Loading...
021020 City Council Meeting Packet NEW HOPE CITY COUNCIL MEETING AGENDA February 10, 2020 7:00 p.m. City Hall – Council Chambers 4401 Xylon Avenue North Mayor Kathi Hemken Council Member John Elder Council Member Cedrick Frazier Council Member Andy Hoffe 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 10, 2020 7:00 p.m. Regular Session 1. CALL TO ORDER AND PLEDGE OF ALLEGIANCE – February 10, 2020 2. ROLL CALL 3. APPROVAL OF MINUTES:  Regular Meeting Minutes – January 27, 2020 4. OPEN FORUM 5. PRESENTATIONS 5.1 Resolution Reaffirming Commitment to Beyond the Yellow Ribbon Quad Communities 6. CONSENT BUSINESS 6.2 Approval of financial claims through February 10, 2020 6.4 Resolution approving LG230 application to conduct off-site lawful gambling by Armstrong Cooper Youth Hockey Association at the New Hope Ice Arena 7. PUBLIC HEARING 7.1 Motion approving an on-sale liquor license to Los Sanchez Taqueria, LLC at 7112 Bass Lake Road 7.2 Resolution ordering published notice and scheduling public hearing to approve the projected use of funds for the 2020 Urban Hennepin County Community Development Block Grant Program 8. DEVELOPMENT AND PLANNING 8.1 Resolution awarding a contract to G.F. Jedlicki, Inc. for $339,906.00 for the 2020 Winnetka Water Main Replacement (Improvement Project No. 1027) 8.2 Resolution approving plans and specifications and authorizing bids for the 2020 Infrastructure Project (Improvement Project No. 1034) 8.3 Motion to authorize preparation of plans and specifications for basketball court replacement at Northwood Park (Improvement Project No. 1046) 9. PETITIONS AND REQUESTS 10. ORDINANCES AND RESOLUTIONS 10.1 Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $16,163.85 for the purchase of a rotary vehicle lift from Minnesota Auquipco, Inc. 10.2 Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $129,650 for purchase of a 2020 Karcher MIC-84 Municipal Utility Tractor and ancillary equipment from Minnesota Equipment, Inc. 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 6, 2020 Subject: Agenda Items for Monday, February 10, 2020 Commission Candidates – there are five applicants for various city commissions. Interviews have been scheduled for February 10 and February 24 prior to the council meetings. Interview schedules and copies of candidates’ applications are enclosed. Open Forum We are not aware of anyone who intends to address Council for the open forum. Item 5.1 In February of 2014 the cities of New Hope, Crystal, Golden Valley, and Robbinsdale approved resolutions supporting Beyond the Yellow Ribbon Quad Communities, and the cities received the official Yellow Ribbon designation in June of 2014. The organization has decided to follow the National Guard’s direction and there have been some leadership changes. An update will be presented to the Council by Tiffany Kovalseki, the newly elected president. Similar to the other three cities, the Council is asked to adopt a resolution reaffirming the city’s commitment to BYR initiatives. I recommend approval. Items 6.1, 6.2, and 6.3 Item 6.1 – there are no new business license requests. 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 6-8, 2020. 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 7.1 This is a public hearing to consider granting an on-sale intoxicating liquor license to Los Sanchez Taqueria, LLC, at 7112 Bass Lake Road. The El Neuvo Nayarita restaurant formerly occupied the site and closed at the end of 2019. The applicants (and their interpreter) will be in attendance at the meeting if Council has questions. The required background investigation was conducted and there is nothing detrimental to report. The applicant understands the city’s ordinance relative to compliance checks. The 2020 license fee is pro- rated as allowed by city ordinance. City Clerk Leone and I recommend approval.  Page 2 Item 7.2 This resolution sets a public hearing for February 24 to consider allocation of the 2020 CDBG funds. The public hearing was originally planned to be held at this council meeting, but staff recommends postponing the hearing so further discussion can take place about the scattered site housing program. The city’s 2020 allocation will be approximately $107,000 (slightly lower than last year’s $109,000 allocation). Public services will be allocated 15 percent or approximately $16,000. The city will need to determine how to allocate the remaining $91,000. A discussion will be held at the February 18 work session prior to formally approving the use of the CDBG funds at the February 24 meeting. Director Sargent and I recommend scheduling the public hearing on February 24. Item 8.1 This item awards a contract to G.F. Jedlicki, Inc. for $339,906 for the 2020 Winnetka water main replacement project on Winnetka Avenue between 27th and 29th avenues. The ideal time to replace the deteriorated water mains is in conjunction with the upcoming CenterPoint gas main replacement project. The 2020 CIP contains $400,000 for water utility improvements. The existing water main will be pipe-bursted, a process that involves demolishing the pipe in place by boring through the pipe. A new eight-inch plastic water main will be bored in the same place. The project was bid with two alternates: one for 8” fusible C900 PVC pipe and one for 10” HDPE pipe (PVC pipe is classified by its inside diameter and HDPE pipe by its outside diameter). Bids were opened on January 23, and the low bid of $339,906 with alternate 2 was submitted by G.F. Jedlicki who has done similar projects in the city. The estimated project cost, including indirect costs and contingencies, was $400,000. Director Weber and I recommend approval. Item 8.2 The 2020 infrastructure project consists of street and utility improvements in the residential area bordered by TH 169 to the west, 30th Avenue North to the south, Boone Avenue North to the east, and 36th Avenue to the north. In addition, full reconstruction of two streets located east of Boone and north of 36th Avenue are included in the project. A public hearing on the proposed project was held on October 28. The current base bid estimated project cost is $2,845,875 which is lower than the feasibility study estimation of $3,317,321. Due to the project costs being estimated higher than the budgeted amounts, there are several streets being bid as alternates. Several smaller pavement projects in the city are also being bid as alternates for favorable competitive bidding prices. The project will be funded by the street infrastructure fund and utility funds. Staff recommends approval of the plans and specifications and authorize bidding. Bids will be presented to Council at the March 23 meeting. Director Weber and I recommend approval. Item 8.3 The basketball court at Northwood Park is over 25 years old and in need of replacement. Staff is requesting the Council’s authorization to direct the city engineer to prepare plans and specifications. The estimated cost is $80,000 and the project is included in the 2020 CIP and 2020 Park Infrastructure budget. At the meeting of January 13, 2020, Council authorized preparation of plans and specs for playground improvements at Begin Park. Staff is proposing to solicit bids for both the Northwood Park basketball court replacement and Begin Park playground improvements as a cost-savings effort. Director Rader and I support the preparation of plans and specifications.  Page 3 Item 10.1 This item approves the purchase of a rotary four post drive-on vehicle lift for the public works facility from Minnesota Auquipco, Inc. for $16,163.85 to replace a 13-year old lift. Staff recommends the purchase through the cooperative purchasing program. The Central Garage equipment replace ment fund has $18,348 allocated for the equipment replacement. Director Weber I recommend approval. Item 10.2 This item approves the purchase of a 2020 Karcher MIC-84 municipal utility tractor (sidewalk plow) and ancillary equipment (broom, plow, and snowblower) from Minnesota Equipment, Inc. for $129,650 through the state cooperative purchasing program. The tractor would replace the city’s 10-year old Belos 84 utility tractor. The trade-in value of the Belos tractor is $22,000. The cost of the tractor and ancillary equipment is $151,650 less $22,000 trade-in for a final cost of $129,650. There is $181,200 in the city’s equipment replacement fund for this purchase. Director Weber and I recommend approval. Item 12.1 Mayor Hemken will review the list of upcoming events/meetings. EDA #4 In January of 2020 the EDA acquired the single-family home located at 6067 West Broadway as part of the city’s scattered site housing program. Bids were solicited to prepare the lot for redevelopment. The low bid was submitted by Nitti Rolloff Services, Inc. for $22,697. The work includes hazardous material abatement, tree removal, demolition of the building and site improvements, well sealing, sewer lining, and water service valve replacement. The city has used the services of Nitti Rolloff in the past with good experiences. The EDA budget would fund the contract. Director Sargent and I recommend approval. EDA #5 The city has the opportunity to purchase the distressed property at 4215 Louisiana Avenue North for $125,000. The property has been vacant for many years and had an original asking price of $400,000. The property is zoned Community Business. It was originally constructed in 1961 as a single -family home and later converted to office space. Staff recommends the following actions for the site: demolition of the structure, rezoning of the parcel, and construction of a new single-family home with a value of at least $350,000. It is anticipated that expenses associated with the project would be approximately $181,300, revenue from the sale of the lot is estimated at $62,000, resulting in a net loss of $119,300. It is unlikely that the property would be redeveloped without the city’s involvement. Funding is available in the EDA budget. Director Sargent 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 January 27, 2020 Page 1 City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 City Council Minutes January 27, 2020 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: Council absent: Staff present: Kathi Hemken, Mayor Cedrick Frazier, Council Member Andy Hoffe, Council Member Jonathan London, Council Member John Elder, Council Member Kirk McDonald, City Manager Jeff Alger, Community Development Specialist Brandon Bell, Community Development Assistant Tim Fournier, Director of Police Valerie Leone, City Clerk 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 London, to approve the regular meeting minutes of January 13, 2020. Voted in favor thereof: Hemken, Frazier, Hoffe, London; and the following voted against the same: None; Abstained: None; Absent: Elder. Motion carried. OPEN FORUM There was no one present desirous of addressing the council. PRESENTATIONS: 2019 POLICE DEPARTMENT AWARDS CEREMONY Item 5.1 Mayor Hemken introduced for discussion Item 5.1, 2019 Police Department Awards Ceremony. Chief Tim Fournier explained the department’s Personnel Recognition and Commendations policy calls for the recognition of both employees and citizens for outstanding service. He stated the presentation will recognize officers and civilians for outstanding service and community involvement during 2019. He offered details of incidents that took place and presented the following individuals with awards: Chief Commendations Captain Scott Slawson Officer Gena Abramovich Clerical Supervisor Jeana-Allen-Hatcher New Hope City Council January 27, 2020 Page 2 Clerk Lorilee Stafford Sergeant Pete Stanley Officer Kaitlyn Baker Detective Cheri Galli Sergeant Marty Williams Officer Matthew Collier Sean Gallagher Quintin Payne David Flesland Officer Jason Ryan Officer Daniel Fitzmaurice CSO Scott Anderson Julie Anderson Marco Villar New Hope Tires Plus New Hope Autozone Officer Miguel Robles and K9 Kody Lifesaving Commendations Amanda McDonald Star Pin Acknowledgement Officer Kaitlyn Baker Officer Britni Austin Officer Chris Cazin Officer Jason Ryan Special Recognition New Hope Police Explorers 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. BUSINESS LICENSE Item 6.1 Approval of business license. FINANCIAL CLAIMS Item 6.2 Approval of financial claims through January 27, 2020. RESOLUTION 2020-15 Item 6.4 Resolution appointing election judges for Presidential Nomination Primary on March 3, 2020. New Hope City Council January 27, 2020 Page 3 RESOLUTION 2020-16 Item 6.5 Resolution approving change order no. 6 in the amount of $20,110 with Terra General Contractors for police station/city hall construction project (Improvement Project No. 994). RESOLUTION 2020-17 Item 6.6 Resolution approving change order no. 1 in the amount of $6,433.82 with Video Services Inc. for police station/city hall construction project (Improvement Project No. 994). Council Member London asked whether Wold Architects had responded to his inquiry regarding whether the city received a credit for the battery back-up power source for the elevator. City Manager McDonald indicated staff would follow -up on the matter. MOTION Consent Items Motion was made by Council Member Frazier, seconded by Council Member Hoffe, to approve the Consent items. All present voted in favor. Motion carried. CONDITIONAL USE PERMIT FOR MICRODISTILLERY AT 7530 42ND AVE N Item 8.1 Mayor Hemken introduced for discussion Item 8.1, Resolution approving Conditional Use Permit for microdistillery with cocktail room at 7530 42nd Avenue North (New Hope Planning Case 20-04). Mr. Jeff Alger, community development specialist, explained the conditional use permit is for a microdistillery and cocktail room at 7530 42nd Avenue North (the former Mountain Mudd site). This is the first application for such a business in New Hope. The cocktail room would be open to the public approximately 30 hours per week (Wednesday through Sunday). A text amendment is necessary to allow the business to be open on Sundays and is outlined in Item 10.1. The Planning Commission considered the request for a CUP at its January 7 meeting and unanimously recommended approval subject to seven conditions which are acceptable to the petitioner. Mr. Alger reviewed the state and federal license requirements. He also reviewed property maintenance issues, delivery and traffic flow, and the zoning code criteria. He stated if the CUP is approved, the applicant will submit an application for a liquor license/background investigation. Mr. Alan Davis and Ms. Amy Hotchkiss, petitioners, were recognized. Mr. Davis explained their intent to manufacture gin, vodka and rum. He noted the restrictions on the quantity available for off-sale. Regarding entertainment, he stated although there are no current plans, it may be possible to occasionally allow a small acoustic band to provide music. Council Member London inquired if the city had any discussions with the property owner on current code violations. Mr. Alger stated staff is working with the owner to address the issues. RESOLUTION 2020-18 Item 8.1 Council Member London introduced the following resolution and moved its adoption: “RESOLUTION APPROVING CONDITIONAL USE PERMIT FOR MICRODISTILLERY WITH COCKTAIL ROOM AT 7530 42ND AVENUE NORTH (NEW HOPE PLANNING CASE 20-04).” The motion for the adoption of the foregoing resolution was seconded by Council Member Hoffe, and upon New Hope City Council January 27, 2020 Page 4 vote being taken thereon, the following voted in favor thereof: Hemken, Frazier, Hoffe, London; and the following voted against the same: None; Abstained: None; Absent: Elder; whereupon the resolution was declared duly passed and adopted, signed by the mayor which was attested to by the city clerk. ORDINANCE NO. 20-04 Item 10.1 Mayor Hemken introduced for discussion Item 10.1, Ordinance No. 20-04, an ordinance amending Chapter 10 of the New Hope City Code allowing for on -sale Sunday sales of malt liquor at brewery taprooms, on-sale Sunday sales of distilled liquor at microdistillery cocktail rooms, and off -sale intoxicating liquor sales at microdistilleries (New Hope Planning Case 20-03). Mr. Jeff Alger, community development specialist, stated the ordinance amendment will allow for on-sale and off-sale Sunday sales of distilled liquor at microdistillery cocktail rooms and on-sale Sunday sales of malt liquor at brewery taprooms. He stated this section of the code was not amended in 2017 when the state legalized off-sale Sunday liquor sales, and the amendment will make the code consistent