Loading...
022221 City Council Meeting Packet    NEW HOPE CITY COUNCIL  MEETING AGENDA  February 22, 2021  7:00 p.m.  City Hall – Council Chambers  4401 Xylon Avenue North    Mayor Kathi Hemken  Council Member John Elder  Council Member Andy Hoffe  Council Member Michael Isenberg  Council Member Jonathan London    The City Council wants and encourages citizen participation at Council Meetings. Your input and  opinions count and are valuable. You are encouraged to bring forth your comments and issues at  the appropriate point on the agenda.     A 15‐minute maximum Open Forum is held at the beginning of each Council Meeting. At this time  any person may address the Council on any subject pertaining to City business not listed on this  agenda or scheduled as a future agenda item. The Council requests that you limit your presentation  to 3 minutes. Anyone wishing to address the City Council on a particular item should raise their  hand and be recognized by the Mayor. Approach the podium and speak into the microphone by  first stating your name and address. Also, please record your name on the roster at the table near  the door so that your name will be spelled correctly in the minutes.    Individuals should not expect the Mayor or Council to respond to their comments tonight; Council  may refer the matter to staff for handling or for consideration at a future meeting. You are welcome  to contact the city clerk at 763‐531‐5117 after the council meeting.    COUNCIL MEETING BROADCASTS AND STREAMING  Government Access channel 16 programming includes live/taped meeting replays  Live on‐line meetings and past meetings on‐demand are available through www.nwsccc.org.    www.newhopemn.gov New Hope Values and Vision City Mission Strong local government that is proactive in responding to the community needs and issues by delivering quality public service to all city residents, businesses, property owners, and organizations in a prudent and e cient manner. Values Excellence and Quality in the Delivery of Services We believe that service to the public is our reason for being and strive to deliver quality services in a highly professional and cost-e ective manner. Fiscal Responsibility We believe that fi scal responsibility and the prudent stewardship of public funds and city assets is essential if residents are to have confi dence in government. Ethics, Integrity and Professionalism We believe that ethics, integrity, and professionalism are the foundation blocks of public trust and confi dence and that all meaningful relationships are built on these values. Respect for the Individual We believe in the uniqueness of every individual, and welcome, appreciate, and respect diversity and the di ering of opinions. Open, Honest, and Respectful Communication We believe that open, honest, and respectful communication is essential for an informed and involved citizenry and to foster a positive environment for those interacting with our city. Cooperation and Teamwork We believe that the public is best served when all work cooperatively. Visionary Leadership and Planning We believe that the very essence of leadership is to be responsive to current goals and needs, and visionary in planning for the future. Vision e city is a great place to grow as a family, individual, or business. All within our city are safe and secure. Essential services will be those that promote a safe and healthy environment for all residents. Essential services and programs will be enhanced and streamlined, and will be provided in an economical manner and with measurable results. e city views residents as its greatest asset and seeks their input and participation. e city will meet the communication needs of citizens, elected o cials, and city sta . Strategic Goals e city will maintain and improve its infrastructure (water distribution, storm water, sewer, roads, parks, lighting, and city facilities). e city will use frugal spending and resourceful fi nancial management to maintain its fi scal health. e city will encourage maintenance, redevelopment, and reinvestment of existing properties to improve or enhance its tax base. e city will provide core services with a professional sta who are equipped with the necessary tools and equipment and given necessary direction. e city will facilitate and improve communications to promote e ective intergovernmental cooperation between sta , citizens, and Council. Adopted by the New Hope City Council, August 2006 Reaffirmed by the New Hope City Council, February 2019       CITY COUNCIL MEETING  City Hall, 4401 Xylon Avenue North  Monday, February 22, 2021  7:00 p.m.      1. CALL TO ORDER AND PLEDGE OF ALLEGIANCE – February 22, 2021    2. ROLL CALL    3. APPROVAL OF MINUTES:   Regular Meeting Minutes – February 8, 2021    4. OPEN FORUM     5. PRESENTATIONS     5.1 Presentation by Hennepin County Sheriff David Hutchinson    6. CONSENT BUSINESS        6.1 Approval of business license(s)   6.2 Approval of financial claims through February 22, 2021   6.4 Resolution approving LG230 application to conduct off‐site lawful gambling by  Armstrong Cooper Youth Hockey Association at the New Hope Ice Arena   6.5 Resolution approving agreement between the city of New Hope and Home Free for the  2021 Domestic Assault Intervention Project    7. PUBLIC HEARING    8. DEVELOPMENT AND PLANNING     8.1 Resolution relating to $2,095,000 General Obligation Tax Abatement Bonds,  Series 2021A; Awarding the sale, fixing the form and details and providing for  the execution and delivery thereof and security therefor   8.2 Resolution awarding contract to T.A. Schifsky and Sons for construction of Public  Improvement Project No. 1054 (2021 Infrastructure Project)   8.3 Resolution awarding contract to Jackson & Associates for roof improvements at  the New Hope Ice Arena (Improvement Project No. 1058)   8.4 Resolution approving final payment to The Osseo Construction Co. LLC for $0 for the  2018 North Water Tower Painting project (Improvement Project No. 1008)    9. PETITIONS AND REQUESTS    10. ORDINANCES AND RESOLUTIONS     10.1 Ordinance No. 21‐01, An ordinance amending New Hope City Code Sections 4‐3  and 13‐5 related to drainage; and adoption of Summary Ordinance No. 21‐01 for  publication purposes   10.2 Resolution authorizing the purchase of equipment and appropriation of funds in  the amount of $398,780.95 for the purchase of four marked Ford Patrol Interceptor  utility vehicles, three unmarked Ford Patrol Interceptor utility vehicles, one  crime prevention Chevrolet Tahoe SUV and ancillary equipment    11. UNFINISHED AND ORGANIZATIONAL BUSINESS    12. OTHER BUSINESS     12.1 Exchange of communication between members of the city council    13. ADJOURNMENT   Memorandum          To:  New Hope City Council  From: Kirk McDonald, City Manager  Date: February 18, 2021  Subject: Agenda Items for Monday, February 22, 2021   Open Forum  We are not aware of anyone who intends to address Council for the open forum.     Item 5.1  Sheriff Hutchinson will provide an update to the Council and answer any questions. Attendance at council  meetings is part of the sheriff department’s community outreach. Chief Hoyt will also be in attendance at the  meeting.     Items 6.1, 6.2, and 6.3  Item 6.1 – there are two lawn fertilizer companies who have requested business licenses.  Item 6.2 ‐ involves routine financial claims.   Item 6.3 – there are no new liability claims to report.    Item 6.4  Armstrong Cooper Youth Hockey is requesting approval to conduct a raffle at the ice arena on March  19‐21, 2021. This is a fundraiser for the Mite program. The gambling control board requires city  approval before they will consider the application. City Clerk Leone and I recommend approval.    Item 6.5  This is an agreement with Home Free for the 2021 Domestic Assault Intervention Project for $36,900  which is the same funding level as last year. Home Free provides 24‐hour emergency housing and  advocacy services for victims of domestic violence. The 2021 budget contains funds for this program.  Director Hoyt and I recommend approval.    Item 8.1  Council is asked to adopt the resolution for the bond sale for $2,095,000 General Obligation Tax  Abatement Bonds related to refinancing $3,505,000 in Taxable Lease Revenue Bonds/Qualified Energy  Conservation Bonds that were issued in 2011 to fund improvements for the refrigeration system,  lighting, building envelope and water conservation improvements at the arena and other city facilities.  The initial bonds issued by the EDA had an interest rate of 5% and required interest only payments of  $175,250 per year with a balloon payment of $3,505,000 in 2028. Annual payments were set aside to  meet the balloon payment, and the escrow account accrued $1,545,000. Ehlers recommends the city  utilize the $1,545,000 in the escrow to “buy down” the issuance amount on the new bonds. The bonds will be  sold by the city, not the EDA, as “tax exempt” general obligation tax abatement bonds that are also qualified   Page 2  as 501c3 bonds. With the refinancing and change from “taxable” bonds to “tax exempt” bonds the city will  lose the Federal credit on the interest payments, but the lower interest rates are anticipated to more than  make up for the difference and the current interest expense and the refunding is expected to decrease debt  service expense by approximately $147,330 over the next seven years. The refinancing required a Tax  Abatement Hearing and a TEFRA (Tax Equity and Fiscal Responsibility Hearing) and both were held on  February 8, 2021. Subsequent to the February 8 Council Meeting an official statement for the bonds was  prepared and distributed, and a bond rating call was conducted with Standards & Poors. The bond sale is  scheduled for February 22, and a representative from Ehlers will review the bond proposals at the council  meeting. I recommend adoption of the resolution based on favorable proposals.     Item 8.2  This item awards a contract with T.A. Schifsky and Sons for the 2021 infrastructure improvement  project including alternates 1 and 3. The project consists of street and utility improvements in the Lions  Park neighborhood and Erickson Drive. The city received eight bids for the project and the low bid was T.A.  Schifsky and Sons with a total base bid amount of $1,101,936.38. Alternate 1 is repair of Oregon Avenue  North storm sewer with CIPP lining for $64,150 and Alternate 3 is for Liberty Park trail improvements for  $37,629.10. The total contract, including the alternates, is $1,203,715.68. Indirect costs are estimated at  $240,743.14, for a total project cost of $1,444,458. The CIP included $2,127,294 for this project, so the projected  project cost is $682,835.32 under budget. One of the reasons for the large underage is that the CIP included an  “open cut” to replace the storm sewer, and staff is recommending the “lining” option, which is less  expensive.     Although the city has not awarded a contract of this nature in the past to T.A. Schifsky and Sons, their utility  sub‐contractor (G.F. Jedlicki) has frequently worked in the city on previous street and storm sewer work.  Stantec Engineers has worked with T.A. Schifsky at other cities with good results. The majority of the project  will be funded by the city’s street infrastructure and enterprise funds. There are two tax‐exempt properties  (Lions Park and The Salvation Army) that will also contribute as a funding source through special  assessments. Director Weber and I recommend approval.    Item 8.3  This item awards a contract to Jackson & Associates for roof improvements at the New Hope Ice Arena.  The contract amount is $221,000 which includes alternates 3 and 7. Alternate 3 is the TPO  (thermoplastic‐polyolefin) roofing membrane and coverboard with a 25‐year warranty. Alternate 7 is  the installation of an additional 2” of insulation. Indirect costs are estimated at $28,000, for a total  project cost of $249,000. The CIP budget for the project is $750,000, so the project cost is substantially  below budget, as total replacement of the roof insulation is not required. If Council awards the contract,  the work would be completed this spring. Staff also recommends that the city proceed to obtain  separate quotes for the replacement of the skylight so both projects can be accomplished this year. The  project will be paid by the Ice Arena Fund by utilizing a 15‐year interfund loan. Director Rader and I  recommend approval.         Page 3  Item 8.4  This item accepts the project for the 2018 North Water Tower Painting for the work completed by The  Osseo Construction Co. LLC. A contract for $464,000 was awarded to The Osseo Construction Co. in  2018 but the contractor failed to meet the original completion date. The one‐year delay caused the city  to incur additional expenses of $50,132.50 ($20,826.50 to complete the driveway and restoration work,  $19,740 to KLM Engineering for on‐site inspection of the tank project, and $9,566 to Stantec Engineering  for on‐site inspection of site improvements). All work is complete. The cost of the delay was retained  when payment no. 5 was processed. As a result, payment no. 6 is being processed for $0 and no  liquidated damages are being proposed. The project was funded by the Joint Water Commission. Staff  recommends Council accept the project. I recommend approval.    Item 10.1  This ordinance amendment updates the city’s zoning code and subdivision and platting section of the  code to reflect policies enforced by the city’s surface water management plan and local watershed  districts. The Planning Commission reviewed the ordinance amendment at its February 2 meeting and  unanimously recommended approval. Staff also shared the proposed ordinance amendments with  Council at the December 21, 2020, work session. Director Weber, Director Sargent, Storm Water  Specialist Megan Hedstrom and I recommend approval of the ordinance and the summary ordinance  for publication purposes.    Item 10.2  This item approves the purchase of eight vehicles (seven Ford SUVs and one Chevrolet Tahoe) through  the state’s cooperative purchasing program for the police department including four marked squads,  three unmarked squads, and one crime prevention vehicle. The purchase includes replacement of four  2017 Ford Patrol Interceptor utility vehicles used in the police department (one of the vehicles was  totaled in an accident, one will be repurposed as a CSO temporary vehicle, and two will be sold at  auction). Two unmarked vehicles (2015 SUVs) will be repurposed as community development  inspectors’ vehicles, and the existing inspectors’ vehicles will be sold at auction. A 2016 Chevrolet  Impala (unmarked squad) will also be sold at auction. The crime prevention van (2005 Chevrolet Astro  van) was already sold at auction. The total cost of the eight vehicles and set‐up costs is $398,780.95. The  vehicle replacement fund has $363,540.17 which results in a budget shortfall of $35,240.78. The shortfall  is due to one squad being totaled in a recent accident, replacing the Impala to a SUV, and replacing the  crime prevention van to a SUV. The budget gap will be funded by revenue for auctioning the five  vehicles as well as the vehicle replacement reserve fund if necessary. Director Hoyt and I recommend  approval.      If you have any questions regarding items in the agenda packet, I would appreciate a call before the  meeting so that I can research any issues and be prepared to respond at the meeting.  New Hope City Council  February 8, 2021  Page 1   City of New Hope  4401 Xylon Avenue North  New Hope, Minnesota 55428    City Council Minutes February 8, 2021  Regular Meeting City Hall, 7:00 p.m.      CALL TO ORDER The New Hope City Council met in regular session pursuant to due call and notice  thereof; Mayor Hemken called the meeting to order at 7:00 p.m.    PLEDGE OF  ALLEGIANCE    The City Council and all present stood for the Pledge of Allegiance.  ROLL CALL Council present:            Staff present:       Kathi Hemken, Mayor  John Elder, Council Member  Andy Hoffe, Council Member  Michael Isenberg, Council Member  Jonathan London, Council Member    Kirk McDonald, City Manager  Jeff Alger, Community Development Specialist  Dan Boyum, City Engineer  Valerie Leone, City Clerk  Susan Rader, Director of Parks & Recreation  Jeff Sargent, Director of Community Development  Stacy Woods, Assistant City Attorney    APPROVAL OF  MINUTES  Motion was made by Council Member Hoffe, seconded by Council Member Elder,  to approve the regular meeting minutes of January 25, 2021. Voted in favor  thereof: Hemken, Elder, Hoffe, Isenberg, London; and the following voted against  the same: None; Abstained: None; Absent: None. Motion carried.    OPEN FORUM    There was no one present desirous of addressing the council.  PRESENTATIONS:  ISD 281 Update    Ms. Stephanie Burrage, Interim Superintendent of ISD 281, thanked the city for the  collaboration during the pandemic. She provided a brief update on remote and in‐ person classrooms and the search process for the superintendent position.     ROTATING VOTES    Please note that votes taken on each agenda item are called by the secretary on a  rotating basis; however, the written minutes always list the mayor’s name first  followed by the council members’ in alphabetical order.    CONSENT AGENDA Mayor Hemken introduced the consent items as listed for consideration and stated  that all items will be enacted by one motion unless requested that an item be  removed for discussion. Mr. Kirk McDonald, city manager, reviewed the consent  items.    FINANCIAL CLAIMS  Item 6.2  Approval of financial claims through February 8, 2021.  New Hope City Council  February 8, 2021  Page 2     RESOLUTION 2021‐19  Item 6.4    Resolution delegating authority to the city manager to pay claims prior to city  council approval and make electronic funds transfers for the payment of claims for  2021.    MOTION  Consent Items  Motion was made by Council Member Elder, seconded by Council Member  Isenberg, to approve the Consent items. All present voted in favor. Motion  carried.    PUBLIC HEARING  BONDS  Item 7.1    Mayor Hemken introduced for discussion Item 7.1, Resolution Relating to a Tax  Abatement, TEFRA Hearing, and General Obligation Tax Abatement Bonds;  Granting The Abatement and Approving the Issuance of the Bonds.    Mr. Kirk McDonald, city manager, stated Ehlers and AEM have been assisting the  city on the potential refinancing of the Ice Arena Energy Conservation Bonds that  were issued in 2011 to save on interest costs.    He explained in 2011 the EDA issued $3,505,000 in Taxable Lease Revenue  Bonds/Qualified Energy Conservation Bonds to fund improvements for the  refrigeration system, lighting, building envelope and water conservation  improvements at the arena and other city facilities. At the January 11 Council  Meeting a resolution was adopted scheduling a public hearing relating to a  restructuring of the bonds to reduce interest costs. The resolution set the public  hearing for February 8 and authorized the Council consider awarding the sale of  the bonds on February 22. Subsequent to the January 11 meeting, additional  information was prepared by Ehlers and forwarded to Council regarding the bond  schedules.     Mr. McDonald stated Ehlers recommends the city utilize the $1,545,000 in the  escrow to “buy down” the issuance amount on the new bonds. The bonds will be  sold by the city, not the EDA, as “tax exempt” general obligation tax abatement  bonds that are also qualified as 501c3 bonds. With the refinancing and change from  “taxable” bonds to “tax exempt” bonds the city will lose the Federal credit on the  interest payments, but the lower interest rates are anticipated to more than make  up for the difference and the current interest expense and the refunding is expected  to decrease debt service expense by approximately $147,330 over the next seven  years.     The city will issue $2,095,000 in General Obligation Tax Abatement Bonds and the  debt service could be paid with tax abatement revenues. “Abatement” is the  authority that allows the city to issue the bonds and the city must document the  tax capacity on certain parcels. In reality, the city will not need to abate taxes, as  the revenue for the debt payments will be generated by the ice arena fund and park  infrastructure levy. He noted the process and type of bonds are the same as those  utilized for the pool/park improvement project.    Mr. McDonald stated the city will be able to designate the bonds as “bank  qualified” obligations, which broadens the market for the bonds, which can result  in lower interest rates. He also stated the city’s most recent bond issues were rated  New Hope City Council  February 8, 2021  Page 3   “AA” by Standard and Poors and a new rating has been requested for these bonds.  The sale/award of the bonds will take place at the February 22 council meeting.    Mr. Jason Aarsvold of Ehlers was introduced. Mr. Aarsvold stated the refinancing  requires a Tax Abatement Hearing and a TEFRA (Tax Equity and Fiscal  Responsibility Hearing) and both are being held as one public hearing. He stated  the hearing allows any interested party to present their comments to the Council.    Council Member London noted the amount saved in escrow was earning interest.  He inquired whether the future interest earnings were accounted for in the  analysis or if the savings for refinancing is actually less than projected.     Mr. Aarsvold stated the principal payments were held in escrow and will be used  to pay down the bond debt. He stated the interest earnings will be returned to the  city. He commented the lower interest rate achieved through the refinancing will  result in an overall lower debt obligation.     Mayor Hemken opened the floor for comments. There was no one present in the  audience desirous of addressing the Council for the hearing.    CLOSE HEARING  Item 7.1  Motion was made by Council Member Elder, seconded by Council Member Hoffe,  to close the public hearing. All present voted in favor. Motion carried.    RESOLUTION 2021‐20  Item 7.1  Council Member Elder introduced the following resolution and moved its  adoption: “RESOLUTION RELATING TO A TAX ABATEMENT, TEFRA  HEARING, AND GENERAL OBLIGATION TAX ABATEMENT BONDS;  GRANTING THE ABATEMENT AND APPROVING THE ISSUANCE OF THE  BONDS.” The motion for the adoption of the foregoing resolution was seconded  by Council Member Hoffe, and upon vote being taken thereon, the following voted  in favor thereof: Hemken, Elder, Hoffe, Isenberg; and the following voted against  the same: London; Abstained: None; Absent: None; whereupon the resolution was  declared duly passed and adopted, signed by the mayor which was attested to by  the city clerk.    2021 CDBG PROGRAM  Item 7.2  Mayor Hemken introduced for discussion Item 7.2, Resolution approving  application for 2021 Urban Hennepin County Community Development Block  Grant (CDBG) Program funds and authorizing execution of sub‐recipient  agreement with Urban Hennepin County and any third party agreements.    Mr. Jeff Sargent, director of community development, explained the purpose of the  public hearing is to consider the projected use of CDBG program funds. He stated  the city is projected to receive $107,000 in 2021 of which 15% (or $16,050) will be  pooled into a fund at Hennepin County for Public Service Activities. Public service  agencies will apply for the funding directly through Hennepin County. He stated  the remaining 85% ($90,950) may be used for qualified neighborhood revitalization  activities. He explained last year the city combined the 2020 CDBG funds with  remaining 2019 CDBG funds and allocated $76,250 towards a Habitat for  Humanity project, and $76,250 towards the single‐family housing rehabilitation  program. He stated this year the city does not have another low‐income housing  project to consider. Mr. Sargent also pointed out that allocating funds towards the  New Hope City Council  February 8, 2021  Page 4   scattered site housing program is no longer supported by Hennepin County. He  recommended allocating the full CDBG amount to the single‐family housing  rehabilitation loan program. He stated there are seven families currently  participating in the loan program and 12 other families have expressed interest in  obtaining a loan. He noted the 2021 allocation of approximately $90,000 will  provide four to five loans.    Council Member London inquired if the program is income‐based.    Mr. Sargent indicated there are various loan programs and participants must meet  the income‐qualified criteria.     Mayor Hemken opened the public hearing for comments. There was no one  present to address the Council for the public hearing.    CLOSE HEARING  Item 7.2  Motion was made by Council Member Elder, seconded by Council Member  London, to close the public hearing. All present voted in favor. Motion carried.    RESOLUTION 2021‐21  Item 7.2  Council Member London introduced the following resolution and moved its  adoption: “RESOLUTION APPROVING APPLICATION FOR 2021 URBAN  HENNEPIN COUNTY COMMUNITY DEVELOPMENT BLOCK GRANT  (CDBG) PROGRAM FUNDS AND AUTHORIZING EXECUTION OF SUB‐ RECIPIENT AGREEMENT WITH URBAN HENNEPIN COUNTY AND ANY  THIRD PARTY AGREEMENTS.” The motion for the adoption of the foregoing  resolution was seconded by Council Member Isenberg, and upon vote being taken  thereon, the following voted in favor thereof: Hemken, Elder, Hoffe, Isenberg,  London; and the following voted against the same: None; Abstained: None;  Absent: None; whereupon the resolution was declared duly passed and adopted,  signed by the mayor which was attested to by the city clerk.    LITTLE ACRE PARK  BASKETBALL COURT  REPLACEMENT  (IMPROVEMENT  PROJECT NO. 1059)  Item 8.1    Mayor Hemken introduced for discussion Item 8.1, Motion to authorize  preparation of plans and specifications for basketball court replacement at Little  Acre Park (improvement project no. 1059).    Mr. Dan Boyum, city engineer, stated Little Acre Park is located at 4948 Zealand  Avenue North. He stated the basketball court is located on the east side of the park  near Yukon Avenue North. He stated the court is over 30 years old and requires  replacement. He illustrated photographs of the court’s condition. Mr. Boyum  stated the proposed improvements include replacement of the basketball court and  hoops. He recommended that bids be solicited for the work in conjunction with  the playground improvements proposed at Corner Park. He stated the preliminary  cost estimate is $80,000 and funding for the court replacement would be through  the Park Infrastructure Fund. He stated the construction could begin in spring and  be completed by summer, 2021.    