Loading...
032320 City Council Meeting Packet NEW HOPE CITY COUNCIL MEETING AGENDA March 23, 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, March 23, 2020 7:00 p.m. Regular Session City Hall will be open to the public for this meeting; however due to the current COVID-19 pandemic, the city will be making its council meeting available via Webex. The public may participate in this meeting by phone by calling 415-655-0001 and entering meeting/access code 800 006 505 followed by the # sign. When prompted for a password, simply press #. Anyone wishing to speak at Open Forum is encouraged to call the city clerk at 763- 531-5117 in advance for instructions. 1. CALL TO ORDER AND PLEDGE OF ALLEGIANCE – March 23, 2020 2. ROLL CALL 3. APPROVAL OF MINUTES:  Council Work Session Minutes – February 18, 2020  Council Meeting Minutes – March 9, 2020 4. OPEN FORUM 5. PRESENTATIONS 6. CONSENT BUSINESS 6.2 Approval of financial claims through March 23, 2020 6.4 Motion accepting certificate of achievement of excellence in financial reporting 6.5 Resolution approving a contract with Warning Lites of Minnesota, Inc. for New Hope’s 2020 street paint striping/marking services 6.6 Resolution approving a contract with Reliakor Services, Inc. for 2020 street sweeping services 6.7 Resolution approving a contract with Reliakor Services, Inc. for disposal of debris collected during the spring 2020 street sweeping operation 6.8 Resolution authorizing the appropriation of funds in the amount of $18,449.44 to rebuild the ice compressors and replace shaft seals at the New Hope Ice Arena 6.9 Resolution authorizing the appropriation of funds in the amount of $4,957.46 for the replacement of the nine system relief valves which are part the refrigeration system at the New Hope Ice Arena 7. PUBLIC HEARING 8. DEVELOPMENT AND PLANNING 8.1 Resolution awarding contract to Northwest Asphalt, Inc. for construction of public improvement project no. 1034 (2020 Infrastructure Improvement Project) 8.2 Resolution approving plans and specifications and authorizing to advertise for bids for the proposed 2020-2021 Sanitary Sewer Lining project (Improvement Project No. 1048) Revised – Item 10.4 added 8.3 Resolution approving plans and specifications and authorizing advertisement of bids for playground improvement site work at Begin Park (Improvement Project No. 1040) 8.4 Resolution approving plans and specifications and authorizing advertisement of bids for the basketball court replacement at Northwood Park (Improvement Project No. 1046) 8.5 Resolution approving Change Order No. 7 in the amount of $54,106.49 with Donlar Construction Company for the pool construction project (Improvement Project No. 995) 9. PETITIONS AND REQUESTS 10. ORDINANCES AND RESOLUTIONS 10.1 Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $24,235.67 for the purchase of three Towmaster trailers from RDO Equipment 10.2 Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $66,198.74 for the purchase of a 2020 Ford F350 cab/chassis including dump body with ancillary equipment 10.3 Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $13,867.99 for the purchase of a 2020 Toro 6000 series mower, model 72947 with ancillary equipment from Minnesota Equipment, Inc. 10.4 Resolution declaring a local emergency due to COVID-19 health Pandemic 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: March 19, 2020 Subject: Agenda Items for Monday, March 23, 2020 Open Forum We are not aware of anyone who intends to address Council for the open forum. Items 6.1, 6.2, and 6.3 Item 6.1 – there are no new business license requests for this agenda. Item 6.2 - involves routine financial claims. Item 6.3 – there are no new liability claims to report. Item 6.4 The city received the Certificate of achievement for Excellence in Financial Reporting for the Comprehensive Annual Financial Report for the year ending December 31, 2018. This is the highest form of recognition in governmental accounting and financial reporting and its attainment represents a significant accomplishment. A plaque is on display in the lobby showing the years that the city has achieved the award. Staff requests Council to formally acknowledge receipt of this award. The city manager extends appreciation to the City Council, AEM and city staff for assisting the city in accomplishing this goal. Item 6.5 The city recently received three quotes for street traffic striping, and the low quote was submitted by Warning Lites for $31,213.91. The city has utilized the services of this company in the past with good results. The quote is less than the budgeted amount of $34,000 for the project. The city started contracting out this service several years ago to save on equipment replacement and labor costs. Director Weber and I recommend approval. Item 6.6 Three bids were received on March 8 for street sweeping, and the low bidder was Reliakor Services for $82 per hour for an estimated total cost of $20,500 (for spring and fall sweeping). The budget contains $34,000 for street sweeping and debris disposal. Director Weber and I recommend approval. Item 6.7 This item relates to the disposal of the debris collected during the spring street sweeping operation (the fall debris is composted). Bids were received on March 9, and the low bid was submitted by Reliakor Services for $299.99 per 24-cubic yard load. Based on past years, the amount of debris is 500 yards or $6,249.79. The total cost for the work (sweeping and disposal) is estimated at $26,749.79, and the  Page 2 amount budgeted in the stormwater operating budget is $34,000 so the total is about $7,000 under budget. The city has utilized the services of Reliakor Services in the past for street sweeping activity and has been pleased with their performance. Director Weber and I recommend approval. Item 6.8 This item approves the quote by Rink-Tec Arena Specialists for $18,449.44 to rebuild the ice compressors and replace shaft seals at the New Hope Ice Arena. Compressors are a maintenance item and are in need of replacement. Rink-Tec Arena Specialists has performed maintenance work to the refrigeration system at the ice arena in the past and are familiar with the system. The work would be performed this spring. There is $20,000 earmarked for this project in the 20 20 CIP and 2020 Ice Arena Operating budget. Director Rader and I recommend approval. Item 6.9 This item approves the quote by Rink-Tec Arena Specialists for $4,957.46 for the replacement of nine system relief valves which are part of the refrigeration sys tem at the New Hope Ice Arena. There are nine pressure relief valves that are part of the safety system protecting the operation of the ammonia refrigeration system. The valves were installed in 2011 and are recommended to be replaced every five years. There is $5,000 in the 2020 CIP budget for this project. Director Rader and I recommend approval. Item 8.1 The 2020 infrastructure project involves full street reconstruction and the replacement of water main and storm sewer utilities on both Northwood Parkway and 36-1/2 Circle between Boone and 36th avenues as well as pavement work on several other streets between Boone and Hwy 169 and 6 th and 27th avenues. Bids were opened on March 12. Staff recommends award to Northwest Asphalt, Inc. for a total base bid of $2,383,800.70. Alternates 1, 2, 3, and 4 totaling $505,565.28 are also recommended for a total project cost of $2,889,365.98. Funding sources include the street infrastructure fund, water and sewer and storm water utility funds. The city of Crystal will contribute to the portion of the shared roadway and storm sewer replacement cost. Director Weber and I recommend approval. Item 8.2 Staff recommends Council’s approval of plans and specs and authorization to seek bids for sanitary sewer lining projects for 2020 and 2021. The work is done to reduce inflow and infiltration in the sanitary sewer system. There is $350,000 earmarked in each year of the CIP budgets for a total of $700,000. The engineer’s estimate including indirect costs and contingencies is $700,000. Staff recommends the two years of work be combined under one contract to obtain favorable bids and save in engineering costs. The proposed work includes lining on streets near Liberty Park in the northwest corner of the city. If Council approves the plans and specs, bids would be presented to Council at the April 27 Council Meeting. Director Weber and I recommend approval. Item 8.3 Staff recommends that Council approve plans and specifications and authorizes advertisement of bids for playground improvement site work at Begin Park. Begin Park is located at 5407 Wisconsin Avenue  Page 3 North and the play equipment is currently the oldest in the parks system. The project includes playground equipment, replacement of the playground container, entrance ramp, sidewalk and concrete pads for two benches and one picnic table. The cost estimate for the site improvements is $84,660 and the estimate for the playground equipment is $113,729.39 for a total of $198,389.39. There is $200,000 available in the Park Infrastructure Fund for the project. Input from the neighborhood has been obtained similar to other park projects. The final equipment plan will be presented to Council in April. Director Rader and I recommend approval. Item 8.4 Staff is requesting Council’s approval of plans and specs and authorization to advertisement for bids for the basketball court replacement at Northwood Park. The court is over 25 years old and in need of replacement. The estimated cost of the project is $77,667.85, and there is $161,000 available in the 2020 CIP for court maintenance and repairs. Bids will be presented to Council in April. Director Rader and I recommend approval. Item 8.5 Council reviewed the proposed change order for the pool construction project at the March 16 work session. Change order number 7 is $54,106.49 and includes costs for thicker grade beam at the shade structure, CenterPoint utility delay costs, and costs for rainfall and delay costs (as negotiated). The change order increases the contract amount to $11,471,955.84; and the remaining construction contingency after this change order is $112,893.51. Director Rader and I recommend approval. Item 10.1 This item authorizes the purchase of three trailers from RDO Equipment for $24,235.67. The trailers would replace trailers that are 19 to 20 years old and in poor condition. The trailers are used regularly for transporting equipment to perform maintenance activities and to accommodate set up of special events. The replacement fund has $22,405.77 dedicated for the pur chase and the difference of $1,829.90 would be funded by the central garage replacement fund. Also, the three old trailers may be auctioned which would help fund the shortfall. Director Weber and I recommend approval. Item 10.2 Staff recommends purchasing a 2020 F350 dump truck for the street department. The existing street department truck (year 2010) would be transferred to the golf course which would enable the golf course truck (year 2001) to be sent to the auction. The purchase would be made through t he state cooperative purchasing venture. The cost of the cab and chassis is $33,064.74; the dump box, ancillary equipment, set up and installation costs are estimated at $33,134 making the total cost of the dump truck $66,198.74. The vehicle replacement fund has $69,257.78 dedicated for the purchase. Director Weber and I recommend approval. Item 10.3 This item approves a purchase of a Toro 6000 series mower to replace a five-year old Toro mower. The cost of the mower and ancillary equipment is $13,867.99 through the state cooperative purchasing agreement. The mower is used to maintain the city’s parks and public property. It is recommended to  Page 4 auction the 2015 mower. The equipment replacement fund has $14,788 dedicated for the purchase. Director Weber and I recommend approval. Item 12.1 Mayor Hemken will review the list of upcoming events/meetings. If you have any questions regarding items in the agenda packet, please contact me prior to the meeting so that staff can research any issues and be prepared to respond at the meeting. City Council Work Session February 18, 2020 Page 1 City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 City Council Minutes Work Session Meeting February 18, 2020 Northwood Conference Room CALL TO ORDER The New Hope City Council met in work session pursuant to due call and notice thereof; Mayor Hemken called the meeting to order at 6:30 p.m. ROLL CALL Council present: Kathi Hemken, Mayor John Elder, Council Member (arrived at 6:37 pm) Cedrick Frazier, Council Member Andy Hoffe, Council Member Jonathan London, Council Member Staff present: Jeff Alger, Community Development Specialist Brandon Bell, Community Development Assistant Dan Boyum, City Engineer Megan Hedstrom, Stormwater Specialist Valerie Leone, City Clerk Susan Rader, Director of Parks & Recreation Jeff Sargent, Director of Community Development Bernie Weber, Director of Public Works Stacy Woods, Assistant City Attorney AGENDA ORDER The work session discussion began with item 11.3, followed by 11.2, 11.1, 11.4, 11.5, and 11.6. 2020 SURVEY WITH MORRIS LEATHERMAN Item 11.1 Mayor Hemken introduced for discussion item 11.1, Discuss professional community- wide survey in 2020 with Morris Leatherman. Mr. Brandon Bell, explained Council previously agreed to conduct a professional community survey every five years and the last professional community survey was conducted in 2015 by the Morris Leatherman Company. Mr. Bell explained that Mr. Peter Leatherman has been invited to the meeting to discuss the content of the proposed 2020 survey. Mr. Bell stated some of the questions from the 2015 survey are no longer relevant (replacement of the city hall and pool facility). He stated Council Member Frazier previously suggested including questions regarding community engagement, and city staff would like a question asked regarding digital versus paper publications of city communications. Mr. Bell stated the cost of the 134-question survey in 2015 was $20,500. He stated the cost for a 2020 survey by the Morris Leatherman Company will not exceed $22,000. The city receives a small grant from the state for participating in the performance measurement survey. Mr. Peter Leatherman was introduced. Mr. Leatherman explained the process of the telephone survey that includes land lines and cell phone numbers of 400 randomly City Council Work Session February 18, 2020 Page 2 selected New Hope residents. He stated the survey could be conducted this spring or summer. Council reviewed survey questions. Mr. Leatherman indicated he would provide a draft survey based on input from Council and staff. Council thanked Mr. Leatherman. MEADOW LAKE MANAGEMENT PLAN Item 11.2 Mayor Hemken introduced for discussion item 11.2, Receive presentation on Meadow Lake Management Plan and discuss funding information. Jeff Strom, Wenck Associates, Inc. (Shingle Creek Watershed Management Commission engineer) and Megan Hedstrom, stormwater specialist, presented information regarding Meadow Lake’s management plan including studies undertaken to date and proposed improvements. Mr. Strom stated the proposed plan for Meadow Lake includes two phases: Phase 1 – cost $190,000  Year 1 – winter drawdown to control fish and SAV; install fish barriers  Year 2 – chemical treatment of fish and SAV if necessary  Year 3 – summer drawdown or chemical SAV treatment Phase 2 – cost $175,000  Year 4 – alum treatment  Year 5 – alum treatment Mr. Strom discussed project funding including watershed commission levy, grant funds, and city funds. In order to begin the project in 2020, the city would need to fund $70,000 for the first year of the project and all funds would be reimbursed in 2021 by Shingle Creek Watershed Commission once they levy the county for the project funds. Ms. Hedstrom stated the lake drawdown requires agreement from 75% of the lake shore landowners. The city and watershed commission staff have been working to educate homeowners about the project and the process. She noted delaying the project to 2021 would potentially lose the momentum that has been gained in the process. Council Member London noted the watershed should implement an on-going lake maintenance plan to protect the investment. Council Member Elder commented that the Meadow Lake Homeowners Association is a proactive group and city partner. Council expressed support for the plan. Ms. Hedstrom stated the request for funding will be presented at a future council meeting. POOL/CIVIC CENTER PARK/CITY HALL LANDSCAPING PROJECTS UPDATE (IMPROVEMENT Mayor Hemken introduced for discussion item 11.3, Update on Pool/Civic Center Park/City Hall Landscaping projects by Stantec Engineering (Improvement Project Nos. 995/941/994). Ms. Susan Rader, director of parks and recreation, and Dan Boyum, city engineer, provided an update to Council regarding the pool and park project. City Council Work Session February 18, 2020 Page 3 PROJECT. NOS 995/941/994) Item 11.3 Mr. Boyum reported on the progress made in the bathhouse and the interior pool work. Ms. Rader reported that the first reimbursement request for the state grant funds has been completed. Ms. Rader highlighted new items that will require a change order (thicker grade beam at shade structures). She stated in the next month the activity will increase at the exterior of the pool. She indicated staff still anticipates opening the 50-meter pool on June 6 and the remaining areas in early July. Council acknowledged the community’s excitement for the new facility. 2020 CONSTRUCTION PROJECTS Item 11.4 Mayor Hemken introduced for discussion item 11.4, Update regarding 2020 Construction Projects. Ms. Megan Hedstrom, stormwater specialist, and Bernie Weber, director of public works, reported on 2020 construction projects. Ms. Hedstrom stated a $14,000 retainage is being held for the 2018 seal coat project that had material failure on Boone Avenue. The contractor tried to resolve the problem but it may be necessary for public works to make necessary repairs and fund the costs from the retainage. Mr. Weber stated the signal at Boone and 42nd avenues will be replaced in 2020 as a coordinated effort between the city and county with a 50/50 cost share. He stated the changes will provide a safer intersection. Mr. Weber stated a hydrant was relocated last summer to accommodate the new signals. He stated flashing yellow arrows can be added to the eastbound and westbound signal lights; and protected left turn phase and flashing yellow arrows can be added to the northbound and southbound signal lights. Mr. Weber stated the 2020 infrastructure project is scheduled to begin this spring. He recommended a temporary road to 36th Avenue for residents residing on 36-1/2 Circle during construction. Discussion ensued regarding burial of power lines and the need to make 42nd Avenue safer for pedestrians. TOBACCO REGULATIONS Item 11.5 Mayor Hemken introduced for discussion item 11.5, Discuss Potential Changes to Tobacco Regulations. Mr. Brandon Bell, community development assistant, explained at the December 2019 work session Council requested a public input meeting be conducted by the Citizen Advisory Commission regarding changes to the city’s tobacco ordinances. Mr. Bell stated the Citizen Advisory Commission held a public input meeting on February 11, 2020. He stated Gretchen Garman from Hennepin County Public Health presented options regarding tobacco use prevention ordinances. At the meeting four members from the public spoke (three were owners of gas stations that sold tobacco City Council Work Session February 18, 2020 Page 4 and one was a resident). The resident stated they would like to see the city adopt measures similar to Golden Valley. The tobacco license holders stated that they are fully supportive of any across the board state or federal regulations and greatly appreciate attempts at trying to keep nicotine and tobacco out of the hands of the city’s youth. However, they expressed concern that any dramatic changes to the city’s tobacco ordinances, mostly any ban on menthol, mint, and wintergreen; would be extremely harmful to their businesses as their customers would simply drive a few blocks (or in one case across the street) to a different city that does not have a total ban on tobacco flavors. The five CAC members present gave some differing recommendations on what changes they felt could be made to the city’s tobacco ordinances, but there were three options that were almost unanimously agreed upon: 1. Ban all flavored tobacco products from being sold in the city except for menthol, mint, and wintergreen. 