for all liquor businesses in the city. Council Member London inquired whether the city’s limit on off-sale licenses applies for the microdistillery’s off-sale license. Ms. Valerie Leone, city clerk, stated the microdistillery off -sale license does not apply as it is a different license type than a retail off-sale intoxicating liquor license. ORDINANCE NO. 20-04 Item 10.1 Council Member London introduced the following ordinance and summary ordinance and moved its adoption: “ORDINANCE NO. 20-04, AN ORDINANCE AMENDING CHAPTER 10 OF THE NEW HOPE CITY CODE ALLOWING FOR ON-SALE SUNDAY SALES OF MALT LIQUOR AT BREWERY TAPROOMS, ON-SALE SUNDAY SALES OF DISTILLED LIQUOR AT MICRODISTILLERY COCKTAIL ROOMS, AND OFF-SALE INTOXICATING LIQUOR SALES AT MICRODISTILLERIES (NEW HOPE PLANNING CASE 20-03).” The motion for the adoption of the foregoing resolution was seconded by Council Member Frazier, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Frazier, Hoffe, London; and the following voted against the same: None; Abstained: None; Absent: Elder; whereupon the resolution was declared duly passed and adopted, signed by the mayor which was attested to by the city clerk. ORDINANCE NOS. 20-01 AND 20-03, ZONING DISTRICTS Item 10.2 Mayor Hemken introduced for discussion Item 10.2, Ordinance Nos. 20-01 and 20- 03, ordinances amending chapters 3 and 4 of the New Hope City Code adopting a Business/Warehouse Zoning District, repealing self storage as a conditional use in the Industrial District, requiring an administrative permit for limited open outdoor storage in the Industrial District, and amending the zoning map of New Hope by rezoning certain properties from Industrial to Business/Warehouse. Mr. Brandon Bell, community development assistant, stated this item contains two ordinance amendments related to adoption of a Business/Warehouse Zoning District and rezoning of properties that have self-storage uses to the B-W zoning district. Ordinance No. 20-01 amends the zoning code and Ordinance No. 20-03 amends the zoning map. Summary ordinances have been prepared for both to save New Hope City Council January 27, 2020 Page 5 on publication costs. Mr. Bell stated last fall Council directed staff to review the city’s industrial zoning code to ensure it was accommodating the changing need s of the community. The Planning Commission recommends establishment of a new zoning district to provide for wholesale and retail trade of large volume or bulk commercial items, self-storage, and warehousing. He stated self-storage facilities would only be allowed in B-W zoning district and would require a CUP. IN order for a business to open a self-storage facility in the industrial district, rezoning would be required. He reviewed the permitted uses and conditional uses in the B-W district. Mr. Bell reviewed the eight self-storage properties that are impacted and were all notified of the rezoning change. He stated a public hearing was held at the Planning Commission’s meeting on January 7, 2020, and the Planning Commission supports the change. Mr. Bell stated the planner has indicated it is not necessary to amend the Comprehensive Plan. Council Member London thanked staff and the planning commission for the amendment. He noted the loss of jobs when a business in the industrial district is transformed into a self-storage facility. ORDINANCE NOS. 20-01 AND 20-03 Item 10.2 Council Member London introduced the following ordinances and summary ordinances and moved their adoption: “ORDINANCE NOS. 20-01 AND 20-03, ORDINANCES AMENDING CHAPTERS 3 AND 4 OF THE NEW HOPE CITY CODE ADOPTING A BUSINESS/WAREHOUSE ZONING DISTRICT, REPEALING SELF STORAGE AS A CONDITIONAL USE IN THE INDUSTRIAL DISTRICT, REQUIRING AN ADMINISTRATIVE PERMIT FOR LIMITED OPEN OUTDOOR STORAGE IN THE INDUSTRIAL DISTRICT, AND AMENDING THE ZONING MAP OF NEW HOPE BY REZONING CERTAIN PROPERTIES FROM INDUSTRIAL TO BUSINESS/WAREHOUSE.” The motion for the adoption of the foregoing resolution was seconded by Council Member Frazier, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Frazier, Hoffe, London; and the following voted against the same: None; Abstained: None; Absent: Elder; whereupon the resolution was declared duly passed and adopted , signed by the mayor which was attested to by the city clerk. ORDINANCE NO. 20-02, RIGHT-OF-WAY MANAGEMENT Item 10.3 Mayor Hemken introduced for discussion Item 10.3, Ordinance No. 20 -02, An ordinance amending Section 6-14(e)(3) of the New Hope City Code related to right- of-way management and the exceptions to registration requirements. Mr. Brandon Bell, community development assistant, stated last fall the Codes and Standards Committee of the Planning Commission began review of the right-of- way management section of the city code. Staff studied neighboring cities’ codes and recommends eliminating two exceptions (fences and parking lots) and allowing irrigation systems. These changes will make New Hope’s code more consistent and conforming. A public hearing was held at the Planning Commission’s meeting on January 7, 2020, and the Planning Commission supports the change. New Hope City Council January 27, 2020 Page 6 Council Member London asked who would be responsible for repairs if damage is done to a property during a street project. Mr. Bell noted the city is not liable for damage to items placed in the right-of-way. Mr. Jeff Sargent, director of community development, explained the need of the city’s right-of-way and easements to house utilities, but stated the property owner is responsible for the upkeep such as snow and grass removal. ORDINANCE NO. 20-02 Item 10.3 Council Member Frazier introduced the following ordinance and moved its adoption: “ORDINANCE NO. 20-02, AN ORDINANCE AMENDING SECTION 6-14(E)(3) OF THE NEW HOPE CITY CODE RELATED TO RIGHT-OF-WAY MANAGEMENT AND THE EXCEPTIONS TO REGISTRATION REQUIREMENTS.” 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, Frazier, Hoffe, London; and the following voted against the same: None; Abstained: None; Absent: Elder; whereupon the resolution was declared duly passed and adopted , signed by the mayor which was attested to by the city clerk. 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. ADJOURNMENT Motion was made by Council Member Frazier, seconded by Council Member London, 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 8:13 p.m. Respectfully submitted, Valerie Leone, City Clerk I:\RFA\City Manager\2020\BTYR\Q&R - Resolution Reaffirming Commitment to Quad Cities BTYR 021020.docx Request for Action January 27, 2020 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Title Resolution Reaffirming Commitment to Beyond the Yellow Ribbon Quad Communities. Requested Action Staff recommends that the City Council approve the attached resolution reaffirming commitment to Beyond the Yellow Ribbon Quad Communities. The newly elected president, Tiffany Kovalseki, will be in attendance at the meeting to provide a brief update on the program and recent leadership changes. Policy/Past Practice The City Council has approved resolutions in the past supporting the Beyond the Yellow Ribbon Quad Communities initiative. Background In February, 2014, the cities of New Hope, Crystal, Golden Valley, and Robbinsdale approved resolutions supporting the Beyond the Yellow Ribbon Quad Communities. The resolution stated that a Yellow Ribbon Community unites key areas within a community to create a comprehensive network that connects and coordinates agencies, organizations, resources and employers for the purpose of creating access to resources that meet the needs at the local level of service members, veterans, and military families across the state of Minnesota. The resolution further stated that the City Council desired to officially declare its support of the quad cities “Beyond the Yellow Ribbon” program and would support and actively participate in the program to help achieve the official Yellow Ribbon designation. In June, 2014, the quad cities received official Yellow Ribbon designation and a proclamation signed by Governor Mark Dayton and was presented to the Council naming New Hope as an official Yellow Ribbon city. Yellow Ribbon signs were installed at the entrances to the city. Recently the organization has taken a new direction to follow the National Guard’s direction and there have been some leadership changes. Tiffany Kovaleski was elected as the new president and quarterly meetings for interested community members are now being held. The mayor of Golden Valley suggested that the four cities receive an update from the organization and pass resolutions reaffirming commitment to Beyond the Yellow Ribbon. Staff recommends that the City Council approve the attached resolution. Agenda Section Presentations Item Number 5.1 Request for Action, Page 2 Attachments  Resolution  Proclamation  Yellow Ribbon Recognition Program City of New Hope Resolution No. 2020 Resolution Reaffirming Commitment to Beyond the Yellow Ribbon Quad Communities WHEREAS, in 2014, the cities of New Hope, Crystal, Golden Valley, and Robbinsdale united to form the Beyond the Yellow Ribbon Quad Communities; and WHEREAS, a Yellow Ribbon Community unites key areas within a community to create a network that connects organizations, resources, and employers to meet the needs of local service members, veterans, and military families in Minnesota; and WHEREAS, the outward showing of support enables successful transitions for those affected by military deployments and builds a stronger, more compassionate community; and WHEREAS, the New Hope City Council continues to support the Beyond the Yellow Ribbon Quad Communities initiative and agrees to be an active participant to help the Quad Cities maintain the Yellow Ribbon community official designation. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope that the city agrees to reaffirm our support for and to continue to actively participate in the Beyond the Yellow Ribbon Quad Communities initiative along with the cities of Crystal, Golden Valley and Robbinsdale. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 10th day of February, 2020. ______________________________ Mayor Attest: ________________________ City Clerk G:\City Manager\AGENDA\6.2 R-Approval of Claims Merge Doc.docx Request for Action February 10, 2020 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Title Approval of claims through February 10, 2020 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\2020\Q&R-Gambling-ACYHA 021020.docx Request for Action February 10, 2020 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 6 - March 8, 2020. Background ACYHA has requested permission to hold its annual raffle at the ice arena the weekend of March 8, 2020, 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. 2020- 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 6-8, 2020, at the New Hope Ice Arena. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 10th day of February, 2020. Mayor Attest: City Clerk i:\rfa\city manager\2020\liquor license\q-onsale license 02.10.20.docx Request for Action February 10, 2020 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Valerie Leone, City Clerk Agenda Title Public Hearing – Motion approving an on-sale liquor license to Los Sanchez Taqueria, LLC, at 7112 Bass Lake Road Requested Action A public hearing is necessary to consider issuance of an on-sale liquor license. Policy/Past Practice City code section 10-17 requires Council to hold a hearing on liquor license applications. City code does not limit the number of intoxicating on-sale licenses. Background The restaurant named El Neuvo Nayarita closed 12/31/19. The property at 7112 Bass Lake Road is being leased by Santiago Sanchez Ortiz and Flor Elena Aguilar Palma, applicants. They are requesting an on sale intoxicating liquor license. They have completed the necessary paperwork, and paid a $500 background investigation fee. The background investigation was conducted by Detective Tony Loser. Det. Loser found nothing detrimental in the background investigation which would prohibit issuance of the license. The applicants as well as Luis Caire (interpreter) will be in attendance if Council has questions. After allowing for public comment, if Council desires to approve the license, a motion should be made to close the hearing followed by another motion to grant the license. If Council supports the license approval, paperwork will be submitted to the state requesting license approval effective March 1, 2020. Attachments  Public Hearing notice  Memorandum by Det. Loser Agenda Section Public Hearing Item Number 7.1 I:\RFA\COMM DEV\2020\City Council\2-10-20 CDBG Allocations Public Hearing\Q & R - Postpone CDBG Public Hearing.docx Request for Action February 10, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Community Development By: Jeff Sargent, Director Agenda Title Resolution ordering published notice and public hearing to approve the projected use of funds in the 2020 Urban Hennepin County Community Development Block Grant Program Requested Action Staff requests that the City Council postpone the public hearing for a resolution approving application for 2020 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, in order for staff to get better direction from the Council as to how the funds should be allocated. The public hearing should be scheduled for the February 24, 2020, City Council meeting. Policy/Past Practice The Federal CDBG Program requires that municipalities hold a public hearing for consideration of the projected use of funding within the imposed timeframe. The city must formally request that funding be applied to specific programs at a public hearing. Once a public hearing is conducted, the request is forwarded to Hennepin County for final approval. All community allocations are based on the Department of Housing and Urban Development (HUD) formula using the community’s share of three factors: 1) urban county total population; 2) number of persons with incomes at or below poverty level; and 3) overcrowded housing units. Poverty data is a double-weighted factor in the formula. All formula figures are determined using 2010 census data. Background In early 2020, Hennepin County notified the city of its 2020 CDBG requirements. On July 1, 2020, the city will receive approximately $107,000 in CDBG funds. The 2020 allocation is lower than the final allocation in 2019, which was $109,000. The city is able to allocate these funds to programs that meet the requirements set forth by the Department of Housing and Urban Development (HUD). Hennepin County has established a February 28, 2020, deadline for all cities to declare programming for their respective funds. Like last year, Hennepin County has initiated a different approach for distributing the funding for the Public Service Activities. HUD rules limit grantee use of CDBG funding for public services to 15 percent. This year that 15% equals approximately $16,000. This year, the Public Service agencies will apply for the funding directly through Hennepin County, alleviating the need for individual cities to distribute the grant funds. Funding for Public Service activities will be awarded through a single combined, competitive RFP covering all the cities in the county CDBG program. Fifteen percent of the overall county CDBG allocation will be set-aside for this purpose. It is estimated that the Public Service agencies will receive the same amount of funding as they typically have in the past. At the public hearing, the city must decide how to allocate the remaining grant money not used for the Public Service Activities. This year, the city must allocate $91,000 to either the Single-Family Housing Rehabilitation Program, or potentially used for the Scattered Site Housing program where the city would acquire and Agenda Section Public Hearing Item Number 7.2 Request for Action, Page 2 rehabilitate a home, then sell it to an income -qualified individual or family. Staff would like to have a further discussion about the use of these funds at the February 18 work session meeting before formally approving the use of the CDBG funds. Single Family Housing Rehabilitation Program The Single Family Housing Rehabilitation Program has been administered on behalf of the city by Hennepin County and is responsible for the rehabilitation of numerous houses in the city over the years. All of the funds previously allocated to this program have been committed and will be expended in the near term. In 2019, the city allocated $30,000 to this program in order to keep it viable. Hennepin County representatives informed staff that there is a large need for these funds in New Hope, and recommend that all of the 2020 CDBG allocations be distributed to this program. Scattered Site Housing Program In past years, the city has used CDBG funds towards the Scattered Site Housing Program, focusing the use of the money on acquisition and demolition of substandard homes. The city proved that the homes demolished met the “slum and blight” standard imposed by Hennepin County, in order to remove the homes and rebuild new market-rate houses. The city has been informed that Hennepin County has changed their interpretation of “slum and blight,” and that New Hope will most likely not be able to use CDBG funds to acquire and demolish houses because they would not meet the minimum requirements of “slum and blight”. The city could still use CDBG funds to acquire and renovate homes, however the home would then need to be sold to a qualified low-to-moderate-income individual or family. Recommendation Staff recommends that the City Council schedule the public hearing for February 24, 2020. Attachments  Resolution  Hennepin County Estimated 2019 CDBG Allocations (email) City of New Hope    Resolution No. 2020‐    RESOLUTION ORDERING PUBLISHED NOTICE AND PUBLIC HEARING TO APPROVE  THE PROJECTED USE OF FUNDS IN THE 2020 URBAN HENNEPIN COUNTY  COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM    WHEREAS,  the city of New Hope, through execution of a Joint Cooperation Agreement with  Hennepin County, is cooperating in the Urban Hennepin County Community  Development Block Grant Program; and    WHEREAS,  the city of New Hope has been notified that it has until February 28, 2020, to  declare its desired allocations for its 2020 CDBG funding; and    WHEREAS,  the Department of Housing and Urban Development requires a public hearing to  be held on the allocation of CDBG funding; and    WHEREAS,  a notice of public hearing is required to be published ten days in advance of the  public hearing scheduled for February 24, 2020.    