Council Member London inquired of the estimate. Mr. Boyum stated court work  and special paint can be costly. He offered to share the itemized cost of the recent  Northwood Park court project. Ms. Susan Rader, director of parks and recreation,  noted hoops and footings range between $10,000 to $12,000 each. Mr. Boyum also  noted the estimate includes indirect costs.  New Hope City Council  February 8, 2021  Page 5     Council Member London thanked staff for the explanation.  .   MOTION  Item 8.1  Motion was made by Elder, seconded by Council Member Hoffe, to authorize  preparation of plans and specifications for basketball court replacement at Little  Acre Park (improvement project no. 1059). Voted in favor thereof: Hemken, Elder,  Hoffe, Isenberg, London; and the following voted against the same: None;  Abstained: None; Absent: None. Motion carried.    EXCHANGE OF   COMMUNICATION  Item 12.1  Mayor Hemken introduced for discussion Item 12.1, Exchange of communication  between members of the City Council.    Mayor Hemken reported on upcoming events.    Motion was made by Council Member Isenberg, seconded by Council Member  Elder, to appoint Heather Koshiol to the Planning Commission, appoint Jill  Kaufman and Carrie Neuburger to the Citizen Advisory Commission, and  appoint Allison Isenberg to the Human Rights Commission. All present voted  in favor. Motion carried.    ADJOURNMENT    Motion was made by Council Member Isenberg, seconded by Council Member  Hoffe, to adjourn the meeting, as there was no further business to come before  the Council. All present voted in favor. Motion carried. The New Hope City  Council adjourned at 7:43 p.m.  Respectfully submitted,    Valerie Leone, City Clerk    I:\RFA\City Manager\2021\5.1 Q‐update by sheriff 02.22.21.docx   Request for Action  February 22, 2021    Approved by: Kirk McDonald, City Manager  Originating Department: City Manager  By: Kirk McDonald, City Manager    Agenda Title  Presentation by Hennepin County Sheriff David Hutchinson  Requested Action  Sheriff Hutchinson has requested the opportunity to address the City Council. Chief Hoyt will also be in  attendance at the meeting.    Policy/Past Practice  Presentations are periodically provided by elected officials to update the community on issues.  Background  The county’s sheriff’s department conducts community outreach. They try to meet with cities every three  years. The last update was provided to New Hope in January of 2018 by Sheriff Rich Stanek.     Sheriff Dave Hutchinson will provide a brief update of county‐wide crime trends and other statistics and  allow an opportunity for questions from Council.    Sheriff Hutchinson took office on January 7, 2019. As sheriff, he has focused on issues of staff and community  wellness, community safety, and providing a workforce that mirrors the residents of Hennepin County. He is  nationally recognized for his work on providing officer wellness and medically assisted treatment for  incarcerated individuals experiencing opioid addiction. In the first year of his administration, Sheriff  Hutchinson created an internal wellness unit called Tri Wellness in order to help his staff deal with the  stresses of the law enforcement field. He firmly believes that keeping deputies mentally, physically and  spiritually healthy will lead to better service to the public.    In response to the changing responsibilities of law enforcement, he created two new divisions within the  agency: The Community Outreach Division, and The Criminal Intelligence Division. The Community  Outreach Division is focused on improving bonds between law enforcement and the communities they serve  and includes programs such as the Community Engagement team and Sheriff’s Youth Program. The Criminal  Intelligence Division is focused on data‐driven policing, using information to identify crime patterns, forecast  criminal trends, generate investigative leads, assist with the identification of suspects involved in criminal  activity, and much more.    Sheriff Hutchinson is dedicated to strengthening relationships with partner agencies and local law  enforcement offices. He currently serves as Technology Chair for the Major County Sheriff’s Association, and  as Secretary for the Major County Sheriff’s Association Foundation Board. He is a member of the Minnesota  Post Board and serves on the board of YouthLink. Agenda Section Presentations Item Number  5.1  I:\RFA\City Manager\2021\6.1 Business Licenses\6.1 Q ‐ Business Licenses 022221.docx   Request for Action  February 22, 2021    Approved by: Kirk McDonald  Originating Department: City Manager  By: Valerie Leone, City Clerk‐Treasurer    Agenda Title  Approval of business license(s)  Requested Action  In accordance with Chapter 8 of the New Hope Code, all applications for business licenses must be presented  to the City Council for consideration. Staff recommends approval of all listed requests.    Background  All required paperwork and fees have been received for the following businesses:    Guaranteed Turf Care Lawn Fertilizer Company, Lawn Fertilizer Trucks    Rainbow Lawncare Lawn Fertilizer Company, Lawn Fertilizer Trucks              Agenda Section Consent Item Number  6.1  G:\City Manager\AGENDA\6.2 R‐Approval of Claims Merge Doc.docx   Request for Action  February 22, 2021    Approved by: Kirk McDonald, City Manager  Originating Department: City Manager  By: Kirk McDonald, City Manager    Agenda Title  Approval of claims through February 22, 2021  Requested Action  Claims for services and commodities purchased through this period are listed on the Check Disbursement  Report  Attachments   Check Disbursement Report  Agenda Section Consent Item Number  6.2  I:\RFA\City Manager\2021\6.4 Q&R ‐ Gambling‐ACYHA 022221.docx   Request for Action  February 22, 2021    Approved by: Kirk McDonald  Originating Department: City Manager  By: Valerie Leone, City Clerk    Agenda Title  Resolution approving LG230 application to conduct off‐site lawful gambling by Armstrong Cooper Youth  Hockey Association at the New Hope Ice Arena  Requested Action  Staff recommends that the Council approve the application permitting ACYHA to conduct lawful gambling at  the Ice Arena from March 19 ‐ March 21, 2021.   Background  ACYHA has requested permission to hold its annual raffle at the ice arena the weekend of March 19, 2021, during  the Mite Jamboree. The organization assembles baskets of donated items for the raffle. This is the largest  fundraiser for the Mite program. The Gambling Control Board requires the local unit of government to authorize  the event. Twelve off site events are allowed per calendar year not to exceed a total of 36 days.  Attachments   Resolution   Lawful Gambling Application     Agenda Section Consent Item Number  6.4  City of New Hope    Resolution No. 2021‐    Resolution approving LG230 application  to conduct off‐site lawful gambling by Armstrong Cooper Youth Hockey Association  at the New Hope Ice Arena      WHEREAS, Minnesota Statutes Chapter 349 provides that organizations licensed by the  Charitable Gambling Control Board must obtain authority from the Board to conduct  lawful gambling at a specific location. The statute also stipulates that the application  will not be approved unless the organization submits a resolution of approval by the  local unit of government;     WHEREAS, Armstrong Cooper Youth Hockey Association has submitted an LG230  Application to Conduct Off‐site Gambling at the New Hope Ice Arena, 4949  Louisiana Avenue North; and    NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope,    Minnesota, hereby approves the lawful gambling license application to conduct a  raffle on March 19‐21, 2021, at the New Hope Ice Arena.            Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 22nd day of February,  2021.           Mayor      Attest:     City Clerk       I:\RFA\POLICE\2021 Info\Council Meetings\HomeFree\6.5 Q&R ‐ HomeFree2021 contract.docx   Request for Action  February 22, 2021    Approved by: Kirk McDonald, City Manager  Originating Department: Police  By: Tim Hoyt, Director of Police    Agenda Title  Resolution approving agreement between the city of New Hope and Home Free for the 2021 Domestic  Assault Intervention Project  Requested Action  Staff is recommending the Council pass a resolution approving a contract between Home Free and the city of  New Hope for the Home Free Domestic Assault Intervention Project for the year 2021.  Policy/Past Practice  The Home Free Domestic Assault Intervention Project provides a variety of counseling, intervention, support  and shelter services for victims of domestic assault. The police department has used their services since 1991.  Background  Home Free provides 24‐hour emergency housing and advocacy services for victims of domestic assault. They  work hand‐in‐hand with the police department and city attorney’s office assisting victims through the  criminal process, ensuring they are fully aware of all their rights and assisting them in getting help to address  their difficulties. Staff meets with the police department and city attorney regularly to review case status and  work relationships. Staff conducts roll call training for the police department on an annual basis. The police  department and city attorney fully support the Home Free Intervention Project and have found it to be a very  beneficial program.  Funding  The city has provided a funding level of $36,900 for 2021. This is the same rate as the 2020 rate. Funds are  budgeted in the 2021 General Fund.  Attachment   Resolution   Agreement     Agenda Section Consent Item Number  6.5  City of New Hope    Resolution No. 21‐    Resolution approving agreement  between the city of New Hope and Home Free   for the 2021 Domestic Assault Intervention Project      WHEREAS,  the city of New Hope is committed to serving its residents through Human Services   programs; and    WHEREAS,  citizens formed a Domestic Assault Forum Committee and, on several occasions, this  committee, as well as the Women of Today, addressed the Council and requested its  support of a domestic assault intervention program in the city of New Hope. After  extensive consideration, the Council agreed to support a program in the city of New  Hope since 1991 by providing funding for the New Hope Domestic Assault Intervention  Project; and    WHEREAS,  the project is evaluated each year and funds have been appropriated in the 2021   budget for this project.    NOW, THEREFORE BE IT RESOLVED that the City Council of the city of New Hope approves the   agreement with Home Free for 2021 for the New Hope Domestic Assault Intervention  Project, and authorize the Mayor and City Manager to sign the agreement.    Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 22nd day of  February, 2021.           ___________________________  Mayor      Attest: ________________________  City Clerk  I:\RFA\City Manager\2021\Refinancing 2011A bonds\02.22.21 CM\8.1 Q ‐ Awarding the Sale ‐ Bonds 22221.docx    Request for Action  February 22, 2021    Approved by: Kirk McDonald, City Manager  Originating Department: City Manager  By: Kirk McDonald, City Manager    Agenda Title  Resolution relating to $2,095,000 General Obligation Tax Abatement Bonds, Series 2021A; Awarding the sale,  fixing the form and details and providing for the execution and delivery thereof and security therefor  Requested Action  Staff recommends that the City Council approve the attached resolution relating to $2,095,000 General  Obligation Tax Abatement Bonds, Series 2021A; Awarding the sale, fixing the form and details and providing  for the execution and delivery thereof and security therefor. The resolution was prepared by Dorsey &  Whitney, LLP, the city’s bond counsel. The sale of the bonds will occur on February 22, and the resolution  will be finalized with the final bond figures after they have been submitted. Representatives from Ehlers will  be attendance to present the results of the sale and answer questions.  Policy/Past Practice  The city has coordinated with Ehlers on the issuance of the bonds and refinancing to achieve savings in the  past to assist with the city goal of prudent financial management of city resources. The city has issued general  obligation tax abatement bonds in the past for the construction of the pool and park improvements.  Background  At the January 11, 2021, council meeting the Council was informed that staff had been coordinating with  Ehlers and AEM on the potential refinancing of the Ice Arena Energy Conservation Bonds that were issued in  2011 to save on interest costs over time.    At that meeting the pre‐sale report prepared by Ehlers was discussed and the majority of the Council  approved a resolution providing for the sale of $2,095,000 General Obligation Tax Abatement Bonds, Series  2021A. The resolution stated that the City Council had determined it is necessary and expedient to finance a  current refunding of the 2011 EDA bonds and had retained Ehlers to assist the city for the sale of the bonds. It  stated that the Council would meet on February 22 to consider awarding the sale of the bonds. The resolution  also stated that employees of the city were authorized to cooperate with Ehlers on the preparation of an  official statement for the bonds. Subsequent to the council meeting additional information was prepared by  Ehlers on the bond schedules and forwarded to the Council. An official statement was prepared and the  public hearing for the bonds was conducted at the February 8 council meeting.     In 2011 the EDA issued $3,505,000 in Taxable Lease Revenue Bonds/Qualified Energy Conservation Bonds to  make refrigeration system, lighting, building envelope and water conservation improvements at the arena  and other city facilities. The bonds were issued by the EDA at an interest rate of 5% as “taxable” since there  was an annual rebate from the Federal Government that made them more cost effective than completing  them as “tax exempt” bonds. The bonds were set up with interest only payments of $175,250 per year with a  balloon payment of $3,505,000 in 2028. The EDA was also required to set aside annual payments into an  Agenda Section Development &  Planning Item Number  8.1    Request for Action, Page 2    escrow fund for payment of the balloon and there is currently $1,545,000 in the escrow account. The Federal  credit on the interest payments is $117,768 per year, so the interest expense to the city is $57,482 per year.    The bonds are now “callable” and with sharply declining interest rates our financial consultants are advising  to restructure the bonds to have both principal and interest payments starting in 2021 to save on interest  costs. They are recommending the city utilize the $1,545,000 in the escrow to “buy down” the issuance  amount on the new bonds. The bonds will be sold by the city, not the EDA, as “tax exempt” general  obligation tax abatement bonds that are also qualified as 501c3 bonds. With the refinancing and change from  “taxable” bonds to “tax exempt” bonds the city will lose the Federal credit on the interest payments, but the  lower interest rates are anticipated to more than make up for the difference and the current interest expense  and the refunding is expected to decrease debt service expense by approximately $147,330 over the next  seven years. Per the attached pre‐sale report prepared by Ehlers, the city will issue $2,095,000 in General  Obligation Tax Abatement Bonds and the debt service will be paid with tax abatement revenues. The city will  be able to designate the bonds as “bank qualified” obligations, which broadens the market for the bonds,  which can result in lower interest rates.    The city is authorized to grant an abatement of property taxes imposed by the city on a parcel of property if  certain conditions are met. Abatement is the authority that allows the city to issue the bonds and the city  must document and identify that there is enough tax capacity on parcels to cover the payment on the bonds.  In reality, the city will not need to abate the taxes, as the revenue for the bond payments will come from the  ice arena fund and park infrastructure tax levy, but the city needs to show that it could abate taxes to make  the payments if those revenue sources would fall short. It should also be noted that the ice arena facility is  used for the benefit of qualified 501(c)(3) organizations, including but not limited to hockey and figure  skating associations, the general public, the city, and local school district. This allows the abatement bonds to  be tax exempt.     Subsequent to the February 8 council meeting, an official statement for the bonds was prepared by Ehlers  with the assistance of city staff and AEM. A bond rating call was conducted with Standard & Poors on  February 11 and the preliminary report was issued on February 18. The final report will be forwarded to the  Council when it is received. The citys most recent bond issues were rated “AA” by Standard & Poors. In 2016  the city implemented a Comprehensive Financial Management Plan and in 2017, S&P recognized the effort by  improving the citys “Management” score from “strong” to “very strong”, which is the highest value assigned  by S&P for that portion of the rating.    Ehlers will present the bond proposals for awarding the sale of the bonds at the council meeting and if the  sale of the bonds is awarded, the estimated closing date is March 11, 2021.  Attachments   Resolution   Feb. 8 Public Hearing RFA   Feb. 8 Ehlers Memo   Feb. 2 AEM Memo   Jan. 6 Dorsey & Whitney Correspondence   Jan. 11 Council RFA and Pre‐sale Report   Dec. 29 Ehlers Correspondence    4843-5037-7688\3 City of New Hope Resolution No. 2021 - _____ RESOLUTION RELATING TO $2,095,000 GENERAL OBLIGATION TAX ABATEMENT BONDS, SERIES 2021A; AWARDING THE SALE, FIXING THE FORM AND DETAILS AND PROVIDING FOR THE EXECUTION AND DELIVERY THEREOF AND SECURITY THEREFOR BE IT RESOLVED by the City Council (the “Council”) of the City of New Hope, Minnesota (the “City”), as follows: Section 1. Authorization and Sale of Bonds. 1.01. Authorization. This City Council, by resolution duly adopted on February 8, 2021, authorized the issuance and sale of its General Obligation Tax Abatement Bonds, Series 2021A (the “Bonds”), pursuant to Minnesota Statutes, Sections 469.1812 to 469.1815 (the “Abatement Act”) and Chapter 475, for the purpose of purchasing and refinancing the purchase of various energy savings improvements (the “Improvements”) to the New Hope Ice Arena in the City, which Improvements were originally financed by the New Hope Economic Development Authority, Minnesota Taxable Lease Revenue Bonds (City of New Hope Annual Appropriation Lease Obligations) (Qualified Energy Conservation Bonds-Direct Payment to Issuer), Series 2011A, dated, as originally issued, as of December 1, 2011 (the “Refunded Bonds”). The proceeds of the Bonds shall be used to refund in advance of maturity, on April 1, 2021 (the “Redemption Date”) all of the outstanding Refunded Bonds. 1.02. To refinance the Improvements, this Council, by resolution adopted after a public hearing held February 8, 2021, granted an eight (8) year abatement of property taxes to be imposed by the City on certain parcels in the City (the “Tax Abatement”), pursuant to the Abatement Act. The revenues received by the City from such Tax Abatement are herein referred to as the “Tax Abatement Revenue.” 1.03. Sale. The City has retained Ehlers & Associates, Inc. (“Ehlers”), as an independent municipal advisor to assist the City in connection with the sale of the Bonds. The Bonds are being sold pursuant to Minnesota Statutes, Section 475.60, subdivision 2, paragraph (9); the public sale requirements under Minnesota Statutes, Section 475.60, Subdivision 1, do not apply to the issuance of the Bonds. Pursuant to the Official Statement and Terms of Proposal for the Bonds, proposals for the purchase of the Bonds were received at or before the time specified for receipt of proposals. 1.04. Award. The most favorable proposal received is that of [__________________] of [____________], [____________], and associates (the “Purchaser”), to purchase $[______] principal amount of the Bonds at a price of $[___________], plus accrued interest, if any, the Bonds to bear interest from the date of issuance and delivery at the rates set forth in Section 2.02. The sale of the Bonds is hereby awarded to the Purchaser, and the Mayor and City Manager are hereby authorized and directed to execute a contract on behalf of the City for the sale of the Bonds in accordance with the Terms of Proposal. The good faith deposit of the Purchaser shall be retained 2 4843-5037-7688\3 and deposited by the City until the Bonds have been delivered and shall be deducted from the purchase price paid at settlement. Section 2. Bond Terms, Execution and Delivery. 2.01. Issuance of Bonds. All acts, conditions, and things required by the Constitution and laws of the State of Minnesota to be done, to exist, to happen and to be performed precedent to and in the valid issuance of the Bonds having been done, now existing, having happened and having been performed, it is now necessary for this Council to establish the form and terms of the Bonds, to provide security therefor and to issue the Bonds forthwith. 2.02. Maturities, Interest Rates, Denominations, Payment, Dating of Bonds. The Bonds shall be originally dated as of the date of issuance thereof, shall be in the denomination of $5,000 each, or any integral multiple thereof, of single maturities, shall mature on December 1 in the years and amounts stated below, and shall bear interest from date of issue until paid or duly called for redemption, at the annual rates set forth opposite such years and amounts, as follows: Year Amount Rate Year Amount Rate 2021 $ % 2025 $ % 2022 2026 2023 2027 2024 2028 [REVISE MATURITY SCHEDULE FOR ANY TERM BONDS] The Bonds shall be issuable only in fully registered form. The interest thereon and, upon surrender of each Bond, the principal amount thereof, shall be payable by check or draft issued by the Registrar described herein; provided that, so long as the Bonds are registered in the name of a securities depository, or a nominee thereof, in accordance with Section 2.08 hereof, principal and interest shall be payable in accordance with the operational arrangements of the securities depository. 2.03. Interest Payment Dates. Upon initial delivery of the Bonds pursuant to Section 2.07 and upon any subsequent transfer or exchange pursuant to Section 2.06, the date of authentication shall be noted on each Bond so delivered, exchanged or transferred. Interest on the Bonds shall be payable on June 1 and December 1 in each year, commencing December 1, 2021, each such date being referred to herein as an Interest Payment Date, to the person in whose names the Bonds are registered on the Bond Register, as hereinafter defined, at the Registrar’s close of business on the fifteenth day of the month immediately preceding the Interest Payment Date, whether or not such day is a business day. Interest shall be computed on the basis of a 360-day year composed of twelve 30-day months. 2.04. Redemption. Bonds maturing in the year 2026 and thereafter shall be subject to call for prior redemption at the option of the City, in whole or in part, in such order as the City shall determine and by lot as to Bonds having the same maturity date, in integral multiples of $5,000, on December 1, 2025, and any date thereafter, at the price of par plus accrued interest as of the date of redemption. The City Manager shall cause notice of the call for redemption thereof 3 4843-5037-7688\3 to be published if and as required by law and not more than sixty (60) and not fewer than twenty (20) days prior to the designated redemption date, shall cause notice of the call for redemption to be mailed by first-class mail to the Registrar and to the registered holders of any Bonds to be redeemed at their addresses as they appear on the Bond Register described in Section 2.06 hereof, provided that notice shall be given to any securities depository in accordance with its operational arrangements. No defect in or failure to give such mailed notice of redemption shall affect the validity of proceedings for the redemption of any Bond not affected by such defect or failure. The notice of redemption shall specify the redemption date, redemption price, the numbers, interest rates and CUSIP numbers of the Bonds to be redeemed and the place at which the Bonds are to be surrendered for payment, which is the principal office of the Registrar. Official notice of redemption having been given as aforesaid, the Bonds or portions of Bonds so to be redeemed shall, on the redemption date, become due and payable at the redemption price therein specified and from and after such date (unless the City shall default in the payment of the redemption price) such Bonds or portions of Bonds shall cease to bear interest. Upon partial redemption of any Bond, a new Bond or Bonds of such same series will be delivered to the owner without charge, representing the remaining principal amount outstanding. [COMPLETE THE FOLLOWING PROVISIONS IF THERE ARE TERM BONDS— ADD ADDITIONAL PROVISIONS IF THERE ARE MORE THAN TWO TERM BONDS] [The Bonds maturing on December 1, 20__ and 20__ (the “Term Bonds”) shall be subject to mandatory redemption prior to maturity pursuant to the sinking fund requirements of this Section 2.04 at a redemption price equal to the stated principal amount thereof plus interest accrued thereon to the redemption date, without premium. The Registrar shall select for redemption, by lot or other manner deemed fair, on December 1 in each of the following years the following stated principal amounts of such Bonds: Term Bonds Maturing in 20 Sinking Fund Payment Date Aggregate Principal Amount The remaining $_______ stated principal amount shall be paid at maturity on December 1, 20__. Term Bonds Maturing in 20 Sinking Fund Payment Date Aggregate Principal Amount The remaining $_______ stated principal amount shall be paid at maturity on December 1, 20__. Notice of redemption shall be given as provided in the preceding paragraph.] 