo in Rosen Anciedik 6 Bidder Total Base Bid Address Telephone No. " mom Associates Engineers & Architects SL ftuLtfi2LmzuktLJ' City, State, Zip Fax No. i ADDENDUM NO. I EMERGENCY VEHICLE PREEMPTION (EVP) SIGNAL SYSTEM REVISIONS FILE NO. 34191 CITY PROJECT NO. 564 NEW HOPE, MINNESOTA September 16, 1996 Opening lime: 11:30 A.M., C.D.S.T. Opening Date: Wednesday, September 18, 1996 Addendum No. 1 The Special Provisions, Section 13, shall be amended to add that the Contract award is contingent upon State Aid approval, which is anticipated to occur by October 15, 1996. The Special Provisions, Section 14, shall be changed an approximate start date of October 15, 1996 and the last paragraph of Section 14 shall be deleted. Section 2565 of the specifications contains an EQUIPMENT NEEDS CHART that contains several inconsistencies between it and the Plans. The following changes should be made to the chart: Intersection A requires (2) 2-channel EVP Cards NOT (1). Intersection C requires (2) 1 -way EVP detectors and (1) 2-way Dual EVP detector, NOT (0) & (2) as listed. Intersection E requires only (1) EVP combo confirmation light, NOT (2). Intersection K requires only (1) EVP separate confirmation light, NOT (2). All Intersections that require EVP hubs to be drilled and tapped into existing mast arms are as noted in the EQUIPMENT NEEDS CHART and NOT as shown in the Plans. If you have any questions on this project, please call Todd Foster at 604-4806. 2335 WEST HIGHWAY 36 ST. PAUL, MINNESOTA 55113 (612) 636-4600 34191adl.spc EVP SIGNAL SYSTEM REVISIONS FILE NO. 34191 1 Index Advertisement for Bids Information to Bidders Proposal Special Provisions 2565. Traffic Control Signals - Specific Requirements Mn/DOT DRAFT Technical Memorandum "Guidelines for the Installation and Operation of Emergency Vehicle Preemption (EVP)" Conditions of the Contract I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. P.E. F. Todd Foster, P.E. Date: July 31-1996 - Reg. No. 218 34191 @ 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. AM= Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T., on Wednesday, September 18, 1996, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: New Hope - Emergency Vehicle PretmRtion.Siznal Svstem Revisions, City Proje No. 564 consisting of the following approximate quantities: 17 LS Revise Signal System to Add Emergency Vehicle Preemption Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636-4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty-five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $25.00. See "Information to Bidders" for plan/specification deposit policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel J. Donahue - City Manager City of New Hope, Minnesota 34191ad 1. BED PROCEDURE: Each planholder has been furnished a specification, plan set and two extra proposals. Bids shall • submitted on the separate Proposal Form designated "BID COPY" and not in the Mecification book. The Proposal containing the bid shall be submitted in a sealed envelope. 0 ANKI 01MAM IUMM SeT OIL pans URU W V Vy, 1, for these additional sets. a) Were a priune bidder who submitted a bona-fide bid to the Owner, or b) Submitted quotes to at least two prime bidders which are identified with the returned plans and specifications. The following planholders need not return plans and specifications to receive a refund of deposit: a) Low prime bidder, or b) Successful low subcontractors and suppliers who notify the receptionist within 15 days of the bid. Refunds of deposit will also be made, for one set of plans and specifications only, to thos�-., a 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty-five cents ($0.25) per sheet of specifi6ations for which no refund will be made. Bonestro Rosen OEM I" Anderlik Associate Engineers & Architects St. Paul -Mil PROPOSAL EMERGENCY VEHICLE PREEMPTION (EVP) SIGNAL SYSTEM REVISIONS CITY PROJECT NO. 564 FILE NO. 34191 MINNESOTA 1996 Opening Time: 11:30 a.m., C.D.S.T. Opening Date: Wednesday, September 18, 1996 Honorable City Council City of New Hope 4401 Xylon Av N New Hope, MN 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda No. 1 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price 0565.604 Revise signal System "A" LS 1 3,825.00 3,825.00 0565.604 Revise signal System "B" LS 1 3,660.00 3,660.00 0565.604 Revise signal System "C" LS 1 3,690.00 3,690.00 0565.604 Revise signal System "D" LS 1 4,012.00 4,012.00 0565.604 Revise signal System "E" LS 1 1,887.00 1,887.00 0565.604 Revise signal System "F" LS 1 3,460.00 3,460.00 0565.604 Revise signal System "G" LS 1 3,227.00 3,227.00 0565.604 Revise signal System "H" LS 1 3,144.00 3, 144.00 0565.604 Revise signal System "I" LS 1 3,648.00 3,648.00 0565.604 Revise signal System "J" LS 1 3,977.00 3,977.00 34191 \contract.wb2 0565.604 Revise signal System "K" 0565.604 Revise signal System "L" 0565.604 Revise signal System "M" 0565.604 Revise signal System "O" 