2. Set a cap on the number of tobacco licenses sold in the city. 3. Raise the age of those legally allowed to sell tobacco products to 18. Mr. Bell indicated the fourth most popular option, which was not preferred by the CAC, was banning the sales of tobacco products in pharmacies. All three of the majority recommended options were also received well by the three tobacco license holders that attended the CAC meeting. Approving these options would be fairly similar to the actions that Robbinsdale took, although all flavored tobacco products are allowed in adult only tobacco stores. Another issue that Council might want to review is the elimination of possession, use and purchase laws (PUP). With the increase in the legal age to 21, public health groups highly encourage eliminating PUP laws because they would be potentially penalizing people that were of legal age to purchase and are now addicted to tobacco; but are no longer of the legal age to purchase these products due to the new regulations. Mr. Bell stated staff agrees with the Citizen Advisory Commission’s recommendations that were made by a majority, and would also recommend that the Council pursue changing the current tobacco ordinance to reflect the new federal regulati ons. This would include raising the age for a person that can be sold tobacco products, from 18 years of age to 21 years of age; and a ban on all flavored cartridge -based e-cigarettes except for menthol and tobacco flavors. Staff would also recommend making some of the changes advised by the Mitchell Hamline Public Health Law Center that would update some of the verbiage in the current code that would mostly be adding definitions such as “electronic delivery device” to bring the city’s tobacco ordinance more up to date. Lastly, staff would recommend that Council consider the removal of the city’s PUP laws. Staff recommends that the City Council direct staff on how to proceed with the issue of tobacco prevention ordinances and have the City Attorney make the appropriate changes which could be brought forward to a future Council meeting for approval. Council Member London stated he is in favor of increasing the age to purchase tobacco products to 21. City Council Work Session February 18, 2020 Page 5 Discussion ensued regarding a ban on all flavored tobacco products, whether or not to prohibit pharmacies from selling tobacco products, and whether to raise the age of those legally allowed to sell tobacco products to 18. Council acknowledged concerns expressed by the business community. Council supported removing the language that makes the purchase of tobacco products by someone under the age 21 a punishable offense. A reduction of the city’s 21 tobacco licenses through attrition was discussed; the city clerk commented gas stations frequently change owner ship and reduction of tobacco licenses through attrition may be difficult to administer. Council Member Elder recommended banning the flavors that target youth. Council directed staff to prepare an ordinance amendment raising the legal age to 21 to purchase tobacco products, banning cartridge based e-cigarettes except for tobacco flavor and banning flavored tobacco products except for menthol, mint, and wintergreen flavors. Mr. Bell stated the proposed ordinance amendment will be presented to Council at a future work session. AFFORDABLE SCATTERED SITE HOUSING PROJECTS Item 11.6 Mayor Hemken introduced for discussion item 11.6, Discuss affordable scattered site housing projects. Mr. Jeff Sargent, director of community development, and Mr. Jeff Alger, community development specialist, updated Council regarding affordable scattered site housing projects. Mr. Sargent explained that the scattered site housing program has allowed the city to remove deteriorated homes and increase property values through new construction. Staff has been directed to target distressed single-family properties throughout the city, with the goal of improving residential neighborhoods. He stated since 2014, the city has coordinated the rehabilitation of two single-family homes and the construction of 20 new single-family homes on 16 lots. Mr. Sargent stated at the council meeting of November 12, 2019, Council Member Frazier requested that the city broaden its scattered site housing program to include affordable housing projects for first time homebuyers. As a result, staff met with representatives from Habitat For Humanity and Homes Within Reach in January of 2020. The city has worked with both organizations in the past on affordable scattered site housing projects, most recently in 2012. Mr. Sargent reported the city will be receiving $91,000 in Community Development Block Grant (CDBG) funds to be utilized between July 1, 2020, and June 30, 2021. The funds can be used for Habitat For Humanity and Homes Within Reach projec ts, including acquisition, rehabilitation, and in some cases, demolition. Owners of the new and/or rehabilitated homes would need to adhere to income restrictions specific to the program(s), equating to 60% of the AMI levels. He stated the city has a couple of options to use the CDBG funds for 2020. The two areas the city has historically dedicated the funds towards include the single -family housing rehabilitation loan program and the scattered site housing program. The home City Council Work Session February 18, 2020 Page 6 rehab loan program enables income-qualified residents to request loans to make needed improvements to their homes. The scattered site housing program funds would have to be used towards acquisition/rehabilitation, where the home would be sold to an income-qualified individual or family. The city could pursue this option on its own, or help support outside organizations such as Habitat for Humanity or Homes Within Reach. Hennepin County staff recently informed the city that the city has approximately $61,000 that it still needs to allocate from the 2019 CDBG funding cycle. In 2019, the city allocated $30,000 towards the single-family housing rehabilitation loan program, however that money was quickly used up, and there are still 11 people on the waiting list in need of these resources. In 2019, no money was allocated towards the scattered site housing program, since Hennepin County indicated that funds may no longer be used for acquisition/demolition of structures. For 2020, the city can disperse the CDBG funds in a couple ways. First, the city could allocate the total $91,000 towards the single-family housing rehabilitation loan program, along with the $61,000 left over from 2019. This would fund the program with $152,000, which would most likely be able to help all 11 people on the waiting list. Second, the city could divide the funds between the housing rehab and scattered site housing programs. Staff is seeking direction from the City Council on how the funds should be used. He stated the public hearing for the CDBG program funds will be held on February 24, 2020. President Hemken polled the commissioners on their preferences for use of the funds. Council Member Frazier indicated he would like to focus on the single-family housing rehabilitation loan program and the scattered site housing program that would aid in the construction or rehabilitation of an affordable home for low -income families. Council Member London recommended adding higher end housing to attract higher income residents and/or using the funds for rehab loans for single-family homeowners to benefit existing residents. Council Member Hoffe expressed support for the scattered site housing program. Council Member Elder and Mayor Hemken supported splitting the funds between the rehab program and the scattered site housing program. Mr. Sargent stated by allocating half of the $152,000 funds, about six families would benefit by the single-family rehabilitation loan program. He stated the other half of the funding could be used for a Habitat for Humanity house. Mr. Sargent stated the EDA budget could supplement the scattered site housing program. ADJOURNMENT The meeting was adjourned at 9:19 p.m. as there was no further business to come before the Council at its work session. Respectfully submitted, City Council Work Session February 18, 2020 Page 7 Valerie Leone, City Clerk New Hope City Council March 9, 2020 Page 1 City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 City Council Minutes March 9, 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: Staff present: Kathi Hemken, Mayor John Elder, Council Member Cedrick Frazier, Council Member Andy Hoffe, Council Member Jonathan London, Council Member Kirk McDonald, City Manager Jeff Alger, Community Development Specialist Tim Fournier, Director of Police Valerie Leone, City Clerk Stacy Woods, Assistant City Attorney APPROVAL OF MINUTES Motion was made by Council Member Elder, seconded by Council Member Frazier, to approve the regular meeting minutes of February 10, 2020. Voted in favor thereof: Hemken, Elder, Frazier, Hoffe; and the following voted against the same: None; Abstained: London; Absent: None. Motion carried. Motion was made by Council Member Frazier, seconded by Council Member Hoffe, to approve the regular meeting minutes of February 24, 2020. Voted in favor thereof: Hemken, Elder, Frazier, Hoffe, London; and the following voted against the same: None; Abstained: None; Absent: None. Motion carried. OPEN FORUM Mr. Mac Brand, 4972 Virginia Avenue North, requested improvements be made to the railroad track crossings on Boone and Winnetka. He also requested repairs of the sidewalk on Winnetka between 48th and 50th Avenue. Mayor Hemken noted the city is aware of the tracks and the street supervisor has called the railroad several times regarding their condition. The city will continue to contact the railroad. Mr. Ron Stoffel, 8004 55th Lane North, advised that the National Railroad Board governs the railways, and the city may desire to reach out to them. Mr. John Reiss, 4026 Louisiana Avenue North, expressed concern regarding the high cost of water in New Hope. New Hope City Council March 9, 2020 Page 2 Council Member Elder explained that the water rates cover the cost of water as well as infrastructure improvements. ROTATING VOTES Please note that votes taken on each agenda item are called by the secretary on a rotating basis; however, the written minutes always list the mayor’s name first followed by the council members’ in alphabetical order. CONSENT AGENDA Mayor Hemken introduced the consent items as listed for consideration and stated that all items will be enacted by one motion unless requested that an item be removed for discussion. Mr. Kirk McDonald, city manager, reviewed the consent items. FINANCIAL CLAIMS Item 6.2 Approval of financial claims through March 9, 2020. RESOLUTION 2020-28 Item 6.4 Resolution declaring adoption and implementation of State performance measures. MOTION Consent Items Motion was made by Council Member Elder, seconded by Council Member Hoffe, to approve the Consent items. All present voted in favor. Motion carried. ACCESS TO MULTI- DWELLING UNIT BUILDINGS BY CENSUS EMPLOYEES Item 10.1 Mayor Hemken introduced for discussion Item 10.1, Ordinance No. 20-06, An ordinance amending Chapter 11, Traffic Regulations and Criminal and Miscellaneous Offenses by adding a new Section 11-11(i) Access to Multi-dwelling unit buildings by United States Census Bureau employees. Mr. Jeff Alger, community development specialist, explained at the January 21, 2020, work session, the majority of the City Council directed staff to prepare an ordinance requiring apartment building owners and managers to grant Census Bureau enumerators access to their buildings. The city has a significant number of housing units that are categorized as “historically undercounted,” including multi - family properties, renter occupied properties, and senior living facilities. Participation in the census is mandatory; however, the Census Bureau does not prosecute for noncompliance. Similarly, building owners and managers are asked to grant census takers access to buildings but are no t prosecuted for noncompliance. The ordinance is intended give building owners/managers additional reason to comply with allowing census takers into their buildings. It also gives building owners/managers an opportunity to let residents know about the importance of participating in the census and the ability to provide information about who lives in any given unit. At the January 21, 2020, work session, staff was directed to prepare an ordinance that included enforcement language. The language would allow city staff the option of citing multifamily property owners who refuse entry. Mr. Alger stated on January 23, 2020, Mayor Hemken and staff attended a Hennepin County Complete Count Committee meeting. Representatives from several cities noted that they were in the process of adopting or had already adopted similar multifamily access ordinances. Cities that have passed ordinances include Brooklyn Park, Columbia Heights, Edina, and Plymouth. He reported none of the other cities included enforcement language as part of their ordinances. New Hope City Council March 9, 2020 Page 3 Difficulty of enforcement and concerns from the community and municipal partners about the impact of penalties were cited as the reasons for not including the language. Subsequent to the meeting, Mayor Hemken requested that staff also prepare an ordinance without enforcement language. As a result, the city attorney has prepared two versions of the ordinance; one with the enforcement language and one version without the enforcement language. Council questioned the enforcement measures. Mr. Alger stated the city’s inspection department would issue an administrative notice and if the property owner did not comply within 10 days, the city would issue an administrative citation. He stated it would be necessary to coordinate efforts between census bureau employees and building property managers. Council Member London questioned whether background checks are conducted for census workers. Mayor Hemken responded affirmatively and noted census workers also undergo extensive training. Council Member London expressed concern regarding building security being compromised. ORDINANCE 20-06 Item 10.1 Council Member Elder introduced the following ordinance and moved its adoption: “ORDINANCE NO. 20-06, AN ORDINANCE AMENDING CHAPTER 11, TRAFFIC REGULATIONS AND CRIMINAL AND MISCELLANEOUS OFFENSES BY ADDING A NEW SECTION 11-11(I) ACCESS TO MULTI-DWELLING UNIT BUILDINGS BY UNITED STATES CENSUS BUREAU EMPLOYEES.” The motion for the adoption of the foregoing ordinance (including adoption of a summary ordinance) was seconded by Council Member Frazier, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Frazier, Hoffe; and the following voted against the same: London; Abstained: None; Absent: None; whereupon the ordinance was declared duly passed and adopted, signed by the mayor which was attested to by the city clerk. INTERNATIONAL BUILDING-RELATED CODES Item 10.2 Mayor Hemken introduced for discussion Item 10.2, Ordinance No. 20-07, an ordinance amending Sections 3-2, 3-22, and 3-30 of the New Hope City Code relating to adoption of 2018 international building-related codes. Mr. Jeff Alger, community development specialist, stated the city utilizes the latest International Building Code (IBC), International Residential Co de (IRC), International Mechanical Code (IMC), International Fuel Gas Code (IFGC), and International Property Maintenance Code (IPMC) adopted by the state of Minnesota. The state is adopting the 2018 IBC, IRC, IMC, IFGC, and IPMC at the end of March 2020, so the city will need to change the years in its building code to reflect those changes as well. He stated the draft ordinance changes references to building-related codes from 2012 to 2018. ORDINANCE 20-07 Item 10.2 Council Member Frazier introduced the following ordinance and moved its adoption: “ORDINANCE NO. 20-07, AN ORDINANCE AMENDING SECTIONS 3-2, 3-22, AND 3-30 OF THE NEW HOPE CITY CODE RELATING TO ADOPTION OF 2018 INTERNATIONAL BUILDING-RELATED CODES.” The motion for the adoption of the foregoing ordinance (including adoption of a summary ordinance) was seconded by Council Member Hoffe, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Frazier, New Hope City Council March 9, 2020 Page 4 Hoffe, London; and the following voted against the same: None; Abstained: No ne; Absent: None; whereupon the ordinance 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 Elder, to adjourn the meeting, as there was no further business to come before the Council. All present voted in favor. Motion carried. The New Hope City Council adjourned at 7:40 p.m. Respectfully submitted, Valerie Leone, City Clerk G:\City Manager\AGENDA\6.2 R-Approval of Claims Merge Doc.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Title Approval of claims through March 23, 2020 Requested Action Claims for services and commodities purchased through this period are listed on the Check Disbursement Report Attachments x Check Disbursement Report Agenda Section Consent Item Number 6.2 I:\RFA\City Manager\2020\GFOA Certificate of Achievement\Q-Present GFOA Certificate of Achievement.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Title Motion accepting certificate of achievement for excellence in financial reporting Requested Action Staff recommends the City Council approve a motion accepting the Certificate of Achievement for Excellence in Financial Reporting for the Comprehensive Annual Financial Report (CAFR) for the fiscal year ended December 31, 2018. Policy/Past Practice The city of New Hope has received this award in the past and it has been accepted and acknowledged by the City Council at a council meeting. Background At the beginning of March, the city was notified by the Government Finance Officers Association (GFOA) that the New Hope CAFR for the fiscal year ended December 31, 2018 qualified for a Certificate of Achievement for Excellence in Financial Reporting. Recipients who have received the award in the past receive a certificate and a brass “2018” medallion to be affixed to the current plaque, which is displayed in the city hall lobby. Per the March 6, 2020 correspondence received from the GFOA, “the Certificate of Achievement is the highest form of recognition in governmental accounting and financial reporting and its attainment represents a significant accomplishment by a government and its management.” The city manager considers this a significant accomplishment for the city and extends appreciation to AEM, city staff and the City Council for the cooperation and teamwork effort in accomplishing this goal. Attachments  GFOA correspondence  Certificate of Achievement  Summary of grading Agenda Section Consent Item Number 6.4 I:\RFA\PUBWORKS\2020\Council\2020 Street Striping Marking\Q&R 2020 Street Painting-Marking.