4 4843-5037-7688\3 2.05. Appointment of Initial Registrar. The City hereby appoints Bond Trust Services Corporation, in Roseville, Minnesota, as the initial bond registrar, transfer agent and paying agent (the “Registrar”). The Mayor and City Manager are authorized to execute and deliver, on behalf of the City, a contract with the Registrar. Upon merger or consolidation of the Registrar with another corporation, if the resulting corporation is a bank or trust company organized under the laws of the United States or one of its states and authorized by law to conduct such business, such corporation shall be authorized to act as successor Registrar. The City agrees to pay the reasonable and customary charges of the Registrar for the services performed. The City reserves the right to remove the Registrar, effective upon not less than 30 days’ written notice and upon the appointment and acceptance of a successor Registrar, in which event the predecessor Registrar shall deliver all cash and Bonds in its possession to the successor Registrar and shall deliver the Bond Register to the successor Registrar. 2.06. Registration. The effect of registration and the rights and duties of the City and the Registrar with respect thereto shall be as follows: (a) Register. The Registrar shall keep at its principal corporate trust office a register (the “Bond Register”) in which the Registrar shall provide for the registration of ownership of Bonds and the registration of transfers and exchanges of Bonds entitled to be registered, transferred or exchanged. The term Holder or Bondholder as used herein shall mean the person (whether a natural person, corporation, association, partnership, trust, governmental unit, or other legal entity) in whose name a Bond is registered in the Bond Register. (b) Transfer of Bonds. Upon surrender for transfer of any Bond duly endorsed by the Holder thereof or accompanied by a written instrument of transfer, in form satisfactory to the Registrar, duly executed by the Holder thereof or by an attorney duly authorized by the Holder in writing, the Registrar shall authenticate and deliver, in the name of the designated transferee or transferees, one or more new Bonds of a like aggregate principal amount and maturity, as requested by the transferor. The Registrar may, however, close the books for registration of any transfer after the first day of the month in which the interest payment date occurs and until such interest payment date. (c) Exchange of Bonds. At the option of the Holder of any Bond in a denomination greater than $5,000, such Bond may be exchanged for other Bonds of authorized denominations, of the same maturity and a like aggregate principal amount, upon surrender of the Bond to be exchanged at the office of the Registrar. Whenever any Bond is so surrendered for exchange the City shall execute and the Registrar shall authenticate and deliver the Bonds which the Bondholder making the exchange is entitled to receive. (d) Cancellation. All Bonds surrendered for payment, transfer or exchange shall be promptly canceled by the Registrar and thereafter disposed of as directed by the City. (e) Improper or Unauthorized Transfer. When any Bond is presented to the Registrar for transfer, the Registrar may refuse to transfer the same until it is satisfied that 5 4843-5037-7688\3 the endorsement on such Bond or separate instrument of transfer is valid and genuine and that the requested transfer is legally authorized. The Registrar shall incur no liability for the refusal, in good faith, to make transfers which it, in its judgment, deems improper or unauthorized. (f) Persons Deemed Owners. The City and the Registrar may treat the person in whose name any Bond is at any time registered in the Bond Register as the absolute owner of the Bond, whether the Bond shall be overdue or not, for the purpose of receiving payment of or on account of, the principal of and interest on the Bond and for all other purposes; and all payments made to or upon the order of such Holder shall be valid and effectual to satisfy and discharge the liability upon such Bond to the extent of the sum or sums so paid. (g) Taxes, Fees and Charges. For every transfer or exchange of Bonds (except for an exchange upon a partial redemption of a Bond), the Registrar may impose a charge upon the owner thereof sufficient to reimburse the Registrar for any tax, fee or other governmental charge required to be paid with respect to such transfer or exchange. (h) Mutilated, Lost, Stolen or Destroyed Bonds. In case any Bond shall become mutilated or be destroyed, stolen or lost, the Registrar shall deliver a new Bond of like amount, number, maturity date and tenor in exchange and substitution for and upon cancellation of any such mutilated Bond or in lieu of and in substitution for any Bond destroyed, stolen or lost, upon the payment of the reasonable expenses and charges of the Registrar in connection therewith; and, in the case of a Bond destroyed, stolen or lost, upon filing with the Registrar of evidence satisfactory to it that the Bond was destroyed, stolen or lost, and of the ownership thereof, and upon furnishing to the Registrar of an appropriate bond or indemnity in form, substance and amount satisfactory to it, in which both the City and the Registrar shall be named as obligees. All Bonds so surrendered to the Registrar shall be canceled by it and evidence of such cancellation shall be given to the City. If the mutilated, destroyed, stolen or lost Bond has already matured or been called for redemption in accordance with its terms it shall not be necessary to issue a new Bond prior to payment. (i) Authenticating Agent. The Registrar is hereby designated authenticating agent for the Bonds, within the meaning of Minnesota Statutes, Section 475.55, Subdivision 1, as amended. (j) Valid Obligations. All Bonds issued upon any transfer or exchange of Bonds shall be the valid obligations of the City, evidencing the same debt, and entitled to the same benefits under this Resolution as the Bonds surrendered upon such transfer or exchange. 2.07. Preparation and Delivery. The Bonds shall be prepared under the direction of the City Manager and shall be executed on behalf of the City by the signatures of the Mayor and the City Manager, provided that said signatures may be printed, engraved, or lithographed facsimiles thereof. In case any officer whose signature, or a facsimile of whose signature, shall appear on the Bonds shall cease to be such officer before the delivery of any Bond, such signature or facsimile shall nevertheless be valid and sufficient for all purposes, the same as if such officer had remained 6 4843-5037-7688\3 in office until delivery. Notwithstanding such execution, no Bond shall be valid or obligatory for any purpose or entitled to any security or benefit under this Resolution unless and until a certificate of authentication on such Bond has been duly executed by the manual signature of an authorized representative of the Registrar. Certificates of authentication on different Bonds need not be signed by the same representative. The executed certificate of authentication on each Bond shall be conclusive evidence that it has been authenticated and delivered under this Resolution. When the Bonds have been so executed and authenticated, they shall be delivered by the City Manager to the Purchaser upon payment of the purchase price in accordance with the contract of sale heretofore made and executed, and the Purchaser shall not be obligated to see to the application of the purchase price. 2.08. Securities Depository. (a) For purposes of this section the following terms shall have the following meanings: “Beneficial Owner” shall mean, whenever used with respect to a Bond, the person in whose name such Bond is recorded as the beneficial owner of such Bond by a Participant on the records of such Participant, or such person’s subrogee. “Cede & Co.” shall mean Cede & Co., the nominee of DTC, and any successor nominee of DTC with respect to the Bonds. “DTC” shall mean The Depository Trust Company of New York, New York. “Participant” shall mean any broker-dealer, bank or other financial institution for which DTC holds bonds as securities depository. “Representation Letter” shall mean the Representation Letter pursuant to which the City agrees to comply with DTC’s Operational Arrangements. (b) The Bonds shall be initially issued as separately authenticated fully registered bonds, and one Bond shall be issued in the principal amount of each stated maturity of the Bonds. Upon initial issuance, the ownership of such Bonds shall be registered in the Bond Register in the name of Cede & Co., as nominee of DTC. The Registrar and the City may treat DTC (or its nominee) as the sole and exclusive owner of the Bonds registered in its name for the purposes of payment of the principal of or interest on the Bonds, selecting the Bonds or portions thereof to be redeemed, if any, giving any notice permitted or required to be given to registered owners of Bonds under this resolution, registering the transfer of Bonds, and for all other purposes whatsoever; and neither the Registrar nor the City shall be affected by any notice to the contrary. Neither the Registrar nor the City shall have any responsibility or obligation to any Participant, any person claiming a beneficial ownership interest in the Bonds under or through DTC or any Participant, or any other person which is not shown on the Bond Register as being a registered owner of any Bonds, with respect to the accuracy of any records maintained by DTC or any Participant, with respect to the payment by DTC or any Participant of any amount with respect to the principal of or interest on the Bonds, with respect to any notice which is permitted or required to be given to owners of Bonds under this resolution, with respect to the selection by DTC or any Participant of any person to receive payment in the event of a partial redemption of the Bonds, or with respect to any consent given or other action taken by DTC as registered owner of the Bonds. So long as any 7 4843-5037-7688\3 Bond is registered in the name of Cede & Co., as nominee of DTC, the Registrar shall pay all principal of and interest on such Bond, and shall give all notices with respect to such Bond, only to Cede & Co. in accordance with DTC’s Operational Arrangements, and all such payments shall be valid and effective to fully satisfy and discharge the City’s obligations with respect to the principal of and interest on the Bonds to the extent of the sum or sums so paid. No person other than DTC shall receive an authenticated Bond for each separate stated maturity evidencing the obligation of the City to make payments of principal and interest. Upon delivery by DTC to the Registrar of written notice to the effect that DTC has determined to substitute a new nominee in place of Cede & Co., the Bonds will be transferable to such new nominee in accordance with paragraph (e) hereof. (c) In the event the City determines that it is in the best interest of the Beneficial Owners that they be able to obtain Bonds in the form of physical certificates, the City may notify DTC and the Registrar, whereupon DTC shall notify the Participants of the availability through DTC of Bonds in the form of certificates. In such event, the Bonds will be transferable in accordance with paragraph (e) hereof. DTC may determine to discontinue providing its services with respect to the Bonds at any time by giving notice to the City and the Registrar and discharging its responsibilities with respect thereto under applicable law. In such event the Bonds will be transferable in accordance with paragraph (e) hereof. (d) The execution and delivery of the Representation Letter to DTC, if not previously filed with DTC, by the Mayor or City M anager is hereby authorized and directed. (e) In the event that any transfer or exchange of Bonds is permitted under paragraph (b) or (c) hereof, such transfer or exchange shall be accomplished upon receipt by the Registrar of the Bonds to be transferred or exchanged and appropriate instruments of transfer to the permitted transferee in accordance with the provisions of this resolution. In the event Bonds in the form of certificates are issued to owners other than Cede & Co., its successor as nominee for DTC as owner of all the Bonds, or another securities depository as owner of all the Bonds, the provisions of this resolution shall also apply to all matters relating thereto, including, without limitation, the printing of such Bonds in the form of physical certificates and the method of payment of principal of and interest on such Bonds in the form of physical certificates. 2.09. Form of Bonds. The Bonds shall be prepared in substantially the form attached as Exhibit A hereto. Section 3. Use of Proceeds. Upon payment for the Bonds by the Purchaser, the City Manager shall apply the proceeds of the Bonds as follows: (a) $[___________] shall be deposited in the Lease Revenue Bond Fund established with U.S. Bank National Association, as trustee for the Refunded Bonds, to be applied to their redemption and prepayment on the Redemption Date; (b) $[____________] shall be used to pay costs of issuance of the Bonds; and (c) $[____________] shall be deposited in the Sinking Fund created in Section 4.01 hereof. 8 4843-5037-7688\3 The City Manager is hereby authorized and directed to arrange for the call and redemption of the Refunded Bonds on the Redemption Date and to cause notice of redemption to be given in the form attached hereto as Exhibit B hereto. Section 4. Security Provisions. 4.01. General Obligation Tax Abatement Bonds, Series 2021A Sinking Fund. The Bonds shall be payable from a separate General Obligation Tax Abatement Bonds, Series 2021A Sinking Fund (the “Sinking Fund”) which shall be created and maintained on the books of the City as a separate debt redemption fund until the Bonds, and all interest thereon, are fully paid. There shall be credited to the Sinking Fund the following: (a) any amount appropriated thereto pursuant to Section 3 hereof; (b) all excess amounts on deposit in the debt service funds maintained for the payment of the Refunded Bonds upon the retirement of the Refunded Bonds on the Redemption Date; (c) Tax Abatement Revenue received by the City in the amounts shown on Appendix I attached hereto; (d) all taxes levied and all other money which may at any time be received for or appropriated to the payment of the principal of or interest on the Bonds, including all collections of any ad valorem taxes levied for the payment of the Bonds; and (e) any other funds appropriated by the Council for the payment of the Bonds. There are hereby established two accounts in the Sinking Fund, designated as the “Debt Service Account” and the “Surplus Account.” All money appropriated or to be deposited in the Sinking Fund shall be deposited as received into the Debt Service Account. On each December 1, the City Manager shall determine the amount on hand in the Debt Service Account. If such amount is in excess of one-twelfth of the debt service payable from the Sinking Fund in the immediately preceding 12 months, the City Manager shall promptly transfer the amount in excess to the Surplus Account. The City appropriates to the Surplus Account any amounts to be transferred thereto from the Debt Service Account as herein provided and all income derived from the investment of amounts on hand in the Surplus Account. If at any time the amount on hand in the Debt Service Account is insufficient to meet the requirements of the Sinking Fund, the City Manager shall transfer to the Debt Service Account amounts on hand in the Surplus Account to the extent necessary to cure such deficiency. 4.02. Full Faith and Credit Pledged. The full faith and credit and taxing power of the City shall be and are hereby irrevocably pledged for the prompt and full payment of the principal of and interest on the Bonds. In order to produce aggregate amounts which, together with the Tax Abatement Revenues, will produce amounts not less than 5% in excess of the amounts needed to meet when due the principal and interest payments on the Bonds, ad valorem taxes are hereby levied on all taxable property in the City. The taxes will be levied and collected in years and amounts shown on the attached levy computation. Said taxes shall be irrepealable as long as any of the Bonds are outstanding and unpaid, provided that the City reserves the right and power to reduce said levies in accordance with the provisions of Minnesota Statutes, Section 475.61. Section 5. Defeasance. When all of the Bonds have been discharged as provided in this Section, all pledges, covenants and other rights granted by this Resolution to the Holders of the Bonds shall cease. The City may discharge its obligations with respect to any Bonds which are due on any date by depositing with the Registrar on or before that date a sum sufficient for the payment thereof in full; or, if any Bond should not be paid when due, it may nevertheless be 9 4843-5037-7688\3 discharged by depositing with the Registrar a sum sufficient for the payment thereof in full with interest accrued from the due date to the date of such deposit. The City may also discharge its obligations with respect to any prepayable Bonds called for redemption on any date when they are prepayable according to their terms by depositing with the Registrar on or before that date an amount equal to the principal, interest and redemption premium, if any, which are then due, provided that notice of such redemption has been duly given as provided herein. The City may also at any time discharge its obligations with respect to any Bonds, subject to the provisions of law now or hereafter authorizing and regulating such action, by depositing irrevocably in escrow, with the Registrar or with a bank or trust company qualified by law to act as an escrow agent for this purpose, cash or securities which are authorized by law to be so deposited for such purpose, bearing interest payable at such times and at such rates and maturing or callable at the holder’s option on such dates as shall be required to pay all principal and interest to become due thereon to maturity or, if notice of redemption as herein required has been irrevocably provided for, to an earlier designated redemption date, provided, however, that if such deposit is made more than ninety days before the maturity date or specified redemption date of the Bonds to be discharged, the City shall have received a written opinion of Bond Counsel to the effect that such deposit does not adversely affect the exemption of interest on any Bonds from federal income taxation and a written report of an accountant or investment banking firm verifying that the deposit is sufficient to pay when due all of the principal and interest on the Bonds to be discharged on and before their maturity dates or earlier designated redemption date. Section 6. Tax Covenants, Arbitrage Matters and Continuing Disclosure. 6.01. Covenant. The City covenants and agrees with the holders from time to time of the Bonds that it will not take or permit to be taken by any of its officers, employees or agents any action which would cause the interest on the Bonds to become subject to taxation under the Internal Revenue Code of 1986, as amended (the “Code”), and Regulations promulgated thereunder (the “Regulations”), as such are enacted or promulgated and in effect on the date of issue of the Bonds, and covenants to take any and all actions within its powers to ensure that the interest on the Bonds will not become subject to taxation under such Code and Regulations. The Project is and will be owned and maintained by the City and used for the benefit of the City and its residents; certain amateur athletic and other organizations described in Section 501(c)(3) of the Code and by certain governmental users (other than the City, such entities and persons are collectively referred to as the “Third-Party Users”). Except as specifically provided to the contrary herein, the City shall not enter into any lease, management contract, use agreement, capacity agreement or other agreement with any non-governmental person, other than the Third-Party Users, relating to the use of the Project, or any portion thereof, or security for the payment of the Bonds. 6.02. Arbitrage Certification. The Mayor and the City Manager, being the officers of the City charged with the responsibility for issuing the Bonds pursuant to this resolution, are authorized and directed to execute and deliver to the Purchaser a certification in accordance with the provisions of Section 148 of the Code, and the Regulations, stating the facts, estimates and circumstances in existence on the date of issue and delivery of the Bonds which make it reasonable to expect that the proceeds of the Bonds will not be used in a manner that would cause the Bonds to be arbitrage bonds within the meaning of the Code and Regulations. 10 4843-5037-7688\3 6.03. Arbitrage Rebate. The City acknowledges that the Bonds are subject to the rebate requirements of Section 148(f) of the Code. The City covenants and agrees to retain such records, make such determinations, file such reports and documents and pay such amounts at such times as are required under said Section 148(f) and applicable Regulations unless the Bonds qualify for an exception from the rebate requirement pursuant to one of the spending exceptions set forth in Section 1.148-7 of the Regulations and no “gross proceeds” of the Bonds (other than amounts constituting a “bona fide debt service fund”) arise during or after the expenditure of the original proceeds thereof. 6.04. Qualified Tax-Exempt Obligations. The Council hereby designates the Bonds as “qualified tax-exempt obligations” for purposes of Section 265(b)(3) of the Code relating to the disallowance of interest expense for financial institutions, and hereby finds that the reasonably anticipated amount of tax-exempt obligations which are not private activity bonds (not treating qualified 501(c)(3) bonds under Section 145 of the Code as private activity bonds for the purpose of this representation) which will be issued by the City and all subordinate entities during calendar year 2021 does not exceed $10,000,000. 6.05. Continuing Disclosure. (a) Purpose and Beneficiaries. To provide for the public availability of certain information relating to the Bonds and the security therefor and to permit the Purchaser and other participating underwriters in the primary offering of the Bonds to comply with amendments to Rule 15c2-12 promulgated by the SEC under the Securities Exchange Act of 1934 (17 C.F.R. § 240.15c2-12), relating to continuing disclosure (as in effect and interpreted from time to time, the Rule), which will enhance the marketability of the Bonds, the City hereby makes the following covenants and agreements for the benefit of the Owners (as hereinafter defined) from time to time of the Outstanding Bonds. The City is the only obligated person in respect of the Bonds within the meaning of the Rule for purposes of identifying the entities in respect of which continuing disclosure must be made. If the City fails to comply with any provisions of this section, any person aggrieved thereby, including the Owners of any Outstanding Bonds, may take whatever action at law or in equity may appear necessary or appropriate to enforce performance and observance of any agreement or covenant contained in this section, including an action for a writ of mandamus or specific performance. Direct, indirect, consequential and punitive damages shall not be recoverable for any default hereunder to the extent permitted by law. Notwithstanding anything to the contrary contained herein, in no event shall a default under this section constitute a default under the Bonds or under any other provision of this resolution. As used in this section, “Owner” or “Bondowner” means, in respect of a Bond, the registered owner or owners thereof appearing in the Bond Register maintained by the Registrar or any Beneficial Owner (as hereinafter defined) thereof, if such Beneficial Owner provides to the Registrar evidence of such beneficial ownership in form and substance reasonably satisfactory to the Registrar. As used herein, “Beneficial Owner” means, in respect of a Bond, any person or entity which (i) has the power, directly or indirectly, to vote or consent with respect to, or to dispose of ownership of, such Bond (including persons or entities holding Bonds through nominees, depositories or other intermediaries), or (ii) is treated as the owner of the Bond for federal income tax purposes. (b) Information To Be Disclosed. The City will provide, in the manner set forth below, either directly or indirectly through an agent designated by the City, the following information at the following times: 11 4843-5037-7688\3 (1) on or before 365 days after the end of each fiscal year of the City, commencing with the fiscal year ending December 31, 2020, to the Municipal Securities Rulemaking Board (the “MSRB”) through its Electronic Municipal Market Access System (“EMMA”), in an electronic format as prescribed by the MSRB, the following financial information and operating data in respect of the City (the “Disclosure Information”): (A) the audited financial statements of the City for such fiscal year, prepared in accordance with the governmental accounting standards promulgated by the Governmental Accounting Standards Board or as otherwise provided under Minnesota law, as in effect from time to time, or, if and to the extent such financial statements have not been prepared in accordance with such generally accepted accounting principles for reasons beyond the reasonable control of the City, noting the discrepancies therefrom and the effect thereof, and certified as to accuracy and completeness in all material respects by the fiscal officer of the City; and (B) to the extent not included in the financial statements referred to in paragraph (A) hereof, the information for such fiscal year or for the period most recently available of the type contained in the Official Statement under headings: Current Property Valuations, Direct Debt, Tax Levies and Collections, US Census Data/Population Trend, and Employment/Unemployment Data, which information may be unaudited. Notwithstanding the foregoing paragraph, if the audited financial statements are not available by the date specified, the City shall provide on or before such date unaudited financial statements in the format required for the audited financial statements as part of the Disclosure Information and, within 10 days after the receipt thereof, the City shall provide the audited financial statements. Any or all of the Disclosure Information may be incorporated by reference, if it is updated as required hereby, from other documents, including official statements, which have been submitted to each of the repositories hereinafter referred to under subsection (c) or the SEC. If the document incorporated by reference is a final official statement, it must be available from the MSRB. The City shall clearly identify in the Disclosure Information each document so incorporated by reference. If any part of the Disclosure Information can no longer be generated because the operations of the City have materially changed or been discontinued, such Disclosure Information need no longer be provided if the City includes in the Disclosure Information a statement to such effect; provided, however, if such operations have been replaced by other City operations in respect of which data is not included in the Disclosure Information and the City determines that certain specified data regarding such replacement operations would be a Material Fact (as defined in paragraph (2) hereof), then, from and after such determination, the Disclosure Information shall include such additional specified data regarding the replacement operations. If the Disclosure Information is changed or this section is amended as permitted by this paragraph (b)(1) or subsection (d), then the City shall include in the next Disclosure Information to be delivered hereunder, to the extent necessary, an explanation of the reasons for the amendment and the effect of any change in the type of financial information or operating data provided. 