0565.604 Revise signal System "P" 0565.604 Revise signal System "Q" 0565.604 Revise signal System "R" 2,984.00 Total Base Bid LS 1 6,109.00 6,109.00 LS 1 5,958.00 5,958.00 LS 1 3,415.00 3,415.00 LS 1 2,984.00 2,984.00 LS 1 2,484.00 2,484.00 LS 1 3,224.00 3,224.00 LS 1 3,081.00 3,081.00 $61,785.00 34191 \contract.wb2 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefore, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefore. Accompanying this bid is a bidder's bond certified check, or cash deposit in the amount of five percent (5 %) of amount bid , which is at least five percent (5%) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) _Killmer Electric Company (An Individual) Name (A Partnership) Gordon Johnson Signer Vice President Title Gordon Johnson Printed Name of Signer 34191 \contract.wb2 PROPOSAL EMERGENCY VEHICLE PREEMPTION (EVP) SIGNAL SYSTEM REVISIONS CITY PROJECT NO. 564 FILE NO. 34191 NEW HOPE, MINNESOTA 1996 Opening Time: 11:30 A.M., C.D.S.T. Opening Date: Wednesday, September 18, 1996 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Bonestroo Unit cit y . Rosen Bidder Total Base Bid 0565.604 Revise signal System "A" Anderlk 1 Associate Address Telephone No. 0565.604 Revise signal System "B" Engineers &architect City, State, Zip FaX No. Pa ul • NiMu $ PROPOSAL EMERGENCY VEHICLE PREEMPTION (EVP) SIGNAL SYSTEM REVISIONS CITY PROJECT NO. 564 FILE NO. 34191 NEW HOPE, MINNESOTA 1996 Opening Time: 11:30 A.M., C.D.S.T. Opening Date: Wednesday, September 18, 1996 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit cit y . Unit Price Total Price 0565.604 Revise signal System "A" LS 1 $ $ 0565.604 Revise signal System "B" LS 1 $ $ 0565.604 Revise signal System "C" LS 1 $ $ 0565.604 Revise signal System "D" LS 1 $ $ 0565.604 Revise signal System "E" LS 1 $ $ 0565.604 Revise signal System "F" LS 1 $ $ 0565.604 Revise signal System "G" LS 1 $ $ 34191promb2 P -1 0565.604 0565.604 0565.604 0565.604 0565.604 0565.604 0565.604 0565.604 0565.604 0565.604 Revise signal System "H" Revise signal System "I" Revise signal System "J" Revise signal System "K" Revise signal System "L" Revise signal System "M" Revise signal System "0" Revise signal System "l'" Revise signal System "Q" Revise signal System "R" Total Base Bill LS LS LS LS LS LS LS LS LS LS 1 $ $ 1 $ $ 1 $ $ 1 $ $ 1 $ $ 1 $ $ 1 $ $ 1 $ $ 1 $ $ 1 $ $ ,, 34191pro.wb2 p_2 UNITED FIRE & CASUALTY COMPANY Un HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company — See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint BRUCE N. TELANDER, OR JOHN P. MARTINSEN, OR R.W. FRANK, OR R. SCOTT EGGINTON, OR DENNIS J. LINDER, OR DONALD R. OLSON, OR JOHN E. TAUER, ALL INDIVIDUALLY. of 150 S 5TH ST #2000 MINNEAPOLIS MN 55402 its true and lawful Attorney(s)—in —Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: ANY AND ALL BONDS and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shall expire AUGUST 7th 1997 unless sooner revoked.. This Power of Attorney is made and executed Pursuant to and by authority of the following By —Law duly adopted by the Board of Directors of the Company on April 18, 1973. "Article V — Surety Bonds and Undertakings. Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company, may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory Instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any powerof attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of 01rectors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this �� ,► �l.gr^ 7th day of AUGUST A.D. 1995 COt?CIATE SSAL UNITED FIRE & CASUALTY COMPANY e• �a,. 'iM4p�u�N + By State of Iowa, County of Llnn, ss: !f Vice President John R. Cruise On this 7 t h day of AUGUST 1995, before me personally came to me known, who being by me duly sworn, did depose and say: that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporated seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto aursuant to like authority, and acknowledges same to be the act and deed of said corpora 'on. _77 R. G. HECKROTH Notary Public CERTIFICATION My commission expires December 10 19 95 the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing aoPy of the Power of Attorney and affidavit, and the copy of the Section of the By —Laws of said Company as set forth in said Dower of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is iow in full force and effect. � In testimony whereof I have hereunto subcribed my name and affixed the corporate seal of the said •` A. ' 41 Company this 1St day of October 19 96 C4001ATE SSAL3� -(_ - 6� *.' Secretar Y UNITED FIRE & CASUALTY COMPANY Un HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company — See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint BRUCE N. TELANDER, OR JOAN P. MARTINSEN, OR R.W. FRANK, OR R. SCOTT EGGINTON, OR DENNIS J. LINDER, OR DONALD R. OLSON, OR JOHN E. TAUER, ALL INDIVIDUALLY. of 150 S 5TH ST #2000 MINNEAPOLIS MN 55402 its true and lawful Attorney(s) —in —Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: ANY AND ALL BONDS and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shall expire AUGUST 7th 1997 unless sooner revoked. This power of Attorney is made and executed pursuant to and by authority of the following By —Law duly adopted by the Board of Directors of the Company on April 18, 1973. "Article V — Surety Bonds and Undertakings. Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company, may, from time to time, appoint by written certificates attorneys -in -tact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of tike nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any powerof attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney- in•fact. IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents .Nln,tiner to be signed by its vice president and its corporate seal to be hereto affixed this 7th day of AUGUST A.D. 1995 '` tOtrQtA1E SEAL 4 UNITED FIRE & CASUALTY COMPANY + �++wu1N BY State of Iowa, County of Linn, ss: Vice President John R. Cruise 3n this 7 t h day of AUGUST 1995, before me personally came ;o me known, who being by me duly sworn, did depose and say: that he resides in Cedar Rapids, State of Iowa: that he is a ✓ice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above nstrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporated seal; that t was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corpora 'on. M& R. G. HECKROTHI Notary Public MY COMMISSION EXPIRES December 10 95 Decs nber 10, 1995 My commission expires 19 CERTIFICATION the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing :opy of the Power of Attorney and affidavit, and the copy of the Section of the By —Laws of said Company as set forth in said 'lower of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct :ranscripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is tow in full force and effect. N011001.1"� In testimony whereof I have hereunto subcribed my name and affixed the corporate seal of the said tr`�1 Company this 1st day of October 19 96 °tcatrotatE � SEAL "veia/ala +at Secretary Originating Department Public Works B Y : Jeannine Clan Approved for Agenda 10/28/96 o Agenda Section Consent Item No. 6.4 RESOLUTION APPROVING THE COOPERATIVE JOINT POWERS AGREEMENT FOR EMERGENCY VEHICLE PREEMPTION AT 62 AVENUE AND WEST BROADWAY (CSAH 8), BETWEEN THE CITIES OF NEW HOPE AND BROOKLYN PARK, NEW HOPE IMPROVEMENT PROJECT 564; AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN This resolution approves a Cooperative Joint Powers Agreement for installation of a vehicle emergency preemption system at the intersection of 62 "d Avenue and West Broadway. This intersections lies within the communities of Brooklyn Park and New Hope. The agreement includes the following components: • Agrees to equally divide the estimated $5000 in construction costs between Brooklyn Park and New Hope and any additional costs incurred by Hennepin County (estimated between $250 and $500.) • Identifies New Hope as the lead agency in managing the project. • Establishes a proposed schedule of October 1, 1996 to June 15, 1997. Staff recommends approval of the resolution. • i : � 1 TO: 1 � i Lo Review: Administration: Finance: 1I CITY OF NEW HOPE RESOLUTION NO. 96- 210 RESOLUTION APPROVING COOPERATIVE JOINT POWERS AGREEMENT EMERGENCY VEHICLE PREEMPTION AT 62 AVENUE AND WEST BROADWAY (CSAH 8) BETWEEN THE CITIES OF NEW HOPE AND BROOKLYN PARK NEW HOPE IMPROVEMENT PROJECT 564; AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, the Cities of New Hope and Brooklyn Park desire to bring about the improvement of the existing traffic signal system at the intersection of 62 Avenue North and West Broadway (County State Aid Highway 8), hereinafter referred to as CSAH 8, by adding an emergency vehicle preemption system to the existing signal system controls at this location; and, WHEREAS, the City Engineer has prepared plans and specifications for work to be completed for this improvement; and, WHEREAS, Minnesota Statue Section 471.59 allows the cities of New Hope and Brooklyn Park to enter into a Joint Powers Agreement to facilitate improvements on a common boundary between the two cities; and, WHEREAS, a Cooperative Joint Powers Agreement has been prepared between the Cities of New Hope and Brooklyn Park setting forth the project scope of work, terms, and conditions. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the Cooperative Joint Power Agreement for Emergency Vehicle Preemption at 62 Avenue North and CSAH 8 between the Cities of New Hope and Brooklyn Park is approved. 2. The Mayor and City Manager are authorized to sign. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 28th day of October, 1996. Attest: "e- 'Mayor Oty Clerk g: resolution\564joint 1 5200 85th Ave. No., Brooklyn Park, MN 55443-4300 N Phone 612 424-8000 Fax 612 493-8391 TDD 612 493-8392 DATE: to - �5 9( TO: Lad &5fer -3 V, 3% If 5 FROM: /mac IJi e"' . d � ��''«' tr q . Lj SUBJECT: E 0 c- A". M ITEM(S): ND DESCRIPTION cA as you requested review and return for your information 30 V for your approval other (see remarks) PURPOSE: [>cj as you requested review and return for your information reply to sender for your approval other (see remarks) REMARKS: v k7 elej L4- t k.)e ri �� a �� y 2 �c e C u�'� E �d `` �. d Th 7 �i /` e �cx +.1� -Ale- VL S" COPY: FAX NO. (612) 493-8391 RESOLUTION #1996-301 RESOLUTION APPROVING COOPERATIVE JOINT POWERS AGREEMENT WITH THE CITY OF NEW HOPE FOR EMERGENCY VEHICLE PRE-EMPTION AT 62ND AVENUE AND CSAH 8, PROJECT M-1219, SAP 110-020-16 AND SAP 110-120-04 WHEREAS, the intersection of 62nd Avenue and CSAH 8 (West Broadway) is on the common boundary line between the City of New Hope and the City of Brooklyn Park, and WHEREAS, New Hope and Brooklyn Park have determined that it is mutually desirable to install an emergency vehicle pre-emption (EVP) system at the 62nd Avenue/CSAH 8 intersection, and WHEREAS, New Hope has agreed to be the lead agency for said improvement and has prepared a Cooperative Joint Powers Agreement indicating New Hope and Brooklyn Park participation in the construction and operation of said EVP system. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BROOKLYN PARK: 1 The City of Brooklyn Park approve the Cooperative Joint Powers Agreement with the City of New Hope for EVP at 62nd Avenue and CSAH 8, a copy of said agreement is attached hereto and made a part hereof. 2. The Mayor and City Manager are hereby authorized and directed to execute said agreement on behalf of the City of Brooklyn Park. 3. The City Clerk is directed to forward two (2) City executed copies of said Agreement to Mr. Todd Foster, Bonestroo, Rosene, Anderlik and Associates, 2335 West Highway 36, St. Paul, Mn. 55113. The foregoing resolution was introduced by Councilmember Feess and duly seconded by Councilmember Gustafson. The following voted in favor of the resolution: Arbogast, Eder, Enge, Feess, Gustafson, Schulte and Trepanier. The following voted against: None. The following were absent: None. Whereupon the resolution was adopted. ADOPTED: OCTOBER 14, 1996 GRACE A7=0GAST, MAYORr #1996-301 CERTIFICATE STATE OF MINNESOTA COUNTY OF HENNEPIN CITY OF BROOKLYN PARK I, the undersigned, being the duly qualified City Clerk of the City of Brooklyn Park, Minnesota, hereby certify that the above resolution is a true and correct copy of the resolution as adopted by the City Council of the City of Brooklyn Park on October 14, 1996. WITNESS my hand officially as such Clerk and the corporate seal of the City this 15th day of October, 1996. MYRNA),/MAIKKULA, CITY CLERK (SEAL) #1996-301 RESOLUTION #1996 -302 RESOLUTION APPROVING THE PLANS AND SPECIFICATIONS FOR PROJECT M -1219, SAP 110- 020 -16 AND SAP 110 - 120 -04, FOR THE INSTALLATION OF EMERGENCY VEHICLE PRE- EMPTION AT 62ND AVENUE AND CSAH 8 (WEST BROADWAY) WHEREAS, New Hope and Brooklyn Park have determined that an emergency vehicle pre- emption (EVP) system should be installed at the 62nd Avenue /CSAH 8 (West Broadway) intersection, and WHEREAS, New Hope is the lead agency for said project and has prepared plans and specifications for the subject improvements. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BROOKLYN PARK: 1. The City of Brooklyn Park approves said plans and specifications for Project M -1219, SAP 110 - 020 -16 and SAP 110- 120-04, a copy of said plans and specifications are attached hereto and made a part hereof. 2. The City Clerk is hereby directed to forward two certified copies of this resolution to Mr. Todd Foster, Bonestroo, Rosene, Anderlik and Associates, 2335 West Highway 36, St. Paul, Mn. 55113. The foregoing resolution was introduced by Councilmember Feess and duly seconded by Councilmember Gustafson. The following voted in favor of the resolution: Arbogast, Eder, Enge, Feess, Gustafson, Schulte and Trepanier. The following voted against: None. The following were absent: None. Whereupon the resolution was adopted. ADOPTED: OCTOBER ••. GRACE ARBOGAST, MAYOR #1996 -302 CERTIFICATE STATE OF MINNESOTA COUNTY OF HENNEPIN CITY OF BROOKLYN PARK I, the undersigned, being the duly qualified City Clerk of the City of Brooklyn Park, Minnesota, hereby certify that the above resolution is a true and correct copy of the resolution as adopted by the City Council of the City of Brooklyn Park on October 14, 1996. WITNESS my hand officially as such Clerk and the corporate seal of the City this 15th day of October, 1996. MYRNA MAIKKULA, CITY CLERK 6 1 #1996-302 4401 Xylon Avenue North New Hope, Minnesota 55428-4898 October 29, 1996 Mr. George Calebaugh City of Brooklyn Park 5200 85th Avenue North Brooklyn Park, MN 55443-4300 Dear Mr. Calebaugh: City Hall: 612-531-5100 Police: 612-531-5170 Public Works: 612-533-4823 TDD: 612-531-5109 City Hall Fax: 612-531-5136 Police Fax. 612-531-5174 Public Works Fax, 612-533-7650 Fire