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution approving a contract with Warning Lites of Minnesota, Inc. for New Hope’s 2020 street paint striping/marking services Requested Action Staff recommends approval of a resolution awarding a contract to Warning Lites of Minnesota, Inc. for 2020 street paint striping/marking services on New Hope streets. Policy/Past Practice The City Council routinely considers improvement projects that improve safety for traffic and pedestrians within the city of New Hope. Background There are approximately 32 miles of lines that are striped, and the paint markings include crosswalks, stop bars, railroad crossings, and directional arrows. For many years, the city of New Hope has been contracting out street marking/painting services. Contracting out the marking/painting has been economically advantageous over providing the service in-house. The required extra seasonal staff, purchase and upkeep of the necessary painting equipment, and added liability of potential property damage and personal injury have warranted the continuation of contracting out this service. The city received quotes from three vendors for the 2020 street traffic striping and marking program. Warning Lites of Minnesota, Inc. submitted a quote of $31,213.91; Traffic Marking Services submitted a quote of $32,050.01; AAA Striping submitted a quote of $42,310.88. We have utilized the services of Warning Lites in the past with good results. Based on the low quote and positive previous experience, staff is recommending that the city retain the services of Warning Lites of Minnesota, Inc. for the 2020 street paint striping/marking. Funding Funding in the amount of $34,000 for street paint striping and marking is available in the 2020 street operating budget. Attachments  Resolution  Low quote, Warning Lites of Minnesota, Inc. Agenda Section Consent Item Number 6.5 City of New Hope Resolution No. 20- Resolution approving a contract with Warning Lites of Minnesota, Inc. for New Hope’s 2020 street paint striping/marking services WHEREAS, the city desires to enter into a contract for street paint striping and marking services; and, WHEREAS, city staff has prepared specifications and contract terms for the work and has had them reviewed by the city attorney; and, WHEREAS, the quotes for street paint striping and marking services for New Hope’s street paint striping and marking project were received prior to the 9th day of March 2020 at 12:00 p.m.; and, WHEREAS, funding has been budgeted in the street operating budget to pay for this expenditure; and, WHEREAS, staff has prepared a proposed contract for the lowest responsible and responsive quote, Warning Lites, setting forth the scope of work, terms, conditions, and compensation for services. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope, as follows: 1. That the contract between the city of New Hope and Warning Lites of Minnesota, Inc. in the amount of $31,213.91 is approved. 2. The mayor and city manager are authorized to sign. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 23rd day of March 2020. __________ __________________ Mayor Attest: ________ _________________ City Clerk I:\RFA\PUBWORKS\2020\Council\2020 Street Sweeping\Q&R 2020 Street Sweeping.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution approving a contract with Reliakor Services, Inc. for 2020 street sweeping services Requested Action Staff recommends approval of a resolution awarding a contract to Reliakor Services, Inc. for 2020 street sweeping services. Policy/Past Practice To practice better stormwater management, the city has conducted a spring and fall street sweeping operation. This is done for public safety, to improve water quality in our lakes and ponds, and to improve the appearance of the city streets by keeping them clean. Background Five vendors, who provide street sweeping services, were mailed the quote packet for the 2020 New Hope street sweeping services. The deadline to submit a quote for street sweeping services was March 9. The city received three bids for 2020 street sweeping services: Reliakor Services, Inc. $82.00 per hour Pearson Brothers $84.00 per hour Allied Blacktop Company $85.50 per hour Reliakor Services, Inc. has satisfactorily performed street sweeping for New Hope in past years. Weather permitting, the sweeping should be accomplished between April 13 and May 22, 2020 (for spring) and between October 19 and November 20, 2020 (for fall). Based upon this hourly rate and an estimated 250 hours to complete both spring and fall sweeping, the total for spring and fall sweeping is estimated at $20,500. Funding The street sweeping/street sweeping debris disposal program is funded by the 2020 stormwater operating budget. The 2020 budget of $34,000 allocated for spring and fall street sweeping will be used to fund sweeping of the streets and the contracted removal of the debris created as a result of the street sweeping. The total of the two low bids for street sweeping $82.00/hour ($20,500) and sweeping debris disposal ($6,249.79) is $26,749.79 which is within the budgeted amount. Attachments  Resolution  Low quote, Reliakor Services, Inc. Agenda Section Consent Item Number 6.6 City of New Hope Resolution No. 20- Resolution approving a contract with Reliakor Services, Inc. for 2020 street sweeping services WHEREAS, city streets have been identified by Public Works staff as requiring street sweeping during the spring and fall of 2020; and, WHEREAS, funding is available in the stormwater operating fund; and, WHEREAS, this activity is an integral component of the streets and storm sewer maintenance programs; and, WHEREAS, the lowest responsible bid was received from Reliakor Services, Inc. in the amount of $82.00 per hour; and, WHEREAS, staff has prepared a proposed contract with the contractor providing the lowest responsible and responsive quote, Reliakor Services, Inc., setting forth the project scope of work, terms, conditions, and compensation for services. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1.That the contract for street sweeping for year 2020 is awarded to Reliakor Services, Inc.; and, 2.That a contract between the city of New Hope and Reliakor Services, Inc. is approved, and 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 23rd day of March 2020. ______________ ______________ Mayor Attest: ________ _________________ City Clerk I:\RFA\PUBWORKS\2020\Council\2020 Street Sweeping Debris Disposal\Q&R 2020 Street Sweeping Debris Disposal.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution approving a contract with Reliakor Services, Inc. for disposal of debris collected during the spring 2020 street sweeping operation. Requested Action Staff recommends approval of a resolution awarding a contract to Reliakor Services, Inc. for disposal of debris collected during the spring 2020 street sweeping operation. Policy/Past Practice To practice better stormwater management, the city has conducted a spring and fall street sweeping operation. This is done for public safety and to improve water quality in our lakes and ponds. For many years, hauling of the debris has been bid separately from the actual street sweeping as contractors may only offer sweeping services and others contractors only offer hauling services. Background All debris collected during the street sweeping project is hauled to the Public Works facility where it is stockpiled until the sweeping project is completed. Once all the sweeping debris has been delivered to the Public Works facility, the contractor hired to dispose of the debris will haul it to an appropriate dump site. The specifications state that the cost of disposal will be based on the number of 24-cubic yard end dump trailers required to haul all the debris off-site. The bid of $299.99 per 24-cubic yard load, submitted by Reliakor Services, Inc., was the lowest quote received for debris disposal. Allied Blacktop Co. Submitted a quote of $1,900 per 24-cubic yard load. City staff believes Allied Blacktop’s quote was inflated because in 2019, the street sweepings did not contain enough organic material to be accepted by a yard waste site. As a result, the contractor had to dispose of the material at a landfill at an additional expense to the contractor. In recent years, the city hauled out an average of 500 yards of debris. Based upon the cost of $299.99 per truckload, at the current bid, the estimated debris removal will be $6,249.79. Funding The street sweeping/street sweeping debris disposal program is funded by the 2020 storm water operating budget. The 2020 budget of $34,000 allocated for spring and fall street sweeping will be used to fund sweeping of the streets and the contracted removal of the debris created as a result of the street sweeping. The total of the two low bids for street sweeping $82.00/hour ($20,500) and sweeping debris disposal ($6,249.79) is $26,749.79 which is within the budgeted amount. Attachments  Resolution  Low quote, Reliakor Services, Inc. Agenda Section Consent Item Number 6.7 City of New Hope Resolution No. 2020- Resolution approving a contract with Reliakor Services, Inc. for disposal of debris collected during the spring 2020 street sweeping operation WHEREAS, city streets have been identified by Public Works staff as requiring street sweeping during the spring of 2020; and, WHEREAS, once the streets are swept, the debris must be disposed of; and, WHEREAS, funding is available in the Storm Water Operating Fund; and, WHEREAS, this activity is an integral component of the streets and stormwater maintenance programs; and, WHEREAS, the lowest bid for the disposal of this debris was received from Reliakor Services, Inc., in the amount of $299.99 per 24-square-yard load; and, WHEREAS, staff has prepared a proposed contract with the contractor that provided lowest responsible and Responsive quote, Reliakor Services, Inc., setting forth the project scope of work, terms, conditions, and compensation for services. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota: 1. That the contract for disposal of debris collected during the spring 2020 street sweeping operation is awarded to Reliakor Services, Inc.; and, 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 23rd day of March, 2020. Mayor Attest: City Clerk I:\RFA\P&R\ARENA\2020\Compressor Rebuilds\Compressor Rebuilds.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Parks & Recreation By: Susan Rader, Director Agenda Title Resolution authorizing the appropriation of funds in the amount of $18,449.44 to rebuild the ice compressors and replace shaft seals at the New Hope Ice Arena Requested Action Staff requests that the City Council approve a resolution authorizing the rebuild of the three New Hope Ice Arena ice compressors and the shaft seals on compressors 2 and 3 by Rink-Tec Arena Specialists for $18,449.44. Policy/Past Practice The city develops a ten-year capital improvement program (CIP) for capital equipment, facility improvements, and infrastructure projects. Each year the CIP is reviewed, updated, and extended for another ten-year period. The rebuilding of the three ice compressors is listed in the 2020 CIP budget. Background All three of the compressors were installed new in 2011 as part the ice arena improvement project which included the change to an ammonia refrigeration system. The compressors are rotated through a schedule which allows the use to be distributed evenly. Rebuilding the top end of the compressors should be done anywhere between 10,000 – 12,000 hours, or approximately every three years. All three compressors have more than 12,000 hours of use. Along with the rebuilding of the three compressors, staff is recommending the replacement of the shaft seals on two of the compressors be done at the same time of the rebuild. The third compressor had a leak in the shaft seal in 2019 and was repaired. Staff received quotes from two companies. Company Quote Rink-Tec Arena Specialists $18,449.44 Gartner Refrigeration $20,274.00 Staff recommends approval of the low quote from Rink-Tec Arena Specialists. Rink-Tec Arena Specialists have previously provided repair and maintenance work to the refrigeration system at the ice arena so they are familiar with the system. The work would be performed in this spring. Funding The cost to rebuild the three compressors by Rink-Tec Arena Specialists is $18,449.44. This project is included in the 2020 CIP and the 2020 Ice Arena Operating budget as shared with the Council during 2020 CIP planning and 2020 budget meetings. The amount budgeted for this rebuild was $20,000. Attachments  Resolution Agenda Section Consent Item Number 6.8 Request for Action, Page 2  Recreation Facilities Manager’s memo  Quotes  Copy of 2020 CIP listing I:\RFA\P&R\ARENA\2020\Compressor Rebuilds\Compressor Rebuilds.docx City of New Hope Resolution No. 2020 - Resolution authorizing the appropriation of funds in the amount of $18,449.44 to rebuild the ice compressors and replace shaft seals at the New Hope Ice Arena 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 Parks and Recreation Department recommends the rebuilding of three compressors and replacement of two shaft seals at the ice arena be performed by Rink-Tec Arena Specialists for $18,449.44; and, WHEREAS, funds are available for this purchase within the Ice Arena Operating Fund. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota, that the appropriation of $18,449.44 for payment to Rink-Tec Arena Specialists from the ice arena CIP account is authorized. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 23rd day of March, 2020. ______________________________ Mayor Attest: ________________________ City Clerk Memorandum To: Susan Rader-Director of Parks and Recreation From: Mark Severson-Recreation Facilities Manager Date: March 10, 2020 Subject: Compressor rebuild at ice arena Staff is recommending the rebuilding of the three (3) ice arena compressors used in the refrigeration system as part of the 2020 Capital Improvement Program (CIP). The city develops a ten-year capital improvement program (CIP) for capital equipment, facility improvements, and infrastructure projects. Every year the CIP is reviewed, updated, and extended another year for another ten- year period. Having routine and recommended maintenance preformed on the equipment is critical to the operations at the ice arena. These compressors are the backbone of the refrigeration system in making and maintaining the ice and to get the longevity and the efficiency out of them requires this type of maintenance. It is recommended that the top end of the compressors be rebuilt every 10 to 12 thousand hours of use. All three compressors will soon go over the 12 thousand hour threshold. Also included in the bids is the replacement of the shaft seals in two of the compressors. The shaft seal on the third compressor began to leak in 2019, so that has been replaced. Staff recommends the replacement of the remaining two shaft seals while the compressor rebuilds are taking place. Staff received two bids from companies that have done work on the ice arena refrigeration system in the past, so both are familiar with the system. Staff recommends the low bid of $18,449.44 from Rink-Tec Arena Specialists. The work will be scheduled to be done in April. This work has been budgeted for in the 2020 ice arena CIP. The amount budgeted is $20,000. 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 I:\RFA\P&R\ARENA\2020\System Relief Valves\Arena system relief valve replacement.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Parks & Recreation By: Susan Rader Agenda Title Resolution authorizing the appropriation of funds in the amount of $4,957.46 for the replacement of the nine system relief valves which are part the refrigeration system at the New Hope Ice Arena Requested Action Staff requests that the City Council approve a resolution authorizing the replacement of the pressure relief valves to be done at the ice arena by Rink-Tec Arena Specialists for $4,957.46. Policy/Past Practice The city develops a ten-year capital improvement program (CIP) for capital equipment, facility improvements, and infrastructure projects. Each year the CIP is reviewed, updated, and extended for another ten-year period. The rebuilding of the compressors is listed in the 2020 CIP budget. Background The ammonia refrigeration system was installed new in 2011 as part the ice arena improvement. There are nine pressure relief valves that are part of the Safety System protecting the operation of the ammonia refrigeration system. The relief valves protect the equipment from overpressure while the system is being operated. Deviations from normal operating limits could cause personal injury, release of ammonia or environmental damage, or evacuation of, or injury to, members of the public. The relief valves are recommended to be replaced every five years. Staff received quotes from two companies. Company Quote Rink-Tec Arena Specialists $4,957.46 Gartner Refrigeration $5,765.00 Staff recommends approval of the low quote from Rink-Tec Arena Specialists. Rink-Tec Arena Specialists have previously provided repair and maintenance work to the refrigeration system at the ice arena so they are familiar with the system. The work would be performed in this spring. Funding The cost to replace the nine pressure relief valves at the ice arena is $4,957.46. This amount will be paid out of the ice arena operating budget. The 2020 CIP budgeted amount for this project is $5,000. Attachments  Resolution  Recreation Facilities Manager’s memo  Quotes  Copy of 2020 CIP listing Agenda Section Consent Item Number 6.9 I:\RFA\P&R\ARENA\2020\System Relief Valves\Arena system relief valve replacement.docx City of New Hope Resolution No. 2020 - Resolution authorizing the appropriation of funds in the amount of $4,957.46 for the replacement of the nine system relief valves which are part the refrigeration system at the New Hope Ice Arena 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 Parks and Recreation Department recommends the replacement of the nine system relief valves at the ice arena be performed by Rink-Tec Arena Specialists from; and, WHEREAS, funds are available for this purchase within the Ice Arena Operating Fund. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota, that the appropriation of $4,957.46 for payment to Rink-Tec Arena Specialists from the ice arena CIP account is authorized. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 23rd day of March, 2020. ______________________________ Mayor Attest: ________________________ City Clerk Memorandum To: Susan Rader-Director of Parks and Recreation From: Mark Severson-Recreation Facilities Manager Date: March 10, 2020 Subject: Replacement of pressure relief valves Staff is recommending the replacement of the nine (9) pressure relief valves within the refrigeration system as part of the 2020 Capital Improvement Program (CIP). The city develops a ten-year capital improvement program (CIP) for capital equipment, facility improvements, and infrastructure projects. Every year the CIP is reviewed, updated, and extended another year for another ten- year period. There are nine pressure relief valves that are part of the ammonia refrigeration system running the ice plant at the arena. These relief valves are original from when the system was installed in 2011. The relief valves are part for the systems safety system. The relief valves protect the equipment from overpressure while the system is being operated. If the equipment was exposed to overpressure while being operated, the results could not only be damage to the equipment, but release of ammonia that could cause damage to the environment or to the public. Because of the potential hazards of ammonia, these valves are recommended to be replaced every 5 years. Staff received two bids from companies that have done work on the ice arena refrigeration system in the past, so both are familiar with the system. Staff recommends the low bid of $4,957.46 from Rink-Tec Arena Specialists. The work will be scheduled to be done in April. This work has been budgeted for in the 2020 ice arena CIP. The amount budgeted is $5,000. 