12 4843-5037-7688\3 (2) In a timely manner, to the MSRB through EMMA, notice of the occurrence of any of the following events (each a “Material Fact”): (A) Principal and interest payment delinquencies; (B) Non-payment related defaults, if material; (C) Unscheduled draws on debt service reserves reflecting financial difficulties; (D) Unscheduled draws on credit enhancements reflecting financial difficulties; (E) Substitution of credit or liquidity providers, or their failure to perform; (F) Adverse tax opinions, the issuance by the Internal Revenue Service of proposed or final determinations of taxability, Notices of Proposed Issue (IRS Form 5701-TEB), or other material notices or determinations with respect to the tax status of the security, or other material events affecting the tax status of the Bonds; (G) Modifications to rights of security holders, if material; (H) Bond calls, if material, and tender offers; (I) Defeasances; (J) Release, substitution or sale of property securing repayment of the Bonds, if material; (K) Rating changes; (L) Bankruptcy, insolvency, receivership, or similar event of the obligated person; (M) The consummation of a merger, consolidation, or acquisition involving the City or the sale of all or substantially all of the assets of the City, other than in the ordinary course of business, the entry into a definitive agreement to undertake such an action or the termination of a definitive agreement relating to any such actions, other than pursuant to its terms, if material; (N) Appointment of a successor or additional trustee or the change of name of a trustee, if material; (O) Incurrence of a financial obligation of the obligated person, if material, or agreement to covenants, events of default, remedies, priority rights, or other similar terms of a financial obligation of the obligated person, any of which affect security holders, if material; and (P) Default, event of acceleration, termination event, modification of terms, or other similar events under the terms of a financial obligation of the obligated person, any of which reflect financial difficulties. For purposes of the events identified in paragraphs (O) and (P) above, the term “financial obligation” means (i) a debt obligation; (ii) a derivative instrument entered into in connection with, or pledged as security or a source of payment for, an existing or planned debt obligation; or (iii) a guarantee of (i) or (ii). The term “financial obligation” shall not include municipal securities as to which a final official statement has been provided to the MSRB consistent with the Rule. As used herein, for those facts and events that must be reported if material, a fact or event is “material” if a substantial likelihood exists that a reasonably prudent investor would attach importance thereto in deciding to buy, hold or sell a Bond or, if not disclosed, would significantly alter the total information otherwise available to an investor from the Official Statement, information disclosed hereunder or information generally available to the public. Notwithstanding 13 4843-5037-7688\3 the foregoing sentence, an event is also “material” if it is an event that would be deemed material for purposes of the purchase, holding or sale of a Bond within the meaning of applicable federal securities laws, as interpreted at the time of discovery of the occurrence of the event. For the purposes of the event identified in subparagraph (L) above, the event is considered to occur when any of the following occur: the appointment of a receiver, fiscal agent, or similar officer for an obligated person in a proceeding under the U.S. Bankruptcy Code or in any other proceeding under state or federal law in which a court or governmental authority has assumed jurisdiction over substantially all of the assets or business of the obligated person, or if such jurisdiction has been assumed by leaving the existing governing body and officials or officers in possession but subject to the supervision and orders of a court or governmental authority, or the entry of an order confirming a plan of reorganization, arrangement, or liquidation by a court or governmental authority having supervision or jurisdiction over substantially all of the assets or business of the obligated person. (3) In a timely manner, to the MSRB through EMMA, notice of the occurrence of any of the following events or conditions: (A) the failure of the City to provide the Disclosure Information required under paragraph (b)(1) at the time specified thereunder; (B) the amendment or supplementing of this section pursuant to subsection (d), together with a copy of such amendment or supplement and any explanation provided by the City under subsection (d)(2); (C) the termination of the obligations of the City under this section pursuant to subsection (d); (D) any change in the accounting principles pursuant to which the financial statements constituting a portion of the Disclosure Information are prepared; and (E) any change in the fiscal year of the City. (c) Manner of Disclosure. (1) The City agrees to make available to the MSRB, in an electronic format as prescribed by the MSRB from time to time, the information described in subsection (b). (2) The City further agrees to make available by electronic transmission, telecopy, overnight delivery, mail or other means as appropriate, the information described in subsection (b), to any rating agency then maintaining a rating of the Bonds at the request of the City and, at the expense of such Bondowner, to any Bondowner who requests in writing such information, at the time of transmission under paragraph (1) of this subsection (c), or, if such information is transmitted with a subsequent time of release, at the time such information is to be released. (3) All documents provided to the MSRB pursuant to this subsection (c) shall be accompanied by identifying information as prescribed by the MSRB from time to time. 14 4843-5037-7688\3 (d) Term; Amendments; Interpretation. (1) The covenants of the City in this section shall remain in effect so long as any Bonds are Outstanding. Notwithstanding the preceding sentence, however, the obligations of the City under this section shall terminate and be without further effect as of any date on which the City delivers to the Registrar an opinion of Bond Counsel to the effect that, because of legislative action or final judicial or administrative actions or proceedings, the failure of the City to comply with the requirements of this section will not cause participating underwriters in the primary offering of the Bonds to be in violation of the Rule or other applicable requirements of the Securities Exchange Act of 1934, as amended, or any statutes or laws successory thereto or amendatory thereof. (2) This section (and the form and requirements of the Disclosure Information) may be amended or supplemented by the City from time to time, without notice to (except as provided in paragraph (c)(3) hereof) or the consent of the Owners of any Bonds, by a resolution of this Council filed in the office of the recording officer of the City accompanied by an opinion of Bond Counsel, who may rely on certificates of the City and others and the opinion may be subject to customary qualifications, to the effect that: (i) such amendment or supplement (a) is made in connection with a change in circumstances that arises from a change in law or regulation or a change in the identity, nature or status of the City or the type of operations conducted by the City, or (b) is required by, or better complies with, the provisions of paragraph (b)(5) of the Rule; (ii) this section as so amended or supplemented would have complied with the requirements of paragraph (b)(5) of the Rule at the time of the primary offering of the Bonds, giving effect to any change in circumstances applicable under clause (i)(a) and assuming that the Rule as in effect and interpreted at the time of the amendment or supplement was in effect at the time of the primary offering; and (iii) such amendment or supplement does not materially impair the interests of the Bondowners under the Rule. If the Disclosure Information is so amended, the City agrees to provide, contemporaneously with the effectiveness of such amendment, an explanation of the reasons for the amendment and the effect, if any, of the change in the type of financial information or operating data being provided hereunder. (3) This section is entered into to comply with the continuing disclosure provisions of the Rule and should be construed so as to satisfy the requirements of paragraph (b)(5) of the Rule. Section 7. Certification of Proceedings. 7.01. Registration of Bonds. The City Manager is hereby authorized and directed to file a certified copy of this resolution in the records of the County Auditor of Hennepin County and to obtain a certificate that the Bonds and the taxes levied pursuant hereto have been duly entered upon the County Auditor’s Bond Register. 15 4843-5037-7688\3 7.02. Authentication of Transcript. The officers of the City and the County Auditor are hereby authorized and directed to prepare and furnish to the Purchaser and to Dorsey & Whitney LLP, Bond Counsel, certified copies of all proceedings and records relating to the Bonds and such other affidavits, certificates and information as may be required to show the facts relating to the legality and marketability of the Bonds, as the same appear from the books and records in their custody and control or as otherwise known to them, and all such certified copies, affidavits and certificates, including any heretofore furnished, shall be deemed representations of the City as to the correctness of all statements contained therein. 7.03. Official Statement. The Preliminary Official Statement relating to the Bonds, dated February 11, 2021, prepared and distributed on behalf of the City by Ehlers, is hereby approved. Ehlers is hereby authorized on behalf of the City to prepare and distribute to the Purchaser a final Official Statement listing the offering price, the interest rates, other information relating to the Bonds required to be included in the Official Statement by Rule 15c2-12 adopted by the Securities and Exchange Commission under the Securities Exchange Act of 1934. Within seven business days from the date hereof, the City shall deliver to the Purchaser the Official Statement. The officers of the City are hereby authorized and directed to execute such certificates as may be appropriate concerning the accuracy, completeness and sufficiency of the Official Statement. The officers of the City are hereby authorized and directed to execute such certificates as may be appropriate concerning the accuracy, completeness and sufficiency of the Official Statement. Section 8. Severability. If any section, paragraph or provision of this Resolution shall be held to be invalid or unenforceable for any reason, the invalidity or unenforceability of such section, paragraph or provision shall not affect any of the remaining provisions of this Resolution Section 9. Headings. Headings in this Resolution are included for convenience of reference only and are not a part hereof, and shall not limit or define the meaning of any provision hereof. Section 10. Authorization of Payment of Certain Costs of Issuance of the Bonds. The City authorizes the Purchaser to forward the amount of Bond proceeds allocable to the payment of issuance expenses to Old National Bank, on the closing date for further distribution as directed by Ehlers. 16 4843-5037-7688\3 Adopted this 22nd day of Febuary, 2021. Mayor ATTEST: City Clerk 17 4843-5037-7688\3 APPENDIX I LEVIES AND ABATEMENTS A-1 4843-5037-7688\3 EXHIBIT A BOND FORM UNITED STATES OF AMERICA STATE OF MINNESOTA HENNEPIN COUNTY CITY OF NEW HOPE GENERAL OBLIGATION TAX ABATEMENT BOND, SERIES 2021A R-___ $___________ Interest Rate Maturity Date of Original Issue CUSIP ____% December 1, 20__ [March 11], 2021 REGISTERED OWNER: CEDE & CO. PRINCIPAL AMOUNT: THOUSAND DOLLARS THE CITY OF NEW HOPE, MINNESOTA (the “City”) acknowledges itself to be indebted and for value received hereby promises to pay to the registered owner specified above, or registered assigns, the principal amount specified above on the maturity date specified above and promises to pay interest thereon from the date of original issue specified above or from the most recent Interest Payment Date (as hereinafter defined) to which interest has been paid or duly provided for, at the annual interest rate specified above, payable on June 1 and December 1 in each year, commencing December 1, 2021 (each such date, an Interest Payment Date), all subject to the provisions referred to herein with respect to the redemption of the principal of this Bond before maturity. The interest so payable on any Interest Payment Date shall be paid to the person in whose name this Bond is registered at the close of business on the fifteenth day (whether or not a business day) of the calendar month immediately preceding the Interest Payment Date. Interest hereon shall be computed on the basis of a 360-day year composed of twelve 30-day months. The interest hereon and, upon presentation and surrender hereof at the principal office of the Registrar described below, the principal hereof are payable in lawful money of the United States of America by check or draft drawn on Bond Trust Services Corporation, Roseville, Minnesota, as bond registrar, transfer agent and paying agent, or its successor designated under the Resolution described herein (the “Registrar”), or other agreed-upon means of payment by the Registrar or its designated successor. For the prompt and full payment of such principal and interest as the same respectively become due, the full faith and credit and taxing powers of the City have been and are hereby irrevocably pledged. A-2 4843-5037-7688\3 This Bond is one of an issue in the aggregate principal amount of $[_____] (the “Bonds”), issued pursuant to a resolution adopted by the City Council on February 22, 2021 (the “Resolution”), to refinance various energy savings improvements to the New Hope Ice Arena in the City and is issued pursuant to and in full conformity with the provisions of the Constitution and laws of the State of Minnesota thereunto enabling, including Minnesota Statutes, Sections 469.1812 to 469.1815. The Bonds are issuable only in fully registered form, in the denomination of $5,000 or any integral multiple thereof, of single maturities. Bonds maturing in the year 2026 and thereafter shall be subject to call for prior redemption at the option of the City, in whole or in part, in such order as the City shall determine and by lot as to Bonds having the same maturity date, in integral multiples of $5,000, on December 1, 2025, and any date thereafter, at the price of par plus accrued interest as of the date of redemption. The City shall cause notice of the call for redemption thereof to be published if and as required by law and not more than sixty (60) and not fewer than thirty (30) days prior to the designated redemption date, shall cause notice of the call for redemption to be mailed by first-class mail to the Registrar and to the registered holders of any Bonds to be redeemed at their addresses as they appear on the Bond Register maintained by the Bond Registrar, provided that notice shall be given to any securities depository in accordance with its operational arrangements. No defect in or failure to give such mailed notice of redemption shall affect the validity of proceedings for the redemption of any Bond not affected by such defect or failure. The notice of redemption shall specify the redemption date, redemption price, the numbers, interest rates and CUSIP numbers of the Bonds to be redeemed and the place at which the Bonds are to be surrendered for payment, which is the principal office of the Registrar. Official notice of redemption having been given as aforesaid, the Bonds or portions of Bonds so to be redeemed shall, on the redemption date, become due and payable at the redemption price therein specified and from and after such date (unless the City shall default in the payment of the redemption price) such Bonds or portions of Bonds shall cease to bear interest. Upon partial redemption of any Bond, a new Bond or Bonds of such same series will be delivered to the owner without charge, representing the remaining principal amount outstanding. As provided in the Resolution and subject to certain limitations set forth therein, this Bond is transferable upon the books of the City at the principal office of the Registrar, by the registered owner hereof in person or by the owner’s attorney duly authorized in writing upon surrender hereof together with a written instrument of transfer satisfactory to the Registrar, duly executed by the registered owner or the owner’s attorney; and may also be surrendered in exchange for Bonds of other authorized denominations. Upon such transfer or exchange the City will cause a new Bond or Bonds to be issued in the name of the designated transferee or registered owner, of the same aggregate principal amount, bearing interest at the same rate and maturing on the same date, subject to reimbursement for any tax, fee or governmental charge required to be paid with respect to any such transfer or exchange. The Bonds are “qualified tax-exempt obligations” for purposes of Section 265(b)(3) of the Code relating to the disallowance of interest expense for financial institutions. The City and the Registrar may deem and treat the person in whose name this Bond is registered as the absolute owner hereof, whether this Bond is overdue or not, for the purpose of A-3 4843-5037-7688\3 receiving payment as herein provided and for all other purposes, and neither the City nor the Registrar shall be affected by any notice to the contrary. Notwithstanding any other provisions of this Bond, so long as this Bond is registered in the name of Cede & Co., as nominee of The Depository Trust Company, or in the name of any other nominee of The Depository Trust Company or other securities depository, the Registrar shall pay all principal of and interest on this Bond, and shall give all notices with respect to this Bond, only to Cede & Co. or other nominee in accordance with the operational arrangements of The Depository Trust Company or other securities depository as agreed to by the City. IT IS HEREBY CERTIFIED, RECITED, COVENANTED AND AGREED that all acts, conditions and things required by the Constitution and laws of the State of Minnesota to be done, to exist, to happen and to be performed precedent to and in the issuance of this Bond in order to make this Bond a valid and binding general obligation of the City according to its terms, have been done, do exist, have happened and have been performed in regular and due form as so required; that prior to the issuance hereof the City has pledged and appropriated to the sinking fund established for the payment of the Bonds tax abatements to be derived by the City from certain specified properties of the City and ad valorem taxes heretofore duly levied on all taxable property in the City; that if necessary to pay the principal and interest on this Bond, additional ad valorem taxes are required be levied upon all taxable property in the City without limitation as to rate or amount; and that the issuance of this Bond does not cause the indebtedness of the City to exceed any constitutional or statutory limitation. This Bond shall not be valid or become obligatory for any purpose or be entitled to any security or benefit under the Resolution until the Certificate of Authentication hereon shall have been executed by the Registrar by manual signature of one of its authorized representatives. A-4 4843-5037-7688\3 IN WITNESS WHEREOF, the City has caused this Bond to be executed on its behalf by the facsimile signatures of its Mayor and City Manager and has caused this Bond to be dated as of the date set forth below. CITY OF NEW HOPE, MINNESOTA (facsimile signature – City Manager) (facsimile signature – Mayor) _________________________ CERTIFICATE OF AUTHENTICATION This is one of the Bonds delivered pursuant to the Resolution mentioned within. Date of Authentication: ___________ BOND TRUST SERVICES CORPORATION, as Registrar By Authorized Representative _________________________ The following abbreviations, when used in the inscription on the face of this Bond, shall be construed as though they were written out in full according to the applicable laws or regulations: TEN COM --as tenants in common UTMA …….…. as Custodian for ………….….. (Cust) (Minor) TEN ENT --as tenants by the entireties under Uniform Transfers to Minors Act ..........….. (State) JT TEN --as joint tenants with right of survivorship and not as tenants in common Additional abbreviations may also be used. A-5 4843-5037-7688\3 _________________________ ASSIGNMENT For value received, the undersigned hereby sells, assigns and transfers unto _____________________________ the within Bond and all rights thereunder, and does hereby irrevocably constitute and appoint ______________________________ attorney to transfer the said Bond on the books kept for registration of the within Bond, with full power of substitution in the premises. Dated: NOTICE: The assignor’s signature to this assignment must correspond with the name as it appears upon the face of the within Bond in every particular, without alteration or enlargement or any change whatsoever. Signature Guaranteed: Signature(s) must be guaranteed by an “eligible guarantor institution” meeting the requirements of the Registrar, which requirements include membership or participation in STAMP or such other “signature guaranty program” as may be determined by the Registrar in addition to or in substitution for STAMP, all in accordance with the Securities Exchange Act of 1934, as amended. Please insert social security or other identifying number of assignee: ______________________ B-1 4843-5037-7688\3 EXHIBIT B NOTICE OF REDEMPTION $3,505,000 TAXABLE LEASE REVENUE BONDS NEW HOPE ECONOMIC DEVELOPMENT AUTHORITY, MINNESOTA (CITY OF NEW HOPE ANNUAL APPROPRIATION LEASE OBLIGATIONS) (QUALIFIED ENERGY CONSERVATION BONDS-DIRECT PAYMENT TO ISSUER) SERIES 2011A NOTICE IS HEREBY GIVEN that there have been called for redemption on April 1, 2021 (the “Redemption Date”) all outstanding New Hope Economic Development Authority, Minnesota (City of New Hope Annual Appropriation Lease Obligations) (Qualified Energy Conservation Bonds-Direct Payment to Issuer), Series 2011A, dated December 1, 2011 (“2011A Bonds”), which mature on December 1 in the following year, in the principal amount, having the interest rates and CUSIP listed below: Year (December 1) Principal Amount Interest Rate CUSIP ® 2028 $3,505,000 5.000% 645449 AA7 The Bonds will be redeemed at a price of 100% of their principal amount plus accrued interest to the date of redemption. Owners of the Bonds should present them for payment to U.S. Bank National Association, as bond registrar (the “Registrar”), at the address below, on or before April 1, 2021, when they will cease to bear interest. It is recommended that you mail your Bonds by registered or certified mail to guard against loss. If by Mail: If by Hand or Overnight Mail: U.S. Bank National Association Corporate Trust P.O. Box 64111 St. Paul, MN 55164-0111 U.S. Bank National Association Corporate Trust 111 Fillmore Avenue East St. Paul, MN 55107 In compliance with the Interest and Dividend Compliance Act of 1983 and Broker Reporting Requirements, the redeeming institutions are required to withhold 31% of the principal amount of your holdings redeemed unless they are provided with your social security number or federal employer identification number, properly certified. This requirement is fulfilled through the submitting of a W-9 Form, which may be obtained at a bank or other financial institution. ®Registered Trademark 2015, American Bankers Association. The Registrar shall not be responsible for the selection or use of the CUSIP numbers, nor is any representation made as to their correctness indicated in this Notice of Redemption or on any Bond. They are included solely for convenience of the Holders. B-2 The Issuer and the Registrar shall not be responsible for the selection of or use of CUSIP numbers, nor is any representation made as to its correctness indicated in this Notice of Redemption. They are included solely for the convenience of the Owners. Dated: ____________, 2021. BY ORDER OF THE NEW HOPE ECONOMIC DEVELOPMENT AUTHORITY, MINNESOTA By: __________________________________ Its: __________________________________ B-3 HENNEPIN COUNTY AUDITOR’S CERTIFICATE AS TO REGISTRATION AND TAX LEVY The undersigned, being the duly qualified and acting County Auditor of Hennepin County, Minnesota, hereby certifies that there has been filed in my office a certified copy of a resolution duly adopted on February 22, 2021, by the City Council of the City of New Hope, Minnesota, setting forth the form and details of an issue of $[______] General Obligation Tax Abatement Bonds, Series 2021A dated the date of issuance thereof. I further certify that the issue has been entered on my bond register and the taxes required by law have been levied as required by Minnesota Statutes, Sections 475.61 to 475.63. WITNESS my hand and official seal on the _____ day of _____________, 2021. Hennepin County Auditor (SEAL) I:\RFA\PUBWORKS\2021\Council\1054 2021 Reclaim and Overlay\2‐22 Award Bid   Request for Action  February 22, 2021    Approved by: Kirk McDonald, City Manager  Originating Department: Public Works  By: Bernie Weber, Director    Agenda Title  Resolution awarding contract to T.A. Schifsky and Sons for construction of Public Improvement Project No.  1054 (2021 Infrastructure Improvement Project)  Requested Action  Staff recommends that the Council pass a resolution awarding contract to T.A. Schifsky and Sons for  construction of Public Improvement Project no. 1054 (2021 Infrastructure Improvement Project), including  Alternates No. 1 and 3.  