NOW, THEREFORE, BE IT RESOLVED by the City Council of New Hope as follows:    1. That the above recitals are incorporated herein by reference.    2. That the Council hereby approves publishing NOTICE AND PUBLIC  HEARING TO APPROVE THE PROJECTED USE OF FUNDS IN THE 2020  URBAN HENNEPIN COUNTY COMMUNITY DEVELOPMENT BLOCK  GRANT PROGRAM to be published in the official newspaper of the city.    Adopted by the City Council on this 10th day of February, 2020.             ___________________________         Kathi Hemken, Mayor    Attest:_____________________________   Valerie Leone, City Clerk  I:\RFA- RESOLUTION\PUBWORKS\2020\Council\1027 Winnetka Water Main\Awarding Contract Request for Action February 10, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution awarding a contract to G.F. Jedlicki, Inc. for $339,906.00 for the 2020 Winnetka Water Main Replacement (Improvement Project No. 1027) Requested Action Staff recommends approval of a resolution awarding a contract for a total of $339,906.00 for the replacement of the water main on Winnetka Avenue between 27th and 29th avenues. 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. Background CenterPoint Energy will be replacing the gas main belt line on Winnetka Avenue between 27th and 42nd avenues in spring/summer of 2020. Storm and sanitary structures will be repaired or rebuilt where necessary on Winnetka. Staff plans to work with the city of Crystal on a joint project for the structure repairs. The water main located between 27th and 29th avenues is in deteriorating condition with a history of numerous water breaks as shown on the water break map attached. The ideal time to replace this section of the city’s water system is in conjunction with the upcoming CenterPoint project. The city can minimize cost spent on restoration due to CenterPoint planning to re-pave the entire east side of the Winnetka Avenue as part of the belt line replacement project. The replacement of the water main on Winnetka Avenue between 27th and 29th avenues is identified on the city’s 2020 CIP. The existing water main will be pipe bursted, a process that involves demolishing the pipe in place by boring through the pipe. A new eight-inch plastic water main will be bored in the same place as the demolished water main. Two alternatives were proposed. Staff felt comfortable using either of the pipe materials bid for pipe bursting, including Alternate number 1- 8” fusible PVC, C-900, DR18 water main pipe bursting and Alternate number 2-10” HDPE, DR11 water main pipe bursting. HDPE is classified by its outside diameter, not inside diameter like PVC and DIP. Including both pipe products resulted in nine competitive bidders. Bids were opened for the 2020 water main replacement on January 23, 2020. Including both pipe products resulted in nine competitive bids. The low bid of $339,906.00 with alternate 2 came from G.F. Jedlicki, Inc., who has worked in the city replacing water main projects previously. This bid compares to the Engineer’s Opinion of Probable Cost of approximately $400,000. The Water Fund CIP budget for this project is $400,000.00. Agenda Section Development & Planning Item Number 8.1 Funding Funding for $400,000.00 in water utility improvements is identified in the 2020 CIP. Engineering staff currently estimate the project, including indirect and contingencies, to cost $400,000.00. There is an additional $10,000.00 available in the sanitary utility fund and $25,000.00 in the storm utility fund for the necessary repairs needed on the structures on Winnetka Avenue. CIP Street Infrastructure Fund Engineer’s Opinion of Probable Cost Bid Result Base Bid $219,126 Alternate Two (10” HDPE) $120,780 Total Construction Cost $312,800 – $329,900 $339,906 Indirect $62,500 – 65,900 $60,084 Total Budget/Cost $400,000 $375,300 – 395,800 $400,000 Attachments  Resolution  City Engineer’s Memorandum  Bid Results Letter and Tabulation  Project Map  Water Break Map City of New Hope Resolution No. 19- Resolution awarding a contract to G.F. Jedlicki, Inc. for $339,906.00 for the 2020 Winnetka Water Main Replacement (Improvement Project No. 1027) WHEREAS, city staff has identified the need for the replacement of the water main on Winnetka Avenue between 27th and 29th avenues; and, WHEREAS, the water main improvements in this area are identified to follow pavement management strategy adopted by Council; and WHEREAS, plans and specifications for the replacement of the water main on Winnetka Avenue between 27th and 29th avenues Project No. 1027 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 replacement of the water main on Winnetka Avenue between 27th and 29th avenues Project No. 1027; and WHEREAS, the base bid of $339,906.00 from G.F. Jedlicki, Inc. is the lowest responsible bid submitted; and WHEREAS, funding is available in the water utility improvements fund. NOW, THEREFORE, BE IT RESOLVED, 1. That the contract of public improvement project no. 1027, replacement of the water main on Winnetka Avenue between 27th and 29th avenues, is awarded to G.F. Jedlicki, Inc. 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 10th day of February, 2020. Mayor Attest: City Clerk Stantec Consulting Services Inc. 733 Marquette Avenue, Suite 1000 Minneapolis, MN 55402 January 28, 2020 File: 193804886 Attention: Bernie Weber, Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2020 Winnetka Watermain Improvements Award City Project No. 1027 Dear Bernie, Attached please find the Bid Results Letter on the above referenced project. The Low Bidder on the Project with a Total Base Bid Plus Alternate No. 2 (10” HDPE) was G.F. Jedlicki, Inc. with a Total Amount of $339,906.00. The Low Bidder on the Project with a Total Base Bid Plus Alternate No. 1 (8” Fusible PVC) was Dave Perkins Contracting, Inc. with a Total Amount of $406,899.00. These bids compare to the Engineer’s opinion of probable cost of $312,800.00 (10” HDPE) to $329,900.00 (8” Fusible PVC) at the time of approval of plans and specifications. The Capital Improvement Plan (CIP) identified replacement of the existing failing water main on Winnetka Avenue between 27th Avenue North and the City Limit, located north of 29th Avenue North. The 2020 Winnetka Watermain Improvements consists of replacement of the existing 6” and 8” cast iron watermain by the method of pipe bursting. The timing of this project is to align with upcoming CenterPoint Energy gas main replacement and the Hennepin County Mill and Overlay Project along Winnetka Avenue North (CSAH 156). CenterPoint Energy updated agencies on their project status and schedule on January 21, 2020. Pipe bursting was chosen as the alternative for replacement of the failing watermain due to costs associated with open trench replacement of the watermain since Winnetka Avenue North was not being fully reconstructed, the number of existing private utilities, and disruptions to traffic. Staff felt comfortable using either of the pipe materials bid for pipe bursting, including Alternate No.1 - 8” Fusible PVC, C-900, DR18 water main pipe bursting and Alternate No. 2 - 10” HDPE, DR11 water main pipe bursting. Including both pipe products resulted in nine bidders and competitive bidding. The CIP reflected a total project cost budget for the water main improvements, including indirect costs, of $400,000. The Low Bid from G.F. Jedlicki, Inc. with an amount of $339,906.00 for the Total Base Bid Plus Alternate No. 2 (10” HDPE) and including approximately $60,084 for Indirect Costs is $400,000. The Low Bid from Dave Perkins Contracting, Inc. with an amount of $406,906.00 for the January 28, 2020 Mr. Bernie Weber Page 2 of 2 Reference:2020 Winnetka Watermain Improvements–Approve Plans & Specifications; Authorize Bidding Total Base Bid Plus Alternate No. 1 (8” Fusible PVC) and including approximately $71,894 for Indirect Costs is $478,800.00. Based on discussions with Public Works Staff in reviewing the bid results and budgets, going with the Low Bid from G.F. Jedlicki, Inc. best meets the CIP Budget. If Council chooses to award the project, this can be done at the February 10, 2020 Council Meeting. The work would be completed in the spring/summer of 2020. If you have any questions or require further information, please call me at (612) 712-2021. Sincerely, Stantec Consulting Services Inc. Dan D. Boyum, P.E. City Engineer dan.boyum@stantec.com Attachments: Bid Results Letter and Bid Results Cc: Kirk McDonald, Valerie Leone, Andrew Kramer, Dave Lemke, Shawn Markham, Megan Hedstrom, Matt Rowedder – New Hope; Stacy Woods - Jensen Sondrall Persellin & Woods, P.A.; Lucas Miller, Ann Dienhart – Stantec. Stantec Consulting Services Inc. 733 Marquette Avenue, Suite 1000 Minneapolis MN 55402 January 28, 2020 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re:2020 Winnetka Avenue Watermain Improvements City Project No. 1027 Stantec Project No. 193804886 Bid Results Dear Honorable Mayor and City Council: Bids were opened for the 2020 Winnetka Avenue Watermain Improvements project on January 23, 2020. 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 9 Bids. The following summarizes the results of the Bids received: Contractor Total Base Bid + Alternate No. 1 (Fusible Pipe) Total Base Bid + Alternate No. 2 (HDPE Pipe) Low G.F. Jedlicki, Inc.$410,526.00 $339,906.00 #2 Dave Perkins Contracting, Inc.$406,899.00 $433,299.00 #3 SGP Contracting Inc.$440,065.12 $413,585.92 #4 S.R. Weidema, Incorporated $455,365.75 $455,827.75 #5 Northdale Construction Co. Inc.No Bid $459,591.89 #6 Pember Companies, Inc.$475,828.40 $474,904.40 #7 Minger Construction Co. Inc.$557,956.35 $511,756.35 #8 Geislinger and Sons $582,940.00 No Bid #9 GM Contracting Inc.$682,781.53 $564,377.53 The Low Bidder on the Project with a Total Base Bid Plus Alternate No. 2 (HDPE) was G.F. Jedlicki, Inc. with a Total Amount of $339,906.00. The Low Bidder on the Project with a Total Base Bid Plus Alternate No. 1 (Fusible PVC) was Dave Perkins Contracting, Inc. with a Total Amount of $406,899.00. The low bids compare to the Engineer’s Opinion of Probable Cost of $312,800.00 (HDPE) to $329,900.00 (Fusible PVC). These Bids have been reviewed and found to be in order. If the City Council wishes to award the Project with the HDPE pipe alternate, then G.F. Jedlicki, Inc. should be awarded the Project on the Total Base Bid Plus Alternate No. 2 (HDPE) Amount of $339,906.00. However, if the City Council wishes to award the Project with the Fusible PVC pipe alternate, then Dave Perkins Contracting, Inc. should be awarded the Project on the Total Base Bid Plus Alternate No. 2 (Fusible PVC) Amount of $406,899.00. January 28, 2020 Page 2 of 2 Should you have any questions, please feel free to contact me. Sincerely, STANTEC CONSULTING SERVICES INC. Dan D. Boyum, P.E. Enclosure Pr o j e c t N a m e : Ci t y P r o j e c t N o . : St a n t e c P r o j e c t N o . : Bi d O p e n i n g : Ow n e r : Da n D . B o y u m , P E Li c e n s e N o . 2 3 4 5 1 BI D T A B U L A T I O N It e m Nu m It e m U n i t s Q t y U n i t P r i c e T o t a l Un i t P r i c e T o t a l U n i t P r i c e T o t a l U n i t P r i c e T o t a l BA S E B I D : 1 M O B I L I Z A T I O N L S 1 $ 1 0 , 0 0 0 . 0 0 $ 1 0 , 0 0 0 . 0 0 $ 3 5 , 5 0 0 . 0 0 $ 3 5 , 5 0 0 . 0 0 $ 1 9 , 7 9 2 . 3 1 $ 1 9 , 7 9 2 . 3 1 $ 2 2 , 5 0 0 . 0 0 $ 2 2 , 5 0 0 . 0 0 2 T R A F F I C C O N T R O L L S 1 $ 8 , 0 0 0 . 0 0 $ 8 , 0 0 0 . 0 0 $ 8 , 5 0 0 . 0 0 $ 8 , 5 0 0 . 0 0 $ 2 7 , 8 5 8 . 0 0 $ 2 7 , 8 5 8 . 0 0 $ 7 , 5 0 0 . 0 0 $ 7 , 5 0 0 . 0 0 3 T E M P O R A R Y S I G N S S F 7 5 $ 3 2 . 0 0 $ 2 , 4 0 0 . 0 0 $ 3 2 . 0 0 $ 2 , 4 0 0 . 0 0 $ 2 6 . 0 1 $ 1 , 9 5 0 . 7 5 $ 2 9 . 0 0 $ 2 , 1 7 5 . 0 0 4 I N L E T P R O T E C T I O N E A 1 4 $ 2 5 0 . 0 0 $ 3 , 5 0 0 . 0 0 $ 2 5 0 . 0 0 $ 3 , 5 0 0 . 0 0 $ 5 5 0 . 0 0 $ 7 , 7 0 0 . 0 0 $ 4 9 8 . 0 0 $ 6 , 9 7 2 . 0 0 5 S A W I N G B I T U M I N O U S P A V E M E N T ( F U L L D E P T H ) L F 8 1 0 $ 4 . 0 0 $ 3 , 2 4 0 . 0 0 $ 3 . 5 0 $ 2 , 8 3 5 . 0 0 $ 2 . 3 2 $ 1 , 8 7 9 . 2 0 $ 4 . 5 0 $ 3 , 6 4 5 . 0 0 6 R E M O V E B I T U M I N O U S P A V E M E N T ( F U L L D E P T H ) S Y 3 5 0 $ 7 . 0 0 $ 2 , 4 5 0 . 0 0 $ 1 2 . 0 0 $ 4 , 2 0 0 . 0 0 $ 9 . 3 0 $ 3 , 2 5 5 . 0 0 $ 1 8 . 5 0 $ 6 , 4 7 5 . 0 0 7 R E M O V E C O N C R E T E C U R B & G U T T E R L F 1 2 5 $ 8 . 0 0 $ 1 , 0 0 0 . 0 0 $ 5 . 0 0 $ 6 2 5 . 0 0 $ 7 . 4 0 $ 9 2 5 . 0 0 $ 7 . 7 5 $ 9 6 8 . 7 5 8 R E M O V E G A T E V A L V E E A 7 $ 5 0 0 . 0 0 $ 3 , 5 0 0 . 0 0 $ 3 5 0 . 0 0 $ 2 , 4 5 0 . 0 0 $ 5 0 0 . 0 0 $ 3 , 5 0 0 . 0 0 $ 1 , 0 7 5 . 0 0 $ 7 , 5 2 5 . 0 0 9 R E M O V E C O N C R E T E S I D E W A L K S F 5 5 0 $ 1 . 0 0 $ 5 5 0 . 0 0 $ 3 . 5 0 $ 1 , 9 2 5 . 0 0 $ 1 . 3 3 $ 7 3 1 . 5 0 $ 2 . 6 0 $ 1 , 4 3 0 . 0 0 10 R E M O V E W A T E R M A I N P I P E L F 2 0 0 $ 1 0 . 0 0 $ 2 , 0 0 0 . 0 0 $ 1 0 . 0 0 $ 2 , 0 0 0 . 0 0 $ 1 . 0 0 $ 2 0 0 . 0 0 $ 4 9 . 5 0 $ 9 , 9 0 0 . 0 0 11 R E M O V E W A T E R S E R V I C E P I P E L F 2 7 $ 1 0 . 0 0 $ 2 7 0 . 0 0 $ 8 . 0 0 $ 2 1 6 . 0 0 $ 1 0 . 0 0 $ 2 7 0 . 0 0 $ 3 8 5 . 0 0 $ 1 0 , 3 9 5 . 0 0 12 T E M P O R A R Y W A T E R S E R V I C E L S 1 $ 1 1 , 0 0 0 . 0 0 $ 1 1 , 0 0 0 . 0 0 $ 3 8 , 0 0 0 . 0 0 $ 3 8 , 0 0 0 . 0 0 $ 2 7 , 4 5 0 . 0 0 $ 2 7 , 4 5 0 . 0 0 $ 1 5 , 0 0 0 . 0 0 $ 1 5 , 0 0 0 . 0 0 13 4 " I N S U L A T I O N S Y 2 5 $ 4 0 . 0 0 $ 1 , 0 0 0 . 0 0 $ 3 8 . 0 0 $ 9 5 0 . 0 0 $ 3 4 . 1 9 $ 8 5 4 . 7 5 $ 7 5 . 0 0 $ 1 , 8 7 5 . 0 0 14 1 " T Y P E K C O P P E R W A T E R S E R V I C E L F 2 7 $ 4 1 . 0 0 $ 1 , 1 0 7 . 0 0 $ 3 8 . 0 0 $ 1 , 0 2 6 . 0 0 $ 5 2 . 2 1 $ 1 , 4 0 9 . 6 7 $ 5 2 0 . 0 0 $ 1 4 , 0 4 0 . 0 0 15 1 . 5 " T Y P E K C O P P E R W A T E R S E R V I C E L F 5 $ 4 9 . 0 0 $ 2 4 5 . 0 0 $ 4 0 . 0 0 $ 2 0 0 . 0 0 $ 5 2 . 2 1 $ 2 6 1 . 0 5 $ 3 2 0 . 0 0 $ 1 , 6 0 0 . 0 0 16 6 " P V C W A T E R M A I N P I P E L F 1 2 4 $ 9 5 . 0 0 $ 1 1 , 7 8 0 . 0 0 $ 6 5 . 0 0 $ 8 , 0 6 0 . 0 0 $ 1 4 0 . 7 5 $ 1 7 , 4 5 3 . 0 0 $ 2 3 0 . 0 0 $ 2 8 , 5 2 0 . 0 0 17 8 " P V C W A T E R M A I N P I P E L F 4 1 $ 1 0 5 . 0 0 $ 4 , 3 0 5 . 0 0 $ 7 5 . 0 0 $ 3 , 0 7 5 . 0 0 $ 8 4 . 5 1 $ 3 , 4 6 4 . 9 1 $ 1 2 5 . 0 0 $ 5 , 1 2 5 . 0 0 18 C O N N E C T T O E X I S T I N G W A T E R M A I N E A 8 $ 3 , 0 0 0 . 0 0 $ 2 4 , 0 0 0 . 0 0 $ 1 , 2 0 0 . 0 0 $ 9 , 6 0 0 . 0 0 $ 1 , 7 6 1 . 5 1 $ 1 4 , 0 9 2 . 0 8 $ 3 , 5 0 0 . 0 0 $ 2 8 , 0 0 0 . 0 0 19 C O N N E C T T O E X I S T I N G W A T E R S E R V I C E E A 1 0 $ 4 5 0 . 0 0 $ 4 , 5 0 0 . 0 0 $ 3 5 0 . 0 0 $ 3 , 5 0 0 . 0 0 $ 6 4 9 . 7 3 $ 6 , 4 9 7 . 3 0 $ 1 , 1 3 0 . 0 0 $ 1 1 , 3 0 0 . 