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 I:\RFA\PUBWORKS\2020\Council\1034 2020 Infrastructure\3-23 Award Contract\1034 RFA Award Bid Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution awarding contract to Northwest Asphalt, Inc. for construction of public improvement project no. 1034 (2020 Infrastructure Improvement Project) Requested Action Staff recommends that the Council pass a resolution awarding contract to Northwest Asphalt, Inc. for construction of public improvement project no. 1034 (2020 Infrastructure Improvement Project), including Alternates No. 1, 2, 3 and 4. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city’s street infrastructure management strategy has identified areas for maintenance activities in 2020. Background The project generally consists of a full street reconstruction with the replacement of water main and stor m sewer utility on both Northwood Parkway and 36 ½ Circle between Boone and 36th avenues. Additionally this project includes pavement work on many streets in the neighborhood between Boone Avenue and Highway 169, and 36th and 27th avenues. The project area can be seen on the attached Location Map. A feasibility report was presented and approved by the Council at the September 23, 2019 council meeting. Plans and specifications were approved at the February 10, 2020 council meeting. If awarded, project construction would begin in the spring of 2020 and all major project work would be complete by fall of 2020. The city received 4 bids at the March 12 bid opening. The low bid contractor for the base bid was Valley Paving, Inc. with a Total Base Bid Amount of $2,370,338.47. The second low bid for the base bid was Northwest Asphalt, Inc. with a Total Base Bid Amount of $2,383,800.70. Alternate Bid Amounts and the comparison to the Engineer’s Opinion of Probable Cost can be viewed in the Funding table below. Staff recommends awarding the Base Bid and Alternates No. 1, 2, 3, and 4. When you add alternates to the base bid, then Northwest Asphalt, Inc. is the low bid contractor with a total adjusted base bid of $2,889,365.98. Northwest Asphalt has worked in the city previously on street and storm sewer work next to Cooper High School along Virginia Avenue. The proposed project schedule is:  Award bid March 23, 2020  Begin construction Spring 2020  Substantial Completion October 16, 2020  Final Completion June 30, 2021  Fall of 2021 – assessment hearing Agenda Section Development & Planning Item Number 8.1 Funding This project will be funded primarily by the city of New Hope street infrastructure fund, utility funds (water, sewer, storm water), and assessments. Funding breakdowns are in the table below. Base Bid Improvements Estimated Construction Bid Price Difference Full Reconstruction – Streets & Utilities $1,648,778.00 $1,662,063.94 -$13,285.94 Mill & Overlay and Full Pavement Removal – Streets & Utilities $ 732,464.00 $ 721,736.76 $10,727.24 Total Base Bid Improvement Construction Cost $2,381,242.00 $2,383,800.70 -$ 2,558.70 Over Alt. No. Alternate Improvements Estimated Construction Bid Price Difference 1 Mill and Overlay Streets $ 436,122.00 $ 385,995.87 $50,126.13 2 Reclaim Erickson Drive bituminous sidewalk $ 53,146.00 $ 39,714.40 $13,431.60 3 Reclaim West Fire Station Parking Lot $ 50,375.00 $ 49,583.01 $ 791.99 4 Reclaim Remaining Civic Center Trails $ 32,052.00 $ 30,272.00 $ 1,780.00 Total Alternate Improvement Construction Costs $ 571,695.00 $ 505,565.28 $66,129.72 Under Adjusted Total Base Bid = Base Bid + Alt. 1-4 $2,952,937.00 $2,889,365.98 $63,571.02 Under Summary Project Costs - Base Bid Items + Alternates Item Estimated Construction Indirect Costs Estimated Project Costs Full Reconstruction - Streets & Utilities $1,662,063.94 $332,412.79 $1,994,476.73 Mill & Overlay and Full Pavement Removal - Streets & Utilities $721,736.76 $144,347.35 $866,084.11 Alt. 1 - Mill & Overlay and FPR - Streets & Utilities $385,995.87 $77,199.17 $463,195.04 Alt. 2 - Reclaim Erickson Drive bituminous sidewalk $39,714.40 $7,942.88 $47,657.28 Alt. 3 - Reclaim West Fire Station Parking Lot $49,583.01 $9,916.60 $59,499.61 Alt. 4 - Reclaim Remaining Civic Center Trails $30,272.00 $6,054.40 $36,326.40 Total - Base Bid Items + Alternates $2,889,365.98 $476,760.14 $3,467,239.18 Funding Source Improvement Type Total Project Cost (Including Alternates) Capital Improvement Plan Budget Budget Difference Funding Source Streets $2,672,901.26 $2,643,434.00 -$29,467.26 Street Fund - Over Water Main $414,597.20 $470,646.00 $56,048.80 Water Fund - Under Sanitary Sewer $172,645.68 $147,778.00 -$24,867.68 Sewer Fund - Over Storm Sewer $63,335.33 $55,465.00 -$7,870.33 Storm Fund - Over Subtotal $3,323,479.48 $3,317,323.00 -$6,156.48 Over Erickson Dr. Bit. Sidewalk $47,657.28 $40,000.00 -$7,657.28 Street Fund - Over Bit. Parking Lot West of Fire Station $59,499.61 $50,000.00 -$9,499.61 Street Fund - Over Bit. Trails near Civic Center Park $36,326.40 $40,000.00 $3,673.60 Park Fund - Under Subtotal $143,483.29 $130,000.00 -$13,483.29 Over Total $3,466,962.77 $3,447,323.00 -$19,639.77 Over Funding Source (Continued) Improvement Type Total Project Cost (Excluding Alternates) Capital Improvement Plan Budget Budget Difference Funding Source Streets $2,255,186.69 $2,643,434.00 $388,247.31 Street Fund Water Main $414,597.20 $470,646.00 $56,048.80 Water Fund Sanitary Sewer $127,441.62 $147,778.00 $20,336.38 Sewer Fund Storm Sewer $63,311.33 $55,465.00 -$7,846.33 Storm Fund Subtotal $2,860,536.84 $3,317,323.00 $456,786.16 Under Erickson Dr. Bit. Sidewalk $0.00 $40,000.00 $40,000.00 Street Fund Bit. Parking Lot West of Fire Station $0.00 $50,000.00 $50,000.00 Street Fund Bit. Trails near Civic Center Park $0.00 $40,000.00 $40,000.00 Park Fund Subtotal $0.00 $130,000.00 $130,000.00 Under Total $2,860,536.84 $3,447,323.00 $586,786.16 Under Attachments  Resolution  City Engineer’s Memorandum  Bid Tab City of New Hope Resolution No. 20- Resolution awarding contract to Northwest Asphalt, Incorporated for construction of public improvement project no. 1034 (2020 Infrastructure Improvement Project) WHEREAS, city staff has identified the need for infrastructure improvements specified in the 2019 CIP; and WHEREAS, the infrastructure improvements in this area are identified to follow the pavement management strategy adopted by Council; and WHEREAS, plans and specifications for the 2020 Infrastructure Improvement Project No. 1034 have been prepared by consultant engineers, Stantec, and approved by Council; and WHEREAS, the city has received acceptable bids and the Council does hereby determine to proceed with the 2020 Infrastructure Improvement Project; and WHEREAS, the adjusted total base bid of $2,889,365.98 from Northwest Asphalt, Incorporated that includes the base bid plus alternates 1, 2, 3 and 4 is the lowest responsible bid submitted; and WHEREAS, funding is available in the street infrastructure fund and supplemented by specific improvement funds. NOW, THEREFORE, BE IT RESOLVED, 1. That the contract of public improvement project no. 1034, the 2020 Infrastructure Improvement Project, is awarded to Northwest Asphalt, Incorporated. 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 23rd day of March, 2020. Mayor Attest: City Clerk Stantec Consulting Services Inc. 733 Marquette Avenue Suite 1000 Minneapolis MN 55402-2309 Tel: (612) 712-2000 March 17, 2020 File: 193804756 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2020 Infrastructure Improvements – Award City Project No.: 1034 Dear Bernie, Attached please find the Bid Results Letter on the above referenced project. Staff has discussed wanting to proceed with all of the alternates. Based on that direction, the Low Bidder on the project is Northwest Asphalt, Inc. with an Adjusted Total Base Bid of $2,889,365.98. The project generally consists of street and utility improvements in the residential area bordered by TH 169 to the west, 30th Avenue N. to the south, Boone Avenue N. to the east, and 36th Ave. to the north in addition to the full reconstruction of two streets located east of Boone Avenue and north of 36th Ave N (see attached location plan). A neighborhood meeting was held on October 11, 2019, where a presentation of the scope of work was provided. Resident questions were answered, and additional input and feedback was received. Anticipated impact to resident yards, including tree removals and landscaping impacts were discussed. A public hearing was held on October 28, 2019, and the scope of the project was discussed as well as proposed assessments. If the project moves forward, additional onsite meetings will be held with the property owners after the preconstruction meeting when a more detailed schedule is known and prior to construction. The base bid improvements were for full reconstruct, mill and overlay, and full pavement removal or reclaim improvements. As discussed at the plan authorization and approval, some mill and overlay streets from the feasibility report were bid as an alternate for budgetary reasons. Other public works and park projects included in the capital improvement plan were added as alternates. The four alternates bid were as follows: ·Alternate No. 1 – Mill and Overlay – Streets south of and including 32nd Ave. N., north of and including 30th Ave. N., east of Gettysburg Ave. No., and west of Boone Ave. N. ·Alternate No. 2 – Reclaim/Shape/Pave bituminous sidewalk along Erickson Dr. March 17, 2020 Mr. Bernie Weber Page 2 of 4 Reference:2020 Infrastructure Improvements – Approve Plans and Specifications; Authorize to Bid City Project No.: 1034 ·Alternate No. 3 - Reclaim/Shape/Pave bituminous existing parking lot to west of Fire Station and east of Zealand Ave. N. ·Alternate No. 4 – Reclaim/Shape/Pave the remaining existing trails at Civic Center Park. The total base bid project cost for these improvements, including indirect costs and based on the low bidder, is currently estimated to be $2,860,560.84. This amount is less than the original feasibility study estimate of $3,317,322. However, certain streets as shown in Figure 1 were included in Alternate No. 1 for budgetary reasons. The breakdown of project costs for the base bid and alternate improvements are shown on the following pages. Table 1 - Base Bid Improvements Item Estimated Construction Indirect Costs Estimated Project Costs Full Reconstruction - Streets & Utilities $1,662,063.94 $332,412.79 $1,994,476.73 Mill & Overlay and Full Pavement Removal (FPR) - Streets & Utilities $721,736.76 $144,347.35 $866,084.11 Total - Base Bid Items $2,383,800.70 $476,760.14 $2,860,560.84 As project costs may be constrained by allowable budget, alternate improvement options were bid with this project. The Council has the option to award or not award each alternate improvement option. The estimated costs for alternate bids are provided below: Table 2 - Alternate Bid Improvements Item Estimated Construction Indirect Costs Estimated Project Costs Alt. 1 - Mill & Overlay and FPR - Streets & Utilities $385,995.87 $77,199.17 $463,195.04 Alt. 2 - Reclaim Erickson Drive Bituminous Sidewalk $39,714.40 $7,942.88 $47,657.28 Alt. 3 - Reclaim West Fire Station Parking Lot $49,583.01 $9,916.60 $59,499.61 Alt. 4 - Reclaim Remaining Civic Center Trails $30,272.00 $6,054.40 $36,326.40 Total - Base Bid Items $505,565.28 $101,113.06 $606,678.34 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: March 17, 2020 Mr. Bernie Weber Page 3 of 4 Reference:2020 Infrastructure Improvements – Approve Plans and Specifications; Authorize to Bid City Project No.: 1034 Table 3 - Summary - Base Bid Items + Alternates Item Estimated Construction Indirect Costs Estimated Project Costs Full Reconstruction - Streets & Utilities $1,662,063.94 $332,412.79 $1,994,476.73 Mill & Overlay and Full Pavement Removal (FPR) - Streets & Utilities $721,736.76 $144,347.35 $866,084.11 Alt. 1 - Mill & Overlay and FPR - Streets & Utilities $385,995.87 $77,199.17 $463,195.04 Alt. 2 - Reclaim Erickson Drive Bituminous Sidewalk $39,714.40 $7,942.88 $47,657.28 Alt. 3 - Reclaim West Fire Station Parking Lot $49,583.01 $9,916.60 $59,499.61 Alt. 4 - Reclaim Remaining Civic Center Trails $30,272.00 $6,054.40 $36,326.40 Total - Base Bid Items + Alternates $2,889,365.98 $476,760.14 $3,467,239.18 A summary of the improvement types, project costs, and the associated funding sources are provided in the table below: Table 4 - Funding Source Improvement Type Total Project Cost (Including Alternates) Capital Improvement Plan Budget Budget Difference Funding Source Streets $2,672,901.26 $2,643,434.00 -$29,467.26 Street Fund - Over Water Main $414,597.20 $470,646.00 $56,048.80 Water Fund - Under Sanitary Sewer $172,645.68 $147,778.00 -$24,867.68 Sewer Fund - Over Storm Sewer $63,335.33 $55,465.00 -$7,870.33 Storm Fund - Over Subtotal $3,323,479.48 $3,317,323.00 -$6,156.48 Over Erickson Dr. Bit. Sidewalk $47,657.28 $40,000.00 -$7,657.28 Street Fund - Over Bit. Parking Lot West of Fire Station $59,499.61 $50,000.00 -$9,499.61 Street Fund - Over Bit. Trails near Civic Center Park $36,326.40 $40,000.00 $3,673.60 Park Fund - Under Subtotal $143,483.29 $130,000.00 -$13,483.29 Over Total $3,466,962.77 $3,447,323.00 -$19,639.77 Over March 17, 2020 Mr. Bernie Weber Page 4 of 4 Reference:2020 Infrastructure Improvements – Approve Plans and Specifications; Authorize to Bid City Project No.: 1034 Table 4 - Funding Source (Continued) Improvement Type Total Project Cost (Excluding Alternates) Capital Improvement Plan Budget Budget Difference Funding Source Streets $2,255,186.69 $2,643,434.00 $388,247.31 Street Fund Water Main $414,597.20 $470,646.00 $56,048.80 Water Fund Sanitary Sewer $127,441.62 $147,778.00 $20,336.38 Sewer Fund Storm Sewer $63,311.33 $55,465.00 -$7,846.33 Storm Fund Subtotal $2,860,536.84 $3,317,323.00 $456,786.16 Under Erickson Dr. Bit. Sidewalk $0.00 $40,000.00 $40,000.00 Street Fund Bit. Parking Lot West of Fire Station $0.00 $50,000.00 $50,000.00 Street Fund Bit. Trails near Civic Center Park $0.00 $40,000.00 $40,000.00 Park Fund Subtotal $0.00 $130,000.00 $130,000.00 Under Total $2,860,536.84 $3,447,323.00 $586,786.16 Under If Council chooses to award the project, this can be done at the March 23, 2020 Council meeting. Most of the work under this contract will be completed during the spring, summer, and fall of 2020. The final layer of bituminous pavement (wearing course) for the full reconstruct streets will be completed during the summer of 2021. If you have any questions or require further information, please call me at (612) 712-2021. Sincerely, STANTEC Dan D. Boyum, P.E. Attachments: Bid Results Letter and Bid Results, Location Plans (Figure 1 and 2) Cc: Kirk McDonald, Valerie Leone, Megan Hedstrom, Shawn Markham, Dave Lemke, Matt Rowedder, Andrew Kramer – New Hope; Lucas Miller, Ann Dienhart, Tyler Johnson - Stantec New HopePlymouth Crystal Robbinsdale 0 250 500Feet ($$¯ 1:7,200 (At original document size of 8.5x11) Revised: 2020-02-03 By: dmericksonV:\1938\Clients\New_Hope\Projects\2020_Infrastructure_Project\Location_Map.mxd Disclaimer: Stantec assumes no responsibility for data supplied inelectronic format. The recipient accepts full responsibility for verifying the accuracy and completeness of the data. The recipient releases Stantec, its officers, employees, consultants and agents, from any and all claims arising in any way from the content or provisionof the data. Proposed Improvements 1.5" Mill & Overlay2" Mill & Overlay2.5" Mill and OverlayReclaim & OverlayFull Reconstruct1.5" Mill & Overlay Alternative - Alt 12" Mill & Overlay Alternate - Alt 1Reclaim & Overlay Alternate - Alt 1 New H ope, Minnesota Location Map andProposed Improveme nts Figure 1 New HopePlymouth Crystal Robbinsdale 0 80 160Feet ($ $¯ 1:2,500 (At original document size of 8.5x11) Revised: 2020-02-03 By: dmericksonV:\1938\Clients\New_Hope\Projects\2020_Infrastructure_Project\Location_Map 2-4.mxd Disclaimer: Stantec assumes no responsibility for data supplied inelectronic format. The recipient accepts full responsibility for verifying the accuracy and completeness of the data. The recipient releases Stantec, its officers, employees, consultants and agents, from any and all claims arising in any way from the content or provisionof the data. Figure 2 Location Map of Alternates 2, 3 & 4 New Hope, Minnesota Alt 2 Alt 3,4 Atl. 2: Erickson Drive Bituminous Sidewalk Reclaim Alt. 3: Zealand Back Parking Lot Reclaim Alt. 4: Civic Park Bituminous Trail Reclaim Ex. Bituminous Trail I:\RFA\PUBWORKS\2020\Council\1048 2020-2021 Sewer Lining\Approve PandS and Authorize Bid Request for Action March 23, 2019 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director of Public Works Agenda Title Resolution approving plans and specifications and authorizing to advertise for bids for the proposed 2020- 2021 Sanitary Sewer Lining project (Improvement Project No. 1048) Requested Action Staff is recommending that Council pass a resolution approving plans and specifications and authorizing to advertise for bids for the proposed 2020-2021 Sanitary Sewer Pipe Lining project. Policy/Past Practice In the fall of 2003, the city initiated a program to reduce inflow and infiltration (I and I) in the sanitary sewer system. Initiatives completed by the city thus far include replacement of open hole sanitary sewer manhole covers, roof vent and foundation drain inspection of apartments and commercial buildings, televised inspection of sanitary sewer pipe, and the implementation of the sanitary sewer yearly lining program. Background The city’s 2020 capital improvement program (CIP) includes $350,000 for the lining of deteriorating areas of the sanitary sewer network. Similarly, there is $350,000 in the 2021 CIP budget. Staff is recommending that these two years of work be combined under one contract to save cost in engineering and to encourage low bids. The city has done this in the past when the 2017 and 2018 sewer lining projects were combined into one project. The project plans identify the first area to be completed in 2020 and a second area to be completed in 2021 to ensure the funds are split appropriately over the two-year contract period. Both projects include lining on streets near Liberty Park in the northwest corner of the city. The project area can be seen on the attached project map. This area was identified in the city’s I and I study that was performed in 2019. The study identified targeted areas for the city to line to reduce I and I. If Council chooses to move forward with this project, bids could be received on April 16 and would be brought to the Council for review at the April 27 council meeting. Approximately half of the work would occur in 2020 and the remainder of the work would be completed in 2021. Funding The engineer’s cost estimate for the project is $700,00.00 including indirect costs and contingencies. This would be funded from the 2020 and 2021 Sanitary Sewer Lining CIP project funds. Attachments  Resolution  Engineers Memo  Draft Plans Agenda Section Development & Planning Item Number 8.2 City of New Hope Resolution No. 20- Resolution approving plans and specifications and authorizing to advertise for bids for the proposed 2020-2021 Sanitary Sewer Lining project (Improvement Project No. 1048) WHEREAS, the capital improvement program identifies programs to reduce the inflow and infiltration (I and I) entering the sanitary sewer system; and, WHEREAS, Metropolitan Council Environmental Services (MCES) has determined that lining sanitary sewer pipe reduces the impact of excessive I and I; and, WHEREAS, lining sanitary sewer pipe has been established as an effective way to reduce I and I and extend the life of the sanitary sewer infrastructure; and, WHEREAS, the 2020/2021 I and I abatement program activities are included in the approved 2020/2021 sanitary sewer operating budget and capital improvement program. NOW, THEREFORE, BE IT RESOLVED: 1. Such plans and specifications are hereby approved. 