Policy/Past Practice  The City Council routinely considers public infrastructure improvement projects to extend the useful life of  the infrastructure and/or improve the level of service. The city’s street infrastructure management strategy  has identified areas for maintenance activities in 2021.  Background  The general location of the potential 2021 project includes streets in the Lions Park neighborhood and  Erickson Drive, as shown on the attached project map. Streets included in the project were recommended  based upon pavement conditions identified in the 2019 Pavement Management Plan as well as underlying  utility conditions.     The feasibility report was presented and approved on September 28 and identified specific street and utility  improvement strategies. A public hearing was then held on October 26 to further discuss the scope of the  project and proposed assessments. The feasibility report identified all tax‐exempt properties that will be  affected by this work and provides an estimated assessment rate for these properties. These assessments will  be one funding source for the project.     The plans included base bid improvements for utility, mill and overlay, and reclaim and overlay  improvements. It should be noted the mill and overlay work will also include the parking lot at Lions Park.   The storm sewer work on Oregon Avenue North between 40th Avenue North and 42nd Avenue North was  bid as Alternate No. 1 (CIPP lining) and Alternate No. 2 (open‐cut).  Also, after discussions with Park and  Recreation staff, there is a need to mill, shape, and pave the trails at Liberty Park, which was bid as Alternate  No. 3.  These improvements were planned to be done in 2022, but based on the size of the 2021 Infrastructure  Improvements and the success the city had in getting very competitive prices on trail work with the 2020  Infrastructure Improvements, Alternate No. 3 was added to the project to get pricing on those trail  improvements.    The city received 8 bids at the February 11 bid opening, and the complete bid tab is attached. The low bid  contractor for the base bid was T.A. Schifsky and Sons with a total base bid amount of $1,101,936.58. The  second low bid for the base bid was GMH Asphalt, Inc. with a total base bid amount of $1,105,767.75.  Agenda Section Development &  Planning Item Number  8.2  Alternate bid amounts and the comparison to the engineer’s opinion of probable cost can be viewed in the  funding table below. Staff recommends awarding the base bid and Alternates No. 1 and 3.  When you add  alternates to the base bid, then T.A. Schifsky and Sons is the low bid contractor with a total adjusted base bid  of $1,203,715.68. While T.A. Schifsky and Sons has not worked recently in the city, their utility sub‐contractor  G.F. Jedlicki has frequently worked in the city previously on street and storm sewer work on the 2020  Winnetka Water Main Replacement project, the 2019 Civic Center Park utility improvements, and the 2016  Northwood South infrastructure improvement project.    If awarded, the contractor could start this spring, and most project work will be completed in 2021.      Funding  This project will be funded primarily by the city of New Hope street infrastructure fund, utility funds (water,  sewer, storm water), and assessments. Funding breakdowns are in the table below.     Base Bid Improvements  Estimated  Construction  Indirect  Costs  Estimated Project  Costs  Water Main $101,036.00 $20,207.20 $121,243.20  Sanitary Sewer $72,297.94 $14,459.59 $86,757.53  Storm Sewer $120,830.63 $24,166.13 $144,996.76  Streets – Mill and Overlay $409,532.27 $81,906.45 $491,438.72  Streets – Reclaim and Overlay $398,239.74 $79,647.95 $477,887.69  Total Base Bid Improvement Cost $1,101,936.58 $220,387.32 $1,322,323.90    Three alternates were bid as part of this project. Council has the option to award or not to award the  alternates. Alternate 1 and 2 were bid as a way to compare repair options for the existing storm sewer pipe  along Oregon Avenue North. Staff reviewed the two options and recommends proceeding with Alternate 1  (CIPP lining option).     Alternate 3 was bid with this larger project in order to receive competitive pricing for trail improvements at  Liberty Park. Based on the pricing received staff recommends proceeding with Alternate 3.     Recommended Alternate Bid Improvements  Alt. No. Alternate Improvements  Estimated  Construction Indirect Cost  Estimated Project  Costs  1 Oregon Ave N. Storm Sewer CIPP Lining    $64,150.00 $12,830.00 $76,980.00  3 Liberty Park Trail Improvements $37,629.10 $7,525.82 $45,154.92  Total Alternate Improvement Construction Costs $101,779.10 $20,355.82 $122,134.92    The summary of the estimated costs for the base and alternate bid improvements and associated total project  costs, including indirect costs and CIP budget and proposed funding source, is provided in the tables below.                Summary Project Costs ‐ Base Bid Items + Alternates  Item  Estimated  Construction Indirect Costs  Estimated  Project Costs  Capital Improvement  Plan Budget  Base Bid Items $1,101,936.58 $220,387.32 $1,322,323.90 $ 1,706,932.89  Alt. No. 1 – CIPP Lining $64,150.00 $12,830.00 $76,980.00 $345,361.25  Alt. No. 3 – Liberty Park Trail $37,629.10 $7,525.82 $45,154.92 $75,000.00  Total ‐ Base Bid Items +  Alternates $1,203,715.68 $240,743.14 $1,444,458.82 $2,127,294.14      Funding Source with Alternate No. 1 and 3        Improvement Type  Total Project  Cost (Including  Alternates)  Capital  Improvement  Plan Budget  Budget  Difference Funding Source  Water Main $121,243.20 $99,827.00 ‐$21,416.20 Water Fund ‐ Over  Sanitary Sewer $86,757.53 $95,810.00 $9,052.47 Sewer Fund  Storm Sewer + Alt. No. 1  $221,976.76 $452,052.25 $230,075.49 Storm Water Fund  Streets $969,326.41 $1,404,604.89 $435,278.48 Street Fund  Trail – Alt. No. 3 $45,154.92 $75,000.00 $29,845.08 Park Infrastructure Fund  Total $1,444,458.82 $2,127,294.14 $682,835.32    AEM has reviewed the water fund and verified that the fund can support the overage proposed on this  contract.     Attachments   Resolution   City Engineer’s Memorandum   Project Map   Bid Tab    City of New Hope  Resolution No. 21‐  Resolution awarding contract to T.A. Schifsky and Sons for   construction of public improvement project no. 1054   (2021 Infrastructure Improvement Project)    WHEREAS, city staff has identified the need for infrastructure improvements specified in  the 2020 CIP; and    WHEREAS, the infrastructure improvements in this area are identified to follow the  pavement management strategy adopted by Council; and    WHEREAS, plans and specifications for the 2021 Infrastructure Improvement Project No.  1054 have been prepared by consultant engineers, Stantec, and approved by  Council; and    WHEREAS, the city has received acceptable bids and the Council does hereby determine  to proceed with the 2021 Infrastructure Improvement Project; and    WHEREAS, the adjusted total base bid of $1,203,715.68 from T.A. Schifsky and Sons that  includes the base bid plus alternates 1 and 3 is the lowest responsible bid  submitted; and    WHEREAS, funding is available in the street infrastructure fund and supplemented by  specific improvement funds.    NOW, THEREFORE, BE IT RESOLVED,   1. That the contract of public improvement project no. 1054, the 2021  Infrastructure Improvement Project, is awarded to T.A. Schifsky and  Sons.   2. That the mayor and city manager are authorized and directed to sign  the same.    Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this  22nd day of February, 2021.          Mayor   Attest:                   City Clerk     Stantec Consulting Services Inc. 733 Marquette Avenue, Suite 1000 Minneapolis MN 55402 February 12, 2021 File: 193805073 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2021 Infrastructure Improvements – Award City Project No.: 1054 Dear Bernie, Attached please find the Bid Results Letter on the above referenced project. Staff has discussed wanting to proceed with Alternates #1 and #3. Based on this Staff recommendation, the Low Bidder on the project is T.A. Schifsky & Sons, Inc. with an Adjusted Total Base Bid of $1,203,715.68. Adding indirect costs to construction costs, the Total Project Costs would be $1,444,458.82. The project generally consists of street and utility improvements in the residential areas along Erickson Drive and the Lions Park neighborhood. A public hearing was held on October 26, 2020, and the scope of the project was discussed as well as proposed assessments. Trail improvements are proposed at Liberty Park. The park is located south of 60th Avenue between Gettysburg and Ensign Avenues. The project locations are shown on the attached drawings. The base bid includes utility, mill and overlay, and reclaim and overlay improvements. The three alternate bids were as follows: Alternate No. 1 – Oregon Avenue N. Storm Sewer CIPP Lining Alternate No. 2 – Oregon Avenue N. Storm Sewer Open Cut Alternate No. 3 – Liberty Park Bituminous Trail Improvements A summary of the estimated construction, indirect, and project costs for the base bid improvements of the low bidder are shown in Table 1 below. Table 1 - Base Bid Improvements Item Estimated Construction Indirect Costs Estimated Project Costs Water Main $101,036.00 $20,207.20 $121,243.20 Sanitary Sewer $72,297.94 $14,459.59 $86,757.53 Storm Sewer $120,830.63 $24,166.13 $144,996.76 Streets - Mill and Overlay $409,532.27 $81,906.45 $491,438.72 Streets - Reclaim and Overlay $398,239.74 $79,647.95 $477,887.69 Total - Base Bid Items $1,101,936.58 $220,387.32 $1,322,323.90 February 12, 2021 Page 2 of 3 The Council has the option to award or not award the alternates. Alternate 1 and 2 were bid as a way to compare repair options for the existing storm sewer pipe on Oregon Avenue North. The existing storm sewer is currently deteriorated and allowing adjacent soils to get into the pipe. As discussed above, staff reviewed the two alternates for the storm sewer piping on Oregon Avenue and are recommending proceeding with Alternate 1 (CIPP lining option) for the following reasons: Alternate 1 provides the least cost alternative to address the deteriorating pipe. Though the CIPP liner will reduce the inside diameter of the existing pipe; the CIPP liner has better flow characteristics, resulting in a higher capacity than the existing pipe. The lining will extend the life of the existing pipe until a future street reconstruction is needed. Because the existing storm sewer pipe was not able to be televised prior to the proposed improvements, cleaning of the existing pipe and televising will be done as part of the alternate work. Staff will review with the council after televising if any additional actions are needed. Alternate 3 was bid with this larger project in order to receive competitive pricing for trail improvements at Liberty Park. Staff has recently seen cost savings when bidding trail work with the infrastructure projects. Based on the pricing received, staff is recommending proceeding with Alternate 3. A summary of the construction, indirect, and project costs for the two recommended alternates from the low base bid bidder are shown in Table 2 below. Table 2 - Recommended Alternate Bid Improvements Item Estimated Construction Indirect Costs Estimated Project Costs Alt. No. 1 - Oregon Ave. N. Storm Sewer CIPP Lining $64,150.00 $12,830.00 $76,980.00 Alt. No. 3 – Liberty Park Trail Improvements $37,629.10 $7,525.82 $45,154.92 Total - Alternate Bid Items $101,779.10 $20,355.82 $122,134.92 The summary of the estimated costs for the base and alternate bid improvements and associated total project costs, including indirect costs and CIP budget, is provided in the table below: Table 3 - Summary - Base Bid Items + Alternates Item Estimated Construction Indirect Costs Estimated Project Costs Capital Improvement Plan Budget (1) Base Bid Items $1,101,936.58 $220,387.32 $1,322,323.90 $1,706,932.89 Alt. No. 1 - CIPP Lining $64,150.00 $12,830.00 $76,980.00 $345,361.25 Alt. No. 3 - Liberty Park Trail $37,629.10 $7,525.82 $45,154.92 $75,000.00 Total - Base Bid + Alt.’s $1,203,715.68 $240,743.14 $1,444,458.82 $2,127,294.14 Note: (1) Capital Improvement Plan Incorporated Alt. No. 2 (Open Cut) Option for Budget. February 12, 2021 Page 3 of 3 A summary of the improvement types, project costs, and the associated funding sources are provided in the table below: Table 4 - Funding Source with Alternate No. 1 and 3 Improvement Type Total Project Cost Capital Improvement Plan Budget Budget Difference Funding Source Water Main $121,243.20 $99,827.00 -$21,416.20 Water Fund Sanitary Sewer $86,757.53 $95,810.00 $9,052.47 Sewer Fund Storm Sewer + Alt. No. 1 $221,976.76 $452,052.25 $230,075.49 Storm Water Fund Streets $969,326.41 $1,404,604.89 $435,278.48 Street Fund Trails - Alt. No. 3 $45,154.92 $75,000.00 $29,845.08 Park Infrastructure Fund Total - Base Bid + Alt.’s $1,444,458.82 $2,127,294.14 $682,835.32 If Council chooses to award the project, this can be done at the February 22, 2021 Council meeting. Most of the work under this contract will be completed during the spring, summer, and fall of 2021. If you have any questions or require further information, please call me at (612) 712-2021. Sincerely, STANTEC Dan D. Boyum, P.E. Attachments: Bid Results Letter and Bid Results, Location Plans (Figure 1 and Liberty Park) Cc: Kirk McDonald, Valerie Leone, Megan Hedstrom, Shawn Markham, Dave Lemke, Matt Rowedder, Andrew Kramer, Susan Rader – New Hope; Stacy Woods – City Attorney; Lucas Miller, Ann Dienhart - Stantec Stantec Consulting Services Inc. 733 Marquette Avenue, Suite 1000 Minneapolis MN 55402 February 11, 2021 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: 2021 Infrastructure Improvements City Project No. 1054, Stantec Project No. 193805078 Bid Results Dear Honorable Mayor and City Council: Bids were opened for the 2021 Infrastructure Improvements project on February 11, 2021. Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder once the Project has been awarded. There was a total of 7 Bids. The following summarizes the results of the Bids received: Contractor Total Base Bid Alternate 1 Alternate 2 Alternate 3 Low T.A. Schifsky & Sons, Inc. $1,101,936.58 $64,150.00 $270,962.70 $37,629.10 #2 GMH Asphalt Corp. $1,105,767.75 $77,230.50 $235,214.55 $27,983.80 #3 North valley, Inc. $1,117,164.99 $79,172.29 $300,772.67 $48,197.67 #4 Northwest Asphalt $1,170,533.45 $67,082.00 $254,719.44 $41,132.45 #5 Valley Paving Inc. $1,273,273.00 $64,564.00 $293,215.80 $43,101.75 #6 Bituminous Roadways, Inc. $1,276,596.96 $66,394.80 $313,474.94 $46,222.40 #7 S. M. Hentges & Sons, Inc. $1,332,716.50 $64,754.00 $300,780.90 $49,707.75 #8 Park Construction Co. $1,481,431.90 $61,359.00 $349,561.50 $49,399.40 The Low Bidder on the Total Base Bid was T.A. Schifsky & Sons, Inc. with a Total Base Bid of $1,101,936.58. The Low Bidder on the Total Base Bid and Alternates 1 and 3 is T.A. Schifsky & Sons, Inc. with an Adjusted Total Base Bid of $1,203,715.68. The low bids compare to the Engineer’s Opinion of Probable Cost of $1,411,400 for the Total Base Bid and $1,710,700 for the Adjusted Total Base Bid. These Bids have been reviewed and found to be in order. If the City Council wishes to award the Project on the Total Base Bid, then T.A. Schifsky & Sons, Inc. should be awarded the Project on the Total Base Bid Amount of $1,101,936.58. If the City Council wishes to award the Total Base Bid and Alternates 1 and 3, then T.A. Schifsky & Sons, Inc. should be awarded the Project on the Adjusted Total Base Bid Amount of $1,203,715.68. Should you have any questions, please feel free to contact me. Sincerely, STANTEC CONSULTING SERVICES INC. Dan D. Boyum, P.E. Enclosure New HopePlymouth Crystal Robbinsdale £¤169 PlymouthNew Hope49th Ave N Flag Ave NErickson Dr48th Ave NEnsign Ave N47 1/2 Ave N ($$¯ Revised: 2020-09-22 By: dmerickson V:\1938\active\193805078\GIS\Projects\Location_Map.mxd Disclaimer: Stantec assumes no responsibility for data supplied inelectronic format. The recipient accepts full responsibility for verifying the accuracy and completeness of the data. The recipient releases Stantec, its officers, employees, consultants and agents, from any and all claims arising in any way from the content or provision of the data.New Hope, Minnesota Location and Proposed Street Improvements 2021 Infrastructure Improvements Project Figure 1 ³±9 New HopeCrystalCrystalLions ParkCP RailroadOregon Ave NNevada Ave NMaryland Ave N42nd Ave N Louisiana Ave N40th Ave N 36th Ave N 38th Ave N 39th Ave N 41st Ave N 41 1/2 Ave N 39 1/2 Ave N Louisiana Ave NMaryland Ave NProposed Street Improvements Boring with Petromat Boring withRXW Petromat 1.5" Mill and Overlay 1.5" Mill and Overlay (By Others) Reclaim and Overlay Full Reconstruction (By Others) 500 0 500250 Feet 1:6,000 (At original document size of 8.5x11) Site 1 Site 2 Site 1 Site 2 Trail ImprovementsLiberty Park Project Name:City Project No.:Stantec Project NoBid Opening:Owner:Dan Boyum, P.E.License No. 23451BID TABULATIONItem NumItem Units Qty Unit Price TotalUnit Price Total Unit Price Total Unit Price TotalBASE BIDPART A: GENERAL1 MOBILIZATION LS 1 $50,000.00 $50,000.00 $100,000.00 $100,000.00 $21,371.88 $21,371.88 $58,500.00 $58,500.002 TRAFFIC CONTROL LS 1 $45,000.00 $45,000.00 $4,748.00 $4,748.00 $6,090.98 $6,090.98 $36,000.00 $36,000.00TOTAL PART A: GENERAL$95,000.00 $104,748.00 $27,462.86 $94,500.00PART B: WATER MAIN3 REMOVE CIP WATER MAIN LF 480 $5.00 $2,400.00 $5.30 $2,544.00 $5.34 $2,563.20 $10.00 $4,800.004 REMOVE WATER SERVICE EA 9 $100.00 $900.00 $106.00 $954.00 $106.86 $961.74 $200.00 $1,800.005 REMOVE HYDRANT, VALVE, AND BOX EA 1 $350.00 $350.00 $369.00 $369.00 $374.01 $374.01 $250.00 $250.006 REMOVE VALVE AND BOX EA 4 $225.00 $900.00 $237.00 $948.00 $240.44 $961.76 $50.00 $200.007 TEMPORARY WATER SERVICE LS 1 $10,000.00 $10,000.00 $14,770.00 $14,770.00 $10,685.94 $10,685.94 $2,000.00 $2,000.008 CONNECT TO EXISTING WM EA 8 $750.00 $6,000.00 $791.00 $6,328.00 $801.45 $6,411.60 $1,225.00 $9,800.009 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 40 $41.00 $1,640.00 $43.25 $1,730.00 $43.81 $1,752.40 $40.55 $1,622.0010 8" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 475 $42.00 $19,950.00 $44.30 $21,042.50 $44.88 $21,318.00 $42.63 $20,249.2511 6" GATE VALVE AND BOX EA 3 $1,950.00 $5,850.00 $2,057.00 $6,171.00 $2,083.76 $6,251.28 $1,545.00 $4,635.0012 8" GATE VALVE AND BOX EA 4 $2,400.00 $9,600.00 $2,830.00 $11,320.00 $2,564.63 $10,258.52 $1,984.00 $7,936.0013 INSTALL HYDRANT EA 3 $5,850.00 $17,550.00 $6,172.00 $18,516.00 $6,251.28 $18,753.84 $3,853.00 $11,559.0014 DUCTILE IRON FITTINGS LB 1100 $0.01 $11.00 $0.01 $11.00 $0.01 $11.00 $6.98 $7,678.0015 INSULATION - 4" THICK SY 15 $39.00 $585.00 $41.15 $617.25 $41.68 $625.20 $26.00 $390.0016 IMPROVED PIPE FOUNDATION LF 450 $0.01 $4.50 $0.01 $4.50 $0.01 $4.50 $5.00 $2,250.0017 1" CORPORATION STOP AND SADDLE EA 9 $550.00 $4,950.00 $580.00 $5,220.00 $587.73 $5,289.57 $870.00 $7,830.0018 1" TYPE "K" COPPER PIPE LF 45 $32.00 $1,440.00 $33.75 $1,518.75 $34.20 $1,539.00 $37.80 $1,701.0019 CONNECT TO EXISTING WATER SERVICE EA 9 $745.00 $6,705.00 $786.00 $7,074.00 $796.10 $7,164.90 $775.00 $6,975.0020 REMOVE AND REPLACE WATER GV BOX SECTION EA 2 $425.00 $850.00 $705.00 $1,410.00 $1,923.47 $3,846.94 $485.00 $970.0021 EXPLORATORY DIGGING HR 6 $340.00 $2,040.00 $359.00 $2,154.00 $363.32 $2,179.92 $700.00 $4,200.0022 REPAIR SANITARY SEWER SERVICE EA 2 $300.00 $600.00 $317.00$634.00$320.58 $641.16 $830.00 $1,660.00TOTAL PART B: WATER MAIN $92,325.50 $103,336.00 $101,594.48 $98,505.25PART C: SANITARY SEWER23 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAMEEA 49 $975.00 $47,775.00 $1,209.00 $59,241.00 $694.59 $34,034.91 $1,130.00 $55,370.0024 INTEGRAL CONCRETE RING LF 62 $295.00 $18,290.00 $77.65 $4,814.30 $160.29 $9,937.98 $100.00 $6,200.00TOTAL PART C: SANITARY SEWER $66,065.00 $64,055.30 $43,972.89 $61,570.00PART D: STORM SEWER25 REMOVE STORM SEWER MH OR CATCH BASIN EA 3 $350.00 $1,050.00 $369.00 $1,107.00 $374.01 $1,122.03 $400.00 $1,200.0026 REMOVE EXISTING STORM PIPE LF 30 $8.00 $240.00 $8.45 $253.50 $8.55 $256.50 $12.00 $360.0027 REMOVE AND REPLACE STORM SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAMEEA 7 $750.00 $5,250.00 $744.00 $5,208.00 $801.45 $5,610.15 $839.00 $5,873.00I hereby certify that this is an exactreproduction of bids received.City of New Hope, Minnesota2021 Infrastructure Project 1054Thursday, February 11, 2021 at 10 A.M., CDT193805078Bidder No. 4Northwest AsphaltT.A. Schifsky & Sons, Inc. GMH Asphalt CorporationBidder No. 1 Bidder No. 2North Valley, Inc.Bidder No. 3193805078_Bid Tab.xlsmBT-1 BID TABULATIONItem NumItem Units Qty Unit Price TotalUnit Price Total Unit Price Total Unit Price TotalBidder No. 4Northwest AsphaltT.A. Schifsky & Sons, Inc. GMH Asphalt CorporationBidder No. 1 Bidder No. 2North Valley, Inc.Bidder No. 328 SALVAGE AND REINSTALL FENCE LF 40 $50.00 $2,000.00 $40.00 $1,600.00 $26.71 $1,068.40 $25.00 $1,000.0029 12" RCP STORM SEWER, CL 5 LF 98 $48.00 $4,704.00 $50.65 $4,963.70 $51.29 $5,026.42 $49.17 $4,818.6630 15" RCP STORM SEWER, CL 5 LF 77 $52.00 $4,004.00 $54.85 $4,223.45 $55.57 $4,278.89 $50.28 $3,871.5631 18" RCP STORM SEWER, CL5 LF 8 $64.00 $512.00 $67.50 $540.00 $68.39 $547.12 $71.21 $569.6832 27" RCP STORM SEWER, CL 5 LF 16 $112.00 $1,792.00 $118.00 $1,888.00 $119.68 $1,914.88 $112.30 $1,796.8033 4' DIAMETER STORM SEWER CBMH EA 2 $2,775.00 $5,550.00 $3,614.00 $7,228.00 $2,965.35 $5,930.70 $2,312.00 $4,624.0034 5' DIAMETER STORM SEWER CBMH EA 1 $5,275.00 $5,275.00 $6,251.00 $6,251.00 $5,636.84 $5,636.84 $6,102.00 $6,102.0035 5' DIAMETER STORM SEWER MH OR CBMH WITH SUMP EA 1 $4,800.00 $4,800.00 $5,750.00 $5,750.00 $5,129.25 $5,129.25 $5,014.00 $5,014.0036 2'X3' STORM SEWER CB EA 2 $1,450.00 $2,900.00 $2,216.00 $4,432.00 $1,549.47 $3,098.94 $1,786.00 $3,572.0037 FURNISH AND INSTALL TRASH SEPARATOR EA 1 $925.00 $925.00 $976.00 $976.00 $988.45 $988.45 $1,440.00 $1,440.0038 DIRECTIONALLY DRILL STORM 18" HDPE LF 400 $139.00 $55,600.00 $147.00 $58,800.00 $148.53 $59,412.00 $111.84 $44,736.0039 6" PVC PERFORATED DRAIN TILE, WITH SOCK LF 100 $28.00 $2,800.00 $29.55 $2,955.00 $29.92 $2,992.00 $28.19 $2,819.0040 CONNECT TO STRUCTURE (DRAINTILE) EA 10 $500.00 $5,000.00 $528.00 $5,280.00 $534.30 $5,343.00 $250.00 $2,500.0041 CONNECT TO EXISTING STORM SEWER PIPE EA 4 $450.00 $1,800.00 $475.00 $1,900.00 $480.87 $1,923.48 $945.00 $3,780.0042 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 $500.00 $500.00 $528.00 $528.00 $534.30 $534.30 $945.00 $945.0043 CONSTRUCT MANHOLE OVER EXISTING PIPE EA 1 $3,450.00 $3,450.00 $3,640.00 $3,640.00 $3,686.65 $3,686.65 $6,063.00 $6,063.0044 TELEVISE STORM SEWER LF 514 $4.40 $2,261.60 $4.65 $2,390.10 $4.70 $2,415.80 $2.48 $1,274.72TOTAL PART D: STORM SEWER $110,413.60 $119,913.75 $116,915.80 $102,359.42PART E: STREET IMPROVEMENTS - MILL AND OVERLAY, RECLAIM STREETS AND PARKING LOT45 INLET PROTECTION EA 55 $125.00 $6,875.00 $100.00 $5,500.00 $106.86 $5,877.30 $100.00 $5,500.0046 SILT FENCE (MACHINE SLICED) LF 450 $3.00 $1,350.00 $2.11 $949.50 $2.51 $1,129.50 $2.50 $1,125.0047 ADJUST VALVE BOX EA 4 $350.00 $1,400.00 $556.00 $2,224.00 $293.86 $1,175.44 $481.25 $1,925.0048 MILL BITUMINOUS PAVEMENT - 1.5" DEPTH SY 37000 $0.95 $35,150.00 $0.88 $32,560.00 $0.93 $34,410.00 $0.79 $29,230.0049 MILL 4" WITH PETROMAT, HAUL AND STOCKPILE IN CITY CY 120 $40.00 $4,800.00 $21.15 $2,538.00 $46.87 $5,624.40 $20.10 $2,412.0050 RECLAIM AND SHAPE BITUMINOUS PAVEMENT SY 15750 $3.50 $55,125.00 $3.00 $47,250.00 $3.57 $56,227.50 $2.82 $44,415.0051 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 3420 $30.00 $102,600.00 $29.90 $102,258.00 $33.13 $113,304.60 $30.38 $103,899.6052 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 2800 $1.00 $2,800.00 $0.60 $1,680.00 $1.29 $3,612.00 $0.50 $1,400.0053 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 2000 $1.50 $3,000.00 $2.00 $4,000.00 $1.87 $3,740.00 $1.00 $2,000.0054 REMOVE BITUMINOUS STREET PAVEMENT SY 61 $15.00 $915.00 $10.00 $610.00 $31.79 $1,939.19 $5.00 $305.0055 SAWING BITUMINOUS PAVEMENT LF 690 $4.00 $2,760.00 $2.60 $1,794.00 $2.94 $2,028.60 $2.00 $1,380.0056 COMMON EXCAVATION (P) CY 250 $25.00 $6,250.00 $91.60 $22,900.00 $44.04 $11,010.00 $132.10 $33,025.0057 GEOTEXTILE FABRIC, TYPE V, NON-WOVEN SY 50 $6.00 $300.00 $5.00 $250.00 $4.01 $200.50 $4.00 $200.0058 SELECT GRANULAR BORROW (MODIFIED) TN 40 $30.00 $1,200.00 $13.00 $520.00 $45.79 $1,831.60 $17.65 $706.0059 AGGREGATE BASE, CLASS 5 TN 10 $35.00 $350.00 $40.00 $400.00 $57.24 $572.40 $18.87 $188.7060 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 2980 $0.01 $29.80 $0.01 $29.80 $15.37 $45,802.60 $16.64 $49,587.2061 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NON-WTN 700 $70.00 $49,000.00 $77.95 $54,565.00 $91.57 $64,099.00 $105.32 $73,724.0062 BITUMINOUS MATERIAL FOR TACK COAT GAL 3053 $0.01 $30.53 $3.55 $10,838.15 $3.05 $9,311.65 $2.00 $6,106.0063 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 5534 $64.00 $354,176.00 $62.80 $347,535.20 $59.44 $328,940.96 $67.12 $371,442.0864 TYPE SP 12.5 NON-WEARING COURSE MIXTURE (2,B) TN 63 $135.00 $8,505.00 $77.95 $4,910.85 $131.03 $8,254.89 $82.52 $5,198.7665 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS/TRATN 82 $135.00 $11,070.00 $128.00 $10,496.00 $144.24 $11,827.68 $150.00 $12,300.0066 6" CONCRETE DRIVEWAY SF 2000 $6.45 $12,900.00 $5.30 $10,600.00 $7.62 $15,240.00 $6.12 $12,240.0067 6" CONCRETE PEDESTRIAN RAMP SF 107 $11.45 $1,225.15 $13.20 $1,412.40 $15.01 $1,606.07 $13.62 $1,457.3468 TRUNCATED DOME SURFACE SF 36 $60.00 $2,160.00 $52.75 $1,899.00 $66.73 $2,402.28 $50.00 $1,800.0069 MASTIC PRIOR TO WEAR PAVING LF 33730 $0.55 $18,551.50 $0.52 $17,539.60 $0.53 $17,876.90 $0.51 $17,202.3070 EROSION CONTROL COMPOST BLANKET - BLOWN WITHSY 3790 $4.25 $16,107.50 $4.90 $18,571.00 $7.96 $30,168.40 $2.00 $7,580.0071 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 890 $35.00 $31,150.00 $0.01 $8.90 $43.89 $39,062.10 $22.02 $19,597.8072 SIGN PANELS, TYPE C SF 25 $45.00 $1,125.00 $84.40 $2,110.00 $48.09 $1,202.25 $45.00 $1,125.0073 24" SOLID WHITE STOP BAR, PAINT LF 100 $7.00 $700.00 $6.35 $635.00 $6.41 $641.00 $7.00 $700.00193805078_Bid Tab.xlsmBT-2 BID TABULATIONItem NumItem Units Qty Unit Price TotalUnit Price Total Unit Price Total Unit Price TotalBidder No. 4Northwest AsphaltT.A. Schifsky & Sons, Inc. GMH Asphalt CorporationBidder No. 1 Bidder No. 2North Valley, Inc.Bidder No. 374 PAVEMENT MESSAGE LEFT-TURN ARROW PAINT EA 2 $85.00 $170.00 $79.15 $158.30 $80.15 $160.30 $85.00 $170.0075 4" SOLID LINE PAINT LF 120 $1.20 $144.00 $5.30 $636.00 $5.34 $640.80 $1.20 $144.0076 4" DOUBLE SOLID LINE PAINT LF 120 $2.40 $288.00 $10.55 $1,266.00 $10.69 $1,282.80 $2.40 $288.0077 STREET SWEEPER WITH PICKUP BROOM HR 35 $145.00 $5,075.00 $132.00 $4,620.00 $160.29 $5,610.15 $135.00 $4,725.0078 WATER FOR DUST CONTROL MGAL 10 $85.00 $850.00 $45.00 $450.00 $40.61 $406.10 $50.00 $500.00 $738,132.48 $713,714.70 $827,218.96 $813,598.78BASE BID SUMMARY:TOTAL PART A: GENERAL$95,000.00 $104,748.00 $27,462.86 $94,500.00TOTAL PART B: WATER MAIN$92,325.50 $103,336.00 $101,594.48 $98,505.25TOTAL PART C: SANITARY SEWER$66,065.00 $64,055.30 $43,972.89 $61,570.00TOTAL PART D: STORM SEWER$110,413.60 $119,913.75 $116,915.80 $102,359.42$738,132.48 $713,714.70 $827,218.96 $813,598.78TOTAL BASE BID$1,101,936.58 $1,105,767.75 $1,117,164.99 $1,170,533.45ALTERNATESALTERNATE NO. 1: OREGON AVE N STORM SEWER CIPP LINING79 MOBILIZATION LS 1 $2,000.00 $2,000.00 $1,000.00 $1,000.00 $1,656.33 $1,656.33 $689.00 $689.0080 TRAFFIC CONTROL LS 1 $2,500.00 $2,500.00 $1,874.00 $1,874.00 $534.30 $534.30 $660.00 $660.0081 SEWER PIPE CLEANING CY 50 $1.00 $50.00 $10.85 $542.50 $11.01 $550.50 $1.10 $55.0082 PRE-LINER LF 1180 $1.00 $1,180.00 $3.15 $3,717.00 $4.59 $5,416.20 $1.10 $1,298.0083 SERVICE REINSTATEMENT EA 4 $150.00 $600.00 $193.00 $772.00 $195.34 $781.36 $165.00 $660.0084 CIPP LINE EX. 18" CMP LF 1180 $49.00 $57,820.00 $58.75 $69,325.00 $59.52 $70,233.60 $54.00 $63,720.00 TOTAL ALTERNATE 1: 89TH AVE ABS PIPE $64,150.00 $77,230.50 $79,172.29 $67,082.00ALTERNATE NO. 2: OREGON AVE N STORM SEWER OPEN CUT85 MOBILIZATION LS 1 $10,000.00 $10,000.00 $3,500.00 $3,500.00 $6,411.57 $6,411.57 $17,080.00 $17,080.0086 TRAFFIC CONTROL LS 1 $4,500.00 $4,500.00 $528.00 $528.00 $801.45 $801.45 $825.00 $825.0087 MILL 4" WITH PETROMAT, HAUL AND STOCKPILE IN CITY CY 122 $45.00 $5,490.00 $21.15 $2,580.30 $46.86 $5,716.92 $33.85 $4,129.7088 REMOVE TREE EA 5 $700.00 $3,500.00 $409.00 $2,045.00 $908.31 $4,541.55 $425.00 $2,125.0089 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 1180 $30.00 $35,400.00 $27.30 $32,214.00 $34.03 $40,155.40 $26.28 $31,010.4090 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 2700 $1.00 $2,700.00 $0.60 $1,620.00 $1.29 $3,483.00 $0.50 $1,350.0091 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 2700 $1.00 $2,700.00 $2.00 $5,400.00 $1.87 $5,049.00 $0.50 $1,350.0092 REMOVE STORM SEWER MH OR CATCH BASIN EA 5 $350.00 $1,750.00 $369.00 $1,845.00 $374.01 $1,870.05 $400.00 $2,000.0093 REMOVE EXISTING STORM PIPE LF 1180 $8.00 $9,440.00 $8.45 $9,971.00 $8.55 $10,089.00 $10.00 $11,800.0094 SALVAGE AND REINSTALL RETAINING WALL LF 20 $75.00 $1,500.00 $26.40 $528.00 $42.74 $854.80 $25.00 $500.0095 18" RCP STORM SEWER, CL 5 LF 1180 $64.00 $75,520.00 $69.75 $82,305.00 $68.39 $80,700.20 $54.44 $64,239.2096 6" PVC PERFORATED DRAIN TILE, WITH SOCK LF 100 $28.00 $2,800.00 $29.55 $2,955.00 $29.92 $2,992.00 $28.19 $2,819.0097 4' DIAMETER STORM SEWER CBMH EA 4 $2,775.00 $11,100.00 $2,928.00 $11,712.00 $2,965.35 $11,861.40 $2,984.00 $11,936.0098 4' DIAMETER STORM SEWER MH OR CBMH WITH SUMP EA 1 $4,800.00 $4,800.00 $5,064.00 $5,064.00 $5,129.25 $5,129.25 $3,221.00 $3,221.0099 FURNISH AND INSTALL TRASH SEPARATOR EA 1 $925.00 $925.00 $976.00 $976.00 $988.45 $988.45 $1,440.00 $1,440.00100 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 $500.00 $500.00 $528.00 $528.00 $534.30 $534.30 $945.00 $945.00101 CONNECT TO EXISTING STORM SEWER PIPE EA 2 $450.00 $900.00 $475.00 $950.00 $480.87 $961.74 $945.00 $1,890.00102 CONNECT TO STRUCTURE (DRAINTILE) EA 5 $350.00 $1,750.00 $369.00 $1,845.00 $374.01 $1,870.05 $250.00 $1,250.00103 COMMON EXCAVATION (P) CY 390 $25.00 $9,750.00 $42.40 $16,536.00 $34.74 $13,548.60 $32.20 $12,558.00104 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 1120 $18.00 $20,160.00 $0.01 $11.20 $19.49 $21,828.80 $21.48 $24,057.60TOTAL PART E: STREET IMPROVEMENTS - MILL AND OVERLAY, RECLAIM STREETS AND PARKING LOTTOTAL PART E: STREET IMPROVEMENTS - MILL AND OVERLAY, RECLAIM STREETS AND PARKING LOT193805078_Bid Tab.xlsmBT-3 BID TABULATIONItem NumItem Units Qty Unit Price TotalUnit Price Total Unit Price Total Unit Price TotalBidder No. 4Northwest AsphaltT.A. Schifsky & Sons, Inc. GMH Asphalt CorporationBidder No. 1 Bidder No. 2North Valley, Inc.Bidder No. 3105 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NON-WTN 160 $75.00 $12,000.00 $67.80 $10,848.00 $83.61 $13,377.60 $81.97 $13,115.20106 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B)TN 60 $135.00 $8,100.00 $128.00 $7,680.00 $144.25 $8,655.00 $127.53 $7,651.80107 6" CONCRETE DRIVEWAY SF 2700 $6.45 $17,415.00 $5.30 $14,310.00 $7.62 $20,574.00 $1.12 $3,024.00108 EROSION CONTROL COMPOST BLANKET - BLOWN WITHSY 1310 $4.25 $5,567.50 $5.15 $6,746.50 $7.96 $10,427.60 $4.15 $5,436.50109 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 310 $35.00 $10,850.00 $0.01 $3.10 $50.63 $15,695.30 $34.02 $10,546.20110 EXPLORATORY DIGGING HR 14 $340.00 $4,760.00 $359.00 $5,026.00 $363.32 $5,086.48 $700.00 $9,800.00111 REPAIR SANITARY SEWER SERVICE EA 7 $300.00 $2,100.00 $317.00 $2,219.00 $320.58 $2,244.06 $830.00 $5,810.00112 TELEVISE STORM SEWER LF 1133 $4.40 $4,985.20 $4.65 $5,268.45 $4.70 $5,325.10 $2.48 $2,809.84TOTAL ALTERNATE NO. 2: OREGON AVE N STORM SEWER OPEN CUT $270,962.70 $235,214.55 $300,772.67 $254,719.44ALTERNATE NO. 3: LIBERTY PARK BITUMINOUS TRAIL IMPROVEMENTS113 MOBILIZATION LS 1 $1,500.00 $1,500.00 $2,000.00 $2,000.00 $1,602.89 $1,602.89 $2,607.00 $2,607.00114 TRAFFIC CONTROL LS 1 $1,000.00 $1,000.00 $528.00 $528.00 $534.30 $534.30 $550.00 $550.00115 INLET PROTECTION EA 5 $135.00 $675.00 $100.00 $500.00 $197.69 $988.45 $100.00 $500.00116 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 30 $30.00 $900.00 $46.95 $1,408.50 $38.76 $1,162.80 $54.33 $1,629.90117 RECLAIM AND SHAPE EXISTING BITUMINOUS TRAIL SY 687 $5.00 $3,435.00 $6.00 $4,122.00 $12.47 $8,566.89 $10.80 $7,419.60118 COMMON EXCAVATION (P) CY 40 $40.00 $1,600.00 $1.00 $40.00 $45.79 $1,831.60 $24.25 $970.00119 TYPE SP 9.5 WEARING BITUMINOUS MIXTURE, (2,B) TN 136 $78.00 $10,608.00 $73.05 $9,934.80 $87.85 $11,947.60 $108.80 $14,796.80120 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 150 $60.00 $9,000.00 $0.01 $1.50 $43.89 $6,583.50 $34.02 $5,103.00121 TRUNCATED DOME SURFACE SF 48 $11.45 $549.60 $52.75 $2,532.00 $66.73 $3,203.04 $50.00 $2,400.00122 6" CONCRETE PEDESTRIAN RAMP SF 120 $11.45 $1,374.00 $13.20 $1,584.00 $15.01 $1,801.20 $13.50 $1,620.00123 EROSION CONTROL COMPOST BLANKET - BLOWN WITHSY 850 $4.25 $3,612.50 $4.95 $4,207.50 $7.96 $6,766.00 $4.15 $3,527.50124 WATER FOR DUST CONTROL MGAL 15 $55.00 $825.00 $45.00 $675.00 $32.06 $480.90 $0.01 $0.15125 TEMPORARY SEED SY 850 $3.00 $2,550.00 $0.53 $450.50 $3.21 $2,728.50 $0.01 $8.50TOTAL ALTERNATE NO. 3: LIBERTY PARK BITUMINOUS TRAIL IMPROVEMENTS $37,629.10 $27,983.80 $48,197.67 $41,132.45SUMMARYTOTAL BASE BID$1,101,936.58 $1,105,767.75 $1,117,164.99 $1,170,533.45TOTAL ALTERNATE NO. 1$64,150.00 $77,230.50 $79,172.29 $67,082.00TOTAL ALTERNATE NO. 2$270,962.70 $235,214.55 $300,772.67 $254,719.44TOTAL ALTERNATE NO. 3$37,629.10 $27,983.80 $48,197.67 $41,132.45Phone:Email:rstangler@taschifsky.combrandon@gmhasphalt.comcontactus@northvalleyinc.netlanceg@nwasphalt.netSigned By:Rob Stangler Brandon Butorac Brad Schmidtbauer Lance GuentzelTitle:COO Vice President President P.M.Signed Responsible Contractor Certificate:Yes Yes Yes YesBid Bond Bid Bond Bid Bond Bid Bond1 and 2 1 and 2 1 and 2 1 and 2Addenda Acknowledged:Bid Security:Contractor Name and Address:9180 Laketown RoadChaska, MN 55318North Valley, Inc.20015 Iguana St. NW, Ste. 100Nowthen, MN 55330(651) 777-1313 (952) 442-5288 (763) 274-2580T.A. Schifsky & Sons, Inc.2370 East Hwy. 36North St. Paul, MN 55109Northwest Asphalt1451 Stagecoach Rd.Shakopee, MN 55379(952) 445-1003GMH Asphalt Corp.193805078_Bid Tab.xlsmBT-4 BID TABULATIONItem NumItem Units QtyBASE BIDPART A: GENERAL1 MOBILIZATION LS 12 TRAFFIC CONTROL LS 1TOTAL PART A: GENERALPART B: WATER MAIN3 REMOVE CIP WATER MAIN LF 4804 REMOVE WATER SERVICE EA 95 REMOVE HYDRANT, VALVE, AND BOX EA 16 REMOVE VALVE AND BOX EA 47 TEMPORARY WATER SERVICE LS 18 CONNECT TO EXISTING WM EA 89 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 4010 8" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 47511 6" GATE VALVE AND BOX EA 312 8" GATE VALVE AND BOX EA 413 INSTALL HYDRANT EA 314 DUCTILE IRON FITTINGS LB 110015 INSULATION - 4" THICK SY 1516 IMPROVED PIPE FOUNDATION LF 45017 1" CORPORATION STOP AND SADDLE EA 918 1" TYPE "K" COPPER PIPE LF 4519 CONNECT TO EXISTING WATER SERVICE EA 920 REMOVE AND REPLACE WATER GV BOX SECTION EA 221 EXPLORATORY DIGGING HR 622 REPAIR SANITARY SEWER SERVICE EA 2TOTAL PART B: WATER MAINPART C: SANITARY SEWER23 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAMEEA 4924 INTEGRAL CONCRETE RING LF 62TOTAL PART C: SANITARY SEWERPART D: STORM SEWER25 REMOVE STORM SEWER MH OR CATCH BASIN EA 326 REMOVE EXISTING STORM PIPE LF 3027 REMOVE AND REPLACE STORM SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAMEEA 7Unit Price Total Unit Price Total Unit Price Total Unit Price Total$40,767.70 $40,767.70 $35,000.00 $35,000.00 $63,500.00 $63,500.00 $56,000.00 $56,000.00$31,000.00 $31,000.00 $9,860.00 $9,860.00 $6,222.00 $6,222.00 $106,800.00 $106,800.00$71,767.70 $44,860.00 $69,722.00 $162,800.00$5.15 $2,472.00 $5.55 $2,664.00 $12.00 $5,760.00 $16.20 $7,776.00$103.00 $927.00 $111.30 $1,001.70 $440.00 $3,960.00 $215.00 $1,935.00$361.00 $361.00 $389.40 $389.40 $880.00 $880.00 $1,290.00 $1,290.00$232.00 $928.00 $250.30 $1,001.20 $444.00 $1,776.00 $214.00 $856.00$10,300.00 $10,300.00 $11,130.00 $11,130.00 $8,100.00 $8,100.00 $9,400.00 $9,400.00$775.00 $6,200.00 $834.40 $6,675.20 $1,075.00 $8,600.00 $1,860.00 $14,880.00$43.00 $1,720.00 $45.60 $1,824.00 $126.00 $5,040.00 $49.50 $1,980.00$44.00 $20,900.00 $46.70 $22,182.50 $44.00 $20,900.00 $54.80 $26,030.00$2,500.00 $7,500.00 $2,169.00 $6,507.00 $1,615.00 $4,845.00 $1,910.00 $5,730.00$2,950.00 $11,800.00 $2,670.00 $10,680.00 $2,030.00 $8,120.00 $2,590.00 $10,360.00$6,025.00 $18,075.00 $6,508.00 $19,524.00 $4,650.00 $13,950.00 $5,660.00 $16,980.00$0.01 $11.00 $0.01 $11.00 $11.75 $12,925.00 $8.70 $9,570.00$41.00 $615.00 $43.40 $651.00 $37.00 $555.00 $20.50 $307.50$0.01 $4.50 $0.01 $4.50 $17.00 $7,650.00 $8.35 $3,757.50$570.00 $5,130.00 $611.90 $5,507.10 $481.00 $4,329.00 $654.00 $5,886.00$33.00 $1,485.00 $35.60 $1,602.00 $104.00 $4,680.00 $55.10 $2,479.50$770.00 $6,930.00 $828.80 $7,459.20 $595.00 $5,355.00 $558.00 $5,022.00$950.00 $1,900.00 $556.30 $1,112.60 $1,465.00 $2,930.00 $513.00 $1,026.00$350.00 $2,100.00 $378.30 $2,269.80 $880.00 $5,280.00 $450.00 $2,700.00$310.00 $620.00 $333.80 $667.60 $960.00 $1,920.00 $778.00 $1,556.00$99,978.50 $102,863.80 $127,555.00 $129,521.50$1,400.00 $68,600.00 $1,182.00 $57,918.00 $733.00 $35,917.00 $1,290.00 $63,210.00$350.00 $21,700.00 $200.70 $12,443.40 $385.00 $23,870.00 $237.00 $14,694.00$90,300.00 $70,361.40 $59,787.00 $77,904.00$360.00 $1,080.00 $389.40 $1,168.20 $661.00 $1,983.00 $1,220.00 $3,660.00$9.00 $270.00 $8.90 $267.00 $52.00 $1,560.00 $72.00 $2,160.00$811.00 $5,677.00 $608.10 $4,256.70 $1,007.00 $7,049.00 $1,110.00 $7,770.00Bidder No. 7S. M. Hentges & Sons, Inc.Bidder No. 6Bituminous Roadways, Inc.Bidder No. 8Park Construction CompanyBidder No. 5Valley Paving, Inc.193805078_Bid Tab.xlsmBT-5 BID TABULATIONItem NumItem Units Qty28 SALVAGE AND REINSTALL FENCE LF 4029 12" RCP STORM SEWER, CL 5 LF 9830 15" RCP STORM SEWER, CL 5 LF 7731 18" RCP STORM SEWER, CL5 LF 832 27" RCP STORM SEWER, CL 5 LF 1633 4' DIAMETER STORM SEWER CBMH EA 234 5' DIAMETER STORM SEWER CBMH EA 135 5' DIAMETER STORM SEWER MH OR CBMH WITH SUMP EA 136 2'X3' STORM SEWER CB EA 237 FURNISH AND INSTALL TRASH SEPARATOR EA 138 DIRECTIONALLY DRILL STORM 18" HDPE LF 40039 6" PVC PERFORATED DRAIN TILE, WITH SOCK LF 10040 CONNECT TO STRUCTURE (DRAINTILE) EA 1041 CONNECT TO EXISTING STORM SEWER PIPE EA 442 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 143 CONSTRUCT MANHOLE OVER EXISTING PIPE EA 144 TELEVISE STORM SEWER LF 514TOTAL PART D: STORM SEWERPART E: STREET IMPROVEMENTS - MILL AND OVERLAY, RECLAIM STREETS AND P45 INLET PROTECTION EA 5546 SILT FENCE (MACHINE SLICED) LF 45047 ADJUST VALVE BOX EA 448 MILL BITUMINOUS PAVEMENT - 1.5" DEPTH SY 3700049 MILL 4" WITH PETROMAT, HAUL AND STOCKPILE IN CITY CY 12050 RECLAIM AND SHAPE BITUMINOUS PAVEMENT SY 1575051 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 342052 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 280053 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 200054 REMOVE BITUMINOUS STREET PAVEMENT SY 6155 SAWING BITUMINOUS PAVEMENT LF 69056 COMMON EXCAVATION (P) CY 25057 GEOTEXTILE FABRIC, TYPE V, NON-WOVEN SY 5058 SELECT GRANULAR BORROW (MODIFIED) TN 4059 AGGREGATE BASE, CLASS 5 TN 1060 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 298061 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NON-WTN 70062 BITUMINOUS MATERIAL FOR TACK COAT GAL 305363 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 553464 TYPE SP 12.5 NON-WEARING COURSE MIXTURE (2,B) TN 6365 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS/TRATN 8266 6" CONCRETE DRIVEWAY SF 200067 6" CONCRETE PEDESTRIAN RAMP SF 10768 TRUNCATED DOME SURFACE SF 3669 MASTIC PRIOR TO WEAR PAVING LF 3373070 EROSION CONTROL COMPOST BLANKET - BLOWN WITHSY 379071 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 89072 SIGN PANELS, TYPE C SF 2573 24" SOLID WHITE STOP BAR, PAINT LF 100Unit Price Total Unit Price Total Unit Price Total Unit Price TotalBidder No. 7S. M. Hentges & Sons, Inc.Bidder No. 6Bituminous Roadways, Inc.Bidder No. 8Park Construction CompanyBidder No. 5Valley Paving, Inc.$70.00 $2,800.00 $43.60 $1,744.00 $35.00 $1,400.00 $75.80 $3,032.00$50.00 $4,900.00 $53.40 $5,233.20 $60.00 $5,880.00 $72.00 $7,056.00$54.00 $4,158.00 $57.90 $4,458.30 $64.00 $4,928.00 $74.60 $5,744.20$66.00 $528.00 $71.20 $569.60 $130.00 $1,040.00 $132.00 $1,056.00$116.00 $1,856.00 $124.60 $1,993.60 $132.00 $2,112.00 $238.00 $3,808.00$3,500.00 $7,000.00 $3,087.00 $6,174.00 $2,590.00 $5,180.00 $3,310.00 $6,620.00$6,100.00 $6,100.00 $5,869.00 $5,869.00 $5,525.00 $5,525.00 $8,890.00 $8,890.00$5,500.00 $5,500.00 $5,340.00 $5,340.00 $4,745.00 $4,745.00 $6,280.00 $6,280.00$2,100.00 $4,200.00 $1,613.00 $3,226.00 $2,129.00 $4,258.00 $2,390.00 $4,780.00$955.00 $955.00 $1,029.00 $1,029.00 $1,620.00 $1,620.00 $1,280.00 $1,280.00$143.00 $57,200.00 $154.60 $61,840.00 $170.00 $68,000.00 $100.00 $40,000.00$30.00 $3,000.00 $31.20 $3,120.00 $30.00 $3,000.00 $11.30 $1,130.00$515.00 $5,150.00 $556.30 $5,563.00 $1,311.00 $13,110.00 $450.00 $4,500.00$465.00 $1,860.00 $500.60 $2,002.40 $901.00 $3,604.00 $1,290.00 $5,160.00$515.00 $515.00 $556.30 $556.30 $1,448.00 $1,448.00 $1,620.00 $1,620.00$3,600.00 $3,600.00 $3,838.00 $3,838.00 $5,870.00 $5,870.00 $3,010.00 $3,010.00$4.60 $2,364.40 $6.77 $3,479.78 $7.00 $3,598.00 $6.55 $3,366.70 $118,713.40 $121,728.08 $145,910.00 $120,922.90$145.00 $7,975.00 $158.70 $8,728.50 $96.00 $5,280.00 $194.00 $10,670.00$1.80 $810.00 $3.27 $1,471.50 $2.00 $900.00 $2.10 $945.00$625.00 $2,500.00 $336.10 $1,344.40 $225.00 $900.00 $514.00 $2,056.00$1.20 $44,400.00 $1.29 $47,730.00 $0.83 $30,710.00 $2.15 $79,550.00$31.00 $3,720.00 $34.50 $4,140.00 $23.00 $2,760.00 $33.60 $4,032.00$3.88 $61,110.00 $4.15 $65,362.50 $4.30 $67,725.00 $7.23 $113,872.50$34.00 $116,280.00 $33.30 $113,886.00 $44.00 $150,480.00 $40.20 $137,484.00$1.00 $2,800.00 $0.87 $2,436.00 $0.40 $1,120.00 $1.20 $3,360.00$3.15 $6,300.00 $1.07 $2,140.00 $1.00 $2,000.00 $1.75 $3,500.00$16.00 $976.00 $8.95 $545.95 $5.00 $305.00 $35.50 $2,165.50$2.00 $1,380.00 $2.15 $1,483.50 $2.70 $1,863.00 $2.55 $1,759.50$56.00 $14,000.00 $43.10 $10,775.00 $24.00 $6,000.00 $53.10 $13,275.00$5.00 $250.00 $3.12 $156.00 $4.50 $225.00 $7.10 $355.00$48.00 $1,920.00 $23.80 $952.00 $33.00 $1,320.00 $52.30 $2,092.00$70.00 $700.00 $24.80 $248.00 $42.00 $420.00 $58.70 $587.00$13.25 $39,485.00 $18.00 $53,640.00 $21.30 $63,474.00 $10.70 $31,886.00$117.00 $81,900.00 $250.50 $175,350.00 $142.50 $99,750.00 $123.00 $86,100.00$2.00 $6,106.00 $3.11 $9,494.83 $2.60 $7,937.80 $2.70 $8,243.10$67.00 $370,778.00 $57.40 $317,651.60 $66.30 $366,904.20 $65.70 $363,583.80$105.00 $6,615.00 $111.20 $7,005.60 $112.00 $7,056.00 $145.00 $9,135.00$160.00 $13,120.00 $110.50 $9,061.00 $110.00 $9,020.00 $195.00 $15,990.00$7.00 $14,000.00 $6.01 $12,020.00 $8.00 $16,000.00 $5.40 $10,800.00$12.00 $1,284.00 $14.30 $1,530.10 $14.30 $1,530.10 $17.70 $1,893.90$62.00 $2,232.00 $55.10 $1,983.60 $50.00 $1,800.00 $50.50 $1,818.00$0.48 $16,190.40 $0.52 $17,539.60 $0.48 $16,190.40 $0.47 $15,853.10$5.30 $20,087.00 $4.52 $17,130.80 $5.20 $19,708.00 $5.30 $20,087.00$51.00 $45,390.00 $48.60 $43,254.00 $42.00 $37,380.00 $44.70 $39,783.00$47.00 $1,175.00 $83.00 $2,075.00 $46.00 $1,150.00 $45.50 $1,137.50$6.20 $620.00 $5.51 $551.00 $6.15 $615.00 $6.05 $605.00193805078_Bid Tab.xlsmBT-6 BID TABULATIONItem NumItem Units Qty74 PAVEMENT MESSAGE LEFT-TURN ARROW PAINT EA 275 4" SOLID LINE PAINT LF 12076 4" DOUBLE SOLID LINE PAINT LF 12077 STREET SWEEPER WITH PICKUP BROOM HR 3578 WATER FOR DUST CONTROL MGAL 10 BASE BID SUMMARY:TOTAL PART A: GENERALTOTAL PART B: WATER MAINTOTAL PART C: SANITARY SEWERTOTAL PART D: STORM SEWERTOTAL BASE BIDALTERNATESALTERNATE NO. 1: OREGON AVE N STORM SEWER CIPP LINING79 MOBILIZATION LS 180 TRAFFIC CONTROL LS 181 SEWER PIPE CLEANING CY 5082 PRE-LINER LF 118083 SERVICE REINSTATEMENT EA 484 CIPP LINE EX. 18" CMP LF 1180 TOTAL ALTERNATE 1: 89TH AVE ABS PIPEALTERNATE NO. 2: OREGON AVE N STORM SEWER OPEN CUT85 MOBILIZATION LS 186 TRAFFIC CONTROL LS 187 MILL 4" WITH PETROMAT, HAUL AND STOCKPILE IN CITY CY 12288 REMOVE TREE EA 589 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 118090 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 270091 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 270092 REMOVE STORM SEWER MH OR CATCH BASIN EA 593 REMOVE EXISTING STORM PIPE LF 118094 SALVAGE AND REINSTALL RETAINING WALL LF 2095 18" RCP STORM SEWER, CL 5 LF 118096 6" PVC PERFORATED DRAIN TILE, WITH SOCK LF 10097 4' DIAMETER STORM SEWER CBMH EA 498 4' DIAMETER STORM SEWER MH OR CBMH WITH SUMP EA 199 FURNISH AND INSTALL TRASH SEPARATOR EA 1100 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1101 CONNECT TO EXISTING STORM SEWER PIPE EA 2102 CONNECT TO STRUCTURE (DRAINTILE) EA 5103 COMMON EXCAVATION (P) CY 390104 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 1120TOTAL PART E: STREET IMPROVEMENTS - MILL AND OVERLAY, RECLAIM STREETS AND PARKING LOTTOTAL PART E: STREET IMPROVEMENTS - MILL AND OVERLAY, RECLAIM STREETS AND PARKING LOTUnit Price Total Unit Price Total Unit Price Total Unit Price TotalBidder No. 7S. M. Hentges & Sons, Inc.Bidder No. 6Bituminous Roadways, Inc.Bidder No. 8Park Construction CompanyBidder No. 5Valley Paving, Inc.$78.00 $156.00 $55.10 $110.20 $76.50 $153.00 $75.80 $151.60$5.15 $618.00 $1.10 $132.00 $5.10 $612.00 $5.05 $606.00$10.30 $1,236.00 $2.20 $264.00 $10.20 $1,224.00 $10.10 $1,212.00$170.00 $5,950.00 $180.00 $6,300.00 $168.00 $5,880.00 $152.00 $5,320.00$45.00 $450.00 $29.10 $291.00 $135.00 $1,350.00 $37.50 $375.00 $892,513.40 $936,783.68 $929,742.50 $990,283.50$71,767.70 $44,860.00 $69,722.00 $162,800.00$99,978.50 $102,863.80 $127,555.00 $129,521.50$90,300.00 $70,361.40 $59,787.00 $77,904.00$118,713.40 $121,728.08 $145,910.00 $120,922.90$892,513.40 $936,783.68 $929,742.50 $990,283.50$1,273,273.00 $1,276,596.96 $1,332,716.50 $1,481,431.90$600.00 $600.00 $550.80 $550.80 $3,300.00 $3,300.00 $505.00 $505.00$625.00 $625.00 $110.20 $110.20 $612.00 $612.00 $606.00 $606.00$2.00 $100.00 $1.10 $55.00 $1.00 $50.00 $1.00 $50.00$1.05 $1,239.00 $1.10 $1,298.00 $1.00 $1,180.00 $1.00 $1,180.00$160.00 $640.00 $165.20 $660.80 $153.00 $612.00 $152.00 $608.00$52.00 $61,360.00 $54.00 $63,720.00 $50.00 $59,000.00 $49.50 $58,410.00 $64,564.00 $66,394.80 $64,754.00 $61,359.00$9,400.00 $9,400.00 $8,522.00 $8,522.00 $19,600.00 $19,600.00 $24,300.00 $24,300.00$800.00 $800.00 $826.20 $826.20 $765.00 $765.00 $758.00 $758.00$31.00 $3,782.00 $34.20 $4,172.40 $23.00 $2,806.00 $33.40 $4,074.80$400.00 $2,000.00 $427.40 $2,137.00 $230.00 $1,150.00 $392.00 $1,960.00$30.00 $35,400.00 $33.30 $39,294.00 $25.00 $29,500.00 $39.70 $46,846.00$1.00 $2,700.00 $0.87 $2,349.00 $0.50 $1,350.00 $1.25 $3,375.00$3.15 $8,505.00 $1.07 $2,889.00 $1.00 $2,700.00 $1.60 $4,320.00$360.00 $1,800.00 $389.40 $1,947.00 $614.00 $3,070.00 $1,540.00 $7,700.00$8.25 $9,735.00 $8.90 $10,502.00 $13.25 $15,635.00 $23.60 $27,848.00$127.00 $2,540.00 $218.10 $4,362.00 $26.00 $520.00 $26.00 $520.00$66.00 $77,880.00 $71.20 $84,016.00 $63.50 $74,930.00 $60.50 $71,390.00$29.00 $2,900.00 $31.20 $3,120.00 $35.00 $3,500.00 $11.30 $1,130.00$3,500.00 $14,000.00 $3,087.00 $12,348.00 $3,070.00 $12,280.00 $3,010.00 $12,040.00$5,500.00 $5,500.00 $5,340.00 $5,340.00 $2,720.00 $2,720.00 $3,270.00 $3,270.00$955.00 $955.00 $1,029.00 $1,029.00 $2,520.00 $2,520.00 $1,280.00 $1,280.00$515.00 $515.00 $556.30 $556.30 $1,065.00 $1,065.00 $1,620.00 $1,620.00$465.00 $930.00 $500.60 $1,001.20 $900.00 $1,800.00 $1,290.00 $2,580.00$515.00 $2,575.00 $389.40 $1,947.00 $826.00 $4,130.00 $450.00 $2,250.00$46.00 $17,940.00 $32.20 $12,558.00 $21.60 $8,424.00 $32.30 $12,597.00$14.20 $15,904.00 $18.00 $20,160.00 $19.70 $22,064.00 $22.00 $24,640.00193805078_Bid Tab.xlsmBT-7 BID TABULATIONItem NumItem Units Qty105 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NON-WTN 160106 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B)TN 60107 6" CONCRETE DRIVEWAY SF 2700108 EROSION CONTROL COMPOST BLANKET - BLOWN WITHSY 1310109 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 310110 EXPLORATORY DIGGING HR 14111 REPAIR SANITARY SEWER SERVICE EA 7112 TELEVISE STORM SEWER LF 1133TOTAL ALTERNATE NO. 2: OREGON AVE N STORM SEWER OPEN CUTALTERNATE NO. 3: LIBERTY PARK BITUMINOUS TRAIL IMPROVEMENTS113 MOBILIZATION LS 1114 TRAFFIC CONTROL LS 1115 INLET PROTECTION EA 5116 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 30117 RECLAIM AND SHAPE EXISTING BITUMINOUS TRAIL SY 687118 COMMON EXCAVATION (P) CY 40119 TYPE SP 9.5 WEARING BITUMINOUS MIXTURE, (2,B) TN 136120 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 150121 TRUNCATED DOME SURFACE SF 48122 6" CONCRETE PEDESTRIAN RAMP SF 120123 EROSION CONTROL COMPOST BLANKET - BLOWN WITHSY 850124 WATER FOR DUST CONTROL MGAL 15125 TEMPORARY SEED SY 850TOTAL ALTERNATE NO. 3: LIBERTY PARK BITUMINOUS TRAIL IMPROVEMENTSSUMMARYTOTAL BASE BIDTOTAL ALTERNATE NO. 1TOTAL ALTERNATE NO. 2TOTAL ALTERNATE NO. 3Phone:Email:Signed By:Title:Signed Responsible Contractor Certificate:Addenda Acknowledged:Bid Security:Contractor Name and Address:Unit Price Total Unit Price Total Unit Price Total Unit Price TotalBidder No. 7S. M. Hentges & Sons, Inc.Bidder No. 6Bituminous Roadways, Inc.Bidder No. 8Park Construction CompanyBidder No. 5Valley Paving, Inc.$87.00 $13,920.00 $250.70 $40,112.00 $111.00 $17,760.00 $196.00 $31,360.00$160.00 $9,600.00 $110.50 $6,630.00 $127.00 $7,620.00 $195.00 $11,700.00$7.00 $18,900.00 $6.01 $16,227.00 $7.85 $21,195.00 $5.35 $14,445.00$5.30 $6,943.00 $4.52 $5,921.20 $6.90 $9,039.00 $7.05 $9,235.50$51.00 $15,810.00 $48.60 $15,066.00 $42.00 $13,020.00 $44.70 $13,857.00$350.00 $4,900.00 $378.30 $5,296.20 $878.00 $12,292.00 $450.00 $6,300.00$310.00 $2,170.00 $333.80 $2,336.60 $960.00 $6,720.00 $778.00 $5,446.00$4.60 $5,211.80 $2.48 $2,809.84 $2.30 $2,605.90 $2.40 $2,719.20 $293,215.80 $313,474.94 $300,780.90 $349,561.50$3,800.00 $3,800.00 $3,712.00 $3,712.00 $9,500.00 $9,500.00 $10,300.00 $10,300.00$515.00 $515.00 $826.20 $826.20 $510.00 $510.00 $505.00 $505.00$145.00 $725.00 $158.70 $793.50 $97.00 $485.00 $194.00 $970.00$34.00 $1,020.00 $53.40 $1,602.00 $89.00 $2,670.00 $62.60 $1,878.00$6.25 $4,293.75 $12.80 $8,793.60 $8.25 $5,667.75 $4.60 $3,160.20$70.00 $2,800.00 $43.10 $1,724.00 $33.00 $1,320.00 $98.70 $3,948.00$92.00 $12,512.00 $80.80 $10,988.80 $92.00 $12,512.00 $93.20 $12,675.20$51.00 $7,650.00 $48.60 $7,290.00 $42.00 $6,300.00 $44.70 $6,705.00$62.00 $2,976.00 $55.10 $2,644.80 $51.00 $2,448.00 $50.50 $2,424.00$12.00 $1,440.00 $14.30 $1,716.00 $15.00 $1,800.00 $12.60 $1,512.00$5.30 $4,505.00 $4.52 $3,842.00 $5.20 $4,420.00 $5.30 $4,505.00$1.00 $15.00 $29.10 $436.50 $110.00 $1,650.00 $25.00 $375.00$1.00 $850.00 $2.18 $1,853.00 $0.50 $425.00 $0.52 $442.00$43,101.75 $46,222.40 $49,707.75 $49,399.40$1,273,273.00 $1,276,596.96 $1,332,716.50 $1,481,431.90$64,564.00 $66,394.80 $64,754.00 $61,359.00$293,215.80 $313,474.94 $300,780.90 $349,561.50$43,101.75 $46,222.40 $49,707.75 $49,399.40brent@valleypaving.cominfo@bitroads.comestimating@smhentges.comcborene@parkconstructionco.comBrent Carron Pam Hague Nathan Hentges Charlie BorenePresident Secretary Business Director Vice PresidentYes Yes Yes YesBid Bond Bid Bond Bid Bond Bid Bond1 and 2 1 and 2 1 and 2 1 and 2(952) 445-8615Valley Paving, Inc.8800 13th Ave. E.Shakopee, MN 55379S. M. Hentges & Sons, Inc.650 Quaker Ave.Jordan, MN 55352(952) 492-7200Bituminous Roadways, Inc.1520 Commerce Dr.Mendota Heights, MN 55120(651) 686-7001Park Construction Company1481 - 81st Ave. NEMinneapolis, MN 55432(763) 786-9800193805078_Bid Tab.xlsmBT-8 I:\RFA\P&R\ARENA\2021\South Rink Roof #1058\Approve\8.3 Q&R ‐ Award contract Arena Roof #1058.docx    Request for Action  February 22, 2021    Approved by: Kirk McDonald, City Manager  Originating Department: Parks & Recreation  By: Susan Rader, Director    Agenda Title  Resolution awarding contract to Jackson & Associates for roof improvements at the New Hope Ice Arena  (Improvement Project No. 1058)  Requested Action  Staff requests approval of a resolution awarding a contract for roof improvements at the New Hope Ice Arena  (Improvement Project No. 1058) to the lowest responsible bid, Jackson & Associates, in the amount of  $194,000, which includes Alternate 3. Alternate 3 is the TPO (Thermoplastic‐polyolefin) roofing membrane  and coverboard, with a 25 year‐warranty.     