0 0 20 H Y D R A N T I N S T A L L A T I O N E A 1 $ 7 , 5 0 0 . 0 0 $ 7 , 5 0 0 . 0 0 $ 5 , 2 0 0 . 0 0 $ 5 , 2 0 0 . 0 0 $ 7 , 8 4 6 . 2 0 $ 7 , 8 4 6 . 2 0 $ 1 1 , 0 0 0 . 0 0 $ 1 1 , 0 0 0 . 0 0 21 6 " G A T E V A L V E A N D B O X E A 1 $ 2 , 9 0 0 . 0 0 $ 2 , 9 0 0 . 0 0 $ 1 , 2 0 0 . 0 0 $ 1 , 2 0 0 . 0 0 $ 2 , 6 9 0 . 2 6 $ 2 , 6 9 0 . 2 6 $ 2 , 1 0 0 . 0 0 $ 2 , 1 0 0 . 0 0 22 8 " G A T E V A L V E A N D B O X E A 4 $ 3 , 8 6 0 . 0 0 $ 1 5 , 4 4 0 . 0 0 $ 1 , 8 0 0 . 0 0 $ 7 , 2 0 0 . 0 0 $ 3 , 1 5 0 . 4 0 $ 1 2 , 6 0 1 . 6 0 $ 2 , 8 0 0 . 0 0 $ 1 1 , 2 0 0 . 0 0 23 1 " C O R P O R A T I O N S T O P E A 9 $ 5 0 0 . 0 0 $ 4 , 5 0 0 . 0 0 $ 4 7 5 . 0 0 $ 4 , 2 7 5 . 0 0 $ 4 7 1 . 1 1 $ 4 , 2 3 9 . 9 9 $ 2 2 0 . 0 0 $ 1 , 9 8 0 . 0 0 24 1 . 5 " C O R P O R A T I O N S T O P E A 1 $ 6 0 0 . 0 0 $ 6 0 0 . 0 0 $ 6 5 0 . 0 0 $ 6 5 0 . 0 0 $ 6 6 8 . 3 1 $ 6 6 8 . 3 1 $ 3 5 0 . 0 0 $ 3 5 0 . 0 0 25 W A T E R S E R V I C E S A D D L E E A 1 0 $ 1 5 0 . 0 0 $ 1 , 5 0 0 . 0 0 $ 2 5 0 . 0 0 $ 2 , 5 0 0 . 0 0 $ 5 8 5 . 9 9 $ 5 , 8 5 9 . 9 0 $ 6 9 0 . 0 0 $ 6 , 9 0 0 . 0 0 26 D U C T I L E I R O N F I T T I N G S L B 8 8 2 $ 1 4 . 0 0 $ 1 2 , 3 4 8 . 0 0 $ 6 . 0 0 $ 5 , 2 9 2 . 0 0 $ 8 . 4 7 $ 7 , 4 7 0 . 5 4 $ 1 2 . 5 0 $ 1 1 , 0 2 5 . 0 0 27 R E P A I R S A N I T A R Y S E W E R E A 5 $ 5 0 0 . 0 0 $ 2 , 5 0 0 . 0 0 $ 2 , 5 0 0 . 0 0 $ 1 2 , 5 0 0 . 0 0 $ 6 3 9 . 5 4 $ 3 , 1 9 7 . 7 0 $ 2 , 6 6 0 . 0 0 $ 1 3 , 3 0 0 . 0 0 28 A G G R E G A T E B A S E , C L A S S 5 T N 3 1 5 $ 2 8 . 0 0 $ 8 , 8 2 0 . 0 0 $ 2 6 . 0 0 $ 8 , 1 9 0 . 0 0 $ 3 9 . 6 4 $ 1 2 , 4 8 6 . 6 0 $ 4 2 . 0 0 $ 1 3 , 2 3 0 . 0 0 29 B I T U M I N O U S M A T E R I A L F O R T A C K C O A T G A L 1 6 $ 1 1 . 0 0 $ 1 7 6 . 0 0 $ 5 . 0 0 $ 8 0 . 0 0 $ 1 0 . 0 0 $ 1 6 0 . 0 0 $ 1 0 . 0 0 $ 1 6 0 . 0 0 30 T Y P E S P 1 2 . 5 B I T U M I N O U S W E A R I N G C O U R S E M I X T U R E ( 4 , C ) T N 8 1 $ 2 2 5 . 0 0 $ 1 8 , 2 2 5 . 0 0 $ 1 5 0 . 0 0 $ 1 2 , 1 5 0 . 0 0 $ 2 0 5 . 0 0 $ 1 6 , 6 0 5 . 0 0 $ 2 0 0 . 0 0 $ 1 6 , 2 0 0 . 0 0 31 T Y P E S P 1 2 . 5 B I T U M I N O U S N O N - W E A R I N G C O U R S E M I X T U R E ( 4 , C ) T N 1 1 0 $ 2 2 5 . 0 0 $ 2 4 , 7 5 0 . 0 0 $ 1 5 0 . 0 0 $ 1 6 , 5 0 0 . 0 0 $ 2 0 5 . 0 0 $ 2 2 , 5 5 0 . 0 0 $ 1 8 5 . 0 0 $ 2 0 , 3 5 0 .00 32 B 6 1 8 C O N C R E T E C U R B & G U T T E R L F 1 2 5 $ 4 0 . 0 0 $ 5 , 0 0 0 . 0 0 $ 3 9 . 0 0 $ 4 , 8 7 5 . 0 0 $ 3 8 . 4 3 $ 4 , 8 0 3 . 7 5 $ 4 9 . 5 0 $ 6 , 1 8 7 . 5 0 33 4 " C O N C R E T E W A L K S F 5 5 0 $ 1 3 . 0 0 $ 7 , 1 5 0 . 0 0 $ 1 2 . 0 0 $ 6 , 6 0 0 . 0 0 $ 1 4 . 2 4 $ 7 , 8 3 2 . 0 0 $ 1 3 . 7 5 $ 7 , 5 6 2 . 5 0 34 T O P S O I L B O R R O W ( L V ) C Y 5 $ 3 8 . 0 0 $ 1 9 0 . 0 0 $ 2 5 . 0 0 $ 1 2 5 . 0 0 $ 5 0 . 0 0 $ 2 5 0 . 0 0 $ 7 5 . 0 0 $ 3 7 5 . 0 0 35 S E E D W I T H H Y D R O M U L C H S Y 5 0 $ 2 6 . 0 0 $ 1 , 3 0 0 . 0 0 $ 1 3 . 0 0 $ 6 5 0 . 0 0 $ 5 0 . 0 0 $ 2 , 5 0 0 . 0 0 $ 2 5 . 0 0 $ 1 , 2 5 0 . 0 0 36 B I O - L O G , T Y P E W O O D F I B E R L F 2 0 0 $ 6 . 0 0 $ 1 , 2 0 0 . 0 0 $ 3 . 0 0 $ 6 0 0 . 0 0 $ 1 0 . 0 0 $ 2 , 0 0 0 . 0 0 $ 3 . 5 0 $ 7 0 0 . 0 0 37 E X P L O R A T O R Y D I G G I N G H R 1 5 $ 1 4 0 . 0 0 $ 2 , 1 0 0 . 0 0 $ 2 5 0 . 0 0 $ 3 , 7 5 0 . 0 0 $ 3 7 7 . 3 3 $ 5 , 6 5 9 . 9 5 $ 9 1 0 . 0 0 $ 1 3 , 6 5 0 . 0 0 38 P R O T E C T A N D S U P P O R T E X I S T I N G B U R I E D P O W E R C O N D U I T B A N K L S 1 $ 3 , 5 0 0 . 0 0 $ 3 , 5 0 0 . 0 0 $ 1 0 , 0 0 0 . 0 0 $ 1 0 , 0 0 0 . 0 0 $ 1 9 , 1 0 0 . 0 0 $ 1 9 , 1 0 0 . 0 0 $ 1 0 , 2 5 0 . 0 0 $10,250.00 39 S T O R M S E W E R I N S P E C T I O N E A 4 $ 3 3 0 . 0 0 $ 1 , 3 2 0 . 0 0 $ 7 5 0 . 0 0 $ 3 , 0 0 0 . 0 0 $ 3 1 5 . 0 0 $ 1 , 2 6 0 . 0 0 $ 3 0 0 . 0 0 $ 1 , 2 0 0 . 0 0 40 S A N I T A R Y S E W E R I N S P E C T I O N E A 6 $ 3 3 0 . 0 0 $ 1 , 9 8 0 . 0 0 $ 7 5 0 . 0 0 $ 4 , 5 0 0 . 0 0 $ 3 1 5 . 0 0 $ 1 , 8 9 0 . 0 0 $ 3 0 0 . 0 0 $ 1 , 8 0 0 . 0 0 41 S T R E E T S W E E P I N G ( W I T H P I C K U P B R O O M ) H R 2 0 $ 6 4 . 0 0 $ 1 , 2 8 0 . 0 0 $ 1 7 5 . 0 0 $ 3 , 5 0 0 . 0 0 $ 1 6 5 . 0 0 $ 3 , 3 0 0 . 0 0 $ 1 2 5 . 0 0 $ 2 , 5 0 0 . 0 0 TO T A L B A S E B I D $2 1 9 , 1 2 6 . 0 0 $ 2 4 1 , 8 9 9 . 0 0 $2 8 4 , 5 1 6 . 3 2 $ 3 3 8 , 2 1 5 . 7 5 I h e r e b y c e r t i f y t h a t t h i s i s a n e x a c t r e p r o d u c t i o n o f b i d s re c e i v e d . Ci t y o f N e w H o p e , M i n n e s o t a 20 2 0 W i n n e t k a A v e n u e W a t e r m a i n I m p r o v e m e n t s 10 2 7 Th u r s d a y , J a n u a r y 2 3 , 2 0 2 0 a t 1 0 A . M . , C D T 19 3 8 0 4 8 8 6 G. F . J e d l i c k i , I n c . D a v e P e r k i n s C o n t r a c t i n g , I n c . Bi d d e r N o . 1 B i d d e r N o . 2 B i d d e r N o . 4 S.R. Weidema, Incorporated Bi d d e r N o . 3 SG P C o n t r a c t i n g I n c . 1 9 3 8 0 4 8 8 6 _ B i d T a b BT - 1 BI D T A B U L A T I O N It e m Nu m It e m Un i t s Q t y U n i t P r i c e To t a l Un i t P r i c e To t a l U n i t P r i c e To t a l Unit Price Total G. F . J e d l i c k i , I n c . Da v e P e r k i n s C o n t r a c t i n g , I n c . Bi d d e r N o . 1 Bi d d e r N o . 2 Bidder No. 4 S.R. Weidema, Incorporated Bi d d e r N o . 3 SG P C o n t r a c t i n g I n c . AL T E R N A T E N O . 1 42 8 " F U S I B L E P V C , C - 9 0 0 , D R 1 8 W A T E R M A I N - P I P E B U R S T I N G LF 1 3 2 0 $ 1 4 5 . 0 0 $ 1 9 1 , 4 0 0 . 0 0 $1 2 5 . 0 0 $ 1 6 5 , 0 0 0 . 0 0 $ 1 1 7 . 8 4 $ 1 5 5 , 5 4 8 . 8 0 $88.75 $117,1 50.00 TO T A L A L T E R N A T E N O . 1 $1 9 1 , 4 0 0 . 0 0 $1 6 5 , 0 0 0 . 0 0 $1 5 5 , 5 4 8 . 8 0 $117,150.00 AL T E R N A T E N O . 2 4. 3 1 0 " H D P E , D R 1 1 W A T E R M A I N - P I P E B U R S T I N G LF 1 3 2 0 $9 1 . 5 0 $ 1 2 0 , 7 8 0 . 0 0 $1 4 5 . 0 0 $ 1 9 1 , 4 0 0 . 0 0 $ 9 7 . 7 8 $ 1 2 9 , 0 6 9 . 6 0 $89.10 $117,612.00 TO T A L A L T E R N A T E N O . 2 $1 2 0 , 7 8 0 . 0 0 $1 9 1 , 4 0 0 . 0 0 $1 2 9 , 0 6 9 . 6 0 $117,612.00 BI D S U M M A R Y TO T A L B A S E B I D $2 1 9 , 1 2 6 . 0 0 $2 4 1 , 8 9 9 . 0 0 $2 8 4 , 5 1 6 . 3 2 $338,215.75 TO T A L A L T E R N A T E N O . 1 $1 9 1 , 4 0 0 . 0 0 $1 6 5 , 0 0 0 . 0 0 $1 5 5 , 5 4 8 . 8 0 $117,150.00 TO T A L B A S E B I D + T O T A L A L T E R N A T E N O . 1 $4 1 0 , 5 2 6 . 0 0 $4 0 6 , 8 9 9 . 0 0 $4 4 0 , 0 6 5 . 1 2 $455,365.75 TO T A L B A S E B I D TO T A L A L T E R N A T E N O . 2 $2 1 9 , 1 2 6 . 0 0 $2 4 1 , 8 9 9 . 0 0 $2 8 4 , 5 1 6 . 3 2 $338,215.75 TO T A L B A S E B I D + T O T A L A L T E R N A T E N O . 2 $1 2 0 , 7 8 0 . 0 0 $1 9 1 , 4 0 0 . 0 0 $1 2 9 , 0 6 9 . 6 0 $117,612.00 $3 3 9 , 9 0 6 . 0 0 $4 3 3 , 2 9 9 . 0 0 $4 1 3 , 5 8 5 . 9 2 $455,827.75 Ph o n e : Em a i l : je d l i c k i g f @ a o l . c o m rp e r k 6 6 @ g m a i l . c o m je r r y s g p c o n t r a c t i n g @ g m a i l . c o m estimating@srweidema.com Si g ne d B y: Ga r r e t t J e d l i c k i Re n e P e r k i n s Je r r y S c h u r h a m e r Scott Weidema Ti t l e : Pr e s i d e n t Pr e s i d e n t Pr e s i d e n t President Si g n e d R e s p o n s i b l e C o n t r a c t o r C e r t i f i c a t e : Ye s Ye s Ye s Yes Bi d B o n d Bi d B o n d Bi d B o n d Bid Bond 11 1 1 G. F . J e d l i c k i , I n c . 24 7 1 G a l p i n C t . # 1 1 0 Ch a n h a s s e n , M N 5 5 3 1 7 Da v e P e r k i n s C o n t r a c t i n g , I n c . Ad d e n d a A c k n o w l e d g e d : Bi d S e c u r i t y : Co n t r a c t o r N a m e a n d A d d r e s s : 19 7 4 5 N o w t h e n B l v d N W No w t h e n , M N 5 5 3 0 3 - 9 6 5 5 (9 5 2 ) 9 3 7 - 7 2 7 2 (7 6 3 ) 4 2 7 - 0 1 0 9 (6 5 1 ) 6 4 4 - 1 6 0 4 S.R. Weidema, Incorporated 17600 113th Ave N Maple Grove, MN 55369 (763) 428-9110 SG P C o n t r a c t i n g I n c . 14 6 2 D a y t o n A v e St . P a u l , M N 5 5 1 0 4 1 9 3 8 0 4 8 8 6 _ B i d T a b BT - 2 Pr o j e c t N a m e : BI D T A B U L A T I O N It e m Nu m It e m Un i t s Q t y BA S E B I D : 1 M O B I L I Z A T I O N LS 1 2 T R A F F I C C O N T R O L LS 1 3 T E M P O R A R Y S I G N S SF 7 5 4 I N L E T P R O T E C T I O N EA 1 4 5 S A W I N G B I T U M I N O U S P A V E M E N T ( F U L L D E P T H ) LF 8 1 0 6 R E M O V E B I T U M I N O U S P A V E M E N T ( F U L L D E P T H ) SY 3 5 0 7 R E M O V E C O N C R E T E C U R B & G U T T E R LF 1 2 5 8 R E M O V E G A T E V A L V E EA 7 9 R E M O V E C O N C R E T E S I D E W A L K SF 5 5 0 10 R E M O V E W A T E R M A I N P I P E LF 2 0 0 11 R E M O V E W A T E R S E R V I C E P I P E LF 2 7 12 T E M P O R A R Y W A T E R S E R V I C E LS 1 13 4 " I N S U L A T I O N SY 2 5 14 1 " T Y P E K C O P P E R W A T E R S E R V I C E LF 2 7 15 1 . 5 " T Y P E K C O P P E R W A T E R S E R V I C E LF 5 16 6 " P V C W A T E R M A I N P I P E LF 1 2 4 17 8 " P V C W A T E R M A I N P I P E LF 4 1 18 C O N N E C T T O E X I S T I N G W A T E R M A I N EA 8 19 C O N N E C T T O E X I S T I N G W A T E R S E R V I C E EA 1 0 20 H Y D R A N T I N S T A L L A T I O N EA 1 21 6 " G A T E V A L V E A N D B O X EA 1 22 8 " G A T E V A L V E A N D B O X EA 4 23 1 " C O R P O R A T I O N S T O P EA 9 24 1 . 5 " C O R P O R A T I O N S T O P EA 1 25 W A T E R S E R V I C E S A D D L E EA 1 0 26 D U C T I L E I R O N F I T T I N G S LB 8 8 2 27 R E P A I R S A N I T A R Y S E W E R EA 5 28 A G G R E G A T E B A S E , C L A S S 5 TN 3 1 5 29 B I T U M I N O U S M A T E R I A L F O R T A C K C O A T GA L 1 6 30 T Y P E S P 1 2 . 5 B I T U M I N O U S W E A R I N G C O U R S E M I X T U R E ( 4 , C ) TN 8 1 31 T Y P E S P 1 2 . 5 B I T U M I N O U S N O N - W E A R I N G C O U R S E M I X T U R E ( 4 , C ) T N 1 1 0 32 B 6 1 8 C O N C R E T E C U R B & G U T T E R LF 1 2 5 33 4 " C O N C R E T E W A L K SF 5 5 0 34 T O P S O I L B O R R O W ( L V ) CY 5 35 S E E D W I T H H Y D R O M U L C H SY 5 0 36 B I O - L O G , T Y P E W O O D F I B E R LF 2 0 0 37 E X P L O R A T O R Y D I G G I N G HR 1 5 38 P R O T E C T A N D S U P P O R T E X I S T I N G B U R I E D P O W E R C O N D U I T B A N K L S 1 39 S T O R M S E W E R I N S P E C T I O N EA 4 40 S A N I T A R Y S E W E R I N S P E C T I O N EA 6 41 S T R E E T S W E E P I N G ( W I T H P I C K U P B R O O M ) HR 2 0 TO T A L B A S E B I D Un i t P r i c e To t a l Un i t P r i c e Un i t P r i c e To t a l Unit Price Total $2 0 , 1 2 0 . 0 0 $ 2 0 , 1 2 0 . 0 0 $ 2 7 , 7 7 5 . 0 0 $ 2 7 , 7 7 5 . 0 0 $ 4 0 , 0 0 0 . 0 0 $ 4 0 , 0 0 0 . 0 0 $ 2 5 , 0 0 0 . 0 0 $ 2 5 , 0 0 0 . 0 0 $1 0 , 9 3 7 . 5 0 $ 1 0 , 9 3 7 . 5 0 $ 1 2 , 0 0 0 . 0 0 $ 1 2 , 0 0 0 . 0 0 $ 9 , 0 0 0 . 0 0 $ 9 , 0 0 0 . 0 0 $ 2 0 , 0 0 0 . 0 0 $ 2 0 , 0 0 0 . 0 0 $3 2 . 6 3 $2 , 4 4 7 . 2 5 $3 0 . 0 0 $ 2 , 2 5 0 . 0 0 $3 2 . 3 0 $ 2 , 4 2 2 . 5 0 $35.00 $2,625.00 $4 2 5 . 0 0 $5 , 9 5 0 . 0 0 $1 1 5 . 0 0 $ 1 , 6 1 0 . 0 0 $1 0 2 . 0 0 $ 1 , 4 2 8 . 0 0 $200.00 $2,800.00 $6 . 7 5 $5 , 4 6 7 . 5 0 $5 . 0 0 $ 4 , 0 5 0 . 0 0 $2 . 0 5 $ 1 , 6 6 0 . 5 0 $5.00 $4,050.00 $1 8 . 5 0 $6 , 4 7 5 . 0 0 $1 4 . 0 0 $ 4 , 9 0 0 . 0 0 $1 2 . 2 0 $ 4 , 2 7 0 . 0 0 $6.00 $2,100.00 $9 . 5 0 $1 , 1 8 7 . 5 0 $8 . 0 0 $ 1 , 0 0 0 . 0 0 $7 . 5 5 $9 4 3 . 7 5 $10.00 $1,250.00 $6 2 5 . 0 0 $4 , 3 7 5 . 0 0 $1 , 4 0 0 . 0 0 $ 9 , 8 0 0 . 0 0 $ 1 , 0 0 0 . 0 0 $ 7 , 0 0 0 . 0 0 $1,600.00 $11,200.00 $1 . 7 5 $9 6 2 . 5 0 $2 . 1 0 $ 1 , 1 5 5 . 0 0 $5 . 0 0 $ 2 , 7 5 0 . 0 0 $3.00 $1,650.00 $1 2 . 5 0 $2 , 5 0 0 . 0 0 $4 0 . 0 0 $ 8 , 0 0 0 . 0 0 $3 0 . 0 0 $ 6 , 0 0 0 . 0 0 $3.00 $600.00 $1 1 . 5 0 $3 1 0 . 5 0 $4 0 . 0 0 $ 1 , 0 8 0 . 0 0 $9 2 . 0 0 $ 2 , 4 8 4 . 0 0 $3.00 $81.00 $2 5 , 0 5 0 . 0 0 $ 2 5 , 0 5 0 . 0 0 $ 1 8 , 0 0 0 . 0 0 $ 1 8 , 0 0 0 . 0 0 $ 2 1 , 0 0 0 . 0 0 $ 2 1 , 0 0 0 . 0 0 $ 2 5 , 0 0 0 . 0 0 $ 2 5 , 0 0 0 . 0 0 $2 6 . 1 3 $6 5 3 . 2 5 $5 7 . 0 0 $ 1 , 4 2 5 . 0 0 $1 9 . 0 0 $4 7 5 . 0 0 $50.00 $1,250.00 $1 0 5 . 0 4 $2 , 8 3 6 . 0 8 $1 5 0 . 0 0 $ 4 , 0 5 0 . 0 0 $4 . 5 0 $1 2 1 . 5 0 $36.00 $972.00 $1 3 6 . 3 2 $6 8 1 . 6 0 $1 5 0 . 0 0 $7 5 0 . 0 0 $1 4 5 . 0 0 $7 2 5 . 0 0 $40.00 $200.00 $2 1 7 . 5 4 $ 2 6 , 9 7 4 . 9 6 $1 3 0 . 0 0 $ 1 6 , 1 2 0 . 0 0 $3 2 1 . 0 0 $ 3 9 , 8 0 4 . 0 0 $175.00 $21,700.00 $1 3 6 . 6 1 $5 , 6 0 1 . 0 1 $1 3 0 . 0 0 $ 5 , 3 3 0 . 0 0 $1 5 0 . 0 0 $ 6 , 1 5 0 . 0 0 $200.00 $8,200.00 $4 , 7 5 2 . 3 9 $ 3 8 , 0 1 9 . 1 2 $3 , 6 5 0 . 0 0 $ 2 9 , 2 0 0 . 0 0 $ 2 , 2 5 0 . 0 0 $ 1 8 , 0 0 0 . 0 0 $4,000.00 $32,000.00 $2 , 3 0 0 . 0 0 $ 2 3 , 0 0 0 . 0 0 $1 , 5 0 0 . 0 0 $ 1 5 , 0 0 0 . 0 0 $ 3 , 0 0 0 . 0 0 $ 3 0 , 0 0 0 . 0 0 $50.00 $500.00 $9 , 0 9 1 . 4 7 $9 , 0 9 1 . 4 7 $6 , 0 0 0 . 0 0 $ 6 , 0 0 0 . 0 0 $ 1 5 , 0 0 0 . 0 0 $ 1 5 , 0 0 0 . 0 0 $ 1 2 , 0 0 0 . 0 0 $ 1 2 , 0 0 0 . 0 0 $1 , 9 1 2 . 2 4 $1 , 9 1 2 . 2 4 $2 , 0 0 0 . 0 0 $ 2 , 0 0 0 . 0 0 $ 2 , 1 1 5 . 0 0 $ 2 , 1 1 5 . 0 0 $1,500.00 $1,500.00 $2 , 9 5 4 . 0 0 $ 1 1 , 8 1 6 . 0 0 $2 , 4 0 0 . 0 0 $ 9 , 6 0 0 . 0 0 $ 3 , 6 5 5 . 0 0 $ 1 4 , 6 2 0 . 0 0 $2,000.00 $8,000.00 $9 2 0 . 7 0 $8 , 2 8 6 . 3 0 $7 0 0 . 0 0 $ 6 , 3 0 0 . 0 0 $7 8 . 6 5 $7 0 7 . 8 5 $100.00 $900.00 $1 , 0 1 7 . 5 5 $1 , 0 1 7 . 5 5 $8 0 0 . 0 0 $8 0 0 . 0 0 $ 1 , 0 1 0 . 5 0 $ 1 , 0 1 0 . 5 0 $250.00 $250.00 $2 1 8 . 4 1 $2 , 1 8 4 . 1 0 $2 0 0 . 0 0 $ 2 , 0 0 0 . 0 0 $7 5 0 . 0 0 $ 7 , 5 0 0 . 0 0 $5,500.00 $55,000.00 $9 . 1 4 $8 , 0 6 1 . 4 8 $9 . 5 0 $ 8 , 3 7 9 . 0 0 $1 4 . 2 5 $ 1 2 , 5 6 8 . 5 0 $10.00 $8,820.00 $4 , 5 0 0 . 0 0 $ 2 2 , 5 0 0 . 0 0 $2 , 0 0 0 . 0 0 $ 1 0 , 0 0 0 . 0 0 $ 1 , 2 5 0 . 0 0 $ 6 , 2 5 0 . 0 0 $500.00 $2,500.00 $7 8 . 3 3 $ 2 4 , 6 7 3 . 9 5 $5 3 . 0 0 $ 1 6 , 6 9 5 . 0 0 $6 1 . 6 5 $ 1 9 , 4 1 9 . 7 5 $30.00 $9,450.00 $1 1 . 2 5 $1 8 0 . 0 0 $1 0 . 6 5 $1 7 0 . 4 0 $1 0 . 5 0 $1 6 8 . 0 0 $12.00 $192.00 $2 3 0 . 6 3 $ 1 8 , 6 8 1 . 0 3 $1 8 5 . 0 0 $ 1 4 , 9 8 5 . 0 0 $2 0 5 . 0 0 $ 1 6 , 6 0 5 . 0 0 $210.00 $17,010.00 $2 3 0 . 6 3 $ 2 5 , 3 6 9 . 3 0 $2 2 6 . 0 0 $ 2 4 , 8 6 0 . 0 0 $1 7 5 . 0 0 $ 1 9 , 2 5 0 . 0 0 $195.00 $21,450.00 $4 1 . 0 6 $5 , 1 3 2 . 5 0 $3 4 . 0 0 $ 4 , 2 5 0 . 0 0 $5 5 . 7 0 $ 6 , 9 6 2 . 5 0 $42.00 $5,250.00 $1 4 . 8 6 $8 , 1 7 3 . 0 0 $9 . 2 0 $ 5 , 0 6 0 . 0 0 $1 3 . 1 0 $ 7 , 2 0 5 . 0 0 $16.00 $8,800.00 $7 5 . 0 0 $3 7 5 . 0 0 $1 0 0 . 0 0 $5 0 0 . 0 0 $1 7 0 . 0 0 $8 5 0 . 0 0 $100.00 $500.00 $1 5 . 0 0 $7 5 0 . 0 0 $1 5 . 0 0 $7 5 0 . 0 0 $3 0 . 7 0 $ 1 , 5 3 5 . 0 0 $30.00 $1,500.00 $6 . 5 0 $1 , 3 0 0 . 0 0 $4 . 2 0 $8 4 0 . 0 0 $4 . 3 0 $8 6 0 . 0 0 $5.00 $1,000.00 $4 7 5 . 0 0 $7 , 1 2 5 . 0 0 $4 0 0 . 0 0 $ 6 , 0 0 0 . 0 0 $4 5 5 . 0 0 $ 6 , 8 2 5 . 0 0 $1,000.00 $15,000.00 $4 , 7 5 0 . 0 0 $4 , 7 5 0 . 0 0 $ 2 0 , 0 0 0 . 0 0 $ 2 0 , 0 0 0 . 0 0 $ 2 5 , 0 0 0 . 0 0 $ 2 5 , 0 0 0 . 0 0 $5,000.00 $5,000.00 $3 3 7 . 5 0 $1 , 3 5 0 . 0 0 $3 2 0 . 0 0 $ 1 , 2 8 0 . 0 0 $ 1 , 8 5 3 . 0 0 $ 7 , 4 1 2 . 0 0 $2,000.00 $8,000.00 $3 3 7 . 5 0 $2 , 0 2 5 . 0 0 $3 2 0 . 0 0 $ 1 , 9 2 0 . 0 0 $ 1 , 8 5 3 . 0 0 $ 1 1 , 1 1 8 . 0 0 $500.00 $3,000.00 $1 6 5 . 0 0 $3 , 3 0 0 . 0 0 $1 3 5 . 0 0 $ 2 , 7 0 0 . 0 0 $1 2 7 . 0 0 $ 2 , 5 4 0 . 0 0 $150.00 $3,000.00 $3 5 1 , 6 0 2 . 6 9 $3 0 8 , 5 8 4 . 4 0 $3 7 9 , 7 5 6 . 3 5 $349,300.00 Bi d d e r N o . 6 Bidder No. 8 Geislinger and Sons Bi d d e r N o . 5 Mi n g e r C o n s t r u c t i o n C o . I n c . Bi d d e r N o . 7 No r t h d a l e C o n s t r u c t i o n C o . I n c . Pe m b e r C o m p a n i e s I n c . 1 9 3 8 0 4 8 8 6 _ B i d T a b BT - 3 20 2 0 W i n n e t k a A v e n u e W a t e r m a i n I m p r o v e m e n t s BI D T A B U L A T I O N It e m Nu m It e m Un i t s Q t y AL T E R N A T E N O . 1 42 8 " F U S I B L E P V C , C - 9 0 0 , D R 1 8 W A T E R M A I N - P I P E B U R S T I N G LF 1 3 2 0 TO T A L A L T E R N A T E N O . 1 AL T E R N A T E N O . 2 4. 3 1 0 " H D P E , D R 1 1 W A T E R M A I N - P I P E B U R S T I N G LF 1 3 2 0 TO T A L A L T E R N A T E N O . 2 BI D S U M M A R Y TO T A L B A S E B I D TO T A L A L T E R N A T E N O . 1 TO T A L B A S E B I D + T O T A L A L T E R N A T E N O . 1 TO T A L B A S E B I D TO T A L A L T E R N A T E N O . 2 TO T A L B A S E B I D + T O T A L A L T E R N A T E N O . 2 Ph o n e : Em a i l : Si g ne d B y: Ti t l e : Si g n e d R e s p o n s i b l e C o n t r a c t o r C e r t i f i c a t e : Ad d e n d a A c k n o w l e d g e d : Bi d S e c u r i t y : Co n t r a c t o r N a m e a n d A d d r e s s : Un i t P r i c e To t a l Un i t P r i c e Un i t P r i c e To t a l Unit Price Total Bi d d e r N o . 6 Bidder No. 8 Geislinger and Sons Bi d d e r N o . 5 Mi n g e r C o n s t r u c t i o n C o . I n c . Bi d d e r N o . 7 No r t h d a l e C o n s t r u c t i o n C o . I n c . Pe m b e r C o m p a n i e s I n c . $0 . 0 0 $0 . 0 0 $1 2 6 . 7 0 $ 1 6 7 , 2 4 4 . 0 0 $1 3 5 . 0 0 $ 1 7 8 , 2 0 0 . 0 0 $177.00 $233,640.00 $0 . 0 0 $1 6 7 , 2 4 4 . 0 0 $1 7 8 , 2 0 0 . 0 0 $233,640.00 $8 1 . 8 1 $ 1 0 7 , 9 8 9 . 2 0 $1 2 6 . 0 0 $ 1 6 6 , 3 2 0 . 0 0 $1 0 0 . 0 0 $ 1 3 2 , 0 0 0 . 