Dept. Fax. 612-531-5175 At its meeting of October 28, 1996, the New Hope City 'Council approved the Cooperative Joint Powers Agreement for the Emergency Vehicle Preemption at 62nd Avenue North and West Broadway (CSAH 8) between the cities of New Hope and Brooklyn Park. Enclosed is a fully executed contract for your records. Sincerely, Valerie Leone, CMC City Clerk enc. cc: Todd Foster, Bonestroo, Rosene, Anderlik & Associates Jeannine Clancy, Director of Public Works Doug Smith, Director of Fire & Safety Family Styled City A�io For Family Living COOPERATIVE JOINT POWERS AGREEMENT EMERGENCY VEHICLE PREEMPTION AT 62ND AVENUE NORTH AND CSAH 8 NEW HOPE & BROOKLYN PARK AGREEMENT, made and entered into this =® day of _ . C 199 (G, by and between the City of New Hope, hereinafter referred to as "New Hope" and the City of Brooklyn Park, hereinafter referred to as `Brooklyn Park ". WITNES SETH: WHEREAS, New Hope and Brooklyn Park desire to bring about the improvement of the existing traffic signal system at the intersection of 62nd Avenue North and County State Aid Highway 8, hereinafter referred to as "CSAH 8 ", by adding an emergency vehicle preemption system to the existing signal system controls at this location; and WHEREAS, an emergency vehicle preemption system will allow emergency vehicles to respond to calls more quickly, when passing through this location in response to an emergency and when activating the in vehicle emitter if so equipped; and WHEREAS, New Hope and Brooklyn Park support emergency vehicle preemption systems at most existing and new traffic signal systems throughout each respective City; and WHEREAS, Minnesota Statute Section 471.59 allows the cities of new Hope and Brooklyn Park to enter into a Joint Powers Agreement to facilitate improvements on a common boundary between the two cities; and WHEREAS, the above mentioned improvement lies on the mutual corporate limits of New Hope and Brooklyn Park; and WHEREAS, New Hope has had their engineer prepare the necessary associated plans and specifications and received the desired State Aid approval, which is eligible for Municipal State Aid funding; and WHEREAS, Hennepin County currently maintains this existing signal system and has agreed to maintain the proposed emergency vehicle preemption system. NOW THEREFORE, IT IS HEREBY AGREED: 1) The cities of New Hope and Brooklyn Park, by executing this agreement, mutually approve the City of New Hope as the lead agency and agree to review and approve the plans and specifications for said Project. New Hope will provide Brooklyn Park with all available data and materials pertinent to the above project. New Hope will provide record plan drawings and keep Brooklyn Park's Public Works Department updated on construction progress. 34191jpa.wpd 2) The cities of New Hope and Brooklyn Park, will split equally the estimated construction costs of $5,000.00 and any additional costs incurred by Hennepin County to facilitate an EVP system at this location. The County cost is estimated at $250.00 to $500.00 per intersection. 3) New Hope will as the lead agency, advertise and receive bids and enter into a Contract for the said project with the successful lowest responsible bidder, in accordance with Minnesota Statutes. The Contract documents will include the plans and specifications prepared by New Hope or its agents and approved by, Brooklyn Park and Minnesota State Aid and be in compliance with all State Aid standards and shall be approved for State Aid funding. 4) New Hope will administer the Contract, inspect the construction and coordinate all work with Brooklyn Park and Hennepin County. All work shall be completed in accordance with the plans and specifications. The City of Brooklyn Park reserves the right to enter and inspect the project as work progresses, but will not be responsible for the supervision of work or directly communicate the Contractor to deviate from the plans without the approval of New Hope. 5) New Hope shall be responsible for receiving final State Aid approval for the project 6) The proposed schedule is for the above mentioned project a) Begin Construction October 1, 1996 b) Complete Construction June 15, 1997 7) Brooklyn Park will finance their half of the State Aid reimbursable costs, including the Hennepin County force account funds, with monies from its Municipal State Aid account. New Hope will finance all other costs of the project at this location. All State Aid eligible cost will be included for preliminary engineering, and construction engineering. 8) New hope will administer all payments for this project. Any change orders that effect Brooklyn Park's payment, shall be approved by Brooklyn Park prior to implementation. Both cities shall be responsible for reporting their respective reimbursable costs to the State Aid office and collecting their respective funds. New Hope will provide Brooklyn Park all pertinent information necessary for this activity. 