2. The city clerk shall prepare and cause to be inserted in the official paper, an advertise ment for bids for New Hope’s 2020 and 2021 Sanitary Sewer Lining. The advertisement shall state that the bids will be opened at 10:00 a.m. CST on April 16, 2020 at the New Hope City Hall, 4401 Xylon Avenue North, New Hope Minnesota. Any bidder whose responsibility is questioned during consideration of the bid shall be given an opportunity to address the City Council on the issue of responsibility. No bids shall be considered unless sealed and filed with the city clerk and accompanied by a cash deposit, cashier’s check, bid bond or certified check payable to the city for five percent (5%) of the amount of such bid. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 23rd day of March, 2020. Mayor Attest: City Clerk Stantec Consulting Services Inc. 733 Marquette Avenue Suite 1000 Minneapolis MN 55402-2309 Tel: (612) 712-2000 March 17, 2020 File: 193804991 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2020 & 2021 Sanitary Lining – Approve Plans and Specifications; Authorize to Bid City Project No.: 1048 Dear Bernie, In New Hope’s continued effort to reduce service costs, an annual pipe lining project has been implemented to help address inflow and infiltration into the city’s sanitary sewer system. The 2020/2021 project includes lining sanitary mains over a two-year period. The Capital Improvement Plan has identified $350,000 in 2020 and $350,000 in 2021for sanitary sewer lining. The improvements will occur within the streets and area evaluated as part of the flow monitoring program completed in 2019 as well as one segment that required repair in 2019 located on Utah Avenue North. The location drawings are attached, and the complete plan set is available at City Hall for review. The total project costs are estimated below: Sanitary Lining Construction Cost $590,000 Indirect Costs $110,000 Total Estimated Project Costs $700,000 If Council chooses to move forward with this project, approval of plans and specifications and authorization to advertise for contractor bids could be given at the March 23rd Council meeting. Bids could then be received on April 16th and brought back to Council for review at the April 27th Council meeting. This work has combined two years of Capital Improvement funds, in the hopes of better pricing for bidding. March 17, 2020 Mr. Bernie Weber Page 2 of 2 Reference:2020 & 2021 Sanitary Lining – Approve Plans and Specifications; Authorize to Bid City Project No.: 1048 If you have any questions or require further information, please call me at (612) 712-2021. Sincerely, STANTEC Dan D. Boyum, P.E. Attachments: 2020 & 2021 Sanitary Sewer Lining - Location Plans Cc: Kirk McDonald, Valerie Leone, Megan Hedstrom, Shawn Markham, Dave Lemke, Matt Rowedder, Andrew Kramer – New Hope; Lucas Miller, Ann Dienhart - Stantec LAKE N OR TH WO OD 62ND AVENUE NORTH 49TH AVENUE NORTH 36TH AVENUE NORTH 32ND AVENUE NORTH MEDICINE LAKE ROAD (CO RD 70) 42ND AVENUE (CO RD 9) (CORD10) NORTH CP RAIL CPRAIL T R U N K H I G H W A Y 1 6 9 T R U N K H I G H W A Y 1 6 9 B O O N E A V E N U E N O R T H B O O N E W I N N E T K A A V E N U E N O R T H (C O R D 1 5 6 ) N O R T H A V E N U E W I N N E T K A A V E N U E N O R T H W E S T B R O A D W A Y ( C O R D 8 ) L O U I S I A N A A V E N U E N O R T H L O U I S I A N A A V E N U E N O R T H X Y L O N A V E N A VE N 32ND A V E A V E N A V E N A V E N N AVE F L A G C T E N S I G N C I R . N A V E F L A G A V E N U E N CT C I R AVE N48TH N E V A D A A V E N A VE N OREGONAVEN R H O D E I S L A N D AVE N 601/2 AVEN PL C I R A V E D E C A T U R A V E N AVE N A V E N A V E N CIR DECATUR CIR AVE N AVE N A V E N A Q U I L A A VE N AVE N CIR N CIR CIR AVEN CIR PLACEN A V E N LAMPHERE CIR A V E LINDADR A V E N WESTRD EAST A VE N A V E A V E . N LANE P LA C E N (CORDNO70) A Q U I L A (MEDICINE 27THAVEN N AVE32ND L O U I S I A N A A V E N 31STAVEN A VE N AVEN30TH VIEWCRESTLA TERRA C T R O S A L Y N VALLE VISTA Q U E B E C A V E N N E V A D A A V E N A V E N 35THAVEN VALLEY N E V A D A 33RDAVEN WINPARKDR W I N P A R K D R N N A V E V I R G I N I A A V E WISCONSIN 31STAVEN NORTHERNDR Y U K O N AVEN30TH AVEN29TH (C o .R d .1 5 6 ) V I R G I N I A AVEN28TH X Y L O N A V E Y U K O N Z E A L A N D 27TH PL N S T A T E H I G H W A Y 1 6 9 32ND AVE N B O O N E A V E N ENSIGN 3 2 N D C A V E L L A V E N AVENE NS IGN NAVE31STN AVE F L A G A V E N G E T T Y S B U R G H I L L S B O R O N A V E 31ST INDEPENDENCE 3 0TH AV E N 29THAVE A V E ENSIGN F L A G A V E N 2 9TH AV E N H I L L S B O R O A V E N N A V E C T E N S G C T FLAGCT FLAGCIR 33RD 34TH ENSIGNAVEN G E T T Y S B U R G HILLSBORO I N D E P E N D E N C E A V E N NAVE35TH I N D E P E N D E N C E A V E N A V E . H I L L S B O R O 34TH G E T T Y S B U R G A V E N 341/2 AVEN F L A G A V E . N E N S I G N A V E N X Y L O N U T A H A V E N W I N N E T K A A V E N 3 3 R D U T A H A V E N V I R . V I R G I N I A 35-1/2 AVEN A Q U I L A A V E N Y U K O N PLN33RDCIRBOONE AQUILAAVEN Z E A L A N D A V E N A Q U I L A A V E N A V E N Y UK ON N3 4TH AVE X Y L O N A V E . N . P L 33RD PL N AVEN 33RD 34THPLN AVEN34TH 3 6TH AV E N W I S C O N S I N A V E N 35THAVEN AVE 40THAVEN X Y L O N ZEALAND A V E N WIS CONSIN VIRGINIA U T A H A V E N AVEN 3 81/2 N39TH BOONE 38THAVEN 3 7 T H A V E N NORTHWOOD PKWY CIRCLEN 361/2 PKWY N O R T H W O O D I N D E P E N D E N C E A V E N U E N HOPEWOODLANE ENSIG N AVEN NOR T HWOODPK WY B O O N E A V E N D E C A T U R E N S I G N A V E N U E N F L A G N O R T H W O O D G E T T Y S B U R G H I L L S B O R O A V E N U E N B OONE B O O N E A V E N 4 1STAVE 401/2 AVENUE N C A V E L L D E C A T U R E N S I G N A V E N U E N F L A G A V E N U E N AVEN J O R D A N A V E N U E N 4 0 1 /2 41ST AVENUE N J OR DA N AVE NAVEJORDAN 42NDAVENUE NORTH (CSAH9) F L A G A V E N44TH I N D E P E N D E N C E A V E N I N D G E T T Y S B U R G A V E N U E N I N D E P E N D E N CE 44TH 45TH AVEN X Y L O N A V E N 42NDAVEN AVEQUEBEC L O U I S I A N A A V E N M A R Y L A N D A V E N 38THAVEN 3 9TH AVE N 40TH AVE N M A R Y L A N D 4 3RD AV E N 43RDAVEN M A R Y L A N D A V E N A V E N 44TH 43RDAVEN AVE N Q U E B E C A V E N N E V A D A A V E N L O U I S I A N A A V E N O R E G O N A V E N 41ST AVE.N. 49TH AVEN A V E N A V E N 4 7 1 /2 C I R 4 7 1 /2 P L AVEN 48THAVEN 47THAVEN 451/2 AVEN S U M T E R 46THAVEN R H O D E I S L A N D 47THAVEN 47 1/2 AVE N 48TH 48THAVEN A V E N Q U E B E C AVEN46TH O R E G O N A V E N N E V A D A M A R Y L A N D A V E N C .P . R A I L S Y S T E M L O U I S I A N A A V E N 5 2ND AV E N 53RD AVEN M A R Y L A N D A V E N 53RDAVEN Q U E B E C A V E N ANGELINEDR A Q U I L A A V E N V I R .A V E N X Y L O NAQUILA A V E N 48THAVEN Z E A L A N D A V E N 47TH AVEN 49THAVEN DEL DR 461/2 AVEN D R I V E E R I C K S O N PL BOONE A V E N D E C A T U R A V E N E N S I G N F L A G A V E N 48THAVE DECAT UR AVE N 471/2 AVEN 47THAVEN B O O N E A V E N U E N A V E N 46TH E NSIG N AVE N FLA G AVE N 46THAVE 47TH AVE N AVE N G ET T Y SB U R G AVE N H ILL S B O R O AVEN46TH AVEN 45TH H I L L S B O R O A V E N B O O N E A V E N 51ST AVEN 50TH 51ST 52NDAVEN SCIENCE CE NTERDR W I N N E T K A A V E N VIR V I R G I N I A A V E N W I S C O N S I N X Y L O N A V E N 50THAVEN 51ST AVEN A V E Y U K O N Z E A L A N D A V E N FAIRVIEW ZEALAND 50THAVEN (C o . R d .1 5 6 ) 54TH AVE N W I S C O N S I N BOONE 56THAVEN Co.Rd.10 BASSLAKERD 5 8 T H A V E N Y U K O N A V E N X Y L O N A V E N 55THAVEN U T A H A V E N W I S A V E N X Y L O N A V E N Z E A L A N D A V E N PKWY I N T E R N A T I O N A L CENTER P K W Y INTERNATIONAL RESEARCH CTR S T A T E H I G H W A Y 1 6 9 H A R L A N D R B U R G A V E H I L L S B O R O AV E N GETTYSBURG G E T T Y S B U R G A V E C I R B ASSCREEK 59TH AVEN HILLSBORO G E T T Y S B U R G A V E E N S I G N A V E N D E C A T U R A V E N C A V E L L A V E N 60THAVEN B O O N E A V E N 61ST AVEN 611/2 L A K E U T A H W I S V I R A V E N 591/2 6 1ST AV E N V I R G I N I A A V E N LAKE RDN Y U K O N A V E N 611/2 AVEN 6 2ND AV E N Z E A L A N D A V E N 601/2 AVE N M E A DO W MEADOW R D W A Q U I L A A V E N MEADOWLAKE PL W E S T BR OA D W AY 57THAVEN CLOVERDALEAVEN 58THAVEN 56THAVEN 54THAVEN L O U I S I A N A A V E N O R E G O N A V E N A VE N58TH M A R Y L A N D A V E N P E N N S Y L V A N I A A V E N R H O D E I S L A N D S U M T E R A V E N 55TH AVE N RAPHAELST A V E N S U M T E R A V E N 6 0T H AV E N M A R Y L A N D A V E N L O U I S I A N A 59THAVEN A V E N Q U E B E C I S L A N D R H O D E N61STAVE S U M T E R A V E N 61ST S U M T E R P L 60THAVEN S H I R L E Y N E V A D A A V E N O R E G O N P E N N S Y L V A N I A A V E N A V E N R H O D E I S L A N D A V E N Q U E B E C J E R S E Y 5 8 T H K E N T U C K Y LOMBARDY 60THAVEN K E N T U C K Y A V E N 5 9TH AV E N DUDLEY AVEN Z E A L A N D A V E N 3 2 N D A V E N U E N A V E N U E N A V E N A V E N A V E N D R I V E C.P.RAIL SYSTEM A V E N X Y L O NYUKON 45TH R E S E A R C H R D LAKE RD) G E T T Y S C I R . L A K E R D E A V E N . DR. AVE.N AVEN 45TH A V E N AVEN A V E N A V E N M E A D O W AVE N A V E N CIR A V E N AVEN A V E N A V E N U E N 27THAVEN S U M T E R 39 1/2 D EC A T U R C T. C .P . R A I L S Y S T E M E N S I G N A V E N V I R G I N I A A V E N V I R G I N I A A V E N A Q U I L A A V E N C A V E L L A V E N U E N M A R Y L A N D A V E N L O U I S I A N A A V E N W I S C O N S I N A V E N HILLSBOROPL G E T T Y S B U R G A V E J O R D A N A V E N U E N A V E H I L L S B O R O 6 2ND AV E N W A Y A L I C E E L M G R O V E A V E N U E MEDICINE LAKE ROAD COUNTY ROAD70 C O R D 1 5 6 C .P . R A I L S Y S T E M 601/2 AVE N B O O N E A V E N BOONEPLN 40THAVEN PARK N OR TH WO OD J O R D A N A V E N BASS LAKE ROAD I N D E P E N D E N C E A V E N A LLAN CIR CIR.N61ST U T A H A V E N VICINITY MAP CITY OF NEW HOPE 2020 & 2021 SANITARY SEWER LINING SHEET INDEX G0.01 TITLE SHEET C0.01 PART 1 - 2020 LINING LOCATION PLAN C0.02 PART 2 - 2021 LINING LOCATION PLAN 3 - SHEETS TOTAL 0 Scale in feet 1200 2400 CITY HALL BID SITE PUBLIC WORKS N G0.01 T I T L E S H E E T PROJECT LOCATION - PART 2 2021 LINING AREA *THESE PLANS SHOULD BE PRINTED IN COLOR 2020 STANTEC PROJECT NO. 193804991 CITY PROJECT NO. 1048 KATHI HEMKEN BERNIE WEBER DIRECTOR OF PUBLIC WORKS ANDY HOFFE KIRK McDONALD JOHN ELDER CITY MANAGER COUNCILMEMBER MAYOR CEDRICK FRAZIER COUNCILMEMBER COUNCILMEMBER COUNCILMEMBER STEVE SONDRALL CITY ATTORNEY JONATHAN LONDON PROJECT LOCATION - PART 1 2020 LINING AREA SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 3 /2 0 2 0 - 1 1 :1 4 a m D r a w i n g n a m e : V :\1 9 3 8 \a c t i v e \1 9 3 8 0 4 9 9 1 \C A D \D w g \1 9 3 8 0 4 9 9 1 _G 0 0 1 .d w g X r e f s :, 1 9 3 8 0 4 9 9 1 _B O R D E R , 1 9 3 8 0 4 9 9 1 _X S S S T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M I N N E S O T A 2 0 2 0 & 2 0 2 1 S A N I T A R Y S E W E R L I N I N G 193804991 C I T Y P R O J E C T N O . 1 0 4 8 KY ACD KMS DDB P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N D . B O Y U M 4 -2 0 -2 0 2 0 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > >>> > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > >>>> > SS SS SS SS SS SS SS SS SS SS SS SS SS SS 69 RIM: 897.09 INV: 888.00 4 1 5 ' - 9 " V C P (6 1 ) 4 3 1 ' - 9 " V C P (6 0 ) 82 RIM: 904.77 INV: 893.60 83 RIM: 906.92 INV: 894.80 4 2 6 ' - 9 " V C P (5 9 ) 84 RIM: 905.39 INV: 896.00 3 2 4 ' - 9 " V C P (5 8 ) 5 0 6 ' - 9 " V C P (5 7 ) 2 5 0 ' - 9 " V C P (5 6 ) 70 RIM: 901.15 INV: 890.50 81 RIM: 915.64 INV: 900.00 SS 2 4 2 ' - 9 " V C P (5 5 ) 80 RIM: 915.37 INV: 901.75 79 RIM: 912.88 INV: 903.48 79 RIM: 914.07 INV: 902.64 3 3 8 ' - 9 " V C P (4 7 ) 71 RIM: 907.12 INV: 897.87 73 RIM: 913.01 INV: 903.58 3 3 9 ' - 9 " V C P (4 6 ) 3 5 7 ' - 9 " V C P (4 5 ) 74 RIM: 918.61 INV: 909.29 96 RIM: 924.67 INV: 915.00 75 RIM: 924.86 INV: 916.00 76 RIM: 919.14 INV: 908.11 3 4 4 ' - 9 " V C P (4 4 ) E N S I G N A V E N D E C A T U R A V E N C A V E L L A V E N SS SS SS SS SS H I L L S B O R O A V E N G E T T Y S B U R G G E T T Y S B U R G C I R N A V E N 60TH AVE N 6 0 T H A V E N 59THAVEN BASS LAKE RD I N T E R N A T I O N A L P K W Y 1022 RIM: 889.2 INV: 878.47 305' - 9" VCP (54) 301' - 9" VCP (53) 265' - 9" VCP (52) 267' - 9" VCP (51) 1 9 9 '-9 "V C P (5 0 ) 44 RIM: 895.30 INV: 880.18 45 RIM: 892.00 INV: 879.3046 RIM: 888.06 INV: 875.20 3 3 1 ' - 9 " (3 0 ) 3 0 0 ' - 9 " V C P ( 1 3 ) 2 2 5 ' - 9 " V C P ( 7 2 ) 116' - 6" CIP (71) 47 RIM: 901.10 INV: 891.00 48 RIM: 908.00 INV: 898.00 B O O N E A V E N C S A H 1 0 CSAH10 GETTYSBURG AVE N > > > > > > > > > > > > > > SS SS 79 RIM: 912.88 INV: 903.48 76 RIM: 919.14 INV: 908.11 3 4 4 ' ( BASS LAKERD B O O N E A V E N I N T E R N A T I O N A L P K W Y SS SS SS 1023 RIM: 890.0 INV: 878.63 1022 RIM: 889.2 INV: 878.47 1024 RIM: 895.5 INV: 879.52 CSAH10 > > > > > > > > > > > > > > > > > > > > > > > SS SS 2 3 8 ' - 9 " V C P (3 4 9 ) 459 RIM: 917.26 INV: 906.08 460 RIM: 916.66 INV: 906.79 W I N N E T K A A V E V I R G I N I A A V E N U T A H A V E N 48TH AVE N > SS SANITARY LINING LEGEND EXISTING SANITARY SEWER PIPE EXISTING SANITARY SEWER PIPE - TO BE LINED IN 2020 EXISTING SANITARY SEWER PIPE - TO BE LINED IN 2021 EXISTING TRUNK SANITARY SEWER PIPE EXISTING SANITARY SEWER MANHOLE MANHOLE PROTECTIVE LINER - EX. MANHOLE PROPOSED SANITARY SEWER PIPE WITH (PIPE ID) - TO BE LINED 415 - 9" VCP (61) P l o t D a t e : 0 3 / 1 6 / 2 0 2 0 - 3 : 5 3 p m D r a w i n g n a m e : V : \ 1 9 3 8 \ a c t i v e \ 1 9 3 8 0 4 9 9 1 \ C A D \ D w g \ 1 9 3 8 0 4 9 9 1 _ C 0 0 1 . d w g X r e f s : , 1 9 3 8 0 4 9 9 1 _ X S S S , 1 9 3 8 0 4 9 9 1 _ B O R D E R , 1 9 3 8 0 4 9 9 1 _ X S P L P A R T 1 - 2 0 2 0 A R E A L O C A T I O N P L A N C0.01 0 100 200 PART 1 - 2020 AREA LOCATION PLAN N NOTES: 1) MANHOLE ELEVATIONS AND PIPE LENGTHS ARE APPROXIMATE. ACTUAL ELEVATIONS AND LENGTHS MAY VARY. 2) START CONSTRUCTION: JULY 13, 2020 - NO WORK CAN BEGIN UNTIL AFTER THE ABOVE DATE IN ORDER TO AVOID CONFLICTS WITH CURRENT CITY INFRASTRUCTURE PROJECTS WITHIN PROJECT AREAS. 3) SUBSTANTIAL COMPLETION FOR PART 1 LINING AREA: NOVEMBER 20, 2020. > > SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 6 /2 0 2 0 - 3 :5 3 p m D r a w i n g n a m e : V :\1 9 3 8 \a c t i v e \1 9 3 8 0 4 9 9 1 \C A D \D w g \1 9 3 8 0 4 9 9 1 _C 0 0 1 .d w g X r e f s :, 1 9 3 8 0 4 9 9 1 _X S S S , 1 9 3 8 0 4 9 9 1 _B O R D E R , 1 9 3 8 0 4 9 9 1 _X S P L T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M I N N E S O T A 2 0 2 0 & 2 0 2 1 S A N I T A R Y S E W E R L I N I N G 193804991 C I T Y P R O J E C T N O . 1 0 4 8 KY ACD KMS DDB P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N D . B O Y U M 4 -2 0 -2 0 2 0 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m C 0 .0 2 S E E S H E E T SS SEE RIGHT SEE LEFT C0.02SEE SHEET C0.02SEE SHEET 0 150 300 > *THESE PLANS SHOULD BE PRINTED IN COLOR 0 100 200 > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > >>> > > > > > > > > > > > > > > > > > > > > >> > > > > > > > > > > > > >>> > > > > SS SS SS SS SS SS SSSS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SSSS E N S I G N A V E N B O O N E A V E N 61 12 AVE N 62ND AVE N 61ST AVE N 60 1/2 AVE N 61ST CIR N G E T T Y S B U R G A V E N 60TH AVE N 6 0 T H A V E N SS SS SS SS 2 2 0 '-9 "V C P (2 5 ) 2 2 0 '-9 "V C P (2 6 )311' - 9" VCP (28) 313' - 9" VCP (27)38 RIM: 905.38 INV: 895.00 37 RIM: 900.12 INV: 891.0036 RIM: 899.02 INV: 889.96 35 RIM: 897.46 INV: 888.48 34 RIM: 895.90 INV: 887.00 366' - 9" VCP (20) 364' - 9" VCP (21) 3 2 8 '-9 "V C P (2 9 ) 373' - 9" VCP (22) 246' - 9" VCP (23) 12 RIM: 907.78 INV: 898.00 13 RIM: 903.58 INV: 894.00 14 RIM: 898.58 INV: 889.00 15 RIM: 890.78 INV: 881.00 16 RIM: 887.04 INV: 879.40 17 RIM: 884.38 INV: 877.73 394' - 9" VCP (10) 419' - 9" VCP (9) 416'-9"VCP (8) 399'-9"VCP (7) 11 RIM: 917.03 INV: 907.00 10 RIM: 907.12 INV: 895.50 9 RIM: 896.32 INV: 887.00 8 RIM: 892.13 INV: 880.60 7 RIM: 889.58 INV: 879.40 305' - 9" VCP (54) 301' - 9" VCP (53) 265' - 9" VCP (52) 267' - 9" VCP (51) 1 9 9 '-9 "V C P (5 0 ) 46 RIM: 888.06 INV: 875.20 43 RIM: 894.82 INV: 881.18 3 3 1 ' - 9 " V C P (3 0 ) 3 3 3 ' - 9 " V C P (2 9 ) 2 5 9 ' - 9 " V C P (2 4 ) 33 RIM: 895.7 INV: 885.00 1 5 9 ' - 9 " V C P (1 5 ) 3 2 8 ' - 9 " V C P ( 1 6 ) 3 1 8 ' -9 "V C P (1 8 ) 18 RIM: 884.38 INV: 877.69 19 RIM: 886.18 INV: 876.98 21 RIM: 885.38 INV: 876.64 20 RIM: 887.70 INV: 878.00 17' - 6" CIP (2) 2 PIPES RUNNING PARALLEL (17E & 17W) 289' - 9" VCP (74) 3 0 0 ' - 9 " V C P ( 1 3 ) 2 3 1 ' - 9 " V C P ( 1 4 ) 2 3 5 '-9 "V C P (7 3 ) SS SS 32 RIM: 889.90 INV: 879.00 31 RIM: 886.58 INV: 876.12 A L L E N C I R 2 2 5 ' - 9 " V C P ( 7 2 ) > SS SANITARY LINING LEGEND EXISTING SANITARY SEWER PIPE EXISTING SANITARY SEWER PIPE - TO BE LINED IN 2020 EXISTING SANITARY SEWER PIPE - TO BE LINED IN 2021 EXISTING TRUNK SANITARY SEWER PIPE EXISTING SANITARY SEWER MANHOLE PROPOSED SANITARY SEWER PIPE WITH (PIPE ID) - TO BE LINED 415' - 9" VCP (61) P l o t D a t e : 0 3 / 1 2 / 2 0 2 0 - 2 : 5 4 p m D r a w i n g n a m e : V : \ 1 9 3 8 \ a c t i v e \ 1 9 3 8 0 4 9 9 1 \ C A D \ D w g \ 1 9 3 8 0 4 9 9 1 _ C 0 0 2 . d w g X r e f s : , 1 9 3 8 0 4 9 9 1 _ X S S S , 1 9 3 8 0 4 9 9 1 _ X S P L , 1 9 3 8 0 4 9 9 1 _ B O R D E R P A R T 2 - 2 0 2 1 A R E A L O C A T I O N P L A N C0.02 0 100 200 PART 2 - 2021 AREA LOCATION PLAN N NOTES: 1) MANHOLE ELEVATIONS AND PIPE LENGTHS ARE APPROXIMATE. ACTUAL ELEVATIONS AND LENGTHS MAY VARY. 2) START CONSTRUCTION: JULY 12, 2021 - NO WORK CAN BEGIN UNTIL AFTER THE ABOVE DATE IN ORDER TO AVOID CONFLICTS WITH CURRENT CITY INFRASTRUCTURE PROJECTS WITHIN PROJECT AREAS. 3) SUBSTANTIAL COMPLETION FOR PART 2 LINING AREA: NOVEMBER 19, 2021 4) FINAL COMPLETION FOR PROJECT IS DECEMBER 10, 2021 > > SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 2 /2 0 2 0 - 2 :5 4 p m D r a w i n g n a m e : V :\1 9 3 8 \a c t i v e \1 9 3 8 0 4 9 9 1 \C A D \D w g \1 9 3 8 0 4 9 9 1 _C 0 0 2 .d w g X r e f s :, 1 9 3 8 0 4 9 9 1 _X S S S , 1 9 3 8 0 4 9 9 1 _X S P L , 1 9 3 8 0 4 9 9 1 _B O R D E R T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M I N N E S O T A 2 0 2 0 & 2 0 2 1 S A N I T A R Y S E W E R L I N I N G 193804991 C I T Y P R O J E C T N O . 1 0 4 8 KY ACD KMS DDB P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N D . B O Y U M 4 -2 0 -2 0 2 0 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m > C0.01SEE SHEETC0.01SEE SHEET *THESE PLANS SHOULD BE PRINTED IN COLOR I:\RFA\P&R\PARKS\2020\#1040 - Begin Park\Approve Plans and Specs\Q&R - Approve plans and specs for Begin Park Playground.