0 0 $0.00 $0.00 $1 0 7 , 9 8 9 . 2 0 $1 6 6 , 3 2 0 . 0 0 $1 3 2 , 0 0 0 . 0 0 $0.00 $0 . 0 0 $3 0 8 , 5 8 4 . 4 0 $3 7 9 , 7 5 6 . 3 5 $349,300.00 $0 . 0 0 $1 6 7 , 2 4 4 . 0 0 $1 7 8 , 2 0 0 . 0 0 $233,640.00 $0 . 0 0 $4 7 5 , 8 2 8 . 4 0 $5 5 7 , 9 5 6 . 3 5 $582,940.00 $3 5 1 , 6 0 2 . 6 9 $3 0 8 , 5 8 4 . 4 0 $3 7 9 , 7 5 6 . 3 5 $0.00 $1 0 7 , 9 8 9 . 2 0 $1 6 6 , 3 2 0 . 0 0 $1 3 2 , 0 0 0 . 0 0 $0.00 $4 5 9 , 5 9 1 . 8 9 $4 7 4 , 9 0 4 . 4 0 $5 1 1 , 7 5 6 . 3 5 $0.00 ph i l l @ n o r t h d a l e c o n s t . c o m bp e m b e r c o m p a n i e s . c o m lu k e m @ m i n g e r c o n s t . c o m jeff@geislingerandsons.com Ph i l i p L e s n a r Br e n t P e m b e r Lu k e M i n g e r Jeff Geislinger Pr e s i d e n t Pr e s i d e n t Pr e s i d e n t President Ye s Ye s Ye s Yes Bi d B o n d Bi d B o n d Bi d B o n d Bid Bond 11 1 1 (7 1 5 ) 2 3 5 - 0 3 1 6 511 Central Ave S Watkins, MN 55389 (320) 764-2006Geislinger & Sons 97 6 0 7 1 s t S t . N E Al b e r t v i l l e , M N 5 5 3 0 1 (7 6 3 ) 4 2 8 - 4 8 6 8 Mi n g e r C o n s t r u c t i o n C o . I n c . 62 0 C o r p o r a t e D r Jo r d a n , M N 5 5 3 5 2 (9 5 2 ) 3 6 8 - 9 2 0 0 No r t h d a l e C o n s t r u c t i o n C o . I n c . P e m b e r C o m p a n i e s I n c . N4 4 4 9 4 6 9 t h S t Me n o m i n i e , W I 5 4 7 5 1 1 9 3 8 0 4 8 8 6 _ B i d T a b BT - 4 Pr o j e c t N a m e : BI D T A B U L A T I O N It e m Nu m It e m Un i t s Q t y BA S E B I D : 1 M O B I L I Z A T I O N LS 1 2 T R A F F I C C O N T R O L LS 1 3 T E M P O R A R Y S I G N S SF 7 5 4 I N L E T P R O T E C T I O N EA 1 4 5 S A W I N G B I T U M I N O U S P A V E M E N T ( F U L L D E P T H ) LF 8 1 0 6 R E M O V E B I T U M I N O U S P A V E M E N T ( F U L L D E P T H ) SY 3 5 0 7 R E M O V E C O N C R E T E C U R B & G U T T E R LF 1 2 5 8 R E M O V E G A T E V A L V E EA 7 9 R E M O V E C O N C R E T E S I D E W A L K SF 5 5 0 10 R E M O V E W A T E R M A I N P I P E LF 2 0 0 11 R E M O V E W A T E R S E R V I C E P I P E LF 2 7 12 T E M P O R A R Y W A T E R S E R V I C E LS 1 13 4 " I N S U L A T I O N SY 2 5 14 1 " T Y P E K C O P P E R W A T E R S E R V I C E LF 2 7 15 1 . 5 " T Y P E K C O P P E R W A T E R S E R V I C E LF 5 16 6 " P V C W A T E R M A I N P I P E LF 1 2 4 17 8 " P V C W A T E R M A I N P I P E LF 4 1 18 C O N N E C T T O E X I S T I N G W A T E R M A I N EA 8 19 C O N N E C T T O E X I S T I N G W A T E R S E R V I C E EA 1 0 20 H Y D R A N T I N S T A L L A T I O N EA 1 21 6 " G A T E V A L V E A N D B O X EA 1 22 8 " G A T E V A L V E A N D B O X EA 4 23 1 " C O R P O R A T I O N S T O P EA 9 24 1 . 5 " C O R P O R A T I O N S T O P EA 1 25 W A T E R S E R V I C E S A D D L E EA 1 0 26 D U C T I L E I R O N F I T T I N G S LB 8 8 2 27 R E P A I R S A N I T A R Y S E W E R EA 5 28 A G G R E G A T E B A S E , C L A S S 5 TN 3 1 5 29 B I T U M I N O U S M A T E R I A L F O R T A C K C O A T GA L 1 6 30 T Y P E S P 1 2 . 5 B I T U M I N O U S W E A R I N G C O U R S E M I X T U R E ( 4 , C ) TN 8 1 31 T Y P E S P 1 2 . 5 B I T U M I N O U S N O N - W E A R I N G C O U R S E M I X T U R E ( 4 , C ) T N 1 1 0 32 B 6 1 8 C O N C R E T E C U R B & G U T T E R LF 1 2 5 33 4 " C O N C R E T E W A L K SF 5 5 0 34 T O P S O I L B O R R O W ( L V ) CY 5 35 S E E D W I T H H Y D R O M U L C H SY 5 0 36 B I O - L O G , T Y P E W O O D F I B E R LF 2 0 0 37 E X P L O R A T O R Y D I G G I N G HR 1 5 38 P R O T E C T A N D S U P P O R T E X I S T I N G B U R I E D P O W E R C O N D U I T B A N K L S 1 39 S T O R M S E W E R I N S P E C T I O N EA 4 40 S A N I T A R Y S E W E R I N S P E C T I O N EA 6 41 S T R E E T S W E E P I N G ( W I T H P I C K U P B R O O M ) HR 2 0 TO T A L B A S E B I D Un i t P r i c e To t a l $9 7 , 8 5 0 . 0 0 $ 9 7 , 8 5 0 . 0 0 $6 6 , 2 0 0 . 0 0 $ 6 6 , 2 0 0 . 0 0 $4 0 . 0 0 $ 3 , 0 0 0 . 0 0 $2 2 5 . 0 0 $ 3 , 1 5 0 . 0 0 $6 . 5 0 $ 5 , 2 6 5 . 0 0 $7 . 6 3 $ 2 , 6 7 0 . 5 0 $5 . 0 0 $6 2 5 . 0 0 $4 5 0 . 0 0 $ 3 , 1 5 0 . 0 0 $1 . 6 1 $8 8 5 . 5 0 $3 . 0 0 $6 0 0 . 0 0 $1 . 0 0 $2 7 . 0 0 $2 6 , 5 0 0 . 0 0 $ 2 6 , 5 0 0 . 0 0 $2 0 . 0 0 $5 0 0 . 0 0 $4 1 . 5 9 $ 1 , 1 2 2 . 9 3 $5 3 . 9 5 $2 6 9 . 7 5 $9 4 . 8 7 $ 1 1 , 7 6 3 . 8 8 $1 1 0 . 3 0 $ 4 , 5 2 2 . 3 0 $4 , 7 8 0 . 1 0 $ 3 8 , 2 4 0 . 8 0 $8 4 2 . 2 3 $ 8 , 4 2 2 . 3 0 $5 , 8 6 7 . 4 9 $ 5 , 8 6 7 . 4 9 $3 , 2 4 1 . 3 9 $ 3 , 2 4 1 . 3 9 $3 , 7 9 9 . 9 1 $ 1 5 , 1 9 9 . 6 4 $6 2 2 . 1 7 $ 5 , 5 9 9 . 5 3 $7 1 8 . 7 8 $7 1 8 . 7 8 $8 3 9 . 5 8 $ 8 , 3 9 5 . 8 0 $1 6 . 9 2 $ 1 4 , 9 2 3 . 4 4 $1 , 7 1 9 . 9 9 $ 8 , 5 9 9 . 9 5 $3 8 . 3 2 $ 1 2 , 0 7 0 . 8 0 $1 0 . 0 0 $1 6 0 . 0 0 $2 0 5 . 0 0 $ 1 6 , 6 0 5 . 0 0 $2 0 5 . 0 0 $ 2 2 , 5 5 0 . 0 0 $5 0 . 0 0 $ 6 , 2 5 0 . 0 0 $1 1 . 0 0 $ 6 , 0 5 0 . 0 0 $5 0 . 0 0 $2 5 0 . 0 0 $1 5 . 0 0 $7 5 0 . 0 0 $3 . 0 0 $6 0 0 . 0 0 $4 4 5 . 6 5 $ 6 , 6 8 4 . 7 5 $1 , 5 0 0 . 0 0 $ 1 , 5 0 0 . 0 0 $5 0 0 . 0 0 $ 2 , 0 0 0 . 0 0 $5 0 0 . 0 0 $ 3 , 0 0 0 . 0 0 $1 5 0 . 0 0 $ 3 , 0 0 0 . 0 0 $4 1 8 , 7 8 1 . 5 3 Bi d d e r N o . 9 GM C o n t r a c t i n g I n c . 1 9 3 8 0 4 8 8 6 _ B i d T a b BT - 5 20 2 0 W i n n e t k a A v e n u e W a t e r m a i n I m p r o v e m e n t s BI D T A B U L A T I O N It e m Nu m It e m U n i t s Q t y AL T E R N A T E N O . 1 42 8 " F U S I B L E P V C , C - 9 0 0 , D R 1 8 W A T E R M A I N - P I P E B U R S T I N G L F 1 3 2 0 TO T A L A L T E R N A T E N O . 1 AL T E R N A T E N O . 2 4. 3 1 0 " H D P E , D R 1 1 W A T E R M A I N - P I P E B U R S T I N G L F 1 3 2 0 TO T A L A L T E R N A T E N O . 2 BI D S U M M A R Y TO T A L B A S E B I D TO T A L A L T E R N A T E N O . 1 TO T A L B A S E B I D + T O T A L A L T E R N A T E N O . 1 TO T A L B A S E B I D TO T A L A L T E R N A T E N O . 2 TO T A L B A S E B I D + T O T A L A L T E R N A T E N O . 2 Ph o n e : Em a i l : Si g ne d B y: Ti t l e : Si g n e d R e s p o n s i b l e C o n t r a c t o r C e r t i f i c a t e : Ad d e n d a A c k n o w l e d g e d : Bi d S e c u r i t y : Co n t r a c t o r N a m e a n d A d d r e s s : Un i t P r i c e T o t a l Bi d d e r N o . 9 GM C o n t r a c t i n g I n c . $2 0 0 . 0 0 $ 2 6 4 , 0 0 0 . 0 0 $2 6 4 , 0 0 0 . 0 0 $1 1 0 . 3 0 $ 1 4 5 , 5 9 6 . 0 0 $1 4 5 , 5 9 6 . 0 0 $4 1 8 , 7 8 1 . 5 3 $2 6 4 , 0 0 0 . 0 0 $6 8 2 , 7 8 1 . 5 3 $4 1 8 , 7 8 1 . 5 3 $1 4 5 , 5 9 6 . 0 0 $5 6 4 , 3 7 7 . 5 3 pr o j e c t q u o t e s @ g m c o n t r a c t i n g i n c . c o m Su e H a r a z i n Pr e s i d e n t Ye s Bi d B o n d 1(5 0 7 ) 7 2 6 - 6 4 3 3 GM C o n t r a c t i n g I n c . 19 8 1 0 5 1 5 t h A v e La k e C r y s t a l , M N 5 6 0 5 5 1 9 3 8 0 4 8 8 6 _ B i d T a b BT - 6 CO RD 7027TH AVE N W I N N E T K A A V E N C O R D 1 5 6 30TH AVE N 29TH AVE N 28TH AVE N LINDA DRTERRA CITY OF GOLDEN VALLEY CITY OF NEW HOPE CITY OF CRYSTAL CITY OF NEW HOPE DATE PROJ. NO. 733 Marquette Avenue, Suite 1000 Minneapolis, MN 55402 www.stantec.com PROJECT LOCATION CITY OF NEW HOPE, MN 2020 WINNETKA WATERMAIN IMPROVEMENTS PROJECT 11/19/2019 F I G U R E :1 193804886 100 200 PROJECT LOCATION Wi n n e t k a A v e n u e 27th Avenue 28th Avenue 29th Avenue Terra Linda Drive Water Main Break History on Winnetka. 11 water breaks between 27th and 29th avenues. I:\RFA\PUBWORKS\2020\Council\1034 2020 Infrastructure\2-10 Approve P and S and Authorize Bid Request for Action February 10, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution approving plans and specifications and authorizing bids for the 2020 Infrastructure Project (Improvement Project No. 1034) Requested Action Staff recommends approval of a resolution approving the plans and specifications regarding the 2020 Infrastructure Project (Improvement Project No. 1034) and authorizing bid of the project. 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 pavement management plan has identified areas for maintenance activities in 2020. Background The feasibility report for the proposed 2020 Infrastructure Improvement Project was presented on September 23, 2019 and identified proposed improvements. An open house was held on October 10 to inform interested residents located in the full reconstruction portion of the project, and a Public Hearing was then held on October 28, 2019. The street conditions on Northwood Parkway and 36 ½ Circle, the two streets identified for full reconstruction in the 2019 Pavement Management Plan, are very poor. The streets planned for either a mill and overlay or reclaim and overlay in the 2019 Pavement Management Plan have street PRI ratings between poor and failing. The feasibility report identified the cost of either fully reconstructing, mill and overlaying, or reclaim and overlaying all of the identified potential project streets. Due to project costs being estimated higher than the budget amounts there are several streets being bid as an alternate on the project. There are also alternates on this project for smaller pavement projects in the city, in the hopes that competitive prices will be received for these small projects. The alternates are described below and can be seen on the attached Project Map:  Alternate No. 1: Mill and Overlay streets. Streets south of and including 32nd Avenue N., north of and including 30th Avenue N., east of Gettysburg Avenue N and west of Boone Avenue N.  Alternate No. 2: Reclaim/Shape/Pave bituminous sidewalk along Erickson Drive.  Alternate No. 3: Reclaim/Shape/Pave existing bituminous parking between Zealand Avenue and the West Metro Fire Station.  Alternate No. 4: Reclaim/Shape/Pave the remaining existing trails at Civic Center Park. Funding The majority of the project will be funded by the city’s street infrastructure and enterprise funds. The total base bid project cost for these improvements, including indirect costs, is currently estimated to be $2,845,875. Agenda Section Development & Planning Item Number 8.2 I:\RFA\PUBWORKS\2020\Council\1034 2020 Infrastructure\2-10 Approve P and S and Authorize Bid This is less than the original feasibility study estimation of $3,317,322, due to certain streets as shown on the attached Project Map being included into Alternate 1. The 2020 CIP budget for this project is $2,848,002. Additionally, there is $40,000 budgeted for Alternate 2 and $50,000 budgeted for Alternate 3 in the CIP. There is also $40,000 budgeted in the CIP for trail improvements which could potentially fund Alternate 4. Funding estimates are shown in the table below: Base Bid Improvements Estimated Construction Indirect Cost Estimated Project Costs Full Reconstruction – Streets & Utilities $1,648,778 $321,713 $1,970,491 Mill & Overlay – Streets & Utilities $605,194 $118,087 $723,281 Full Pavement Removal – Streets & Utilities $127,270 $24,833 $152,103 Total Base Bid Improvement Construction Cost $2,381,242 $464,633 $2,845,875 As project costs may be constrained by allowable budget, alternate improvement options will be bid with this project. The Council has the option to award or not award each alternate improvement option, as estimated below. Alternates can viewed on the attached Project Map. Alt. No. Alternate Improvements Estimated Construction Indirect Costs Estimated Project Costs 1 Mill and Overlay Streets $436,122 $85,097 $521,219 2 Reclaim Erickson Drive bituminous sidewalk $53,146 $10,370 $63,516 3 Reclaim East Fire Station Parking Lot $50,375 $9,829 $60,204 4 Reclaim Remaining Civic Center Trails $32,052 $6,254 $38,306 Total Alternate Improvement Construction Costs $571,695 $111,550 $683,245 Costs in the feasibility report are higher due to:  higher material costs over the last few years (sand, concrete, bituminous)  labor intensive tasks have increased in pricing due to lack of available labor, which has caused an increase in labor related bid items  the number of trees within boulevard and increased cost to remove such trees has doubled over the last few years The summary of the estimated costs for the base and alternate bid improvements and associated total project costs, including indirect costs, is provided in the table below. Item Estimated Construction Indirect Costs Estimated Project Costs Full Reconstruction – Streets & Utilities $1,648,778 $321,713 $1,970,491 Mill & Overlay – Streets & Utilities $605,194 $118,087 $723,281 Full Pavement Removal (FPR) - Streets & Utilities $127,270 $24,833 $152,103 Alt. 1 – Mill & Overlay and FPR – Streets & Utilities $436,122 $85,097 $521,219 Alt. 2 – Reclaim Erickson Drive Bituminous Sidewalk $53,146 $10,370 $63,516 Alt. 3 – Reclaim West Fire Station Parking Lot $50,375 $9,829 $60,204 Alt. 4 – Reclaim Remaining Civic Center Trails $32,052 $6,254 $38,306 Total Alternate Improvement Construction Costs $2,952,937 $464,633 $3,529,120 I:\RFA\PUBWORKS\2020\Council\1034 2020 Infrastructure\2-10 Approve P and S and Authorize Bid Per AEM, there are adequate funds to pay for the new estimated project costs through the street infrastructure and enterprise funds. A summary of the improvement types, project costs, and associated funding sources are provided in the table below. Improvement Type Total Project Cost (Including Alternates) Capital Improvement Plan Budget Budget Difference Funding Source Streets $2,668,992 $2,643,434 -$25,558 Street Fund Water Main $476,790 $470,646 -$6,144 Water Fund Sanitary Sewer $152,062 $147,778 -$4,284 Sewer Fund Storm Sewer $69,250 $55,465 -$13,785 Stormwater Fund Subtotal $3,367,094 $3,317,323 -$49,771 Erickson Dr. Bit Sidewalk $63,516 $40,000 -$23,516 Street Fund Bit. Parking Lot West of Fire Station $60,204 $50,000 -$10,204 Street Fund Bit. Trails Near Civic Center Park $38,306 $40,000 $1,694 Park Fund Subtotal $162,026 $130,000 -$32,026 Total Project Cost $3,529,120 $3,447,323 $81,797 Improvement Type Total Project Cost (Excluding Alternates) Capital Improvement Plan Budget Budget Difference Funding Source Streets $2,190,625 $2,643,434 $452,809 Street Fund Water Main $476,790 $470,646 -$6,144 Water Fund Sanitary Sewer $109,210 $147,778 $38,568 Sewer Fund Storm Sewer $69,250 $55,465 -$13,785 Stormwater Fund Subtotal $2,845,875 $3,317,323 $471,448 Erickson Dr. Bit Sidewalk $0 $40,000 $40,000 Street Fund Bit. Parking Lot West of Fire Station $0 $50,000 $50,000 Street Fund Bit. Trails Near Civic Center Park $0 $40,000 $40,000 Park Fund Subtotal $0 $130,000 $130,000 Total Project Cost $2,845,875 $3,447,323 $601,448 Recommendation Staff recommends Council adopt the resolution to approve plans and specifications and authorize bid. Contractor bids could be received March 12, 2020 and brought to Council for review at the March 23, 2020 Council Meeting. Attachments  Resolution  City Engineer’s Memorandum  Location Map I:\RFA\PUBWORKS\2020\Council\1034 2020 Infrastructure\2-10 Approve P and S and Authorize Bid City of New Hope Resolution 20- Resolution approving plans and specifications and authorizing bids for the 2020 Infrastructure Project (Improvement Project No. 1034) WHEREAS, the city engineer has presented plans and specifications for the 2020 Infrastructure Project to the City Council for approval; and, WHEREAS, the City Council approves of the plans and specifications of the proposed 2020 Infrastructure Project (Improvement Project No. 1034); and, WHEREAS, the City Council authorizes the advertising for contractor bids for the completion of the proposed 2020 Infrastructure Project (Improvement Project No. 1034). NOW, THEREFORE, BE IT RESOLVED: 1. Plans and specifications of the proposed 2020 Infrastructure Project (Improvement Project No. 1034), heretofore prepared by the City Engineer, have this day been presented to the Council and such plans and specifications are hereby approved, and a copy thereof shall be placed on file in the office of the City Clerk. 2. The City Council authorizes the advertisement for bids. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 10th day of February, 2020. Mayor Attest: City Clerk I:\RFA\P&R\PARKS\2020\#1046 ‐ Northwood Basketball Court\Authorize Plans and Specs\Q ‐ Authorize plans and specs for Basketball Court  replacement at Northwood Park.docx   Request for Action  February 10, 2020    Approved by: Kirk McDonald, City Manager  Originating Department: Parks & Recreation  By: Susan Rader, Director    Agenda Title  Motion to authorize preparation of plans and specifications for basketball court replacement at Northwood  Park (Improvement Project No. 1046)  Requested Action  Staff is recommending that the City Council authorize the city engineer to prepare plans and specifications  for basketball court replacement at Northwood Park, located along Boone Avenue North between  Northwood Parkway and Ensign Avenue North (Improvement Project No. 1046). It is anticipated that work  would begin late spring with the majority of the project being completed by mid‐summer.  