9) All records and information kept by each agency with regard to this project shall be subject to examination by the representatives of each involved party. 10) Each party agrees that it will be responsible for its own acts and the results thereof, to the extent authorized by the law, and shall not be responsible for the acts of any other party and the results thereof. The County's and the Cities' liability is governed by the provisions of Minnesota Statutes, chapter 466. Each party of this Agreement warrants that they are able to comply with the aforementioned indemnity requirements through an insurance or self - insurance program. 34191 jpa.wpd It is further agreed that any and all employees of each party to this Agreement and all other persons engaged by that party in the performance of any work or services required or provided herein to be performed by that party shall not be considered employees of any of the other parties, and that any and all claims that may or might arise under the Workers' Compensation Act or the Unemployment Compensation Act of the State of Minnesota on behalf of said employees while so engaged and any and all claims made by third parties as a consequence of any act or omission on the part of said employees while so engaged on any of the work or services provided to be rendered herein shall in no way be obligation or responsibility of any of the other parties. IN TESTIMONY WHEREOF, the parties hereto have caused this agreement to be executed by their respective duly authorized officers as of the day and year first above written. CITY OF NEW HOPE BY: Mayo CITY OF BROOKLYN PARK BY. . _ _ Z-e, r G 4 Mayor DATE: M-3 6- 170 • W F . Managef DATE: (Seal) 11 (Seal) 34191 jpa.wpd COUNCIL Originating Department I Approved for Agenda ' Agenda Section Public Works 1/13/97 Consent Item No. By Jeannine Clancy I BY: / I 6.26 APPROVAL OF BID AND AUTHORIZATION TO PURCHASE 3M OPTICOM EMITTERS, SWITCHES, AND ONE INSTALLATION SESSION - $14,340 (IMPROVEMENT PROJECT 564) Staff has received a bid from the Rennix Corporation for 3M Opticom Emitters and Switches, and one installation session in the amount of $14,340. These emitters will be installed in the City's emergency vehicles. The emitters will transmit a signal to receivers that are currently being installed at all signalized intersections in the city. The emitter allows the driver of the emergency vehicle to control the intersection. Staff recommends this sole source purchase for the following reasons: • In 1996, Council awarded a contract to Kilmer Electric for the signal revisions. The specifications for this project did not require a specific name brand of receivers for installation on the traffic signals. Kilmer was the low bidder and has selected 3M as the type of equipment to be installed. Kilmer has submitted and received approval for the 3M equipment from the City Engineer. • Staff has informally solicited cost estimates from competitors for the emitters and switches. The difference in cost is insignificant and does not outweigh the potential for compatibility problems that may arise from having a 3M receiver on the traffic signal and a different brand of equipment as the emitter located in the emergency vehicle. This equipment has a 10 day lead time. Pending approval by Council, Public Works mechanics will be trained on the installation. The mechanics will work to complete the installation of the emitters so that the vehicles are complete on or about the same time that signal revisions are scheduled to be completed (June 15, 1997). MOTION BY �� I SECOND BY TO: Review: Administration: Finance: fa�Qi71) am Authorized Dealer RENNIX Corporation Traffic Control Products 413 Wacouta Street - Suite 550 St. Paul, MN 55101 (612) 222-7252 FAX (612) 292-0014 1-800-225-9602 City of New Hope Attn: Mr. Douglas C. Smith Director of Fire and Safety Switches: Model 592S 1 ......................._. ............................... S5 ea 0' Model 2925 0 each. ..... .......... 43 I look forward to meeting with you to discuss this project. IAN IX CORPORATION -412 /T Va -t 4401 Xylon Avenue North City Hall. 612 -531 -5100 City Hall Fax: 612 -531 -5136 New Hope, Minnesota 55428 -4898 Police: 612 - 531 -5170 Police Fax: 612- 531 -5174 Public Works: 612 - 533 -4823 Public Works Fax: 612- 533 -7650 TDD: 612- 531 -5109 Fire Dept. Fax: 612 - 531 -5175 January 16, 1997 Ms. F. Denise Miller Rennix Corporation 413 Wacouta Street, Suite 550 St. Paul, MN 55101 Subject: Purchase of 3M Opticom Emitters, Switches, and one Installation session. Improvement Project 564 Dear Denise: Enclosed you will find a purchase order in the amount of $14,340 for purchase of 18 3M Opticom Emitters, Switches, and one Installation session. Be advised that we are ordering Emitter Model 292 and, if available, Model 292RF. Additionally, we will be ordering 18 Switches with the Model numbers dependent upon the type of the vehicle. Tom