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Parks & Recreation By: Susan Rader, Director Agenda Title Resolution approving plans and specifications and authorizing advertisement of bids for playground improvement site work at Begin Park (Improvement Project No. 1040) Requested Action Staff is recommending that the City Council authorize advertisement of bids for the site work portion of the improvements to the playground at Begin Park, located at 5407 Wisconsin Avenue North (Improvement Project N. 1040). On January 13, 2020, the City Council authorized the preparation of plans and specifications. Staff plans to bring forward the playground equipment plan for final Council approval in April. It is anticipated that work would begin late spring with the majority of the project being completed by mid- summer. Background The playground equipment at Begin Park is currently the oldest playground in the New Hope parks system. It was last replaced in 1996 and was repainted in 2010. In November 2019, a mailing was sent to area residents to gather some initial information on what they would like to see included in the new playground. This process has worked well in the past and staff appreciates the input from the neighbors. A committee made up of representatives from Flagship Recreation, Council, CAC Commissioners and staff from Stantec and the city met on February 19, 2020 to view plans that were designed based on the resident surveys, park size and budget. After discussion, the plans were modified and then reviewed at the second committee meeting on February 27, 2020. Several residents who had expressed interest in being on the committee were invited to both meetings, but did not attend. Staff did share the equipment plan with them via email and asked for color input. Staff will bring the final equipment plan forward for Council approval in April. The site work portion of the playground project will include replacement of the playground container, entrance ramp, replacement of the sidewalk and concrete pads for two benches and a picnic table. The cost breakdown of the project: Site Work Estimated Costs Other Estimated Costs Total Project Estimate Site Work - Base $69,300.00 Indirect Costs $12,840.00 Playground Equipment $113,729.39 Alternate – Concrete Pad $1,320.00 Material Cost - Benches $1,200.00 Total $84,660.00 $113,729.39 $198,389.39 Agenda Section Development & Planning Item Number 8.3 Request for Action, Page 2 The parks maintenance staff will remove the existing playground equipment and the sand. A new park sign was ordered using 2020 HRG funds. Funding This project is included in the 2020 CIP and the 2020 Park Infrastructure budget as shared with the Council during 2020 budget discussions. Funding of $200,000 is available in the Park Infrastructure Fund which is levy funded each year. Attachments  Resolution  Letter from Stantec  Begin Park concept plan  2020 CIP list I:\RFA\P&R\PARKS\2020\#1040 - Begin Park\Approve Plans and Specs\Q&R - Approve plans and specs for Begin Park Playground.docx City of New Hope Resolution No. 2020- Resolution approving plans and specifications and authorizing advertisement of bids for playground improvement site work at Begin Park (Improvement Project No. 1040) WHEREAS, the city engineer has prepared plans, specifications, and contract terms for the work; and, WHEREAS, these projects are improvements which add to the value of these community assets; and, WHEREAS, the funding source for the project is the Park Infrastructure Fund. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Hennepin County, Minnesota: 1. Such plans and specifications are hereby approved. 2. The city clerk shall prepare and cause to be inserted in the official paper, an advertisement for bids for Begin Park playground project site work in accordance with said specifications. The advertisement shall be published for ten (10) days. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 23rd day of March, 2020. Mayor Attest: City Clerk Stantec Consulting Services Inc. 733 Marquette Ave., Suite 1000 Minneapolis, MN 55402 Tel: (612) 712-2000 March 17, 2020 File: 193804894 and 193804895 Attention: Susan Rader, Parks & Recreation Director City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Reference: 2020 Park Improvements: Begin Playground and Northwood Basketball Court – Approve Plans & Specifications, Authorize Bidding City Project No.: 1040 & 1046 Dear Susan: As requested, we have prepared plans and specifications for the 2020 Park Improvements project, including Begin Playground and Northwood Basketball Court. The improvements generally consist of the site work for the playground container, sidewalk, and a bench with sunshade at Begin Park, and rehabilitation of the existing basketball court located within Northwood Park. The playground equipment at Begin Park will be supplied and installed by others. Neighborhood meetings were held as part of the park playground selection process. The total project cost for the Begin Playground Site Improvements is estimated to be $84,660.00 and for the Northwood Basketball Court is $77,677.85 as shown in the tables below: Begin Playground Site Work Estimated Cost Site Work - Estimated Base Bid Construction Costs $69,300.00 Alternate Concrete Pad – Estimated Construction Costs * $1,320.00 Material Cost (Benches to be bought by City) $1,200.00 Estimated Indirect Costs $12,840.00 Total Estimated Project Costs - Site Work – Begin Playground $84,660.00 Flagship Recreation and Landscape Structures – Playground Equipment $113,729.39 Total Site Work and Playground Equipment $198,389.39 Note - * We will also bid alternates related to wood mulch and seeding. March 17, 2020 Ms. Susan Rader Page 2 of 2 Reference: 2020 Park Improvements: Begin Playground and Northwood Basketball Court – Approve Plans & Specifications, Authorize Bidding Northwood Basketball Court Estimated Cost Basketball Court and Hoops – Estimated Base Bid Construction Costs ** $65,718.95 Estimated Indirect Costs $11,948.90 Total Estimated Project Costs – Northwood Basketball Court $77,667.85 Total Estimated Project Costs – Begin Park Site Work and Northwood Basketball Court $276,057.24 Note - ** We will bid an alternate related to additional widening of the existing court. If base pricing would come in lower than estimated, the widening may fit under the budget. If Council chooses to move forward with this project, approval of plans and specifications and authorization to advertise for contractor bids could be given at the March 23, 2020 City Council meeting. Bids could then be received on April 16, 2020 and brought back to Council for review at the April 27, 2020 City Council meeting. The work under this contract could begin this spring and completed in early summer. If you have any questions or require further information, please call me at (612) 712-2021. Regards, STANTEC CONSULTING SERVICES INC. Dan D. Boyum, P.E. Attachments: Project Plans c. Steve Ellingson, Aaron Thelen, Andrew Kramer, Shawn Markham, Bernie Weber – New Hope; Jacob Burgstahler, Ann Dienhart , Lucas Miller – Stantec. 62ND AVENUE NORTH 49TH AVENUE NORTH 36TH AVENUE NORTH 32ND AVENUE NORTH MEDICINE LAKE ROAD (CO RD 70) 42ND AVENUE (CO RD 9) BASS LAKE ROAD (CORD10) NORTH CP RAIL CPRAIL T R U N K H I G H W A Y 1 6 9 T R U N K H I G H W A Y 1 6 9 B O O N E A V E N U E N O R T H B O O N E W I N N E T K A A V E N U E N O R T H (C O R D 1 5 6 ) N O R T H A V E N U E W I N N E T K A A V E N U E N O R T H W E S T B R O A D W A Y ( C O R D 8 ) L O U I S I A N A A V E N U E N O R T H L O U I S I A N A A V E N U E N O R T H X Y L O N A V E N S U M T E R A V E N U E N 53RD AVENUE N 58TH AVENUE N R H O D E I S L A N D A V E N E L M G R O V E A V E KATHI HEMKEN VICINITY MAP BERNIE WEBER SUSAN RADER DIRECTOR OF PUBLIC WORKS PARKS & RECREATION DIRECTOR 2020 STANTEC PROJECT NO. 193804895 & 193804894 ANDY HOFFE KIRK McDONALD JOHN ELDER JONATHAN LONDON CITY MANAGER COUNCILMEMBER CITY OF NEW HOPE MAYOR 2020 PARK IMPROVEMENTS: BEGIN PLAYGROUND & NORTHWOOD BASKETBALL COURT COUNCILMEMBER COUNCILMEMBER COUNCILMEMBER SHEET INDEX G0.01 TITLE SHEET C0.01 BEGIN PLAYGROUND SITE DEMOLITION PLAN C0.02 NORTHWOOD BASKETBALL COURT SITE DEMOLITION PLAN C3.01 BEGIN PLAYGROUND GRADING & DRAINAGE PLAN C3.02 NORTHWOOD BASKETBALL COURT GRADING & DRAINAGE PLAN C6.01 BEGIN PLAYGROUND IMPROVEMENTS C6.02 NORTHWOOD BASKETBALL COURT IMPROVEMENTS C8.01 - C8.03 STANDARD DETAILS 10 - SHEETS TOTAL 0 Scale in feet 1200 2400 CITY HALL BID SITE PUBLIC WORKS CITY PROJECT NO. 1040 & 1046 N G0.01 T I T L E S H E E T PROJECT LOCATION: NORTHWOOD BASKETBALL COURT BASE BID #2 CITY LIMITS STEVE SONDRALL CITY ATTORNEY PROJECT LOCATION: BEGIN PLAYGROUND BASE BID #1 ALT. #1, ALT. #2, ALT. #3 SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 3 /2 0 2 0 - 4 :4 3 p m D r a w i n g n a m e : \\U s 0 2 9 1 -p p f s s 0 1 \w o r k g r o u p \1 9 3 8 \a c t i v e \1 9 3 8 0 4 8 9 5 \C A D \D w g \P L A N S H E E T S \1 9 3 8 0 4 8 9 5 _G 0 0 1 .d w g X r e f s :, 1 9 3 8 0 4 8 9 5 _B O R D E R T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M I N N E S O T A 2 0 2 0 P A R K I M P R O V E M E N T S 193804895 C I T Y P R O J E C T N O . 1 0 4 0 PBR KY ACD KMS DDB P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N D . B O Y U M 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m CEDRICK FRAZIER S TRASH D T D T D T D T D T D T D T DT DT DT DT DT D T D T D T D T D T D T D T D T D T D T D T D T D T D T S E -D E -D E -D SS l l l l l l l l l l l l l l l l l l l l l l l l l D T D T D T D T D T D T D T D T l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l SS l l l l SALVAGE TRASH CONTAINER SALVAGE BENCH REMOVE EX. CURB AND GUTTER SAWCUT AND REMOVE BIT. PAVEMENT ADJACENT TO CURB AND GUTTER PER DETAIL STR-31 ON SHEET C8.02 (TYP.) 55TH AVE N W I S C O N S I N A V E N PROTECT EX. DRAINTILE REMOVE PLAY CONTAINER PROTECT EX. TREE (TYP.) REMOVE EX. CURB AND GUTTER SAWCUT AND REMOVE BIT. PAVEMENT ADJACENT TO CURB AND GUTTER PER DETAIL STR-31 ON SHEET C8.02 (TYP.) REMOVE TRUNCATED DOMES (INCIDENTAL) REMOVE EX. CONCRETE SIDEWALK (TYP.) SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 3 /2 0 2 0 - 3 :3 0 p m D r a w i n g n a m e : \\U s 0 2 9 1 -p p f s s 0 1 \w o r k g r o u p \1 9 3 8 \a c t i v e \1 9 3 8 0 4 8 9 5 \C A D \D w g \P L A N S H E E T S \1 9 3 8 0 4 8 9 5 _C 0 .0 1 .d w g X r e f s :, 1 9 3 8 0 4 8 9 5 _B O R D E R , 1 9 3 8 0 4 8 9 5 _X S X T T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M I N N E S O T A 2 0 2 0 P A R K I M P R O V E M E N T S 193804895 C I T Y P R O J E C T N O . 1 0 4 0 PBR KY ACD KMS DDB P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N D . B O Y U M 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m B E G I N P L A Y G R O U N D S I T E D E M O L I T I O N P L A N C0.01 NOTES: 1. CITY WILL REMOVE EXISTING PLAY EQUIPMENT, BENCHES AND DESIGNATED TREES PRIOR TO CONSTRUCTION. 2. CITY WILL REMOVE AND STOCKPILE SAND ON-SITE. 3. REMOVAL OF EX. SIDEWALK TO INCLUDE UNDERLYING AGGREGATE SECTION AND ANY DRAIN TILE DISCOVERED. 4. SILT FENCE PERIMETER PROTECTION SHALL BE INSTALLED PRIOR TO ANY EXCAVATIONS OR REMOVALS BEGIN. 5. SWEEP STREETS AS DIRECTED BY ENGINEER. N 0 10 20 LEGEND REMOVE EXISTING CONCRETE SIDEWALK REMOVE BITUMINOUS PAVEMENT MSMSMS M S M S M S M S M S M S M S M S M S M S M S M S M S M S M S M S M S SAWCUT EX. BITUMINOUS REMOVE BASKETBALL HOOP (2) SALVAGE EX. TRASH CONTAINER (TYP.) REMOVE EX. BITUMINOUS TRAIL SALVAGE EX. CONCRETE BENCH RAMP PROTECT EX. BUSHES (TYP.) RECLAIM EX. BASKETBALL COURT BITUMINOUS PAVEMENT PROTECT EX. TRAIL DATENO W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M N 2 0 2 0 P A R K I M P R O V E M E N T S C I T Y P R O J E C T 1 0 4 6 P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . N N W O O D B A S K E T B A L C O U R T S I T E D E M O L I T I O N C0.02 THIS RECORD DRAWING IS A COMPILATION OF A COPY OF THE SEALED (ENGINEERING/ ARCHITECTURAL/ LANDSCAPE ARCHITECTURAL) DRAWING FOR THIS PROJECT; MODIFIED BY ADDENDA, CHANGE ORDERS, FIELD MEASUREMENTS, AND INFORMATION FURNISHED BY THE CONTRACTOR. THE INFORMATION SHOWN ON THE RECORD DRAWINGS THAT WAS PROVIDED BY THE CONTRACTOR OR OTHERS NOT ASSOCIATED WITH THE DESIGN PROFESSIONAL CANNOT BE VERIFIED FOR ACCURACY OR COMPLETENESS. THE ORIGINAL SEALED DRAWINGS ARE ON FILE AT THE OFFICES OF STANTEC. DATE: ( ) COMPLETED BY: ( ). CONTRACTOR: RECORD PLAN NOTES: 1. SALVAGE THE EXISTING BENCH AND TRASH CONTAINER PRIOR TO CONSTRUCTION AND DELIVER TO NEW HOPE PUBLIC WORKS. 2. REMOVAL OF EX. TRAIL TO INCLUDE UNDERLYING AGGREGATE SECTION AND ANY DRAIN TILE DISCOVERED. 3. SILT FENCE PERIMETER PROTECTION SHALL BE INSTALLED PRIOR TO ANY EXCAVATIONS OR REMOVALS BEGIN. LEGEND REMOVE EX. BITUMINOUS TRAIL MACHINE-SLICED EROSION CONTROL SILT FENCEMS S TRASH D T D T D T D T D T D T D T DT DT DT DT DT D T D T D T D T D T D T D T D T D T D T D T D T D T D T S SS l l l l l l l l l l l l l l l l l l l l l l l l l D T D T D T D T D T D T D T D T l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l l SS l l l l 0 .9 7 % 1.35 % 0.69 % 2.98% 0.65% 1 .3 6 % 1 .1 0 % D T D T D T D T D T D T D T D T SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 3 /2 0 2 0 - 3 :2 5 p m D r a w i n g n a m e : \\U s 0 2 9 1 -p p f s s 0 1 \w o r k g r o u p \1 9 3 8 \a c t i v e \1 9 3 8 0 4 8 9 5 \C A D \D w g \P L A N S H E E T S \1 9 3 8 0 4 8 9 5 _C 3 .0 1 .d w g X r e f s :, 1 9 3 8 0 4 8 9 5 _B O R D E R , 1 9 3 8 0 4 8 9 5 _X S X T , 1 9 3 8 0 4 8 9 5 _X S N O T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M I N N E S O T A 2 0 2 0 P A R K I M P R O V E M E N T S 193804895 C I T Y P R O J E C T N O . 1 0 4 0 PBR KY ACD KMS DDB P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N D . B O Y U M 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m B E G I N P L A Y G R O U N D G R A D I N G & D R A I N A G E P L A N C3.01 N 0 10 20 NOTES: 1. COMMON EXCAVATION BID ITEM INCLUDES THE FOLLOWING: ·REMOVAL OF AGGREGATE BASE BELOW EX. TRAILS ·OVERALL SITE GRADING SHOWN ·REMOVAL OF ANY EXCESS SOIL FROM EXCAVATION OF PLAY CONTAINER ·REMOVAL OF ANY UNUSED SAND WHICH WAS STOCKPILED BY OWNER 2. INSTALL 6" LOAM TOPSOIL BORROW OVER ALL DISTURBED AREAS TO BE RESTORED. BASE BID COMPOST MULCH TO BE 2" IN DEPTH. INSTALL TO 1" HIGHER THAN FINISHED GRADE TO ACCOUNT FOR SETTLEMENT. 3. DRAINTILE CLEAN-OUTS LOCATED INSIDE THE PLAY CONTAINER SHALL BE INSTALLED WITH A CAP AND METAL DETECTION ROD AND PLACED 12" BELOW FINISHED GRADE, AT BOTTOM OF ENGINEERED WOOD FIBER MULCH AND PROTRUDING THROUGH GEOTEXTILE FABRIC. 4" PVC NON-PERFORATED DRAIN TILE 4" PVC PERFORATED DRAIN TILE, WITH SOCK. SEE DETAIL ON C8.01 CO CO 4" PVC CLEANOUT (TYP.) SEE DETAIL B ON SHEET C8.01 55TH AVE N W I S C O N S I N A V E N B P : 0 +0 0 .0 0 P I : 0 +5 1 .3 7 PI: 1+39.16 E P : 1 +9 0 .5 3 2.21% 2.21% 0 . 9 1 % 0.99 %0.99 % 0.99 % 2.0 4 %2.0 4 % 2.0 4 % 0+00 1 +0 0 1+91 0 . 9 1 % 0 . 9 1 % 3.00 3 .0 0 3.00 3 .0 0 M S M S M S M S M S M S M S M S M S M S M S M S M S M S MS MS M S M S SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 3 /2 0 2 0 - 4 :1 3 p m D r a w i n g n a m e : V :\1 9 3 8 \a c t i v e \1 9 3 8 0 4 8 9 4 \C A D \D w g \P L A N S H E E T S \1 9 3 8 0 4 8 9 4 _C 3 0 1 .d w g X r e f s :, 1 9 3 8 0 4 8 9 4 _X S X T , 1 9 3 8 0 4 8 9 4 _B R D R , 1 9 3 8 0 4 8 9 4 _X S N O T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M N 2 0 2 0 P A R K I M P R O V E M E N T S 193804894 C I T Y P R O J E C T 1 0 4 6 KY ACD P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N B O Y U M 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m N N W O O D B A S K E T B A L L C O U R T - G R A D I N G & D R I N A G E P L A N C3.02 NOTES: 1. COMMON EXCAVATION BID ITEM INCLUDES THE FOLLOWING: ·REMOVAL OF AGGREGATE BASE BELOW EX. TRAILS ·OVERALL SITE GRADING SHOWN 2. INSTALL 6" LOAM TOPSOIL BORROW OVER ALL DISTURBED AREAS TO BE RESTORED. BASE BID COMPOST MULCH TO BE 2" IN DEPTH. INSTALL TO 1" HIGHER THAN FINISHED GRADE TO ACCOUNT FOR SETTLEMENT. THIS RECORD DRAWING IS A COMPILATION OF A COPY OF THE SEALED (ENGINEERING/ ARCHITECTURAL/ LANDSCAPE ARCHITECTURAL) DRAWING FOR THIS PROJECT; MODIFIED BY ADDENDA, CHANGE ORDERS, FIELD MEASUREMENTS, AND INFORMATION FURNISHED BY THE CONTRACTOR. THE INFORMATION SHOWN ON THE RECORD DRAWINGS THAT WAS PROVIDED BY THE CONTRACTOR OR OTHERS NOT ASSOCIATED WITH THE DESIGN PROFESSIONAL CANNOT BE VERIFIED FOR ACCURACY OR COMPLETENESS. THE ORIGINAL SEALED DRAWINGS ARE ON FILE AT THE OFFICES OF STANTEC. DATE: ( ) COMPLETED BY: ( ). CONTRACTOR: RECORD PLAN S TRASH S SSSS ALTERNATE #3: INSTALL GEOTEXTILE FABRIC, ENGINEERED WOOD FIBER MULCH AND PLAYGROUND MATS INSTALL 6" CONCRETE PEDESTRIAN RAMP. SEE DETAIL STR-7 ON SHEET C8.02. INSTALL CURB & GUTTER AT RAMP LOCATION WITH BITUMINOUS STREET PATCH. SEE DETAIL STR-1A ON SHEET C8.02. ALTERNATE #2: INSTALL CONCRETE BENCH PAD FILL CONTAINER WITH 8" SAND. SAND TO BE EITHER ON-SITE STOCKPILED SAND, IF ACCEPTED BY ENGINEER, OR GRANULAR BORROW. PLAY CONTAINER CONCRETE RAMP. SEE DETAILS C AND D ON SHEET C8.01 INSTALL CONCRETE PLAYGROUND CURB INSTALL 6" CONCRETE PEDESTRIAN RAMP. SEE DETAIL STR-7 ON C8.02. INSTALL CURB & GUTTER AT RAMP LOCATION WITH BITUMINOUS STREET PATCH. SEE DETAIL STR-1A ON SHEET C8.02. SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 3 /2 0 2 0 - 3 :2 9 p m D r a w i n g n a m e : \\U s 0 2 9 1 -p p f s s 0 1 \w o r k g r o u p \1 9 3 8 \a c t i v e \1 9 3 8 0 4 8 9 5 \C A D \D w g \P L A N S H E E T S \1 9 3 8 0 4 8 9 5 _C 6 0 1 .d w g X r e f s :, 1 9 3 8 0 4 8 9 5 _B O R D E R , 1 9 3 8 0 4 8 9 5 _X S X T , 1 9 3 8 0 4 8 9 5 _X S N O T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M I N N E S O T A 2 0 2 0 P A R K I M P R O V E M E N T S 193804895 C I T Y P R O J E C T N O . 1 0 4 0 PBR KY ACD KMS DDB P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N D . B O Y U M 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m B E G I N P L A Y G R O U N D I M P R O V E M E N T S C6.01 NOTES: 1. INSTALL 6" LOAM TOPSOIL BORROW OVER ALL DISTURBED AREAS TO BE RESTORED. BASE BID COMPOST MULCH TO BE 2" IN DEPTH. INSTALL TO 1" HIGHER THAN FINISHED GRADE TO ACCOUNT FOR SETTLEMENT. ·IF ALTERNATE #1 IS AWARDED RESTORATION WILL BE BY HYDROMULCH WITH MNDOT SEED MIXTURE 25-151 IN LIEU OF THE BASE BID RESTORATION METHOD. 2. COORDINATE WITH FLAGSHIP STRUCTURES FOR PLAY EQUIPMENT INSTALLATION. CITY CONTRACT FOR PLAY EQUIPMENT REQUIRES THAT INSTALLATION OF EQUIPMENT WILL BE COMPLETED WITHIN 10 WORKING DAYS OF PREPARED SITE. ·PLAY EQUIPMENT SHALL BE INSTALLED AFTER THE PLAY CONTAINER CONCRETE CURB IS INSTALLED AND SUB BASE IS PREPARED, AND PRIOR TO INSTALLATION OF SAND (DRAINAGE AGGREGATE), DRAIN TILE, CONCRETE RAMP, GEOTEXTILE FABRIC AND ENGINEERED WOOD FIBER. ·SWING EQUIPMENT SHOULD BE INSTALLED AFTER THE ACCESS ROUTE IS PREPARED AND PRIOR TO SYNTHETIC RESILIENT SURFACING. SPECIFIC SCHEDULING AND SEQUENCING MUST BE VERIFIED WITH PLAY EQUIPMENT INSTALLATION CONTRACTOR. 3. TRUNCATED DOMES TO BE CHARCOAL IN COLOR. 4. MATCH EXISTING CURB AND GUTTER TYPE. 5. ALT. #3 INCLUDES F&I OF PLAYGROUND MATS. IF AWARDED, THESE MATS ARE TO BE INSTALLED 2" BELOW THE ENGINEERED WOOD FIBER MULCH AT END OF SLIDES, AND UNDERNEATH SWINGS. TWO MATS WILL BE PLACED UNDER THE FRIENDSHIP DOUBLE SWING. 6. SUBSTANTIAL COMPLETION MM DD, 2020. THIS RECORD DRAWING IS A COMPILATION OF A COPY OF THE SEALED (ENGINEERING/ ARCHITECTURAL/ LANDSCAPE ARCHITECTURAL) DRAWING FOR THIS PROJECT; MODIFIED BY ADDENDA, CHANGE ORDERS, FIELD MEASUREMENTS, AND INFORMATION FURNISHED BY THE CONTRACTOR. THE INFORMATION SHOWN ON THE RECORD DRAWINGS THAT WAS PROVIDED BY THE CONTRACTOR OR OTHERS NOT ASSOCIATED WITH THE DESIGN PROFESSIONAL CANNOT BE VERIFIED FOR ACCURACY OR COMPLETENESS. THE ORIGINAL SEALED DRAWINGS ARE ON FILE AT THE OFFICES OF STANTEC. DATE: ( ) COMPLETED BY: ( ). CONTRACTOR: RECORD PLAN N 0 10 20 LEGEND INSTALL CONCRETE SIDEWALK BITUMINOUS STREET PATCH B P : 0 +0 0 .0 0 P I : 0 +5 1 .3 7 PI: 1+39.16 E P : 1 +9 0 .5 3 0+00 1 +0 0 1+91 3.00 3 .0 0 3.00 3 .0 0 M S M S M S M S M S M S M S M S M S M S M S M S M S M S MS MS M S M S 56.00 9 0 .0 0 SHAPE AND COMPACT EXISTING AGGREGATE BASE. INSTALL 3" THICK BITUMINOUS BASKETBALL COURT WITH 2 COLOR SURFACE FINISH SYSTEM. SEE SHEET C8.03 FOR TYPICAL SECTION AND STRIPING DIMENSIONS. RESTORE WITH 6" LOAM TOPSOIL, EROSION CONTROL COMPOST BLANKET BLOWN W/ MNDOT 25-151 SEED INSTALL BITUMINOUS TRAIL INSTALL BASKETBALL HOOP (TYP.) SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 3 /2 0 2 0 - 4 :1 7 p m D r a w i n g n a m e : V :\1 9 3 8 \a c t i v e \1 9 3 8 0 4 8 9 4 \C A D \D w g \P L A N S H E E T S \1 9 3 8 0 4 8 9 4 _C 6 0 1 .d w g X r e f s :, 1 9 3 8 0 4 8 9 4 _B R D R , 1 9 3 8 0 4 8 9 4 _X S N O T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M N 2 0 2 0 P A R K I M P R O V E M E N T S 193804894 C I T Y P R O J E C T 1 0 4 6 KY ACD P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N B O Y U M 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m N N W O O D B A S K E T B A L L C O U R T I M P R O V E M E N T S C6.02 THIS RECORD DRAWING IS A COMPILATION OF A COPY OF THE SEALED (ENGINEERING/ ARCHITECTURAL/ LANDSCAPE ARCHITECTURAL) DRAWING FOR THIS PROJECT; MODIFIED BY ADDENDA, CHANGE ORDERS, FIELD MEASUREMENTS, AND INFORMATION FURNISHED BY THE CONTRACTOR. THE INFORMATION SHOWN ON THE RECORD DRAWINGS THAT WAS PROVIDED BY THE CONTRACTOR OR OTHERS NOT ASSOCIATED WITH THE DESIGN PROFESSIONAL CANNOT BE VERIFIED FOR ACCURACY OR COMPLETENESS. THE ORIGINAL SEALED DRAWINGS ARE ON FILE AT THE OFFICES OF STANTEC. DATE: ( ) COMPLETED BY: ( ). CONTRACTOR: RECORD PLAN NOTES: 1. INSTALL 6" LOAM TOPSOIL BORROW OVER ALL DISTURBED AREAS TO BE RESTORED. BASE BID COMPOST MULCH TO BE 2" IN DEPTH. INSTALL TO 1" HIGHER THAN FINISHED GRADE TO ACCOUNT FOR SETTLEMENT. 