Background  The basketball court at Northwood Park was built more than 25 years ago. Last resurfaced in 2016, this court  has had varying levels of repair over the years.     Annual inspections of court surfaces are performed by staff at all of the parks. These inspections determine  maintenance priorities to best use the funding dedicated for court repairs. Court surfaces need periodic crack  filling, resurfacing and/or repainting to keep them safe for users. Painted surfaces that are too worn become  dangerous and cracks on the courts become potential tripping hazards. When court surfaces have been  resurfaced too many times, the layers built up on the surface easily flake off, making continued resurfacing  improvements impossible.     The court at Northwood Park has reached the point of needing replacement. Soils beneath the court surface  have led to repeated cracking, peeling of the court surface as well as heaving the basketball hoop bases. Over  the years, the existing hoops have continued to shift and lean into the court. The proper and safe way to  correct the basketball hoop issue is to remove the footings and replace the entire hoop. Staff recommends  correcting the hoop issue as part of this project.     Staff is proposing to solicit bids for the Northwood Park court replacement along with the Begin Park  playground equipment improvements, as we have combined park projects in the past.    Funding  This project is included in the 2020 CIP and the 2020 Park Infrastructure budget as shared with the Council  during budget discussions.     The amount for the Northwood Park basketball court, approximately $80,000, is available as part of the parks  maintenance in the Park Infrastructure Fund which is levy funded each year. A total of $161,000 is budgeted  for court maintenance and repairs.  Agenda Section Development &  Planning Item Number  8.3    Request for Action, Page 2    Attachments   2020 CIP list   Aerial views of Northwood Park   Photo of Northwood Park basketball court    Year 2020 Total Cost Funding Source Project / Purchase Golf Course Ice Arena Park Infra Central Sewer Storm Water Street Infra Water MSA Grand Total Parks & Recreation Cgyms scoreboards 11,000 11,000 GC cash register 5,000 5,000 GC concession equipment 12,000 12,000 GC golf carts (2 of 5) 8,000 8,000 GC misc equipment 5,000 5,000 GC paint maintenance shop 10,000 10,000 GC parking lot - - GC security cameras 25,000 25,000 IA Levy 400,000 400,000 IA radiant heaters (North rink) 25,000 25,000 IA rebuild compressors 20,000 20,000 IA scoreboard (south rink) 25,000 25,000 IA security cameras 70,000 70,000 IA skate sharpening machine 20,000 20,000 IA system relief valves 5,000 5,000 Parks ballfield fencing 12,000 12,000 Parks Begin Park play equipment project 200,000 200,000 Parks concrete, trail work 75,000 75,000 Parks lighting improvements 75,000 75,000 Parks Lions Park parking lot - - Parks maintenance 121,000 121,000 Public works - CG Equipment - Central Garage Master Asset List 1,080,198 1,080,198 Public works - Sewer 2020 Infrastructure Improvements - Northwood East 100,000 100,000 2020 Line sewer pipes 350,000 350,000 Public works - Storm Water 2020 Infrastructure Improvements - Northwood East 190,000 190,000 Required TMDL projects 100,000 100,000 Public works - Street 169 and 42nd Ave Bridge Replacement 75,000 75,000 2020 Local Projects (Seal Coat & Crack/Fog Seal) 120,828 120,828 2020 Street Reconstruct - NW Parkway East & m/o Hidden Valley 2,218,002 2,218,002 GC parking lot 20,000 20,000 Parks Lion's Park lot seal coat/striping 30,000 30,000 Public works - Water 2020 Street Reconstruct - Northwood East 340,000 340,000 Winnetka Watermain - 27th to 29th 300,000 300,000 Grand Total 65,000 165,000 894,000 1,080,198 450,000 290,000 2,388,830 640,000 75,000 6,048,028 Northwood Park – basketball court I:\RFA\PUBWORKS\2020\Council\2020 Rotary Lift Purchase\2020 Rotary Lift RFA and Resolution Final.docx Request for Action February 10, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $16,163.85 for the purchase of a Rotary vehicle lift from Minnesota Auquipco, Inc. Requested Action Staff is recommending purchase of a new Rotary four post drive-on vehicle lift (hoist), Model No. SMO14N001, for the Public Works facility from Minnesota Auquipco, Inc. for $16,163.85 in the 2020 Capital Improvement Program (CIP). 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. The purchase of a Rotary vehicle lift is listed in the 2020 CIP. Background The Central Garage Maintenance Facility purchased the current Rotary four post drive-on vehicle lift in 2007. This lift is used for a variety of vehicle maintenance functions, keeping the city’s fleet of vehicles in good operating condition. During an annual inspection and after issues with the lift not performing ideally, it was noted that components on the lift were not set properly. This requires additional, frequent adjustments in order to work properly. This continued maintenance as well as the age of the lift warrants its replacement. Staff recommends using the cooperative purchasing opportunity provided through Sourcewell formerly the National Joint Powers Alliance (NJPA). Minnesota Auquipco, Inc. has been awarded contract No.061015 for the sales of fleet-related maintenance equipment, supplies, services, and inventory management solutions. This includes the provision and installation of a Rotary four post drive-on vehicle lift (hoist), Model No. SMO14N001. Funding The funding for the replacement of the Rotary lift would come from the Central Garage fund. The proposal provided by Minnesota Auquipco, Inc. for the provision and installation of the lift is $16,163.85. The Central Garage fund currently has $18,348 allocated for the replacement of the lift, leaving a $2,185 surplus in the Central Garage fund. Attachments  Resolution  Copy of the proposal submitted by Minnesota Auquipco, Inc.  Central Garage Supervisor Memorandum Agenda Section Ordinances & Resolutions Item Number 10.1 City of New Hope Resolution No. 20- Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $16,163.85 for purchase and installation of a Rotary four post drive-on vehicle lift (hoist). 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 preparation of each annual operating budget; and, WHEREAS, the CIP is not formally adopted as a budget document, nor does it authorize the acquisition of individual equipment and/or projects listed therein; and, WHEREAS, the Public Works Department recommends the acquisition of a purchase and installation of a Rotary four post drive-on vehicle lift (hoist) from Minnesota Auquipco, Inc.; and, WHEREAS, the funds for this equipment have been provided within the Central Garage fund CIP Account for the Public Works Department. NOW, THEREFORE, BE IT RESOLVED by the City Council, of the city of New Hope, Minnesota, that the appropriation of $16,163.85 for payment to Minnesota Auquipco, Inc., from the Central Garage fund, is authorized and the Central Garage fund budget is hereby amended. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 10th day of February, 2020. __________ __________________ Mayor Attest: ________ _________________ City Clerk Proposal Proposal D... 1/28/2020 Proposal #: 41531 Bill To: City of New Hope 5500 International Parkway New Hope, MN 55428 Ship To City of New Hope 5500 International Parkway New Hope, MN 55428 Minnesota Auquipco, Inc. PO Box 402 Lake Elmo MN 55042 P.O. NO.Terms Due on installation Est Ship Date 2/28/2020 REP GFM Color blue Sales Person E-mail mnauqlift@msn.com Total Item DescriptionQuanity U/M Rate Total SMO14L SMO14N001. Rotary 14,000 lb 4 post surface lift. Roll formed runways with sheaves located under runways. Includes (2) rolling jacks and internal air line kit S100077 and a FA5700 light kit. Removal of of old lift, freight and installation also included. 1 16,163.85 16,163.85 Contract # 061015-RRL Electrical & air hook ups are not included. Any custom shims and or custom floor anchors are not included in this proposal. Concrete thicknees and condition are customers responsability. All lifts require at least 16 quarts of transmission fluid and are not included in installation price. Quotes expire in 22 days unless noted. $16,163.85 Memorandum To: Bernie Weber-Director of Public Works From: Bill Robberstad-Central Garage Supervisor Date: February 3, 2020 Subject: Purchase of a 2020 Rotary four post drive-on vehicle lift (hoist) Staff is recommending purchase of a new Rotary four post drive-on vehicle lift (hoist), Model No. SMO14N001, for the Public Works facility from Minnesota Auquipco, Inc. for $16,163.85 in the 2020 Capital Improvement Program (CIP). The 2007 SMO14 is slated to be replaced in 2020, as listed in the CIP. The current lift, purchased in 2007, is twelve years old, and should be replaced as it has reached its life expectancy and was discovered long after the installation of the lift in early 2008, during an annual inspection, certain elements of the lift were not ideally installed. This has led to regular maintenance to adjust the lift function of the lift, so it will work properly. The replacement 2020 Rotary lift will be safer, more dependable and require less maintenance compared to the current lift. Staff recommends using the cooperative purchasing opportunity provided through Sourcewell formerly the National Joint Powers Alliance (NJPA). Minnesota Auquipco, Inc. has been awarded contract No.061015 for the sales of fleet-related maintenance equipment, supplies, services, and inventory management solutions. This includes the provision and installation of a Rotary four post drive-on vehicle lift (hoist), Model No. SMO14N001. The funding for the replacement of the Rotary lift would come from the Central Garage fund. The proposal provided by Minnesota Auquipco, Inc. for the provision and installation of the lift is $16,163.85. The Central Garage fund currently has $18,348 allocated for the replacement of the lift. I:\RFA\PUBWORKS\2020\2020 Sidewalk Machine Request for Action February 10, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $129,650.00 for purchase of a 2020 Karcher MIC-84 Municipal Utility Tractor and ancillary equipment from Minnesota Equipment, Inc. Requested Action Staff is recommending that the Council approve a resolution authorizing the purchase of a 2020 Karcher MIC- 84 Municipal Utility Tractor (sidewalk plow) and ancillary equipment (broom, plow and snowblower) from Minnesota Equipment, Inc. 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. The current CIP has a sidewalk plow listed in its capital equipment section for purchase in 2020. Background The 2020 capital improvement program (CIP) includes the purchase of a Municipal Utility Tractor and ancillary equipment to replace the city’s existing ten-year-old Belos 84 utility tractor. The Municipal Utility Tractor is a vital piece of equipment in the Public Works fleet of equipment. The tractor is used primarily for sidewalk snow removal as well as numerous other functions of public works street and park maintenance. Staff is recommending that the city use the Minnesota Cooperative Purchasing Program to purchase the Karcher MIC-84 Municipal Utility Tractor and ancillary equipment. Minnesota Equipment, Inc. has been awarded the contract (Contract No. 164395) as the vendor for Karcher equipment in 2020. Funding The state contract total for the purchase of the Karcher MIC-84 Municipal Utility Tractor and ancillary equipment is $151,650.00. Minnesota Equipment, Inc. has offered the city a trade-in credit of $22,000.00 for the city’s old tractor, bringing the total cost to purchase to $129,650.00. The Central Garage fund has $181,200 dedicated for this vehicle replacement and ancillary equipment. Attachments  Resolution  Quotation from Minnesota Equipment, Inc.  Central Garage Supervisor Memorandum Agenda Section Ordinances & Resolutions Item Number 10.2 City of New Hope Resolution No. 20- Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $129,650.00 for purchase of a Karcher MIC-84 Municipal Utility Tractor and ancillary equipment from Minnesota Equipment, Inc. 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 preparation of each annual operating budget; and, WHEREAS, the CIP is not formally adopted as a budget document, nor does it authorize the acquisition of individual equipment and/or projects listed therein; and, WHEREAS, the Public Works Department recommends the acquisition of a Karcher MIC-84 Municipal Utility Tractor and ancillary equipment from Minnesota Equipment, Inc.; and, WHEREAS, the funds for this equipment have been provided within the Central Garage fund CIP account for the Public Works Department. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota, that the appropriation of $129,650.00 for payment to Minnesota Equipment, Inc., from the Central Garage fund CIP account is authorized and the Central Garage fund budget is hereby amended. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 10th day of February, 2020. ________________________________ Mayor Attest: _________________________________ City Clerk Date:28 January 2020 Offer Expires:31 March 2020 Confidential 21145653Quote Id: Prepared For: City Of New Hope Public Works Dept Prepared By:John Braunshausen Minnesota Equipment, Inc. 13725 Main Street Rogers,MN 55374 Tel: 763-428-4107 Fax: 763-428-2700 Email:johnbraunshausen@mnequip.com Salesperson : X ______________Accepted By : X ______________ Confidential Quote Summary Prepared For: City Of New Hope Public Works Dept 5500 International Pkwy Minneapolis, MN 55428 Prepared By: John Braunshausen Minnesota Equipment, Inc. 13725 Main Street Rogers, MN 55374 Phone: 763-428-4107 johnbraunshausen@mnequip.com Quote Id:21145653 28 January 2020 28 January 2020 Created On: Last Modified On: Expiration Date:31 March 2020 Equipment Summary Selling Price Qty Extended KARCHER MIC-84 Municipal Utility Tractor $ 118,750.00 X 1 =$ 118,750.00 Rad-51 ST-130 Hydraulic Driven Ribbon Style Blower $ 21,500.00 X 1 =$ 21,500.00 SCH-60" MB Hydraulic Driven Angling Broom $ 6,600.00 X 1 =$ 6,600.00 SCH-51" Fixed V Plow $ 4,800.00 X 1 =$ 4,800.00 Equipment Total $ 151,650.00 Trade In Summary Qty Each Extended 2010 Belos 84 With Snow Blower and 60" Broom 1 $ 22,000.00 $ 22,000.00 PayOff $ 0.00 Total Trade Allowance $ 22,000.00 Trade In Total $ 22,000.00 Quote Summary Equipment Total $ 151,650.00 Trade In $ (22,000.00) DOT $ 0.00 Delivery $ 0.00 License $ 0.00 SubTotal $ 129,650.00 Est. Service Agreement Tax $ 0.00 Total $ 129,650.00 Down Payment (0.00) Rental Applied (0.00) Balance Due $ 129,650.00 Selling Equipment Quote Id: 21145653 Customer:CITY OF NEW HOPE PUBLIC WORKS DEPT Confidential KARCHER MIC-84 Municipal Utility Tractor Hours:0 Stock Number: Selling Price $ 118,750.00 Code Description Qty Unit Extended 1 1 $ 118,750.00 $ 118,750.00 Suggested Price $ 118,750.00 Customer Discounts Customer Discounts Total $ 0.00 $ 0.00 Total Selling Price $ 118,750.00 Rad-51 ST-130 Hydraulic Driven Ribbon Style Blower Hours:0 Stock Number: Selling Price $ 21,500.00 Code Description Qty Unit Extended 1 1 $ 21,500.00 $ 21,500.00 Suggested Price $ 21,500.00 Customer Discounts Customer Discounts Total $ 0.00 $ 0.00 Total Selling Price $ 21,500.00 SCH-60" MB Hydraulic Driven Angling Broom Hours:0 Stock Number: Selling Price $ 6,600.00 Code Description Qty Unit Extended 1 1 $ 6,600.00 $ 6,600.00 Suggested Price $ 6,600.00 Customer Discounts Customer Discounts Total $ 0.00 $ 0.00 Total Selling Price $ 6,600.00 Selling Equipment Quote Id: 21145653 Customer:CITY OF NEW HOPE PUBLIC WORKS DEPT Confidential SCH-51" Fixed V Plow Hours:0 Stock Number: Selling Price $ 4,800.00 Code Description Qty Unit Extended 1 1 $ 4,800.00 $ 4,800.00 Suggested Price $ 4,800.00 Customer Discounts Customer Discounts Total $ 0.00 $ 0.00 Total Selling Price $ 4,800.00 SEQ # 725-417 April, 2017 STATE OF MINNESOTA PRICING PAGE - FIXED PRICE (Typed Responses Required) 1 of 11 Price quote for:MUNICIPAL UTILITY TRACTOR Vendor Name:Minnesota Equipment Contact Person:Dan Scharber Street Address:13725 Main St. P.O. Box: City, State, Zip Rogers, MN 55374 Phone #:763-428-4107 Toll Free #: Fax #:763-428-2700 Email Address:danscharber@mnequip.com Spec #INFORMATION REQUESTED ANSWER 1.0 MAKE AND MODEL (Provide Make and Model Offered)KARCHER MIC 84 ENGINE (Model)KUBOTA Number of Cylinders 4 Type of Fuel DIESEL Horse Power 87 Air or Liquid Cooled LIQUID PTO Front Size 0 - 31.5 GPM Rear Size 