Bies, Central Garage Coordinator, will be contacting you in the near future to discuss the appropriate model numbers for the switches as well as to set up an installation session with him and two members of his staff. If you have any questions, please contact me at 533 -4823, ext. 16, or Tom Bies at extension 17. Thank you for your assistance with this project. Sincerely, J nnine Clancy Director of Public Works cc: Tom Bies, Central Garage Coordinator Doug Smith, Director of Fire and Safety gAetters\emitters Family Styled City For Family living -- -- ------- -- ---- - COUNCIL Originating Department Public Works Approved for Agenda 5-27-97 Agenda Section Consent Item No. By: Jeannine Clancy Lo Mwe RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 1 TO CONTRACT WITH KILLMER ELECTRIC, INC. FOR IMPROVEMENT No. 564, EMERGENCY VEHICLE PREEMPTION PROJECT This is a supplemental agreement (or change order to the contract) with Killmer Electric, Inc. for some additional work needed for the Emergency Vehicle Preemption Project. The agreement pays for costs associated with work that is outside the contract documents at handholes located in the intersection of 42 "d Winnetka Avenues and the intersection of Bass Lake Road and Winnetka Avenue. The handholes are currently full of debris. The change order compensates the contractor for removing the debris and reworking the handholes to create functional pull boxes. The additional cost is $1,100.00 and will be paid from the project budget. Staff requests approval of the resolution. MOTION BY SECOND BY TO. 7- 96 Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 97 -90 RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 1 TO CONTRACT WITH KILLMER ELECTRIC, INC. FOR IMPROVEMENT No. 564, EMERGENCY VEHICLE PREEMPTION PROJECT; AUTHORIZING THE CITY MANAGER TO SIGN WHEREAS, the City has entered into a contract with Killmer Electric, Inc. for the Emergency Vehicle Preemption Project; and, WHEREAS, conditions found in the field during construction warrant work which is outside the scope of the contract documents; and, WHEREAS, the City has received a cost proposal from Killmer Electric, Inc. to modify the terms of the contract by performing additional work to the handhole in the west median of the Bass Lake Road and Winnetka Avenue intersection and the handhole in the southwest quadrant of 42 Avenue and Winnetka Avenue intersection; and, NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of New Hope, Hennepin County, Minnesota: 1. That the City Council hereby approves Supplemental Agreement No. 1 to the contract with Killmer Electric, Inc. resulting in an additional cost to the City of $1,100.00. 2. That the City Manager is authorized to sign Supplemental Agreement No. 1. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 27th day of May, 1997. Attest: City Clerk Mayor — G:resolutn\564co1 June 2, 1997 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Mr. Mike Spack Bonestroo, Rosene, Anderlik Associates 2335 West Trunk Highway #36 St. Paul, MN 55113 Dear Mr. Spack: City Hall. 612 -531 -5100 Police: 612 - 531 -5170 Public Works: 612 -533 -4823 TDD: 612. 531 -5109 City Hall Fax. 612 -531 -5136 Police Fax. 612 -531 -5174 Public Works Fax: 612. 533 -7650 Fire Dep't, Fax: 612 -531 -5175 Enclosed are the Supplemental Agreements (change orders) regarding the contract with Kilimer Electric, Inc. for New Hope Improvement Project No. 564 (Emergency Vehicle Pre - emption Project). The New Hope City Council approved the supplemental agreement at its meeting of May 27, 1997. The agreements have been signed by our Mayor. Please obtain the remaining signatures and return one fully executed agreement to my attention. Thank you. Sincerely, Valerie Leone, CMC City Clerk enc. cc: Jeannine Clancy, Director of Public Works Family Styled City T For Family Living COUNCIL ,1 • .' • Originating Department Approved for Agenda Public Works 1 9/22/97 By: Jeannine Clancy I By: e MOTION APPROVING FINAL PAY REQUEST TO KILLMER ELECTRIC COMPANY IN THE AMOUNT OF $39,830.55 FOR THE EMERGENCY VEHICLE PRE- EMPTION (EVP) (PROJECT 564) Killmer Electric has requested final payment for work associated with the Emergency Vehicle Pre - emption Project. The final pay request is in the amount of $39,830.55. The City Engineer reports that all work has been satisfactorily completed and recommends that final payment be made to the contractor. Staff recommends approval of the motion. MOTION BY SECOND BY d` TO: fr Review: Administration: Finance: Agenda Section Consent Item No. # September 8, 1997 Ms. Jeannine Clancy City of New Hope 4401 Xylon Avenue N New Hope, MN 55428 Re: Emergency Vehicle Preemption Signal System Revisions Our File No. 34191 Dear Ms. Clancy: Bonestroo, Rosene, Anderlik and Associates, Inc. is an Afflrmat' e Action /Equal Opportunity Employer Princip is : Otto G Boiestroo, PE. • Joseph C. Anderlik, RE • Marvin L. Sor.