It is anticipated that work would be completed this spring.  Background  The Ice Arena is located 4949 Louisiana Avenue North. The original facility was built in 1975 and included  one sheet of ice, office space, locker rooms, Zamboni room, concession stand and restrooms. The community  room was added above the office space in 1979.     In 1996, a second sheet of ice with additional locker rooms and meeting rooms was added along the south  side of the original building. Over the past several years, staff has worked to extend the south rink roof life by  patching small leaks, however, the current roof has reached the end of its useful life and needs replacement.    The current roof over the south part of the building is a fully adhered EPDM (ethylene propylene diene  terpolymer) roof which is a durable synthetic rubber roofing membrane. The existing membrane and  coverboard will be replaced with a new roofing membrane and coverboard. Existing roof insulation will  remain with any damaged insulation replaced based on a unit cost.     The project will also include the repair of the EIFS (exterior insulation finish systems) walls along the south  end, north end, and over the front entrance. Additional EIFS façade restoration will be done to repair the  damaged areas at the top and vertical sides of these walls.     To address the leaks in the main entrance, the rolled standing seam metal roofing along the backside of the  entrance will be replaced with a single‐ply membrane roofing system and a combination of a custom roof  edge flashing with an extended drip edge and prefinished metal diverter to direct rainwater runoff away  from the EIFS wall below.     The base bid was for a TPO roofing membrane and several alternates were included for differing roof types,  including a fully adhered PVC membrane roofing system and a fully adhered EPDM membrane roofing  Agenda Section Development &  Planning Item Number  8.3      Request for Action, Page 2    system. New roof warranties are typically 20 years, alternates were included extending the warranty an  additional 5 years for each roof type. Another alternate was included to add 2” of new roof insulation over  the entire roof for additional energy savings.    A final alternate was added to furnish and install a new insulated translucent panel skylight system to  replace the existing quarter barrel‐vault translucent skylight along the east side of the building. The existing  skylight is also at the end of its life expectancy and needs replacement. The current design holds snow for  quite a bit and then when a large amount of snow has built up it suddenly slides off. When this occurs, it  blocks the emergency exit, makes the sidewalk hard to keep clean and continues to damage the building  lights located below the skylight.     On January 11, 2021, the City Council approved the plans and specifications and authorized the  advertisement of bids for this project. And on February 11, 2021, bids were received from seven contractors.     The lowest two bids are listed below and the full bid tabulation is attached. Staff recommends awarding the  selection of Alternate 3, the TPO membrane with 25 year warranty. The low bid contractor for Alternate 3  was Jackson & Associates, with an amount of $194,000.00.     The low bid contractor for Alternate 3, plus the addition of Alternate 6 (replacement of the skylight) was  Construction Results Corporation, with an amount of $421,769. Staff feels that replacement of the skylight is  extremely important, but that lower quotes can be obtained if it is done as a stand‐alone project. If the City  Council is in agreement, staff will proceed with obtaining quotes and bring them forward at a future council  meeting.     Jackson &  Associates  Construction Results  Corporation  Base Bid –  Adhered TPO  $190,000.00 $215,566.00  Alt. 1 –  Adhered PVC $207,000.00 $233,599.00  Alt. 2 –  Adhered EDPM $216,000.00 $241,147.00  Alt. 3 –  TPO @ 25 yrs $194,000.00 $216,450.00  Alt. 4 –  PVC @ 25 yrs $216,000.00 $243,147.00  Alt. 5 –  EDPM @ 25 yrs $227,000.00 $252,815.00  Alt. 6 –  Skylight No bid $205,319.00  Alt. 7 –  Add 2” of insulation $27,000.00 $29,110.00  Bid Unit Price $22.00 $22.00  Total with Alt. 3 $194,000.00 $216,450.00    Stantec has worked with both contractors on previous projects and would recommend either contractor for  this project.    Request for Action, Page 3    Recommendation  It is the recommendation of staff and the city engineer that the City Council award the low bid of $194,000 to  Jackson & Associates for improvement project #1058, which includes Alternate 3.      Staff would also like Council’s approval to proceed with obtaining quotes for the replacement of the skylight.  Funding  This project is included in the 2021 CIP and the 2021 Ice Arena budget as shared with the Council during 2021  budget discussions. The budget estimate was $750,000. The adjusted total bid from Jackson & Associates,  which includes Alternate 3, is $194,000.     The funding source will be the Ice Arena Fund, however staff and AEM recommend an interfund loan from  the Temporary Financing Fund. The borrowed amount would be paid back over 15 years.    The cost breakdown of the project:   Total Project  Estimated Costs  Base ‐ TPO @ 20 yrs $.00  Alt. 1 – PVC @ 20 yrs $.00  Alt. 2 – EDPM @ 20 yrs $.00  Alt. 3 – TPO @ 25 yrs  $194,000.00  Alt. 4 – PVC @ 25 yrs $.00  Alt. 5 – EPDM @ 25 yrs $.00  Alt. 6 – Skylight $.00  Alt. 7 – Additional 2” insulation $.00    Sub Total –Alternate 3 $194,000.00  Indirect Costs $28,000.00    Estimated Total $222,000.00    Amount Budgeted $750,000.00    Attachments   Resolution   Engineer’s memorandum and bid tabulation   2021 CIP list      City of New Hope    Resolution No. 2021‐    Resolution awarding contract to Jackson & Associates for roof improvement  at the New Hope Ice Arena (Improvement Project No. 1058)    WHEREAS,  the city of New Hope prepares a ten‐year Capital Improvement Program (CIP) as a guiding  document for equipment acquisition and improvement projects to assist with the preparation of  each annual operating budget; and,    WHEREAS,  having safe, well maintained facilities is important; and,    WHEREAS, plans and specifications for the Ice Arena Roof Improvement Project No. 1058 have been  prepared by consultant engineers, Stantec, and approved by Council; and,    WHEREAS, the city has received acceptable bids and the Council does hereby determine to proceed with  the Ice Arena Roof Improvement Project; and,    WHEREAS, the adjusted total bid of $194,000 from Jackson & Associates, which includes Alternate 3, is  the lowest responsible bid submitted; and,     WHEREAS,  staff recommends Jackson & Associates to replace the roof over the south rink at the New Hope  Ice Arena; and,    WHEREAS,  the funding source for this project is the Ice Arena Fund.    NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota, that the  appropriation of $194,000 from the Ice Arena Fund for payment to Jackson & Associates is hereby  authorized.    Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 22nd day of February,  2021.             Mayor      Attest:       City Clerk  Stantec Architecture Inc. 733 Marquette Avenue, Suite 1000 Minneapolis MN 55402 February 12, 2021 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: New Hope Arena South Roof Replacement City Project No. 1058 Stantec Project No. 193805181 Bid Results Dear Honorable Mayor and City Council: Bids were opened for the New Hope Arena South Roof Replacement project on February 11, 2021. Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder once the Project has been awarded. There was a total of 7 Bids. Two of the bids submitted included a NO BID for Alternate No. 6 (skylight replacement). The following summarizes the results of the Bids received: Contractor Total Base Bid Part 2 - Alternates Part 3 - Bid Unit Prices Low Jackson & Associates LLC $190,000.00 Alt. 1 - $207,000.00 Alt. 2 - $216,000.00 Alt. 3 - $194,000.00 Alt. 4 - $216,000.00 Alt. 5 - $227,000.00 Alt. 6 – NO BID Alt. 7 - $27,000.00 $22.00 #2 Lake Area Roofing & Const. $193,912.00 Alt. 1 - $212,688.00 Alt. 2 - $227,789.00 Alt. 3 - $210,458.00 Alt. 4 - $222,553.00 Alt. 5 - $235,927.00 Alt. 6 – $213,000.00 Alt. 7 - $41,000.00 $100.00 #3 Construction Results Corporation $215,566.00 Alt. 1 - $233,599.00 Alt. 2 - $241,147.00 Alt. 3 - $216,450.00 Alt. 4 - $243,147.00 Alt. 5 - $252,815.00 Alt. 6 – $205,319.00 Alt. 7 - $29,110.00 $22.00 #4 Central Roofing Company $230,055.00 Alt. 1 - $275,230.00 Alt. 2 - $258,315.00 Alt. 3 - $235,280.00 Alt. 4 - $278,870.00 Alt. 5 - $283,490.00 Alt. 6 – $250,075.00 Alt. 7 - $289,620.00 $14.00 February 12, 2021 Page 2 of 3 #5 Heritage Exteriors $280,000.00 Alt. 1 - $330,000.00 Alt. 2 - $281,000.00 Alt. 3 - $285,000.00 Alt. 4 - $335,000.00 Alt. 5 - $283,000.00 Alt. 6 – $185,625.00 Alt. 7 - $35,000.00 $30.00 #6 Palmer West Construction $303,300.00 Alt. 1 - $367,000.00 Alt. 2 - $500,000.00 Alt. 3 - $304,100.00 Alt. 4 - $370,000.00 Alt. 5 - $550,000.00 Alt. 6 – $240,000.00 Alt. 7 - $55,000.00 $64.00 #7 B&B Sheet Metal & Roofing $321,700.00 Alt. 1 - $378,620.00 Alt. 2 - $336,000.00 Alt. 3 - $343,260.00 Alt. 4 - $401,120.00 Alt. 5 - $353,600.00 Alt. 6 – NO BID Alt. 7 - $45,800.00 $44.00 These Bids have been reviewed and found to be in order. Alternate No. 1: Materials and labor necessary to furnish and install a fully adher ed PVC membrane roofing system in lieu of the Base Bid TPO membrane roofing system. Alternate No. 2: Materials and labor necessary to furnish and install a fully adhered EPDM membrane roofing system in lieu of the Base Bid TPO membrane roofing system. Alternate No. 3: Materials and labor necessary to provide a 25-year TPO membrane roofing system warranty in lieu of the base bid 20-year TPO membrane roofing system warranty. Alternate No. 4: Materials and labor necessary to furnish and install a fully adhered PVC membrane roofing system with a 25-year warranty in lieu of the Base Bid TPO membrane roofing system. Alternate No. 5: Materials and labor necessary to furnish and install a fully adhered EPDM membrane roofing system with a 25-year warranty in lieu of the Base Bid TPO membrane roofing system. Alternate No. 6: Materials and labor necessary to furnish and install the new insulated translucent panel skylight system as defined on the project drawings and in the project manual. Alternate No. 7: Materials and labor necessary to furnish and install one (1) 2” layer of polyisocyanurate roof insulation over the existing roof insulation prior to installation of the new cover board and roofing membrane system. Bid Unit Price: Materials and labor necessary to replace a damaged 48” x 48” section of 2” thick polyisocyanurate roof insulation with a new 2” thick polyisocyanurate roof insulation. The Low Bidder on the Project without a price for Alternate No. 6 is Jackson & Associates based on the recommendation to accep t Alternates No. 3 and No. 7 for a total amount of $221,000.00. February 12, 2021 Page 3 of 3 The Low Bidder on the Project with a price for Alternate No. 6 is Construction Results Corporation based on the recommendation to accept Alternates No. 3, No. 6, and No. 7 for a total amount of $450,879.00. If the City Council wishes to award the Project without Alternate No. 6, then Jackson & Associates should be awarded the Project based on Alternate No. 3 and Alternate No. 7 in the amount of $221,000.00. If the City Council wishes to award the Project with Alternate No. 6, then Construction Results Corporation should be awarded the Project based on Alternate No. 3, Alternate No. 6, and Alternate No. 7 in the amount of $450,879.00. Should you have any questions, please feel free to contact me. Sincerely, STANTEC ARCHITECTURE INC. Bruce P. Paulson, RA Senior Project Manager / Architect Phone: (612) 712-2108 Cell: (651) 492-9089 bruce.paulson@stantec.com Enclosure Project Name: City Project No.:Stantec Project No.: Bid Opening:Owner: Bruce P. Paulson, RA License No. 9354-005 BID TABULATION Item Num Item Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Unit Price Total PART 1 - BASE BID: 1-1.MATERIALS AND LABOR NECESSARY TO COMPLETE THE SCOPE OF WORK DEFINED ON THE PROJECT DRAWINGS AND IN THE PROJECT MANUAL LS 1 $190,000.00 $190,000.00 $193,912.00 $193,912.00 $215,566.00 $215,566.00 $230,055.00 $230,055.00 $280,000.00 $280,000.00 $303,300.00 $303,300.00 $321,700.00 $321,700.00 TOTAL BASE BID $190,000.00 $193,912.00 $215,566.00 $230,055.00 $280,000.00 $303,300.00 $321,700.00 2-1.ALTERNATE NO. 1: MATERIALS AND LABOR NECESSARY TO FURNISH AND INSTALL A FULLY ADHERED PVC MEMBRANE ROOFING SYSTEM IN LIEU OF THE BASE BID TPO MEMBRANE ROOFING SYSTEM LS 1 $207,000.00 $207,000.00 $212,688.00 $212,688.00 $233,599.00 $233,599.00 $275,230.00 $275,230.00 $330,000.00 $330,000.00 $367,000.00 $367,000.00 $378,620.00 $378,620.00 2-2.ALTERNATE NO. 2: MATERIALS AND LABOR NECESSARY TO FURNISH AND INSTALL A FULLY ADHERED EPDM MEMBRANE ROOFING SYSTEM IN LIEU OF THE BASE BID THERMOPLASTIC TPO MEMBRANE ROOFING SYSTEM LS 1 $216,000.00 $216,000.00 $227,789.00 $227,789.00 $241,147.00 $241,147.00 $258,315.00 $258,315.00 $281,000.00 $281,000.00 $500,000.00 $500,000.00 $336,000.00 $336,000.00 2-3.ALTERNATE NO. 3: MATERIALS AND LABOR NECESSARY TO PROVIDE A 25-YEAR TPO MEMBRANE ROOFING SYSTEM WARRANTY IN LIEU OF THE BASE BID 20-YEAR TPO MEMBRANE ROOFING SYSTEM WARRANTY LS 1 $194,000.00 $194,000.00 $210,458.00 $210,458.00 $216,450.00 $216,450.00 $235,280.00 $235,280.00 $285,000.00 $285,000.00 $304,100.00 $304,100.00 $343,260.00 $343,260.00 2-4.ALTERNATE NO. 4: MATERIALS AND LABOR NECESSARY TO FURNISH AND INSTALL A FULLY ADHERED PVC MEMBRANE ROOFING SYSTEM WITH A 25-YEAR WARRANTY IN LIEU OF THE BASE BID TPO MEMBRANE ROOFING SYSTEM LS 1 $216,000.00 $216,000.00 $222,553.00 $222,553.00 $243,147.00 $243,147.00 $278,870.00 $278,870.00 $335,000.00 $335,000.00 $370,000.00 $370,000.00 $401,120.00 $401,120.00 2-5.ALTERNATE NO. 5: MATERIALS AND LABOR NECESSARY TO FURNISH AND INSTALL A FULLY ADHERED EPDM MEMBRANE ROOFING SYSTEM WITH A 25-YEAR WARRANTY IN LIEU OF THE BASE BID TPO MEMBRANE ROOFING SYSTEM LS 1 $227,000.00 $227,000.00 $235,927.00 $235,927.00 $252,815.00 $252,815.00 $283,490.00 $283,490.00 $283,000.00 $283,000.00 $550,000.00 $550,000.00 $353,600.00 $353,600.00 2-6.ALTERNATE NO. 6: MATERIALS AND LABOR NECESSARY TO FURNISH AND INSTALL THE NEW SKYLIGHT SYSTEM AS DEFINED ON THE PROJECT DRAWINGS AND IN THE PROJECT MANUAL LS 1 NO BID NO BID $213,000.00 $213,000.00 $205,319.00 $205,319.00 $250,075.00 $250,075.00 $185,625.00 $185,625.00 $240,000.00 $240,000.00 NO BID NO BID 2-7.ALTERNATE NO. 7: MATERIALS AND LABOR NECESSARY TO FURNISH AND INSTALL ONE (1) 2" LAYER OF POLYISOCYANURATE ROOF INSULATION OVER THE EXISTING ROOF INSULATION PRIOR TO INSTALLATION OF THE NEW COVER BOARD AND ROOFING MEMBRANE SYSTEM LS 1 $27,000.00 $27,000.00 $41,000.00 $41,000.00 $29,110.00 $29,110.00 $289,620.00 $289,620.00 $35,000.00 $35,000.00 $55,000.00 $55,000.00 $45,800.00 $45,800.00 3-1.MATERIALS AND LABOR NECESSARY TO REPLACE A DAMAGED 48" x 48" SECTION OF 2" THICK POLYISOCYANURATE ROOF INSULATION WITH NEW 2" THICK POLYISOCYANURATE ROOF INSULATION LS 1 $22.00 $22.00 $100.00 $100.00 $22.00 $22.00 $14.00 $14.00 $30.00 $30.00 $64.00 $64.00 $44.00 $44.00 BID SUMMARY: (RECOMMENDED ALTERNATES) ALTERNATE NO. 3 $194,000.00 $210,458.00 $216,450.00 $235,280.00 $285,000.00 $304,100.00 $343,260.00 ALTERNATE NO. 6 NO BID $213,000.00 $205,319.00 $250,075.00 $185,625.00 $240,000.00 NO BID ALTERNATE NO. 7 $27,000.00 $41,000.00 $29,110.00 $289,620.00 $35,000.00 $55,000.00 $45,800.00 PROJECT COST $221,000.00 $464,458.00 $450,879.00 $774,975.00 $505,625.00 $599,100.00 $389,060.00 PART 3 - BID UNIT PRICE $22.00 $100.00 $22.00 $14.00 $30.00 $64.00 $44.00 mike@jaaroofing.com genehollister@lakearearoofing.com mike.luurtsema@constructionresults.jmehring@centralroofing.com ben@heritage-exteriors.com tim@palmerwest.com bradburns@bbsheetmetalroofing.com Michael Rude Eugene A. Hollister Mike Luurtsema Michael A. Mehring Ben Nelson Tim Blake Brad Burns Project Manager President President Vice President Commerical Sales President President Signed Responsible Contractor Certificate:Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Tes Yes Yes 1, 2 1, 2 1, 2 1, 2 1, 2 1, 2 1, 2 Yes Yes Yes Yes Yes Yes Yes PART 2 - ALTERNATES (SEE SECTION 01 20 00 FOR DESCRIPTIONS): PART 3 - BID UNIT PRICES (SEE SECTION 01 20 00 FOR DESCRIPTIONS): Signed By: Phone: Email: I hereby certify that this is an exact reproduction of bids received. City of New Hope, Minnesota New Hope Arena South Roof Replacement 1058 Thursday, February 11, 2021 at 2 P.M., CST 193805181 Jackson & Associates LLC Lake Area Roofing & Construction, Inc. Bidder No. 1 Bidder No. 2 Jackson & Associates LLC 1817 Buerkle Road White Bear Lake, MN 55220 Lake Area Roofing and Const., Inc. Addenda Acknowledged: Bid Security: Contractor Name and Address: 10425 Liberty Lane Chisago City, MN 55013 (507) 273-8400 (651) 213-3232 Title: Plymouth, MN 55442 (763) 428-1867 Bidder No. 6 (763) 682-4233 Heritage Exteriors & Restoration Heritage Exteriors & Restoration Palmer West Construction Company Inc. Palmer West Construction Co., Inc. 14595 James Road Rogers, MN 55374 B&B Sheet Metal & Roofing, Inc. Bidder No. 7 B&B Sheet Metal & Roofing, Inc. 210 Centennial Drive Buffalo, MN 55313 Contractor Qualification Form 194 Progress Circle Spicer, MN 56288 (320) 796-5001 Bidder No. 5 (763) 559-1100 Bidder No. 4 Central Roofing Company Central Roofing Company 4550 Main Street NE Minneapolis, MN 55421 (651) 512-8199 Bidder No. 3 Construction Results Corporation Construction Results Corporation 5465 Hwy 169 North 193805181_Bid Tab BT-1 I:\RFA\PUBWORKS\2021\Council\1008 North Water Tower Painting\2‐22 Final Payment Osseo   Request for Action  February 22, 2021    Approved by: Kirk McDonald, City Manager  Originating Department: Public Works  By: Bernie Weber, Director    Agenda Title  Resolution approving final payment to The Osseo Construction Co. LLC for $0.00 for the 2018 North Water  Tower Painting project (Improvement Project No. 1008)  Requested Action  Staff recommends approval of a resolution to accept the 2018 North Water Tower Painting project  (Improvement Project No. 1008) and authorize final payment to The Osseo Construction Co. LLC in the  amount of $0.00.  Policy/Past Practice  The north water tower located on 47th Ave N was last painted in the summer of 1996 by Odland Protective  Coating. A study was performed in 2014 identifying the need for the interior and exterior of the water tower  to be re‐painted.  Background  The project consists of painting both the interior and exterior of the north water tower, located at the corner of  Aquila Ave N and 47th Ave N. This tower was last painted in 1996, and repainting is recommended  approximately every twenty years. Bids were opened on March 1st, 2018 and Osseo Construction Co. LLC  was the low bidder with a total of $464,000. This compared to the Engineer’s Opinion of Probable Costs of  $650,000.     The original contract completion date was November 1, 2018, and the contractor did not complete the major  work on the tank until fall of 2019. This delay resulted in additional costs to the city. Site work improvements  to the driveway and restoration work were needed at the tank property. Because of the delay caused by  Osseo Construction, an additional cost of $20,826.50 was incurred to complete the driveway and restoration  on site.     In addition to construction costs, the engineer tracked additional inspection and administration costs that  were incurred due to the delay of the project. KLM Engineering, who conducted on‐site inspection of the tank  project, has tracked an additional $19,740 in expenses and Stantec Engineering, who administered the project  and conducted on‐site inspection of site improvements, has tracked an additional $9,566 in expenses.     The total amount of delay related costs is $50,132.50. The city had calculated this amount previously and  retained dollars to address these delay related costs when processing Payment Request No. 5.  There were  remaining warranty items that the contractor was required to address prior to close out of the project. All  outstanding items have been addressed and resolved. As a result, Payment Request No. 6 is being processed  for $0.00.    Agenda Section Development &  Planning Item Number  8.4  Funding  This project was funded by the Joint Water Commission. The final cost of the project is $413,867.50, which is  $50,132.50 less than the original construction cost of $464,000.     Attachments   Resolution   City Engineer’s Memo   Pay Request 6 and Final      City of New Hope  Resolution No. 21‐  Resolution approving final payment to The Osseo Construction Co. LLC for $0.00 for the 2018  North Water Tower Painting project (Improvement Project No. 1008)    WHEREAS, the city has entered into a contract with The Osseo Construction Co. LLC for  construction of the North Water Tower Painting project; and  WHEREAS, staff is recommending that the Council adopt a resolution to accept this  project and approve final payment to The Osseo Construction Co. LLC in the  amount of $0.00; and  WHEREAS,  the city engineer has reported that all work and documentation has been  satisfactorily completed and recommends, along with staff, final payment be  made to The Osseo Construction Co. LLC.   NOW, THEREFORE, BE IT RESOLVED,     1. That the City Council accepts the North Water Tower Painting project  from The Osseo Construction Co. LLC.    2. That the city manager is hereby directed to authorize the final payment in  the amount of $0.00.    Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this  22nd day of February, 2021.          