0 - 31.5 GPM HITCHES Front (lift capacity & type)4,400 LB 3 PT Rear (lift capacity & type)4,400 LB 3 PT TRANSMISSION Type HYDROSTATIC Number of Speeds 2 VARIABLE Control Type HAND & FOOT HYDRAULICS GPM 0 - 10.5 GPM Number of Spools 4 DRIVE SYSTEM Type FINAL DRIVE PLANETARIES Transfer Case (yes or no)YES 4WD Type (i.e., constant)CONSTANT AXLES Model WHEEL MOTORS ON FRAME Capacity per Axle 6,600 LB SEQ # 725-417 April, 2017 STATE OF MINNESOTA PRICING PAGE - FIXED PRICE (Typed Responses Required) 2 of 11 Spec #INFORMATION REQUESTED ANSWER BRAKES 4 WHEEL HYDROSTATIC WHEELS Number of Bolts 8 Diameter 17" TIRES Front Size & Ply 265/70/17 BFG Rear Size & Ply 265/70/17 BFG STEERING Type HYDRAULIC Steering Wheel Adjustment TILT (tilt, telescope, etc.) Turning Radius 120 INCHES FRAME TYPE INSTUMENTS (list)6" LCD CAB Certifications ROPS Cab Size (1 or 2 people, etc.)1 PERSON Windows (tinted sliding, etc.)STATIONARY Type of Seat HIGH BACK AIR, HEATED Seat Upholstery CLOTH Other Cab Equipment (list)HEAT, A/C, CD RADIO SPEEDS (if applicable) Lo Range 12 MPH High Range 30 MPH Deep Low N/A DIMENSIONS Wheel Base 75" Length (less liftarms)127" Height (top of cab)84" Width (single tires)52" Weight Rear Axle 5,400 LBS Weight Front Axle WARRANTY 12 MONTHS BASE UNIT PRICE:$118,750 SEQ # 725-417 April, 2017 STATE OF MINNESOTA PRICING PAGE - FIXED PRICE (Typed Responses Required) 3 of 11 Spec #INFORMATION REQUESTED ANSWER 2.0 EXTENDED WARRANTY OPTIONS Use this section to offer performance/warranty options, number these items starting with 2.1, 2.2, 2.3, etc. (Specify years, miles or hours extended term covers.) Price:$ N/A 3.0 DELIVERY CHARGES - SEE SPECIAL TERMS AND CONDITIO NO FLAT RATE ALLOWED DELIVERY STARTING POINT - City, State, Zip ROGERS, MN 55374 PRICE PER LOADED MILE $4 4.0 NEW EQUIPMENT RENTAL PROGRAM If rental programs are available on the new equipment offered, with the option to purchase, list the hourly/weekly/monthly rental rate. Indicate the percent of rental fee paid by the purchaser that will be applied to the purchase price. See Solicitation Special Terms & Conditions. Hourly Rental Rate:$ N/A Weekly Rental Rate:$ Monthly Rental Rate:$ Percent (%) of Rental Fee applied to purchase price:% If the new rental equipment is purchased and finance charges are applicable for the actual rental term only, state the actual interest rate here: ________________ 5.0 VENDOR OWNED RENTAL RETURN OR DEMO EQUIPMENT PROGRAM See Solicitation Special Terms and Conditions. DEDUCT cost per Used Hour from the original Contract Price $ N/A 6.0 INSTALLATION - PER HOUR (Hourly Shop Rate)$ 95 /Hour (See Special Terms and Conditions) MINNESOTA EQUIPMENT KARCHER MIC 84 1.0 BASE UNIT PRICE:-$ Spec #Description Qty Price Subtotal 2.0 Municipal Utility Tractor Options Use this section to offer additional Municipal Utility Tractor options such as hand controls, gauges, heater, enclosed cab etc.. These options should be for Municipal Utility Tractor power unit and not attachments. 2.1 SCH SKID LOADER QUICK TATCH W/ HYD TILT & 1 ELEC FUNCTION 5,250.00$ -$ 2.2 8 BUTTON ELEC CONTROL, 14 PIN CONNECTOR 900.00$ -$ 2.3 -$ 3.0 Plow Use this section to offer plow options. 3.1 SCH-48" V PLOW, HYDRAULIC, 60" WHEN STRAIGHT 5,950.00$ -$ 3.2 SCH-60" V PLOW, HYDRAULIC, 72" WHEN STRAIGHT 6,800.00$ -$ 3.3 SCH-51" FIXED V PLOW 4,800.00$ -$ 3.4 SCH-60" FIXED V PLOW 4,900.00$ -$ 3.5 SCH-60" STRAIGHT HYD ANGLE PLOW 4,900.00$ -$ 4.0 Snowblower Use this section to offer snowblower options. 4.1 RAD-51" ST-130 RIBBON BLOWER, HYD DRIVE 21,500.00$ -$ 4.2 -$ 4.3 -$ 5.0 Salt and Sand Spreader Use this section to offer salt and sand spreader options. 5.1 -$ 5.2 -$ 5.3 -$ 6.0 Directional Sweeper Use this section to offer directional sweeper options. 6.1 SCH-60" MB ANGLE BROOM 6,600.00$ -$ 6.2 SCH-72" MB ANGLE BROOM 6,950.00$ -$ 6.3 SCH-60" RAD ANGLE BROOM 7,500.00$ -$ 7.0 Pickup Sweeper Use this section to offer pickup sweeper options. 7.1 -$ 7.2 -$ 7.3 -$ VENDOR : MAKE /MODEL SEQ# 725-417 April, 2017 STATE OF MINNESOTA PRICING PAGE - FIXED PRICE (Typed Responses Requested) 5 of 11 MINNESOTA EQUIPMENT KARCHER MIC 84 1.0 BASE UNIT PRICE:-$ Spec #Description Qty Price Subtotal VENDOR : MAKE /MODEL 8.0 Spraying System Use this section to offer sweeper options. 8.1 -$ 8.2 -$ 8.3 -$ 9.0 Cold Planer Use this section to offer cold planer options. 9.1 -$ 9.2 -$ 9.3 -$ 10.0 Sickle Bar Mower Use this section to sickle bar mower options. 10.1 -$ 10.2 -$ 10.3 -$ 11.0 Flail Mower Use this section to offer flail mower options. 11.1 SCH-75" TIGER FLAIL MOWER, HYD DRIVE 11,500.00$ -$ 11.2 SCH-71" RAD FLAIL MOWER, HYD DRIVE 11,500.00$ -$ 11.3 -$ 12.0 Boom Flail Use this section to offer boom flail options. 12.1 SCH-BOOM, TIGER BOOM MOWER W/O HEAD, 13 FT REACH.14,500.00$ -$ 12.2 37" FLAIL CUTTER HEAD W/ GRASS KNIVES 5,500.00$ -$ 12.3 37" FLAIL CUTTER HEAD W/ BRUSH KNIVES 5,500.00$ -$ 12.4 50" FLAIL CUTTER HEAD W/ GRASS KNIVES 6,400.00$ -$ 13.0 Rotary Use this section to offer rotary options. 13.1 -$ 13.2 -$ 13.3 -$ 14.0 Trencher Use this section to offer trencher options. 14.1 -$ 14.2 -$ 14.3 -$ MINNESOTA EQUIPMENT KARCHER MIC 84 1.0 BASE UNIT PRICE:-$ Spec #Description Qty Price Subtotal VENDOR : MAKE /MODEL 15.0 Chipper Use this section to offer grader options. 15.1 -$ 15.2 -$ 15.3 -$ 16.0 Tiller Use this section to offer tiller options. 16.1 -$ 16.2 -$ 16.3 -$ 17.0 Other: Use this section to offer any other option(s) not already listed (repair/parts/operator manual etc.). 17.1 KOIS DUMP BOX 5,500.00$ -$ 17.2 KARCHER FRONT LOADER / BUCKET 24,900.00$ -$ 17.3 SCH-124" TRI-WING WIDE AREA FINISH MOWER 33,900.00$ -$ 17.4 REAR WEIGHT BRACKET W/ 1 WEIGHT, 960# TOTAL 2,150.00$ -$ 17.5 2ND REAR WEIGHT, ADDITIONAL 770#1,550.00$ -$ 18.0 Performance option: Use this section to offer extended warranties. 18.1 -$ 18.2 -$ 18.3 -$ 19.0 DELIVERY CHARGES - SEE SPECIAL TERMS AND CONDITIONS NO FLAT RATE ALLOWED DELIVERY STARTING POINT - City, State, Zip ROGERS, MN 55374 $4PRICE PER LOADED MILE Price quote for:MUNICIPAL UTILITY TRACTOR Vendor Name:Minnesota Equipment Contact Person:Dan Scharber Street Address:13725 Main St. P.O. Box: City, State, Zip Rogers, MN 55374 Phone #:763-428-4107 Toll Free #: Fax #:763-428-2700 Email Address:danscharber@mnequip.com Spec #INFORMATION REQUESTED ANSWER 1.0 MAKE AND MODEL (Provide Make and Model Offered) KARCHER MIC 70 ENGINE (Model)KUBOTA V2403 FINAL TIER 4 Number of Cylinders 4 Type of Fuel DIESEL Horse Power 66 Air or Liquid Cooled LIQUID PTO Front Size 26.4 GPM, 3625 PSI Rear Size 26.4 GPM, 3625 PSI HITCHES Front (lift capacity & type)3950 Rear (lift capacity & type) TRANSMISSION Type HYDROSTATIC 4 WD Number of Speeds 2 Control Type HAND & FOOT HYDRAULICS GPM Number of Spools 4 DRIVE SYSTEM Type HYDROSTATIC Transfer Case (yes or no) 4WD Type (i.e., constant)CONSTANT AXLES Model Capacity per Axle 4409 BRAKES WHEELS Number of Bolts 5 Diameter 12 INCH TIRES Front Size & Ply 26-12-12 Rear Size & Ply 26-12-12 STEERING Type HYDRAULIC Steering Wheel Adjustment TILT (tilt, telescope, etc.) Turning Radius FRAME TYPE INSTUMENTS (list)LCD MONITOR CAB Certifications ROPS Cab Size (1 or 2 people, etc.)1 PERSON Windows (tinted sliding, etc.) Type of Seat AIR RIDE, HEATED, HIGH BACK Seat Upholstery CLOTH Other Cab Equipment (list) SPEEDS (if applicable) Lo Range 12.5 High Range 25 Deep Low N/A DIMENSIONS Wheel Base 67 Length (less liftarms)108 Height (top of cab)78 Width (single tires)48 Weight Rear Axle 4409 Weight Front Axle 4409 WARRANTY 12 MONTH BASE UNIT PRICE:$98,900 2.0 EXTENDED WARRANTY OPTIONS Use this section to offer performance/warranty options, number these items starting with 2.1, 2.2, 2.3, etc. (Specify years, miles or hours extended term covers.) Price:N/A 3.0 DELIVERY CHARGES - SEE SPECIAL TERMS AND CONDITIO NO FLAT RATE ALLOWED DELIVERY STARTING POINT - City, State, Zip ROGERS, MN 55374 PRICE PER LOADED MILE $4 4.0 NEW EQUIPMENT RENTAL PROGRAM If rental programs are available on the new equipment offered, with the option to purchase, list the hourly/weekly/monthly rental rate. Indicate the percent of rental fee paid by the purchaser that will be applied to the purchase price. See Solicitation Special Terms & Conditions. Hourly Rental Rate:$ Weekly Rental Rate:$ Monthly Rental Rate:$ Percent (%) of Rental Fee applied to purchase price:% If the new rental equipment is purchased and finance charges are applicable for the actual rental term only, state the actual interest rate here: ________________ 5.0 VENDOR OWNED RENTAL RETURN OR DEMO EQUIPMENT PROGRAM See Solicitation Special Terms and Conditions. DEDUCT cost per Used Hour from the original Contract Price $ 6.0 INSTALLATION - PER HOUR (Hourly Shop Rate)$ 95 /Hour (See Special Terms and Conditions) MINNESOTA EQUIPMENT KARCHER MIC 70 1.0 BASE UNIT PRICE:98,900.00$ Spec #Description Qty Price Subtotal 2.0 Municipal Utility Tractor Options Use this section to offer additional Municipal Utility Tractor options such as hand controls, gauges, heater, enclosed cab etc.. These options should be for Municipal Utility Tractor power unit and not attachments. 2.1 -$ 2.2 -$ 2.3 -$ 3.0 Plow Use this section to offer plow options. 3.1 SCH-48" V PLOW, HYDRAULIC, 60" WHEN STRAIGHT 5,950.00$ 3.2 -$ 3.3 -$ 4.0 Snowblower Use this section to offer snowblower options. 4.1 RAD-51" ST-130 RIBBON BLOWER, HYD DRIVE 21,500.00$ -$ 4.2 -$ 4.3 -$ 5.0 Salt and Sand Spreader Use this section to offer salt and sand spreader options. 5.1 -$ 5.2 -$ 5.3 -$ 6.0 Directional Sweeper Use this section to offer directional sweeper options. 6.1 SCH-60" RAD ANGLE BROOM 7,500.00$ -$ 6.2 -$ 6.3 -$ 7.0 Pickup Sweeper Use this section to offer pickup sweeper options. 7.1 -$ 7.2 -$ 7.3 -$ 8.0 Spraying System Use this section to offer sweeper options. 8.1 -$ 8.2 -$ 8.3 -$ 9.0 Cold Planer Use this section to offer cold planer options. 9.1 -$ 9.2 -$ 9.3 -$ VENDOR : MAKE /MODEL 10.0 Sickle Bar Mower Use this section to sickle bar mower options. 10.1 -$ 10.2 -$ 10.3 -$ 11.0 Flail Mower Use this section to offer flail mower options. 11.1 SCH-71" RAD FLAIL MOWER, HYD DRIVE 11,500.00$ -$ 11.2 -$ 11.3 -$ 12.0 Boom Flail Use this section to offer boom flail options. 12.1 -$ 12.2 -$ 12.3 -$ 13.0 Rotary Use this section to offer rotary options. 13.1 60" FINISHING MOWER DECK 9,900.00$ -$ 13.2 -$ 13.3 -$ 14.0 Trencher Use this section to offer trencher options. 14.1 -$ 14.2 -$ 14.3 -$ 15.0 Chipper Use this section to offer grader options. 15.1 -$ 15.2 -$ 15.3 -$ 16.0 Tiller Use this section to offer tiller options. 16.1 -$ 16.2 -$ 16.3 -$ 17.0 Other: Use this section to offer any other option(s) not already listed (repair/parts/operator manual etc.). 17.1 -$ 17.2 -$ 17.3 -$ 18.0 Performance option: Use this section to offer extended warranties. 18.1 -$ 18.2 -$ 18.3 -$ 19.0 DELIVERY CHARGES - SEE SPECIAL TERMS AND CONDITIONS NO FLAT RATE ALLOWED DELIVERY STARTING POINT - City, State, Zip ROGERS, MN 55374 $4PRICE PER LOADED MILE Page 1 of 7 Admin Minnesota Office of State Procurement Room 112 Administration Bldg., 50 Sherburne Ave., St. Paul, MN 55155; Phone: 651.296.2600, Fax: 651.297.3996 Persons with a hearing or speech disability can contact us through the Minnesota Relay Service by dialing 711 or 1.800.627.3529. CONTRACT RELEASE: T-652(5) DATE: JANUARY 9, 2020 PRODUCT/SERVICE: MUNICIPAL TRACTORS CONTRACT PERIOD: SEPTEMBER 1, 2019 THROUGH AUGUST 31, 2020 EXTENSION OPTIONS: UP TO 48 MONTHS ACQUISITION MANAGEMENT SPECIALIST (AMS): CHRISTINA MISH PHONE: 651.201.2444 E-MAIL: christina.mish@state.mn.us WEB SITE: www.mmd.admin.state.mn.us NOTIFICATION OF MULTIPLE AWARDS THIS RELEASE CONTAINS MULTIPLE AWARDS FOR SIMILAR OR LIKE ITEMS. STATE AGENCIES AND CPV MEMBERS SHOULD REVIEW AND COMPARE ALL MULTIPLE AWARD CONTRACT VENDORS IN ORDER TO ENSURE THE BEST VALUE FOR THEIR POTENTIAL PURCHASE. FACTORS SUCH AS, BUT NOT LIMITED TO, COST, EQUIPMENT WARRANTY TERMS, VENDOR LOCATION, DELIVERY LEAD TIMES, AVAILABLE SUBSTITUTES, SELECTED OPTIONS AND CURRENT FLEET AND EQUIPMENT OR PARTS INVENTORY LEVELS ALL MAY CONTRIBUTE TO THE TOTAL COST/VALUE OF AN INDIVIDUAL PURCHASE. MULTIPLE VENDORS MAY BE ABLE TO SATISFY THE REQUIREMENTS OF THE PURCHASER AND THEREFORE IT IS IMPORTANT FOR THE PURCHASER TO REVIEW ALL CONTRACTS AND CONTRACT PRICES BEFORE EXECUTING AN ORDER. CONTRACT VENDOR CONTRACT NO. TERMS DELIVERY ABM EQUIPMENT AND SUPPLY 164391 NET 30 5-150 DAYS ARO 333 2nd Street NE Hopkins, MN 55343 PHONE: 952.938.5451 CONTACT: Scott Reierson FAX: 952.938.0159 VENDOR NO.: 0000281821-001 EMAIL: scottr@abm-highway.com CUSHMAN MOTOR CO., INC. 164393 NET 30 45 DAYS ARO 2909 E Franklin Ave. Minneapolis, MN 55406 PHONE: 612.333.3487 CONTACT: Tim Commers FAX: 612.333.5903 VENDOR NO.: 0000194527-001 EMAIL: tim.commers@cushmanmotorco.com MACQUEEN EQUIPMENT INC. 164394 NET 30 45-60 DAYS ARO 1125 East 7th Street St. Paul, MN 55106 PHONE: 612.865.2989 CONTACT: Bill McCarthy FAX: 651.645.6668 VENDOR NO.: 0000198821-001 EMAIL: bill.mccarthy@macqueengroup.com Contract Release: T-652(5) Page 2 of 7 MINNESOTA EQUIPMENT ROGERS 164395 NET 30 120 DAYS ARO 13725 Main Street PO BOX 128 Rogers, MN 55374 PHONE: 763.428.4107 CONTACT: Dan Scharber VENDOR NO.: 0000197372-001 EMAIL: danscharber@mnequip.com TRENCHERS PLUS 164396 NET 30 45 DAYS ARO 2309 W Hwy 13 Burnsville, MN 55337 PHONE: 952.890.6000 CONTACT: John Rabideaux FAX: 952.890.4563 VENDOR NO.: 0000209158-001 EMAIL: john@trenchersplus.com VENTURE PRODUCTS INC 164397 NET 30 5-150 DAYS ARO 500 Venture Drive Orrville, OH 44667 PHONE: 330-683-0075 CONTACT: Ryan Miller VENDOR NO.: 0000358393-001 EMAIL: c.ryan.miller@ventrac.com CONTRACT USERS. This Contract is available to the following entities as indicated by the checked boxes below ☒ State agencies ☒ Cooperative Purchasing Venture (CPV) members STATE AGENCY CONTRACT USE. This Contract must be used by State agencies unless a specific exception is granted in writing by the Buyer listed above. STATE AGENCY ORDERING INSTRUCTIONS. Orders are to be placed directly with the Contract Vendor. State agencies should use a Contract release order (CRO) or a blanket purchase order (BPC). The person ordering should include his or her name and phone number. Orders may be submitted via fax. CONTRACT FEEDBACK. If these commodities or service can be better structured to help you with your business needs, let us know. We solicit your comments and suggestions to improve all of our contracts so that they may better serve your business needs. If you have a need for which no contract currently exists, or you would like to be able to use an existing state contract that is not available to your entity, whether a state agency or CPV, please contact us. If you have specific comments or suggestions about an individual contract you can submit those via the Contract Feedback Form. Contract Release: T-652(5) Page 3 of 7 SPECIAL TERMS AND CONDITIONS SCOPE The purpose of this Contract is to provide Municipal Utility Tractors and Attachments. SHIPPING REQUIREMENTS All shipments are to be FOB Destination. DELIVERY CHARGES Refer to the Contract Vendor Price Pages for specific delivery charges. Mileage distance will be the distance from the delivery starting point to the Customer’s delivery point only. Mileage distances will be determined from Contract http://maps.google.com. The ordering agency may use the Contract Vendor delivery, may pick up the equipment, or may contract for delivery with anyone it chooses. ORIGINAL EQUIPMENT MANUFACTURER (OEM) WARRANTY The equipment offered must include the OEM standard warranty. The Contract Vendor shall be responsible for the cost of any inspections, adjustments, warranted parts, and labor charges to repair or replace warranted parts that are a result of equipment failure(s) during the warranty period. This shall be performed promptly unless otherwise mutually agreed by the Customer and the Contract Vendor. This warranty shall commence when the unit is put into service. The Contract Vendor shall also state the warranty term (months, years) for all items offered on the Price Schedule. EQUIPMENT SALES LITERATURE Upon request by a State agency or CPV member, the Contract Vendor shall provide equipment sales literature at no cost to the requestor. Equipment sales literature should include items such as, but not limited to, product information, product functionality, and operation instructions. EQUIPMENT MANUALS AND LITERATURE The Contract Vendor shall provide equipment manuals and literature (maintenance, repair, parts and operating manuals) at no cost to the Customer upon equipment delivery, in printed or electronic