`ala, P.E. Richard E. Turner PE Gicm) R Cook, P.E. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, P.E. Robert W, Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principilr Howard A. Sanford PE. • Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. Richard \G'. Foster RE. • David O. Losfote, R.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, PE, Michael T Rautmann P.E. • Ted K.Field PE. • Kenneth R Anderson, P.E. • Mark R. Rolls, PE. Sidney R Williamson, RE., L.S. • Robert F. Kotsmith Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI I have enclosed three (3) copies of Request For Payment No. 2 and Final for the project mentioned above. Please review, sign and forward one copy to our office, one copy to your bonding company, and retain one copy for your files. I have also enclosed the completed IC -134 form for your files. Please call me at 604 -4849 should you have any questions. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Michael P. Spack MPS:gs Enclosures 2335 West Highway 36 - St. Paul, MN 55113 x 612-636-4600 P Fax: 612-636-1311 1R t k t i t September 8, 1997 Ms. Jeannine Clancy City of New Hope 4401 Xylon Avenue N New Hope, MN 55428 Re: Emergency Vehicle Preemption Signal System Revisions Our File No. 34191 Dear Ms. Clancy: Bonestroo, Rosene, Anderlik and Associates, Inc. is an Afflrmat' e Action /Equal Opportunity Employer Princip is : Otto G Boiestroo, PE. • Joseph C. Anderlik, RE • Marvin L. Sor.`ala, P.E. Richard E. Turner PE Gicm) R Cook, P.E. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, P.E. Robert W, Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principilr Howard A. Sanford PE. • Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. Richard \G'. Foster RE. • David O. Losfote, R.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, PE, Michael T Rautmann P.E. • Ted K.Field PE. • Kenneth R Anderson, P.E. • Mark R. Rolls, PE. Sidney R Williamson, RE., L.S. • Robert F. Kotsmith Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI I have enclosed three (3) copies of Request For Payment No. 2 and Final for the project mentioned above. Please review, sign and forward one copy to our office, one copy to your bonding company, and retain one copy for your files. I have also enclosed the completed IC -134 form for your files. Please call me at 604 -4849 should you have any questions. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Michael P. Spack MPS:gs Enclosures 2335 West Highway 36 - St. Paul, MN 55113 x 612-636-4600 P Fax: 612-636-1311 F1 L-- REQUEST FOR PAYMENT EMERGENCY VEHICLE PREEMPTION (EVP) SIGNAL SYSTEM REVISIONS CITY PROJECT NO. 564 File No. 34191 SUMMARY 1 Original Contract Amount 2 Supplemental Agreement - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 0% 9 Subtotal 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO 2 & Final Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Specified Contract Completion Date: $ 1,100.00 $ 61,785.00 $ 62,885.00 $ 62,885.00 $ 0.00 $ 62,885.00 $ 0.00 $ 62,885.00 $ 23,054.45 $ 39,830.55 Approved b Owner: Cit of Hope Date: 1:\34 \34191 \REQU EST2. W B2 Contract Unit Quantity Amount No. Item Unit Quantity Price to Date to Date 0565.604 Revise signal System "A" 0565.604 Revise signal System "B" 0565.604 Revise signal System "C" 0565.604 Revise signal System "D" 0565.604 Revise signal System "E" 0565.604 Revise signal System "F" 0565.604 Revise signal System "G" 0565.604 Revise signal System "H" 0565.604 Revise signal System "I" 0565.604 Revise signal System "J" 0565.604 Revise signal System "K" 0565.604 Revise signal System "L" 0565.604 Revise signal System "M" 0565.604 Revise signal System "O" 0565.604 Revise signal System "P" 0565.604 Revise signal System "Q" 0565.604 Revise signal System "R" 1 Total Work Completed to Date LS 1 3,825.00 LS 1 3,660.00 LS 1 3,690.00 LS 1 4,012.00 LS 1 1,887.00 LS 1 3,460.00 LS 1 3,227.00 LS 1 3,144.00 LS 1 3,648.00 LS 1 3,977.00 LS 1 6,109.00 LS 1 5,958.00 LS 1 3,415.00 LS 1 2,984.00 LS 1 2,484.00 LS 1 3,224.00 LS 1 3,081.00 1.00 3,825.00 1.00 3,660.00 1.00 3,690.00 1.00 4,012.00 1.00 1,887.00 1.00 3,460.00 1.00 3,227.00 1.00 3,144.00 1.00 3,648.00 1.00 3,977.00 1.00 6,109.00 1.00 5,958.00 1.00 3,415.00 1.00 2,984.00 1.00 2,484.00 1.00 3,224.00 1.00 3,081.00 $61,785.00 1:\34 \34191 \REQUEST2.WB2 2 PROJECT PAYMENT STATUS Owner City of New Hope Project No. 556 File No. 34190 Contractor Odland Construction, Inc. Supplemental Agreements No. Date Description Amount 1 05/02/97 1 Adjust manholes $1,100.00 2 3 Total Change Orders $1,100.00 PAYMENT SUMMARY Nn_ Pi-rind Pnvment Retninasre Camnleted 1 Start 11/06/96 38,632.70 2,033.30 40,666.00 2 $1,100.00 Total Amount Earned $40,666.00 Revised Contract $44,981.00 3 4 5 6 7 8 9 10 Material on Hand Total Payment to Date $38,632.70 Original Contract $43,881.00 Retaina e, Payment No. 2 2,033.30 Change Orders $1,100.00 Total Amount Earned $40,666.00 Revised Contract $44,981.00 I: \34\34190 \REQUEST.WB2 2