Mayor   Attest:                   City Clerk     Stantec Consulting Services Inc. 733 Marquette Avenue Suite 1000, Minneapolis MN 55402-2309 February 15, 2021 File:193804156 Attention:Bernie Weber, Director of Public Works City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Dear Bernie, Reference: Payment Request No. 6 & Final – 500,000 Gallon Water Elevated Tank Rehabilitation City Project No. 1008 Enclosed find Payment Request No. 6 & Final for $0.00 on the above referenced project. The contractor, The Osseo Construction Co. LLC, has completed the work on the project. However, the contract completion date was November 1, 2018, and the contractor did not complete the major work on the elevated tank until 2019, and these delays resulted in additional costs to the City. Site work improvements related to driveway and restoration work were needed at the elevated tank. This site work was originally included with the 2018 North Water Tower Bypass Project (City Project No. 1009). Because of the delays associated with the painting of the elevated tank, the site work improvements were deleted from the Bypass Project and added to the Elevated Tank Rehabilitation Project. Quotes were received to complete that site work in 2019, and the work was completed in 2020 by Omann Brothers, Inc. The Osseo Construction Co. LLC was required to pay for any additional driveway and restoration costs beyond those included in the original contract, and those additional costs are summarized below: $27,012.50 Final Payment Request – Omann Brothers, Inc. -$ 6,286.00 Original site work from the Bypass Project $20,826.50 Additional costs for site work related to delays There were also other delay related costs associated with completing the project after the contract date of November 1, 2018. Those costs, along with the site work discussed above, were tracked and reduced from the final payment request. The total delay related costs are shown below: $19,740.00 KLM Engineering, Inc. $20,826.50 Additional costs for site work related to delays $ 9,566.00 Stantec $50,132.50 Total delay related costs The City retained dollars to address delay related costs when processing Payment Request No. 5. As a result, Payment Request No. 6 & Final is being processed for $0.00. No liquidated damages February 15, 2021 Bernie Weber, Director of Public Works Page 2 of 2 Reference: Payment Request No. 6 & Final – 500,000 Gallon Water Elevated Tank Rehabilitation are being proposed since the final payment to The Osseo Construction Co. LLC was reduced by $50,132.50 for delay related costs. Thus, the total payment of $413, 867.50 is $50,132.50 less than the Original Contract Amount of $464,000. It is recommended that final payment be approved, and the City of New Hope accepts the project. If you have any questions or require further information, please call me at (612) 712-2021. Regards, Stantec Consulting Services Inc. Dan D. Boyum, P.E. City Engineer Phone: 612 712 2021 dan.boyum@stantec.com Attachments:Pay Request No. 6 & Final and closeout forms c.Kirk McDonald, Valerie Leone, Dave Lemke, Matt Rowedder, Shawn Markham, Andrew Kramer, Megan Hedstrom – New Hope; Stacy Woods – City Attorney; Ann Dienhart, Mark Rolfs – Stantec. Contract Unit Current Quantity Amount No.Item Unit Quantity Price Quantity to Date to Date WATER TOWER REHABILITATION 1 MOBILIZATION LS 1 $30,000.00 0.5 1 $30,000.00 2 EXTERIOR CLEANING, SURFACE PREP, DISPOSAL, AND PAINTING LS 1 $170,000.00 1 $170,000.00 3 INTERIOR WET CLEANING, SURFACE PREP, DISPOSAL, AND PAINTING LS 1 $140,000.00 0.075 1 $140,000.00 4 STRUCTURE REPAIRS AND MODIFICATIONS 1A. SEAL WELD APPROXIMATELY 7 LAP JOINTS INSIDE OF THE WET RISER. LS 1 $2,700.00 1 $2,700.00 1B. REMOVE ALL ERECTION SCAB MARKS AND WELD SPATTER BELOW THE HIGH WATER LEVEL BY AIR ARC GOUGING, CUTTING TORCH OR GRINDING. OVER 200 ERECTION BRACKET SCAB MARKS. REPAIR THE TANK SURFACE BY WELDING AND GRINDING.LS 1 $16,000.00 1 $16,000.00 1C. REPLACE THE 24-INCH ROUND MAINWAY GASKET LOCATED IN THE WET RISER AND THE ONE 12-INCH BY 18-INCH OVAL MANWAY GASKET LOCATED IN THE WET RISER.LS 1 $700.00 1 $700.00 1D. REMOVE THE EXISTING CATHODIC PROTECTION SYSTEM. LS 1 $6,200.00 1 $6,200.00 2A. MODIFY THE ROOF HANDRAIL TO TIE INTO THE LADDER SAFETY CAGE, EXTENDING THE TOE BOARD BENEATH THE LADDER.LS 1 $7,300.00 1 $7,300.00 2B. EXTEND THE SHELL LADDER SAFETY CAGE DOWN TO THE BALCONY HANDRAIL. LS 1 $6,100.00 1 $6,100.00 2C. MODIFY OR REPLACE THE HANDRAIL TO MEET OSHA REQUIREMENTS. LS 1 $39,300.00 1 $39,300.00 2D. REMOVE THE EXISTING FAA OBSTRUCTION LIGHT AND ASSOCIATED CONDUIT AND INSTALL A NEW FAA APPROVED LED DOUBLE OBSTRUCTION LIGHT ON THE ROOF HANDRAIL.LS 1 $5,700.00 0.5 1 $5,700.00 5 WELDING, GRINDING, AND REMOVAL OF ERECTION BRACKET SCAB MARKS AND WELD SPLATTER LS 1 $10,000.00 1 $10,000.00 6 FULL NEGATIVE AIR CONTAINMENT LS 1 $30,000.00 1 $30,000.00 TOTAL WORK COMPLETED TO DATE:$464,000.00 193804156REQ6FINAL.xlsm PROJECT PAYMENT STATUS OWNER CITY PROJECT NO. 1008 CONTRACTOR CHANGE ORDERS No. Date Description Amount Total Change Orders PAYMENT SUMMARY No. From To Payment Retainage/Delay Completed 1 03/12/2018 10/12/2018 2 10/12/2018 11/19/2018 3 11/19/2018 05/03/2019 4 05/03/2019 05/31/2019 5 05/31/2019 07/17/2019 6&Final 07/18/2019 02/08/2021 Material on Hand Total Payment to Date Original Contract $464,000.00 Retainage Pay No. 6&Final Change Orders Total Amount Earned Revised Contract $464,000.00 50,132.50 464,000.00 $413,867.50 $413,867.50 183,900.0039,900.00 9,195.00 33,772.50 10,972.50 219,450.00 117,040.00 21,782.50 435,650.00 88,350.00 15,622.50 312,450.00 134,805.00 7,095.00 141,900.00 CITY OF NEW HOPE THE OSSEO CONSTRUCTION CO. LLC STANTEC PROJECT NO. 193804156 193804156REQ6FINAL.xlsm I:\RFA\PUBWORKS\2021\Council\2‐22 Storm water ordinance   Request for Action  February 22, 2021    Approved by: Kirk McDonald, City Manager  Originating Department: Public Works  By: Megan Hedstrom, Storm Water Specialist; Bernie  Weber, Director of Public Works    Agenda Title  Ordinance No. 21‐01, An ordinance amending New Hope City Code Sections 4‐3 and 13‐5 related to  drainage; and adoption of Summary Ordinance No. 21‐01 for publication purposes  Requested Action  Staff is recommending Council receive a brief presentation regarding the storm water ordinance update. The  Planning Commission considered the ordinance amendment 21‐01 and recommended approval with a 7‐0  vote. Staff recommends that the City Council adopt the proposed ordinance for publication.  Policy/Past Practice  The city’s storm water ordinance was last updated due to review from the MPCA during a routine audit.   Background  In 2019, the city updated the storm water ordinance to meet compliance with new MPCA guidance.  In  addition to the updates required by the MPCA, there are updates required by the Bassett Creek Watershed  Management Commission (BCWMC) plan as well as the city’s Surface Water Management plan. Updates  include new language in the zoning and the subdivision and platting sections of the code.     In the zoning code, the general provision’s section contains grading, erosion and sediment control  ordinances. This ordinance should be updated to reflect policies that are already enforced by the city’s  Surface Water Management Plan and local watershed districts regarding the establishment of buffer zones.  Any new development adjacent to water bodies would need to establish and maintain a ten foot vegetated  buffer surrounding the lake or stream. The proposed ordinance language is attached and has been reviewed  by BCWMC and is currently being reviewed by the city attorney and community development staff.    In the subdivision and platting section of the city code, the erosion and sediment control and the drainage  sections should both be updated to more clearly adopt the policies identified in the Surface Water  Management Plan. The proposed ordinance language is attached and is currently being reviewed by the city  attorney and community development staff.  Funding  This ordinance update has been performed primarily by city staff. Fees for the review from the city engineer  and legal teams will be funded from the storm water fund.   Attachments   Ordinance Amending Section 4‐3(j)(9)b and Section 13‐5(e,f)   Summary Ordinance 21‐01 for Publication    Agenda Section Ordinances &  Resolutions Item Number  10.1  ORDINANCE NO. 21-01 AN ORDINANCE AMENDING SECTIONS 4-3(j)(9) AND 13-5 OF THE NEW HOPE CITY CODE RELATED TO VEGETATION BUFFERS AND EROSION AND SEDIMENT CONTROL THE CITY COUNCIL OF THE CITY OF NEW HOPE ORDAINS: Section 1. Section 4-3(j) Grading, erosion and sediment control regulations is hereby amended to add the underlined text as follows: (9) Stormwater pollution prevention plan (SWPPP). Each application for a land disturbance permit shall be accompanied by two copies of a stormwater pollution prevention plan consisting of the following dependent upon the type and size of land disturbance activity conducted as described below:  a. For all individual residential platted lots or any commercial and industrial land which disturbs less than one acre and includes fill or excavation less than 100 cubic yards: 1. Identification of proposed contour grading on the site at vertical intervals of not more than two feet; 2. Drainage patterns clearly shown using arrows depicting direction of surface water flow; 3. A map showing the stages or limits of grading together with the existing or proposed finished elevations; 4. Identification of proposed building bench elevations; 5. Submission of preliminary plans or program for water supply, sewage disposal, drainage and flood control (if applicable); 6. Soil borings, if required by the city engineer; 7. Locations of any wetlands, lakes, streams, or other critical water resource areas; 8. Appropriate best management practices set forth in this chapter; and 9. Other information as required by the city based on specific project characteristics. b. For all subdivisions and commercial or industrial sites in which land disturbance activities will impact one or more acres; or fill or excavate over 100 cubic yards, whichever is more restrictive; or any other site if determined appropriate by the city engineer due to potential impacts to wetlands, lakes, or sensitive receiving waters. 1. Grading plan. A grading plan shall be provided that clearly indicates the proposed land disturbance activities. Both existing and proposed topography shall be shown and have a maximum contour interval of two feet. Drainage patterns shall be clearly shown using arrows depicting direction of flow. Other information shall be shown as required by the city based on specific project characteristics. 2. Phasing plan. A phasing plan shall be provided that clearly indicates the areas in the order they are to be disturbed and restored. The phasing plan shall consider 2 minimization of area and duration of exposed soil and unstable conditions, minimization of the disturbance of natural soil cover and vegetation, erosion and sediment control measure installation, weather conditions and the schedule for temporary and permanent restoration. The area and duration of each phase shall be indicated on the plan. 3. Pond detail sheet. A pond detail sheet shall be provided for each proposed stormwater pond that shows detailed pond design including normal water level, high water level, aquatic bench, maintenance bench, outlet structures, emergency overflow locations and other project specific data required by the city. 4. Standard detail sheet. A standard detail sheet shall be provided that consists of applicable construction details for approved erosion and sediment control measures as developed by the city. Other techniques may be used upon prior approval by the city with details provided by the designer. 5. Buffers. Native or natural vegetation buffers must be established or preserved in accordance with this chapter. Buffer zone widths are defined as follows: i. Lakes. Minimum of 10 feet in width measured from the Ordinary High Water Level (OHWL). ii. Streams. 10 feet in width or 25% of the distance between the OHWL and the nearest existing structure, whichever is less. iii. Wetlands. Based on Minnesota Routine Assessment Methodology classification, or a similar classification system, buffer widths are required as follows (measured from the delineated wetland edge): (a) Preserve: 75 feet average and minimum of 50 feet. (b) Manage 1: 50 feet average and minimum of 30 feet (c) Manage 2 or 3: 25 feet average and minimum of 15 feet. iv. Exceptions. Public recreational facilities, such as trails, can run parallel to shoreline up to 20 feet in width. The width of the facility must be added to the required buffer width. 56.Specifications. Written specifications for land disturbance activities such as product descriptions, installation and maintenance procedures required by the applicant to carry out the project in accordance with this chapter. 67.Stormwater pollution prevention plan as required under the NPDES stormwater permit issued by the MPCA. The stormwater pollution prevention plan shall consist of three components: i. Temporary erosion and sediment control plan: Indicate the location of perimeter controls, construction fence, temporary sedimentation basins, inlet protection, areas to be seeded, areas to be mulched or blanketed, location of construction waste control (dumpsters, chemical storage, concrete washout, portable restroom facilities, etc.) and all other required temporary erosion and 3 sediment control measures as described in section. This plan shall also indicate staging of temporary erosion control measures. ii. Permanent erosion and sediment control plan: Indicates areas to be seeded and sodded, sediment ponds, storm sewer systems and all other required permanent erosion and sediment control measures. Permanent stormwater pollution controls including, but not limited to ponds, vegetated buffers and structural measures shall be designed and constructed in accordance with other chapters of this Code and requirements of other agencies having jurisdiction. iii. Narrative: Describes, at a minimum, the nature of construction activity, person(s) responsible for inspection and maintenance of site erosion and sediment control including contact information, project phasing, schedules, along with the timing, installation and maintenance of erosion and sediment control measures and specifications necessary to carry out the project. 78.Permit documentation: The property owner or owner's agent shall apply for and be issued a National Pollutant Discharge Elimination System (NPDES) general stormwater permit from the Minnesota Pollution Control Agency (MPCA) and any appropriate watershed district permits; and shall submit to the city a copy of the MPCA certificate of permit coverage or watershed district approval. Section 2. Section 13-5(e) Erosion and sediment control is hereby amended to add the underlined text as follows: (1) Natural limitations. The development shall conform to the natural limitations presented by topography and soil so as to create the least potential for soil erosion. (2) Coordination of control with construction. Erosion and siltation control measures shall be coordinated with the different stages of construction. Appropriate control measures as defined in the city Surface Water Management Plan shall be installed prior to development when necessary to control erosion. (3) Minimum size exposure. Land shall be developed in increments of workable size such that adequate erosion and siltation controls can be provided as construction progresses. The smallest practical area of land shall be exposed at any one period of time. (4) Minimum exposure time. When soil is exposed, the exposure shall be for the shortest feasible period of time. (5) Topsoil restoration. Where the topsoil is removed, sufficient arable soil shall be set aside for respreading over the developed area. The soil shall be restored to a depth of four inches and shall be of a quality at least equal to the soil quality prior to development.  Section 3. Section 13-5(f) Drainage is hereby amended to add the underlined text as follows: (1) Crown. To insure proper drainage on each individual lot, the crown of the adjacent street shall be at least 18 inches below the grade of the garage floor of the proposed structure. 4 (2) Stormwaters. Where municipal storm sewer systems do not exit, or the introduction of said system is deemed inapropriateinappropriate by the city council, stormwater drainage shall be discharged to marshlands, swamps, retention basins or other treatment facilities. Diversion of stormwater to marshlands or swamps shall be considered for existing or planned surface drainage. Marshlands and swamps used for stormwater shall provide for natural or artificial water level control. Stormwater drainage will be subjected to the standards defined in the city Surface Water Management Plan. (3) Alteration of drainage. No existing ditch, stream, drain, pond, or drainage canal shall be deepened, widened, rerouted or filled without written permission from the city council. (4) Drainage ways and recreational use. Where artificial channels must be constructed to augment the natural drainage system, such channels as well as the natural drainage ways may be planned as part of the recreation system. (5) Drainage during construction. The drainage system shall be constructed and operational during the initial phases of construction. Section 4. Effective Date. This ordinance shall be effective upon passage and publication. APPROVED by the New Hope City Council this 22nd day of February, 2021. Kathi Hemken, Mayor ATTEST: Valerie Leone, City Clerk P:\Attorney\SAS\1 Client Files\2 City of New Hope\99-82101 Stormwater Revisions\Ordinance 21-01.docx SUMMARY OF ORDINANCE NO. 21-01 AN ORDINANCE AMENDING SECTIONS 4-3(j)(9) AND 13-5 OF THE NEW HOPE CITY CODE RELATED TO VEGETATION BUFFERS AND EROSION AND SEDIMENT CONTROL Ordinance No. 21-01 amends the city’s zoning code and subdivision and platting section of the code to reflect policies enforced by the city’s Surface Water Management Plan and local watershed districts. The above Ordinance was adopted by the New Hope City Council on February 22, 2021, and shall become effective upon publication. Valerie Leone City Clerk (published in the New Hope – Golden Valley Sun Post on March 4, 2021) I:\RFA\POLICE\2021 Info\Council Meetings\Vehicles purchase 02.22.21\10.2 Q ‐ RFA ‐ 2021 8 replacement squads.docx   Request for Action  February 22, 2021    Approved by: Kirk McDonald, City Manager  Originating Department: Police  By: Tim Hoyt, Director of Police    Agenda Title  Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $398,780.95 for  the purchase of four marked Ford Patrol Interceptor utility vehicles, three unmarked Ford Patrol Interceptor  utility vehicles, one crime prevention Chevrolet Tahoe SUV and ancillary equipment.  Requested Action  Staff is requesting authorization to purchase a total of seven (7) Ford Patrol Interceptor utility vehicles from  Tenvoorde Ford of St. Cloud, and one (1) Chevrolet Tahoe SSV from Ranger Chevrolet of Hibbing under the  State of Minnesota Cooperative Purchase Agreement.     Policy/Past Practice  The city develops a ten‐year capital improvement program (CIP) for capital equipment, facility improvements  and infrastructure projects. Every two years the CIP is reviewed, updated and extended two years for another  ten‐year period.    Background  The four marked police vehicles (squad #160, #161, #162, #163) are all 2017 Ford Patrol Interceptor utility  vehicles, and were determined to be in need of replacement in 2021. One of the vehicles slated for  replacement (#160) was totaled in an accident and will not return into service.  Staff is recommending  retaining and repurposing one of the Ford Patrol Interceptor utility vehicles (#163) as Community Service  Officer temporary vehicle. Staff recommends the remaining two Ford Interceptors be sold at auction.      The three unmarked police vehicles (squad #145, #146, #151) consist of two (2) 2015 Ford Patrol Interceptor  utility vehicles and one (1) 2016 Chevrolet Impala were determined to be in need of replacement in 2021 as  listed in the 2021 CIP. Staff is recommending retaining and repurposing the two Ford Patrol Interceptor  utility vehicles (#145 & #146) as Community Development inspector’s vehicles. The concept of repurposing  the police SUVs to inspector vehicles was communicated with Council in November. The two 2011 Ford  Fusions (#184 & #185), currently used as the inspection vehicles by the Community Development department,  will be sold at auction. Staff also recommends the 2016 Chevrolet Impala be sold at auction.    The Crime Prevention vehicle was a 2005 Chevrolet Astro Van and was determined to be in need of  replacement in 2020 as listed in the 2020 CIP. Due to delays created by the Covid‐19 pandemic, staff is  requesting the replacement of the Crime Prevention vehicle in early 2021. Due to age, the Astro van was sold  at auction.    It is necessary to order the vehicles at this time because the contract cut‐off date for ordering 2021 Ford  Interceptors is February 28, 2021.       Agenda Section Ordinances &  Resolutions Item Number  10.2     Request for Action, Page 2      Funding  The state contract total for the purchase of the eight (8) vehicles, including sales tax is $311,280.95. The ancillary  equipment and set‐up costs are estimated at $87,500, for a total cost of $398,780.95 as shown below.    Description Price per vehicle  with options  Total Setup  costs  Sales Tax Total  Marked squads  $39,226.24 x4=$156,904.96 $60,000 Exempt $216,904.96  Unmarked squads $35,719.24 x3=$107,157.72 $22,500 $6,965.25 $136,622.97  Crime Prev. vehicle $37,796.26 $37,796.26 $5,000 $2,456.76 $45,253.02   $398,780.95    The current replacement fund for the purchase of all eight vehicles is currently at $363,540.17.  This leaves a  shortfall of $35,240.78.      The shortfall is a result of one of the squads (#160) being totaled in an accident from a pursuit, the cost difference  of replacing the Impala to an SUV, and the replacement of the Astro van to an SUV.    Staff is recommending the budget shortfall be funded from the revenue derived from selling five vehicles at  auction and the vehicle replacement reserve fund.    Attachment   Resolution   Memorandum from Central Garage Supervisor   Communication regarding inspector vehicles   Quotations    City of New Hope Resolution No. 21- Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $398,780.95 for the purchase of four marked Ford Patrol Interceptor utility vehicles, three unmarked Ford Patrol Interceptor utility vehicles, one crime prevention Chevrolet Tahoe SUV and ancillary equipment WHEREAS, the City of New Hope maintains a vehicle fleet to complete city business and provide necessary services to the public; and, WHEREAS, the city develops a 10-year capital improvement program for capital equipment; and WHEREAS, the Public Works and Police departments recommend the acquisition of seven Ford Patrol Interceptor utility vehicles from Tenvoorde Ford of St. Cloud and one Chevrolet Tahoe SSV from Ranger Chevrolet of Hibbing under the state of Minnesota Cooperative Purchasing Agreement; and, WHEREAS, the funds for this equipment are provided within the vehicle replacement fund. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota, that the appropriation of funds for the purchase of eight vehicles is authorized. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 22nd day of February, 2021. ________________________________ Mayor Attest: _________________________________ City Clerk Memorandum To: Tim Hoyt-New Hope Chief of Police From: Bill Robberstad-Central Garage Supervisor Date: February 10, 2021 Subject: Purchase of a four marked Ford Patrol Interceptor utility vehicles. Staff is recommending the city purchase four marked Ford Patrol Interceptor utility vehicles from Tenvoorde Ford of St. Cloud. Four marked police vehicles were determined to be in need of replacement in 2021 as listed in the 2021 CIP. The marked vehicles up for replacement are all 2017 marked Ford Patrol Interceptor utility vehicles (#160, #161, #162, & #163). All four of the vehicles to be purchased in 2021 are marked Ford Patrol Interceptor utility vehicles. One of the vehicles slated for replacement (#160) was totaled in an accident and will not return into service. Staff is recommending retaining and repurposing one of the Ford Patrol Interceptor utility vehicles (#163) as Community Service Officer vehicle. Staff recommends the remaining two Ford Interceptors be sold at auction. The purchase of the new police vehicles would be from Tenvoorde Ford under the state of Minnesota cooperative purchasing agreement. The contract cut-off date is February 28, 2021, for the ordering of the 2021 Ford Interceptors. The state contract total for the purchase of the three marked Ford Patrol Interceptor utility vehicles, including sales tax is $156,904.96. The ancillary equipment and set-up costs are estimated at $60,000 for all four vehicles. It is anticipated the purchase of the four police vehicles, ancillary equipment and set-up will cost $216,904.96. There is $211,543.04 in the vehicle replacement fund for the purchase of the four marked vehicles leaving a shortfall of $5,361.92. Staff recommends the budget shortfall be funded from the vehicle replacement reserve fund. Memorandum To: Tim Hoyt-New Hope Chief of Police From: Bill Robberstad-Central Garage Supervisor Date: February 10, 2021 Subject: Purchase of a three unmarked Ford Patrol Interceptor utility vehicles. Staff is recommending the city purchase a total of three Ford Patrol Interceptor utility vehicles Tenvorde Ford of St. Cloud. Three unmarked police vehicles were determined to be in need of replacement in 2021 as listed in the 2021 CIP. The unmarked vehicles include one captain’s squad and two investigator’s squads. All three of the vehicles to be purchased in 2021 are unmarked Ford Patrol Interceptor utility vehicles. The vehicles that will be replaced includes two 2015 Ford Patrol Interceptor utility vehicles (#145 & #146) and one 2016 Chevrolet Impala (#151). Also, staff is recommending retaining and repurposing the two Ford Patrol Interceptor utility vehicles (#145 & #146) as Community Development inspector’s vehicles. The two 2011 Ford Fusions (#184 & #185) currently used as the inspection vehicles, by the Community Development department, will be auctioned off. Staff recommends the 2016 Chevrolet Impala be sold at auction. The purchase of the new police vehicles would be from Tenvoorde Ford under the state of Minnesota cooperative purchasing agreement. The contract cut-off date is February 28, 2021, for the ordering of the 2021 Ford Interceptors. The state contract total for the purchase of the three marked Ford Patrol Interceptor utility vehicles, including sales tax is $114,122.97. The ancillary equipment and set-up costs are estimated at $22,500 for all three vehicles. It is anticipated the purchase of the three police vehicles, ancillary equipment and set-up will cost $136,622.97. There is $112,068.13 in the vehicle replacement fund for the purchase of the three unmarked vehicles leaving a shortfall of $24,554.84. Staff recommends the budget shortfall be funded from the vehicle replacement reserve fund. Memorandum To: Tim Hoyt-New Hope Chief of Police From: Bill Robberstad-Central Garage Supervisor Date: February 10, 2021 Subject: Purchase of a 2021 Chevrolet Tahoe SSV-Crime Prevention Van Staff is recommending the city purchase a 2021 Chevrolet Tahoe SSV from Ranger Chevrolet of Hibbing. The Crime Prevention vehicle was determined to be in need of replacement in 2020 as listed in the 2020 CIP. Due to delays created by the Covid-19 pandemic, staff is requesting the replacement of the Crime Prevention vehicle in early 2021. The Crime Prevention vehicle up for replacement is a 2005 Chevrolet Astro Van. Due to the age of the Crime Prevention vehicle, the Chevrolet Astro van was sold at auction. The purchase of the new police vehicle would be from Ranger Chevrolet of Hibbing under the state of Minnesota cooperative purchasing agreement. The state contract total for the purchase of the Chevrolet Tahoe SSV, including sales tax is $40,253.02. The ancillary equipment and set-up costs are estimated at $5,000. It is anticipated the purchase of the police vehicle, ancillary equipment and set-up will cost $45,253.02. There is $39,929.00 in the vehicle replacement fund for the purchase of the police vehicle leaving a shortfall of $5,324.02. Staff recommends the budget shortfall be funded from the vehicle replacement reserve fund. S:\February 22, 2021 City Council Meeting\12.1 Q ‐ Upcoming Events.docx   Request for Action  February 22, 2021    Approved by: Kirk McDonald, City Manager  Originating Department: City Manager  By: Kirk McDonald, City Manager    Agenda Title  Exchange of communication between members of the city council  Upcoming meetings and events:  Feb. 24  3:15 p.m. – District 281 Partnership Meeting (Virtual)    March 1 4 p.m. – Blue Line Coalition Meeting (Virtual)    7 p.m. – Human Rights Commission Meeting (Virtual)    March 2 7 p.m. – Planning Commission Meeting (Virtual)    March 3 1:30 p.m. – Joint Water Commission Meeting (Virtual)    2 p.m. – Business Networking Group Meeting, hosted by Kathy Pederson     of Opus Music    March 8  7 p.m. – City Council Meeting (In‐person)    Agenda Section Other Business Item Number  12.1