format. NEW EQUIPMENT FOR RENT PROGRAM If requested on the Price Schedule, the Contract Vendor may offer new equipment for rent if the equipment is the same make and model on contract. The Contract Vendor agrees to accept a State agency or CPV member purchase order and will not require the State agency or CPV member to sign a rental agreement. The Contract Vendor retains the title of the equipment during the rental term. The Contract Vendor will provide the Customer with the make, model and VIN number and equipment replacement value prior to delivery. State agencies will provide the Contract Vendor with proof of property insurance on the equipment during the rental term. CPV members should follow their local requirements for property insurance on un-owned equipment. If approved by the Contract Vendor, the routine and daily maintenance will be performed by the Customer as defined and required according to the Original Equipment Operator’s (OEM) manual, as long as doing so does not void the OEM’s warranty. Oil and lube changes will be accomplished by the Customer at the required intervals as stated in the OEM manual. All oil and filters must be provided by the Contract Vendor during the rental term. If the Contract Vendor does not approve the Customer for routine and daily maintenance, the Contract Vendor must make the arrangements and bear all costs for the routine and daily maintenance including any equipment moves from or to the Customer location. The customer will not be responsible and will not pay any rental costs when the equipment is non-operational or away from their site for repairs or routine maintenance. During the rental term, any warranty repairs needed due to OEM warranty requirements or equipment failures will be the responsibility of the Contract Vendor including all transportation and costs. The location of where the repairs will occur will be mutually agreed by the Customer and the Contract Vendor. If the Customer damages the equipment through negligence, the Customer will be responsible for the repairs. The location of where the repairs will occur will be mutually agreed by the Customer and the Contract Vendor. The Customer will only be responsible for actual, verifiable repair costs. If mutually agreed, the rental term may exceed the term of the Contract providing the purchase order is issued, and the rental term begins, prior to the end of the Contract term. The rental term cannot go past the State Fiscal Year end date (June 30th) after the Contract term has ended. If the Customer desires to purchase the rental equipment, it must be purchased prior to the end of the term of the Contract. The Contract Vendor will pay all costs associated with replacing or swapping out the equipment. Contract Release: T-652(5) Page 4 of 7 PURCHASE OF RENTED EQUIPMENT If there are options for the Customer to purchase rented equipment after the equipment has been received and rented, then the final equipment price will be based on the number of engine hours, or miles prior to delivery to the Customer. New rented equipment is defined as rented equipment with zero hours, or miles prior to the delivery to the Customer. Used rental or demo equipment is defined as rental or demo equipment with registered engine hours or miles prior to delivery to the Customer. PURCHASE NEW RENTED EQUIPMENT New rented equipment is defined as new equipment with zero engine hours, or miles prior to the delivery to the Customer and rented by the Customer prior to purchase. If there is an option to purchase new rental equipment, and if included on the Price Schedule, the vendor will indicate the percentage of the rental price paid to be applied to the final purchase price. This percent will be deducted from the contracted price for the equipment. The Contract Vendor must list on the Price Schedule if additional interest and finance charges would be added to the purchase price for the rental period only so the Customer can determine if it desires to purchase the rental equipment. If this includes a finance charge, the percent must be indicated on the Price Schedule. If the Prime Interest Rate is also used as a calculator in the formula for calculation, it may only be the average Prime Interest Rate for the rental term only. The Contract Vendor must provide any documentation requested to substantiate the Prime Interest Rate being charged. EQUIPMENT ORIENTATION The cost of the equipment must include orientation to the end user that will familiarize the end user on how the equipment will operate, the mounting and removal of accessories and/or options and all operating and safety instruction. The orientation is normally provided where the customer takes possession. Orientation for drop shipped goods may be accomplished via video or via other customer approved media. PURCHASE OF USED RENTED EQUIPMENT Used rental equipment is defined as equipment rented by the Customer with registered engine hours or miles prior to delivery to the Customer. If requested on the Price Schedule, the vendor may offer used rental equipment for sale. The rental equipment for sale must be the same make and model on contract. The manufacturer’s warranty shall be transferred to the new owner. The vendor should consider all associated costs involved if the rental equipment is purchased and no additional interest or finance charges will be allowed. The final equipment purchase price will be based on two factors: 1. A price per hour deduction for each registered engine hours prior to delivery to the Customer from the current State Contract base price, and 2. The percentage of the Customer rental price paid and applied to the final equipment purchase price. Equipment Contract Base Price Minus (-) Used Equipment Deduction (registered engine hours prior to delivery multiplied (x) by the contract price per used hour) Subtotal Minus (-) % Percent of paid rental fees Equals (=) Final Equipment Purchase Price EXAMPLE: MnDOT rents a used piece of equipment which has a contract price of $20,000.00 to purchase new. The equipment has 100 registered engine hours prior to delivery to MnDOT. The equipment is rented for three (3) months at a contracted cost of $2,000.00 per month totaling $6,000.00. The contracted price for each used engine hour is $1.00 per hour. The contracted rental price percentage to be applied to the purchase of rented equipment is 20%. When MnDOT decides to purchase the Used Rental Equipment, their final equipment purchase price will be as follows: $20,000.00 (=the Equipment Contract Base Price) - $ 100.00 ($1.00 X 100 hours = the Used Equipment Deduction) = $19,900.00 (Subtotal) - $ 1,200.00 (20% of $6,000.00 (the total rent paid) = the Percent of paid rental fees) $18,700.00 (final equipment purchase price) Contract Release: T-652(5) Page 5 of 7 If extended warranty options are available, Contract Vendors should list the costs on the Price Schedule under “Options.” The price should include all associated costs and indicate the number of years, miles or hours the extended warranty term covers. RENTAL RETURN OR DEMO EQUIPMENT SALE During the term of the Contract, if Contract Vendor owned rental returns or demo equipment become available for purchase and the equipment is currently on contract, the equipment may be purchased by the Customer. The remaining manufacturer’s warranty shall be transferred to the new owner. The Contract Vendor should consider all associated costs involved if the rental or demo owned equipment is purchased and no additional interest or finance charges will be allowed if purchase occurs. The final equipment price will be based on the price deduction per used hour offered from the current State Contract base price. If extended warranty options are available for rental or demo equipment sales, the Contract Vendor should list the options and costs on the Price Schedule under “Options.” The price should include all associated costs and indicate the number of years, miles or hours the extended warranty term covers USED EQUIPMENT Used equipment is not part of the Contract. Customers must acquire used equipment according to their local purchasing requirements. EQUIPMENT TRADE-IN If requested by the Customer, the Contract Vendor will allow equipment to be used as trade-in against new contract equipment purchases. Trade-ins will be allowed on a case by case basis, and the Customer has the right to refuse any offer made by the Contract Vendor. All equipment will be traded “as is, where is,” with no guarantee expressed or implied. All State agencies must obtain approval from the Department of Administration Surplus Services prior to any Contract Vendor trade-in transaction. The liquidation of any State equipment must follow State policies and procedures for liquidation of State property. CPV members are solely responsible for compliance with their local government’s requirements for liquidation of surplus goods. The Trade-in equipment transfer, and title will occur when the new equipment is delivered and accepted unless otherwise agreed to by the Contract Vendor and the Customer. The Customer assumes all costs associated with the transfer of the trade-in equipment unless otherwise agreed to by the Contract Vendor and the Customer. The title of State equipment trade-ins shall be provided to the Contract Vendor in accordance with Minn. Stat. § 168A.11. MISCELLANOUS ITEMS State agencies may purchase incidental miscellaneous parts, accessories and labor that is directly related to a specific item(s) included on the Contract. The total purchase order issued by a State agency for these types of items may not exceed $5,000.00 for an individual purchase order. If the Customer’s entity requires a lower threshold for competitive bidding other than $5,000.00, they must follow their local entity’s requirements. Any purchase order must be issued to the Contract Vendor. UNSPSC 25101901 Tractor, Municipal Utility 21101707 Optional parts or accessories 78111808 Tractor Rental Equipment 25174800 Miscellaneous Items Detailed Price Pages are located on the MnDOT web page: http://www.dot.state.mn.us/maintenance/equipment/contracts/contracts.html Contract Release: T-652(5) Page 6 of 7 REVISIONS 01/09/20 Trenchers has discontinued model: 5.3, 7.2, 7.3, 8.4+, 8.45 and replaced with the following Tier 4Final machine: 5.3K, 6.3k, 7.2k, EZ7, EZ8, 8.5K, 8.5S. MUNICIPAL UTILITY TRACTORS PRICE VERIFICATION • Price Lists: Contact the Contract Vendor to confirm the equipment brand, model and build specifications to satisfy your operational requirements. The Contract Vendor shall confirm the equipment brand, model and build specifications to the customer. Contracts were executed with either a fix price or percent discount off a list price. The Contract Vendor pricing quote must match the prices in the price book found on the Minnesota Department of Transportation Maintenance Contracts link below. • Verifying Contract Prices: Customers must calculate and confirm all contract prices when placing any order. Follow these steps: 1. Confirm your equipment selection, delivery date, delivery method and location with the Contract Vendor. 2. Locate the required equipment in the table below and then refer to the published price pages on the MnDOT web page. 3. Confirm the correct prices from the Contract Vendor to the MnDOT State contract pricing pages. 4. Contact the Contract Vendor if you identify any discrepancies. CONTRACT VENDOR, CONTRACT NUMBER, EQUIPMENT BRAND AND MODEL OFFERED Make & Model Vendor MacLean MV4 (& Attachments) ABM Equipment & Supply Holder C70 (& Attachments) Cushman Motor Co., Inc. Holder S100 (& Attachments) Cushman Motor Co., Inc. Holder X45i (& Attachments) Cushman Motor Co., Inc. Steiner 450 (Briggs - Gas) & Attachments Cushman Motor Co., Inc. Steiner 450 (Briggs - EFI) & Attachments Cushman Motor Co., Inc. Steiner 450 (Kubota - Diesel) & Attachments Cushman Motor Co., Inc. Steiner 450 (Kubota - Gas) & Attachments Cushman Motor Co., Inc. Trackless MT7 (& Attachments) MacQueen Equipment, Inc. Karcher MIC 84 (& Attachments) Minnesota Equipment Karcher MIC 70 (& Attachments) Minnesota Equipment MultiOne 2.3 Trenchers Plus, Inc. MultiOne 4.2 Trenchers Plus, Inc. MultiOne 5.2 Trenchers Plus, Inc. MultiOne 5.3K Trenchers Plus, Inc. MultiOne 6.3+ Trenchers Plus, Inc. MultiOne 6.3S Trenchers Plus, Inc. MultiOne 6.3K MultiOne 7.2K Trenchers Plus, Inc. MultiOne 7.3+ Trenchers Plus, Inc. MultiOne 7.3S Trenchers Plus, Inc. Contract Release: T-652(5) Page 7 of 7 Make & Model Vendor MultiOne 9.5 Trenchers Plus, Inc. MultiOne 9.6 Trenchers Plus, Inc. MultiOne 10.9 Trenchers Plus, Inc. MultiOne 6.3 SD Trenchers Plus, Inc. MultiOne 7.3 SD Trenchers Plus, Inc. MultiOne 8.4 SD Trenchers Plus, Inc. MultiOne 9.5 SD Trenchers Plus, Inc. MultiOne 12.4 Trenchers Plus, Inc. MultiOne 12.4 2V Trenchers Plus, Inc. MultiOne 12.4 T Trenchers Plus, Inc. MultiOne 12.4 T2V Trenchers Plus, Inc. MultiOne Attachment Catalog Trenchers Plus, Inc. EZ7, EZ8, 8.5K, 8.5S Ventrac 4500 Series & Attachments Venture Products, Inc. Items on the Price Pages that did not include a fixed price or did not include a percentage discount to be applied to a Price List, or stated “Call Dealer for Quote” in the price column are not on Contract, and are removed from the Price Schedule. Memorandum To: Bernie Weber-Director of Public Works From: Bill Robberstad-Central Garage Supervisor Date: February 3, 2020 Subject: Purchase of a 2020 Karcher MIC-84 Municipal Utility Tractor and ancillary equipment Staff is recommending the city purchase a 2020 Karcher MIC-84 Municipal Utility Tractor and ancillary equipment from Minnesota Equipment, Inc. for $129,650.00. The 2020 capital improvement program (CIP) includes the purchase of a Municipal Utility Tractor, hydraulic broom, V-plow and snow blower to replace the city’s existing ten-year-old Belos 84 utility tractor and ancillary equipment. The Municipal Utility Tractor is a vital piece of equipment in the Public Works fleet of equipment. The tractor is used primarily for sidewalk snow removal as well as numerous other functions of public works maintenance. For example, we have utilized this equipment for clearing sanitary sewer lift stations and opening areas around fire hydrants when needed. I recommend the ten-year-old Belos 84 utility tractor be retired from city use as pins, bushings and other operational features are becoming quite worn from frequent use. The machine has reached its life cycle estimate and staff recommends replacing the machine before repairs become problematic. Issues with this machine tend to surface when the machine is in operation during critical situations. I do not advise extending the life cycle on this particular unit. Staff is recommending that the city utilize a cooperative purchasing opportunity provided through State of Minnesota Cooperative Purchasing Venture (CPV) to purchase the new Utility Tractor. Minnesota Equipment, Inc. has been awarded Contract No. 164395 under the CPV. The 2020 CIP has $181,200 in the Central Garage fund for the purchase of this equipment. The cost of the 2020 Karcher MIC-84 Municipal Utility Tractor and ancillary equipment is $151,650.00. Minnesota Equipment, Inc. has offered the city a trade-in credit of $22,000.00 for the city’s old tractor, bringing the total cost to purchase to $129,650.00. I:\RFA\City Manager\2020\12.1 Q - Upcoming Events_021020.docx Request for Action February 10, 2020 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. 11 7:30 a.m. – District 281 Government Advisory Council 7 p.m. – Citizen Advisory Commission Feb. 12 7:30 a.m. – State of the City Presentation with Twin West at City Hall 6:30 p.m. – West Metro Fire-Rescue District Board Meeting at Station #3, 4251 Xylon Avenue North Feb. 13 9:30 a.m. – Northwest Cable Television Cable Board/Commission Meeting 12:30 p.m. – Shingle Creek Watershed Management Commission at Brooklyn Park 6:30-8 p.m. – League of Women Voters Presidential Nomination Primary Event at City Hall Feb. 17 Presidents’ Day, City Offices Closed Feb. 18 6/6:30 p.m. – City Council Work Session Feb. 19 11:30 a.m. – North Metro Mayors Operating Committee Meeting at New Brighton 2 p.m. – Business Networking Group Meeting, Hosted by Erin Bouma of Fork and Flair, Location TBD 5 p.m. – Begin Park Playground Project Neighborhood Meeting at City Hall Feb. 20 8:30 a.m. – Bassett Creek Watershed Management Commission Meeting at Golden Valley Feb. 22 9:30 a.m. – Legislative Town Hall Meeting at City Hall Feb. 24 7 p.m. – City Council Meeting Agenda Section Other Business Item Number 12.1