2. TRAIL SECTION TO HAVE 6" AGGREGATE BASE AND GEOTEXTILE FABRIC AS PER DETAIL J/C8.01. 3. SUBSTANTIAL COMPLETION MM DD 2020 LEGEND INSTALL BITUMINOUS TRAIL EROSION CONTROL COMPOST BLANKET BLOWN W/ MNDOT 25-151 SEED MACHINE-SLICED EROSION CONTROL SILT FENCE MS 1 2 " M I N . FINISHED GRADE 8" SAND (IMPORTED GRANULAR BORROW OR SALVAGED MATERIAL) 4" DIA. PERF. PVC DRAINAGE TUBING PIPE PLUG. SECURE METAL TAG TO PIPE PLUG CAPABLE OF BEING DETECTED THROUGH SURFACING WITH METAL DETECTOR. 4" DIA. RIGID SCHEDULE 40 NON-PERFORATED PVC PIPE. 45 DEG. BEND SCHEDULE 40 PVC FITTING SUBGRADE SURFACE MATERIAL MATERIAL THICKNESS DO NOT PLACE SURFACE MATERIAL UNTIL EXCAVATED DEPTH AS BEEN APPROVED BY LANDSCAPE ARCHITECT. CONCRETE NOTE: ALL OUTSIDE EDGES AND JOINTS SHALL BE TOOLED WITH A 14" RADIUS TOOL. BRUSH FINISH CONCRETE SURFACE AFTER TOOLING. DRAIN TILE CLEANOUT IN PLAY CONTAINER NOTE: PROVIDE 3/8 IN. EXP. JTS. WITH PREMOLDED MATERIAL JOINT MATERIAL AT 30 FT. INTERVALS. 2 0 " 10.5" MIN FINISHED GRADE OR ADJACENT PAVING. SEE PLANS. REINFORCED CONC. CURB - EXPOSED SIDE SURFACE TO BE AS NON-ABRASIVE AS POSSIBLE, TOP SURFACE SHOULD BE LIGHT BROOM FINISH SMOOTH SCORE JT, 5' O.C.. SLOPE TOP OF CURB TO DRAIN INTO CONTAINER AT 1-2%. 3" RADIUS, EXCEPT FOR WHERE RAMP JOINTS TO CURB (2) #4 CONT. REBAR, 2" MIN. COVER COMPACTED SUBGRADE PLAYGROUND CURB AND DRAINTILE NOT TO SCALE 10" TYP ENGINEERED WOOD PLAY SURFACE MATERIAL. 12" LOOSE VOLUME DEPTH. FORM FINISH CURB. BACK CURB MUST EXTEND TO DEPTH OF SAND LAYER HAND FORM CURB FACE SALVAGED OR IMPORTED GRANULAR BORROW 1 2 " 8 " GEOTEXTILE FABRIC LANDSCAPE PIN, 24" OC 4" PERFORATED SCH. 40 PVC DRAINTILE WITH SOCK. 4 0 ° 4" THICK CONCRETE AGG. BASE COURSE, AS SPECIFIED COMPACT TO 100% STD. PROCTOR DENSITY. THICKNESS VARIES: 14" TO 10" FINISHED GRADE 8" SAND 1'-0" 9"3" 8 1 /1 6 " 1 5 " SURFACEDEPTH PLAY CONTAINER CONCRETE RAMP - FRONT PROFILE NOT TO SCALED COMPACTED SUBGRADE 8 " 12"ENGINEERED WOOD PLAY SURFACE MATERIAL VARIES (5'-8') 6"6" 1 : 11:1 GEOTEXTILE FABRIC LANDSCAPE PIN, 24" OC (BOTH SIDES) 9.5" C PLAY CONTAINER CONCRETE RAMP NOT TO SCALE 4" THICK CONCRETE. COMPACTED SUBGRADE 2%SLOPE 16" 12.5' ENGINEERED WOOD FIBER MULCH (ALTERNATE NO. 3). RAMP NOTES: 1. CONTRACTOR TO VERIFY ALL EXISTING SPOT GRADES IN PLAYGROUND AREA PRIOR TO INSTALLATION OF RAMPS. 2. CONCRETE RAMPS ARE DESIGNED TO EXTEND 3"-6" BELOW THE TOP SURFACE OF THE ENGINEERED WOOD FIBER MULCH BEFORE TRANSITIONING DOWN TO THE BASE COURSE. RAMPS MUST NOT POSE A TRIPPING HAZARD OR FAIL TO PROVIDE AN ACCESSIBLE ROUTE INTO THE PLAY EQUIPMENT CONTAINER. 3 " MATCH TOP OF PLAY CURB DO NOT FORM RADIUS ON CURB WHERE ABUTTING RAMP 12" GEOTEXTILE FABRIC 8" SAND (SALVAGED MATERIAL OR GRANULAR BORROW) 6" 1 : 1 1 : 1 AGG. BASE COURSE, AS SPECIFIED COMPACT TO 100% STD. PROCTOR DENSITY. #4 AT 12" O.C. 4" EMBEDMENT MIN. LANDSCAPE PIN, 24" OC HOLD DOWN MULCH AT RAMP TO PROVIDE ACCESSIBLE ROUTE INTO THE CONTAINER (ALT. NO. 3) 20" 16"2"13" 15" BA SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 2 /2 0 2 0 - 6 :1 5 p m D r a w i n g n a m e : \\U s 0 2 9 1 -p p f s s 0 1 \w o r k g r o u p \1 9 3 8 \a c t i v e \1 9 3 8 0 4 8 9 5 \C A D \D w g \P L A N S H E E T S \1 9 3 8 0 4 8 9 5 _C 8 0 2 .d w g X r e f s :, 1 9 3 8 0 4 8 9 5 _B O R D E R T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M I N N E S O T A 2 0 2 0 P A R K I M P R O V E M E N T S 193804895 C I T Y P R O J E C T N O . 1 0 4 0 PBR KY ACD KMS DDB P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N D . B O Y U M 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m C O N S T R U C T I O N D E T A I L S C8.01 PLATE NO. LAST REVISION: ERO-1 AUG 2017SILT FENCE INSTALLATION CITY OF NEW HOPE, MN POST JOINING DIRECTION OFRUNOFF FLOW STANDARD & HIGH-FLOWSTANDARD & HIGH-FLOW 2 ' - 0 '' M I N P O S T E M B E D M E N T MANUAL INSTALLATION RUNOFF FLOWDIRECTION OF T -P O S TMACHINE SLICED P O S T E M B E D M E N T 2 '- 0 '' M I N KEY NOTES: 1 24 3 4 1 2 5 6 1. T-post length, 5 ft. min. at 6' max. spacing. 2. Geotextile shall meet MnDOT Spec. 3886. 3. 6" x 6" fabric anchorage trench and backfill with tamped natural soil. 4. Plastic zip ties (3 minimum w/ 50lb tensile) located on top 8". 5. Machine slice 8"- 12" depth (plus 6" flap). 6. Silt fence to wrap around post at least 180°. 4 4 4 4 PLATE NO. LAST REVISION: STR-1A DEC 2015CURB AND GUTTER CITY OF NEW HOPE, MN 1/2"R1/2"R 9 1 /2 "2 " VARIES 3/4"PE R FT S LOPE 1 10" 5 7 " 1 3 1 /2 " 1 0 1 /2 " 4 " 12"R 1/2"R 6 " 7 " 10 1/2"17 1/2" 8" 24" B624 7 " S LOP E 3 /4 "P E R FT 1 6" 3 3"R 1/2"R MnDOT B618 MOUNTABLE 28"R 68"R 6 1 /2 " 1/2" MnDOT B612 MnDOT B624 18" B618 12" B612 28" NOTE: 1 DISTANCE TO ℄VARIABLE STANDARD SECTION THROUGH DRIVEWAY PLACE #4 REBAR AS SHOWN, WHERE CURB CROSSES UTILITY TRENCHES WITH 3" OF COVER. 1 1 1 COMPACTED BACKFILL GRANULAR BORROW MNDOT SPEC. 3149.2B.1 "DIA" DENOTES OUTSIDE DIAMETER OF PIPE DIA+12" MIN. 6" BELOW PIPE 12" DIA PIPE FOUNDATION & BEDDING GOOD SOILS IMPROVED PIPE FOUNDATION MATERIAL (3149.2H MOD.) CONSIDERED INCIDENTAL TO THE SPECIFIED GRANULAR BORROW MATERIAL (3149.2B.1) IN THIS AREA COMPACTED BACKFILL 12" ABOVE PIPE COARSE FILTER AGGR. MNDOT SPEC. 3149.2H MOD. DIA IMPROVED PIPE FOUNDATION 6" PAY DEPTH INCREMENTS TYP. "DIA" DENOTES OUTSIDE DIAMETER OF PIPEDIA+12" MIN. IMPROVED PIPE FOUNDATION MATERIAL POOR SOILS PLATE NO. LAST REVISION: BED-1 AUG 2017PIPE FOUNDATION & BEDDING METHODS FOR PVC CITY OF NEW HOPE, MN 6" INCIDENTAL ABOVE PIPE VARIES PLATE NO. LAST REVISION:GENERAL PEDESTRIAN CURB RAMP DETAILS STR-7 DEC 2018 CITY OF NEW HOPE, MN PLAN CURB FACE OF CONC. SIDEWALK VARIES 1 "/F T . S L O P E VARIES (SEE PLAN) CURB RADIUS 3" 2 ' 2'2' VARIES TRUNCATED DOMES SHALL BE NEENAH R-4984, POWDER-COATED CAST IRON - CHARCOAL, DETECTABLE WARNING PLATE OR APPROVED EQUAL. 2' REFER TO MnDOT STANDARD PLAN 5-297.250 ONE PIECE 6" PVC SCH. 40 CLEANOUT RISER 10' LONG TURN T-Y SCH. 40 PVC LONG SWEEP BEND SCH. 40 ENCASE PVC BEND IN CONCRETE MIN. 1/3 CU. YDS.ENCASE PVC WYE IN CONCRETE MIN. 1/3 CU. YDS. IN LINE CLEANOUTEND OF LINE CLEANOUT PLATE NO. LAST REVISION: PVC SERVICE LINE CLEANOUTS SER-3 MAR 2016 CITY OF NEW HOPE, MN BURY - MAX 4" SECURE METAL TAG TO PIPE PLUG CAPABLE OF BEING DETECTED WITH METAL DECTECTOR NOTE: 6" HUB WITH THREADED PVC PLUG - DO NOT GLUE NOTE: ENCLOSE LONG SWEEP BEND OR COMBINATION WYE IN CONCRETE AS SHOWN. 1 8 " M I N . EXISTING YARD CONTRACTION JOINT (TYP.) GUTTER LINE REMOVE EXISTING SOD & REPLACE WITH 6" TOPSOIL, MNDOT SEED MIXTURE 25-151 AND CATEGORY 0, TYPE 1S EROSION CONTROL BLANKET. EXISTING CONCRETE CURB & GUTTER EXISTING BITUMINOUS SURFACE ℄EXISTING ROADWAY SAWCUT EXISTING CURB & GUTTER 1/4"/FT.MIN. 6" TOPSOIL, MNDOT SEED MIXTURE 25-151 AND CATEGORY 0, TYPE 1S EROSION CONTROL BLANKET REMOVE EXISTING BITUMINOUS SURFACE SECTION CL ONE PANEL MIN.2'2'0'-2' PLATE NO. LAST REVISION: STR-31 FEB 2017 0'-2' EXISTING CONTRACTION JOINT (TYP.) CONCRETE CURB REPLACEMENT NON DRIVEWAY LOCATION CITY OF NEW HOPE, MN PLAN 18'' MIN. SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 2 /2 0 2 0 - 6 :1 6 p m D r a w i n g n a m e : \\U s 0 2 9 1 -p p f s s 0 1 \w o r k g r o u p \1 9 3 8 \a c t i v e \1 9 3 8 0 4 8 9 5 \C A D \D w g \P L A N S H E E T S \1 9 3 8 0 4 8 9 5 _C 8 0 2 .d w g X r e f s :, 1 9 3 8 0 4 8 9 5 _B O R D E R T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M I N N E S O T A 2 0 2 0 P A R K I M P R O V E M E N T S 193804895 C I T Y P R O J E C T N O . 1 0 4 0 PBR KY ACD KMS DDB P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N D . B O Y U M 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m C O N S T R U C T I O N D E T A I L S C8.02 BASKETBALL COURT MARKINGS LAYOUT NOT TO SCALEK 4 2 ' 8 4 ' 50' R 6 ' R 6 ' R 3 ' R 1 9.7 5' 12' 1 9 ' 5 ' 3 ' 1 ' 3 ' 3" TYPE 9.5, WEARING COURSE MIXTURE, 2C (SPWEA240C) 6" AGGREGATE BASE, CLASS 5 GEOTEXTILE FABRIC TYPE V, NON-WOVEN IF UNSUITABLE SUBGRADE DISCOVERED, ADDITIONAL EXCAVATION AND ADDITIONAL AGGREGATE BASE, CLASS 5, AS DIRECTED BY THE ENGINEER 8' 0.5' 0.5' 0.02'/FT BITUMINOUS TRAIL TYPICAL SECTION EXISTING AGGREGATE BASE TYPICAL COURT PAVEMENT SECTIONHNOT TO SCALE 1' TYP. 3" BITUMINOUS WEAR COURSE, SP 9.5 SPWEA240C INSTALL IN TWO 1.5" LIFTS 2 COLOR SURFACE FINISH SYSTEM WITH BITUMINOUS LEVELING COURSE J NOT TO SCALE SHEET NUMBER DATENO SURVEY APPROVED DESIGNED DRAWN PROJ. NO. W A S P R E P A R E D B Y M E O R U N D E R M Y D I R E C T S U P E R V I S I O N I H E R E B Y C E R T I F Y T H A T T H I S P L A N , S P E C I F I C A T I O N , O R R E P O R T A N D T H A T I A M A D U L Y L I C E N S E D U N D E R T H E L A W S O F T H E S T A T E O F P R I N T N A M E : S I G N A T U R E : D A T E : L I C . N O . REVISION CHECKED P l o t D a t e : 0 3 /1 2 /2 0 2 0 - 6 :1 7 p m D r a w i n g n a m e : V :\1 9 3 8 \a c t i v e \1 9 3 8 0 4 8 9 4 \C A D \D w g \P L A N S H E E T S \1 9 3 8 0 4 8 9 4 _C 8 0 1 .d w g X r e f s :, 1 9 3 8 0 4 8 9 4 _B R D R T H E C O N T R A C T O R S H A L L V E R I F Y A N D B E R E S P O N S I B L E F O R A L L D I M E N S I O N S . D O N O T S C A L E T H E D R A W I N G - A N Y E R R O R S O R O M I S S I O N S S H A L L B E R E P O R T E D T O S T A N T E C W I T H O U T D E L A Y . T H E C O P Y R I G H T S T O A L L D E S I G N S A N D D R A W I N G S A R E T H E P R O P E R T Y O F S T A N T E C . R E P R O D U C T I O N O R U S E F O R A N Y P U R P O S E O T H E R T H A N T H A T A U T H O R I Z E D B Y S T A N T E C I S F O R B I D D E N . C I T Y O F N E W H O P E , M N 2 0 2 0 P A R K I M P R O V E M E N T S 193804894 C I T Y P R O J E C T 1 0 4 6 KY ACD P R O F E S S I O N A L E N G I N E E R M I N N E S O T A . D A N B O Y U M 2 3 4 5 1 7 3 3 M a r q u e t t e A v e n u e S u i t e 1 0 0 0 M i n n e a p o l i s M N 5 5 4 0 2 -2 3 0 9 w w w .s t a n t e c .c o m N W O O D P B A K E T B A L L C O U R T C O N S T R U C T I O N D E T A I L S C8.03 THIS RECORD DRAWING IS A COMPILATION OF A COPY OF THE SEALED (ENGINEERING/ ARCHITECTURAL/ LANDSCAPE ARCHITECTURAL) DRAWING FOR THIS PROJECT; MODIFIED BY ADDENDA, CHANGE ORDERS, FIELD MEASUREMENTS, AND INFORMATION FURNISHED BY THE CONTRACTOR. THE INFORMATION SHOWN ON THE RECORD DRAWINGS THAT WAS PROVIDED BY THE CONTRACTOR OR OTHERS NOT ASSOCIATED WITH THE DESIGN PROFESSIONAL CANNOT BE VERIFIED FOR ACCURACY OR COMPLETENESS. THE ORIGINAL SEALED DRAWINGS ARE ON FILE AT THE OFFICES OF STANTEC. DATE: ( ) COMPLETED BY: ( ). CONTRACTOR: RECORD PLAN 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 I:\RFA\P&R\PARKS\2020\#1046 - Northwood Basketball Court\Approve Plans and Specs\Q&R - Approve plans and specs for Northwood basketball.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Parks & Recreation By: Susan Rader, Director Agenda Title Resolution approving plans and specifications and authorizing advertisement of bids for the basketball court replacement at Northwood Park (Improvement Project No. 1046) Requested Action Staff is recommending that the City Council authorize advertisement of bids for the basketball court replacement at Northwood Park, located along Boone Avenue North between Northwood Parkway and Ensign Avenue North (Improvement Project No. 1046). On February 10, 2020, the City Council authorized the preparation of plans and specifications. In an effort to reduce costs, this project would be bid with the Begin Park playground project. 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. The cost breakdown of the project: Item Total Project Estimate Site Work $65,718.95 Indirect Costs $11,948.90 Total $77,667.85 Agenda Section Development & Planning Item Number 8.4 Request for Action, Page 2 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 funde d each year. A total of $161,000 is budgeted for court maintenance and repairs. In an effort to reduce costs, this project would be bid with the Begin Park playground project. Attachments  Resolution  2020 CIP list I:\RFA\P&R\PARKS\2020\#1046 - Northwood Basketball Court\Approve Plans and Specs\Q&R - Approve plans and specs for Northwood basketball.docx City of New Hope Resolution No. 2020- Resolution approving plans and specifications and authorizing advertisement of bids for the basketball court replacement at Northwood Park (Improvement Project No. 1046) WHEREAS, the city engineer has prepared plans, specifications, and contract terms for the work; and, WHEREAS, these projects are improvements which add to the value of these community assets; and, WHEREAS, the funding source for the project is the Park Infrastructure Fund. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Hennepin County, Minnesota: 1. Such plans and specifications are hereby approved. 2. The city clerk shall prepare and cause to be inserted in the official paper, an advertisement for bids for the basketball court replacement at Northwood Park in accordance with said specifications. The advertisement shall be published for ten (10) days. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 23rd day of March, 2020. Mayor Attest: City Clerk 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 161,000 121,000 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 I:\RFA\P&R\Pool and Civic Center Pk Projects\2020\Change Orders\Pool Change Order 7 - 3.23.20\Q&R - Pool Change Order No. 7.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Parks & Recreation By: Susan Rader, Director Agenda Title Resolution approving Change Order No. 7 in the amount of $54,106.49 with Donlar Construction Company for the pool construction project (Improvement Project No. 995) Requested Action Staff requests that the City Council approve change order no. 7 to the contract for the pool construction project (improvement project no. 995) in the amount of $54,106.49. The City Council discussed the change order details at the March work session. Dan Boyum will be in attendance to respond to any questions regarding the change order. Policy/Past Practice The City Council considers change orders when unforeseen circumstances arise or changes are recommended for a city project. Background The City Council awarded a construction contract to Donlar Construction Company at the March 25, 2019 council meeting in the amount of $11,350,275. Stantec Engineers are providing oversight and regular construction updates are being presented to Council. Since the start of the project, the following change orders have been approved: Change Order Date Item Amount Change Order #1 – 5/28/19 Risk Insurance, Proposal Request 1 $11,618 Change Order #2 – 7/22/19 MN Department of Health Pool code review items (additional exit ladder, transition tile stripe near ramp, floor anchor and cement work near drop slide) $ 6,297 Change Order #3 – 8/26/19 Perimeter fence gates; cemetery fence and gate; bathhouse door closures $11,866 Change Order #4 – 10/14/19 Department of Labor & Industry Review changes (adding downspout storm drainage piping and fittings around the bathhouse and testing, resizing some hot water pipe sizes, replacing some fittings, and resizing some vent pipes) $24,431 Change Order #5 – 10/2/19 Water connections for the concession building; a recirculation line in the bathhouse building $8,535 Change Order #6 – 1/13/20 Concrete footings for added umbrellas; damper access panel; network control cabinet; tree stump removal; delete handholes and data raceway $4,827.35 Agenda Section Consent Item Number 8.5 Request for Action, Page 2 At the March work session, city engineer Boyum was present for the monthly update and discussed upcoming change orders including the items for change order no. 7, which total $54,106.49. Stantec staff worked with Donlar to obtain quotes to complete the identified work. Thicker Grade Beam at Shade Structure: Six (6) concrete footings were proposed for three (3) shade structures around the north and east side of the 50- meter pool. After further review of the existing soils in this area and during shop drawing review, there were concerns the proposed concrete footings could move and that additional helicals would need to be added. The design team identified that the concrete footings could be eliminated by adjusting the helical layouts, thus avoiding the need for additional helicals, as well as the thickening up the concrete on the grade beams in this area. Rainfall and Delay Costs (1/24/2020 Claim): Donlar identified various rainfall and delay related costs they and subcontractors experienced on the project between May and October, 2019. Donlar presented previous correspondence on October 25, 2019 related to these costs. Staff reviewed the average days of rainfall over the past 10 years and negotiated various costs associated with this claim. CenterPoint Utility Delay (1/24/2020 Claim): CenterPoint was delayed in getting gas service to the two pool buildings on the project and was not able to meet the schedule provided to Donlar. Donlar incurred additional heating related costs based on these delays. Staff reviewed these costs based on past utility delay precedence. Pool change order no. 7 includes the addition, as follows: Thicker Grade Beam at Shade Structure $671.00 Add Rainfall and Delay Costs (includes OHP, Bond) $34,814.86 Add CenterPoint Utility Delay (includes OHP, Bond) $18,620.63 Add Total Pool Change Order No. 7 $54,106.49 The change order increases the contract amount from $11,417,849.35 to $11,471,955.84. The remaining construction contingency after this change order is approximately $112,893.51, which takes into account the legal, permit and publication fees to date. Staff recommends approval of the resolution approving the change order. Attachments  Resolution  Letter from Dan Boyum, City Engineer  Change Order No. 7 City of New Hope Resolution No. 2020 - Resolution approving Change Order No. 7 in the amount of $54,106.49 with Donlar Construction Company for the pool construction project (Improvement Project No. 995) WHEREAS, the city has received the request for change order no. 7 from Stantec Consulting Services for Donlar Construction Company relating to the contract for the pool construction project (Improvement Project No. 995) in the amount of $54,106.49; and WHEREAS, the items in change order no. 7 includes the addition of a thicker grade beam at shade structures around the 50-meter pool, addressing rainfall and delay costs from Donlar’s 1/24/2020 Claim, and addressing CenterPoint Utility Delays from Donlar’s 1/24/2020 Claim; and WHEREAS, the City Council reviewed the upcoming change order items with city engineer Dan Boyum at the March work session; and WHEREAS, the original contract with Donlar Construction Company was in the amount of $11,350,275 and the Stantec budget included a $321,824.98 contingency; and WHEREAS, at the May 28, 2019 city council meeting change order no. 1 was approved in the amount of $11,618, which increased the contract amount to $11,361,893 and decreased the contingency to $310,206.98; and WHEREAS, at the July 22, 2019 city council meeting change order no. 2 was approved in the amount of $6,297, which increased the contract amount to $11,368,190 and decreased the contingency to $302,916.50; and WHEREAS, at the August 26, 2019 city council meeting change order no. 3 was approved in the amount of $11,866, which increased the contract amount to $11,380,056 and decreased the contingency to $291,050.50; and WHEREAS, at the October 14, 2019 city council meeting change order no. 4 was approved in the amount of $24,431, which increased the contract amount to $11,404,487 and decreased the contingency to $266,619.50; and WHEREAS, at the October 28, 2019 city council meeting change order no. 5 was approved in the amount of $8,535, which increased the contract amount to $11,413,022 and decreased the contingency to $258,084.50; and WHEREAS, at the January 13, 2020 city council meeting change order no. 6 was approved in the amount of $4,827.35, which increased the contract amount to $11,417,849.35 and decreased the contingency to $167,900; and WHEREAS, change order no. 7 increases the contract amount to $11,417,955.84 and the construction contingency is reduced to approximately $112,893.51; and WHEREAS, Stantec Consulting Services and staff recommend approval of the change order. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope that change order no. 7 to the Donlar Construction Company contract is approved in the amount of $54,106.49 and that all other respects of the contract shall remain in full force and effect according to its terms. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 23rd day of March, 2020. ______________________________ Mayor Attest: ________________________ City Clerk March 17, 2020 File:193804337 Stantec Consulting Services Inc. 733 Marquette Avenue, Suite 1000 Minneapolis, MN 55402 Attention: Susan Rader Director of Parks and Recreation City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Reference: Change Order No. 7 – New Hope Outdoor Pool City Project No: 995 Dear Susan, Several future change orders were discussed at past work sessions including the March 16, 2020 City Council Work Session. We have prepared Change Order No. 7 to compensate Donlar Construction Company for the following three items: 1.Thicker Grade Bean at Shade Structure: This Change Order item addresses added labor and material costs associated with modifications included in Proposal Request No. 6 related to eliminating six (6) concrete footings for the three (3) shade structures by the 50- meter pool and thickening up the concrete at the grade beam to replace these footings.. 2.Rainfall and Delay Costs (1/24/2020 Claim):This Change Order item includes addressing items included in the Contractor’s 1/24/2020 claim associated with rainfall and delay costs on the project site. 3.CenterPoint Utility Delays (1/24/2020 Claim):This Change Order item includes addressing items included in the Contractor’s 1/24/2020 claim associated with CenterPoint Utility delays on the project site. No.Item Total Amount 1 Thicker Grade Beam at Shade Structure $671.00 2 Rainfall and Delay Costs (1/24/2020 Claim)– Includes Overhead, Profit, and Bond $34,814.86 3 CenterPoint Utility Delay (1/24/2020 Claim)– Includes Overhead, Profit, and Bond $18,620.63 TOTAL CHANGE ORDER NO. 7:$54,106.49 March 17, 2020 Susan Rader Page 2 of 2 Reference: Change Order No. 7 – New Hope Outdoor Pool 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. Attachments: ·New Hope Outdoor Pool – Change Order No. 7 – Change Order ·Donlar Proposal Related to Change Order No. 7 Cc: Kirk McDonald, Valorie Leone, Jeff Sargent, Bernie Weber – New Hope; Stacy Woods – City Attorney; Bruce Paulson, Jeff Ehleringer, Lucas Miller, Ann Dienhart – Stantec. Date March 17, 2020 Bond No: 106990235 Description of Work No.Item Unit Quantity Price Amount CHANGE ORDER NO. 7 1 Thicker Grade Beam at Shade Structure LS 1 $671.00 $671.00 2 Rainfall and Delay Costs (1/24/2020 Claim)LS 1 $34,814.86 $34,814.86 3 CenterPoint Utility Delays (1/24/2020 Claim)LS 1 $18,620.63 $18,620.63 TOTAL CHANGE ORDER NO. 7:$54,106.49 STANTEC FILE NO. 193804337 Change Order No. 7 provides for: Bond Co: Travelers Casualty and Surety Company of America One Tower Square, 2SHS, Hartford, CT 06183 Item 1:This Change Order item addresses added labor and material costs associated with modifications included in Proposal Request No. 6 related to eliminating six (6) concrete footings for the three (3) shade structures by the 50-meter pool and thickening up the concrete at the grade beam to replace these footings. Item 2:This Change Order item includes addressing items included in the Contractor's 1/24/2020 claim associated with rainfall and delay costs on the project site. Item 3:This Change Order item includes addressing items included in the Contractor's 1/24/2020 claim associated with CenterPoint Utility delays on the project site. Owner: City of New Hope,4401 Xylon Avenue North , New Hope, MN, 55428 Contractor: Donlar Construction Company, 550 Shoreview Park Road, Shoreview, MN 55126 CHANGE ORDER NO. 7 NEW HOPE OUTDOOR POOL CLIENT PROJECT NO. 995 193804337CO7.xlsm Original Contract Amount $11,350,275.00 Previous Change Orders $67,574.35 This Change Order $54,106.49 Revised Contract Amount (including this change order)$11,471,955.84 CHANGE IN CONTRACT TIMES Original Contract Times: Substantial Completion (days or date):June 5, 2020 Ready for final Payment (days or date):August 28, 2020 Increase of this Change Order: Substantial Completion (days or date):0 Ready for final Payment (days or date):0 Contract Time with all approved Change Orders: Substantial Completion (days or date): Ready for final Payment (days or date): Recommended for Approval by: STANTEC Date: See Cover Sheet Approved by Contractor:Approved by Owner: DONLAR CONSTRUCTION COMPANY CITY OF NEW HOPE See Cover Sheet See Cover Sheet Date Date cc: Owner Contractor Stantec Consulting Services Inc. 193804337CO7.xlsm Dan Boyum Stantec Consulting Services 733 Marquette Ave. Suite 1000 Minneapolis, MN 55402 RE:637- New Hope Outdoor Pool 4401 Xylon Avenue North New Hope, MN 55428 Dear Mr. Boyum: We are writing to inform you of the following changes described below: DONLAR PCO NO. 26R: Changes per PR #6 and ASI #3 Total Add (Deduct) Due to the above changes, we require the contract time to be increased by:Zero (0) Days THIS CHANGE ORDER REQUEST SUPERCEDES ALL OTHER SUBMITTED TO DATE FOR THIS ISSUE. Sincerely, DONLAR CONSTRUCTION COMPANY APPROVED BY: Jon Polzin Name Date Assistant Project Manager Encl:Donlar PCO Recap Sheet CC:Eric Goebel, Project Superintendent Subcontractor Quote(s)Kevin Bohrer, Senior Project Manager PCO File If approved, please sign and return this form at the earliest possible date to avoid project delays. If you have any questions regarding this item, please contact me. The above change in scope has additional costs. The attached cost breakdown has been included to allow review of the change and any additional information has been attached for reference. We would appreciate the incorporation of this item into the next change order processed by your office. Only the items and quantities listed within our breakdown will become part of any accepted change order. January 27, 2020 $ 671 PROJECT DONLAR PCO NO.26R LOCATION SHEET NO.1 SUBJECT DATE 27-Jan-20 JP JP CHECKED BY KB QTY UoM UNIT LABOR MAT'L EQUIP SUBS TOTALS PRICE 1 Project Manager 2.0 HR 100.00 200.00 200.00 2 Superintendent 4.0 HR 100.00 400.00 400.00 3 Cement Finisher HR 95.78 - - 4 Carpenter 8.0 HR 97.95 783.60 783.60 5 Laborer 6.0 HR 89.42 536.52 536.52 6 - 7 - 8 Global (Credit)(2,460.00) (2,460.00) 9 - 10 - 11 - 12 Bury (Rebar)484.15 484.15 13 - 14 Triton (Rebar Install)0.29 Tons 725.00 209.53 209.53 15 16 Donlar - 17 - 18 Forming of 6 shade structures thickened footings (8 Carp. HRs & 6 Laborer HRs)- 19 Concrete Material 3.0 CY 150.00 450.00 450.00 20 - 21 - 22 - 23 - 24 - 25 - 26 - 27 - 28 - 29 - 30 - 31 - 32 - 33 - 34 SUBTOTALS 1,920.12 934.15 - (2,250.48) 603.80 35 Donlar Cosntruction OH&P rates 10%10%10%10% 36 Donlar Construction OH&P values 192.01 93.42 - (225.05) 60.38 37 2,112.13 1,027.57 (2,475.52) 664.17 38 Bond 1%6.64 39 40 TOTAL NET CHANGE 670.82 Changes per PR #6 and ASI #3 PR/CCD/ASI DESCRIPTION SUMMARY BY PRICES BY PENDING CHANGE ORDER RECAPITULATION SHEET 637- New Hope Outdoor Pool 4401 Xylon Avenue North, New Hope, MN 55428 Review of Delay, Heating, and Rain Claim from Donlar dated 1/24/20 New Hope Pool Project March 16, 2020 Summary City Staff/Contractor Negotiations (A)(B)(C)(D = A - C) Items Donlar Original 1/24/2020 Request (1) City Proposal - 3/5/2020 Negotiated Request - 3/6/2020 Difference from Original Request to Negotiated Request Comments on City Proposal Part A - Rainfall and Delay Costs Identified on 10/25/2019 $116,893.85 $17,541.98 $31,353.02 $85,540.83 Pay as Change Order Part B - Winter Shelter/Inefficiency Costs (Pool Deck)$62,840.75 $14,000.00 $14,000.00 $48,840.75 Previously discussed frost - pay under Bid Item. City Manager approved $13,800 on 11/19/2019. Part C - CenterPoint Utility Delay $16,756.57 $16,756.57 $16,756.57 $0.00 Fuel, tanks, heating - Pay as Change Order Subtotal $196,491.17 $48,298.55 $62,109.59 $134,381.58 Overhead and Profit (OHP)$19,649.12 $2,414.93 $4,658.22 $14,990.90 Donlar Original Request at 10%, City Proposal at 5%, Negotiated at 7.5% Subtotal $216,140.29 $50,713.48 $66,767.81 $149,372.48 Bond 1%$2,161.40 $691.33 $667.68 $1,493.72 Total - Part A, B, and C $218,301.69 $51,404.81 $67,435.49 $150,866.20 Minus Base Bid Item (Part B)$14,000.00 Pay as Bid Item per past discussions. City Manager approved $13,800 on 11/19/2019. Potential Change Order for Council Approval $53,435.49 Amount needs City Council Approval City Staff/Contractor Agreed to Wait on Negotiations (A)(B)(C)(D = A - C) Items Donlar Original 1/24/2020 Request (1) City Proposal - 3/5/2020 Negotiated Request - 3/6/2020 Difference from Original Request to Negotiated Request Comments on City Proposal Part D - Extended General Conditions due from previous delays $44,291.53 Wait Wait Wait Contractor agreed to wait due to unknowns with Spring Construction. This item is still pending. Overhead and Profit (OHP)$4,429.15 Wait Wait Wait Subtotal $48,720.68 Wait Wait Wait Bond 1%$487.21 Wait Wait Wait Total $49,207.89 Wait Wait Wait Amount needs City Council Approval Total - Part A, B, C and D $267,509.58 Note(s): (1) Donlar updated Part C costs on 2/21/20 following final invoicing for fuel related costs. I:\RFA\PUBWORKS\2020\Council\2020 Towmaster Trailer Purchase\2020 Towmaster Trailer RFA and Resolution.docx Request for Action March 23, 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 $24,235.67 for the purchase of three Towmaster trailers from RDO Equipment. Requested Action City staff recommends New Hope Public Works purchase three Towmaster trailers: two 2020 Towmaster T- 5DT felling trailers and one 2020 Towmaster T-14DT trailer as listed in the 2020 Capital Improvement Program (CIP) from RDO Equipment. 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 three felling trailers is listed in the 2020 CIP. Background The three trailers we currently own are 19 and 20 years old respectively and the condition and age warrants their replacement per the Central Garage Supervisor. The two felling trailers are used regularly by the parks department for the movement of Parks Department and Public Works owned equipment. The trailers are heavily used during New Hope and Lions Club special events. These trailers are also used by the Streets and Utilities Departments to haul material for various maintenance activities. The larger trailer is primarily used as a transport trailer Public Works’ skid steer and occasionally other pieces of equipment. The two Towmaster T-5DT felling trailers would replace two felling trailers purchased in 2000. The Towmaster T-14DT would replace the trailer purchased in 2001. If the city proceeds with the purchase, staff recommends using the purchasing opportunity provided through the Minnesota Department of Administration’s Materials Management Division, called the cooperative purchasing venture (CPV). The state of Minnesota Department of Administration has awarded contract No. 156354 to RDO Equipment. Funding The replacement fund currently has $22,405.77 dedicated for this equipment purchase. The state contract total for the purchase of the three 2020 Towmaster trailers is $24,235.67. The $1,829.90 shortfall would come out of the Central Garage Replacement Fund. Staff recommends auctioning off the three currently owned trailers which will help offset the funding discrepancy. Attachments  Resolution  Copy of the proposal submitted by RDO Equipment  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 $24,235.67 for purchase of three Towmaster trailers. 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 of three Towmaster trailers from RDO Equipment; 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 $24,235.67 for payment to RDO Equipment, 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 23rd day of March, 2020. __________ __________________ Mayor Attest: ________ _________________ City Clerk Memorandum To: Bernie Weber-Public Works Director From: Bill Robberstad-Central Garage Supervisor Date: February 4, 2020 Subject: Purchase of three Towmaster trailers City staff is recommending New Hope Public Works purchase three Towmaster trailers; two 2020 Towmaster T-5DT felling trailers and one 2020 Towmaster T-14DT trailer as listed in the 2020 Capital Improvement Program (CIP) from RDO Equipment. The two Towmaster T-5DT felling trailers would replace two felling trailers purchased in 2000. The Towmaster T-14DT would replace a trailer purchased in 2001. The three trailers we currently own are nineteen and twenty years old respectively and the condition and age warrants their replacement per the Central Garage Supervisor. The two felling trailers are used regularly by the parks department for the movement of Parks Department and Public Works owned equipment. The trailers are heavily used during New Hope and Lions Club special events. These trailers are also used by the Streets and Utilities Departments to haul material for various maintenance activities. The larger trailer is primarily used as a transport trailer Public Works’ skid steer and occasionally other pieces of equipment. If the city proceeds with the purchase, staff recommends using the purchasing opportunity provided through the Minnesota Department of Administration’s Materials Management Division, called the cooperative purchasing venture (CPV). The state of Minnesota Department of Administration has awarded contract No. 156354 to RDO Equipment. The replacement fund currently has $22,405.77 dedicated for this equipment purchase. The state contract total for the purchase of the three 2020 Towmaster trailers is $24,235.67. The $1,829.90 would come out of the Central Garage Replacement Fund. Staff recommends auctioning off the three currently owned trailers which will help offset the funding discrepancy. I:\RFA\PUBWORKS\2020\Council\2020 F350 and Dump Body\2020 F350 and dump body RFA and Resolution.docx Request for Action March 23, 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 $66,198.74 for the purchase of a 2020 Ford F350 cab/chassis including dump body with ancillary equipment. Requested Action Staff is recommending that the Council approve a resolution authorizing the purchase of a 2020 Ford F350 cab and chassis, dump body, and ancillary equipment as proposed 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 Ford F350 truck is listed in the 2020 CIP. Background The 2020 F350 dump truck is slated to replace a 2010 F350 dump truck (vehicle #39) currently used by street department staff. This vehicle is used for many functions including small pothole patching operations, making street repairs, hauling street department trailers and equipment, boulevard restorations, etc. Instead of selling the 2010 F350 dump truck, the central garage supervisor is recommending the 2010 Ford F350 be utilized by the New Hope Golf Course. The 2001 F350 dump truck (#28) the golf course currently uses would be sent to auction. Staff recommends using the purchasing opportunity provided through the Minnesota Department of Administration’s Materials Management Division, called the cooperative purchasing venture (CPV). The State of Minnesota Department of Administration has awarded contract No. 170310 to Midway Ford for the Ford F350 cab and chassis and contract No. 167795 to Towmaster Truck Equipment for the Dump body and ancillary equipment. Staff recommends removing the 2001 F350 Dump Truck (#28) from the fleet and dispose through auctioning services provided by the Minnesota Department of Administration Surplus Services Division. Funding The state contract total for purchase of the Ford F350 cab and chassis is $33,064.74. The dump body, ancillary equipment, set-up, and installation costs are estimated at $33,134.00. The total cost for the dump truck complete is $66,198.74. The current vehicle replacement fund has $69,257.78 dedicated for this vehicle replacement, leaving a $3,059.04 surplus in the equipment replacement fund. Attachments  Resolution  Quotations from Midway Ford and Towmaster Truck Equipment  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 $66,198.74 for purchase of a 2020 Ford F350 cab and chassis and dump body with ancillary equipment. 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 2020 Ford F350 from Midway Ford and dump body and ancillary equipment from Towmaster Truck Equipment; and, WHEREAS, the funds for this equipment have been provided within the central garage equipment replacement 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 $33,064.74 for payment to Midway Ford, and $33,134.00 to Towmaster Truck Equipment for a dump body and ancillary equipment from the central garage equipment replacement fund, is authorized and the central garage equipment replacement fund budget is hereby amended. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 23rd day of March, 2020. __________ __________________ Mayor Attest: ________ _________________ City Clerk Memorandum To: Bernie Weber-Public Works Director From: Bill Robberstad-Central Garage Supervisor Date: March 16, 2020 Subject: Purchase of an F350 Cab and Chassis, Dump Body and Ancillary Equipment Staff is recommending purchase of a 2020 Ford F350 cab and chassis, dump body and ancillary equipment as proposed in the 2020 Capital Improvement Program (CIP). The cab and chassis would be purchased from Midway Ford and the dump body and ancillary equipment would be purchased and set-up by Towmaster Truck Equipment. The 2020 F350 dump truck is slated to replace a 2010 F350 dump truck (vehicle #39) currently used by street department staff. This vehicle is used for many functions including small pothole patching operations, making street repairs, hauling street department trailers and equipment, boulevard restorations, etc. Instead of selling the 2010 F350 dump truck, the central garage supervisor recommends the 2010 Ford F350 be utilized by the New Hope Golf Course. The 2001 F350 dump truck (#28) the golf course currently uses would be sent to auction. Staff recommends using the purchasing opportunity provided through the Minnesota Department of Administration’s Materials Management Division, called the cooperative purchasing venture (CPV). The State of Minnesota Department of Administration has awarded contract No. 170310 to Midway Ford for the Ford F350 cab and chassis and contract No. 167795 to Towmaster Truck Equipment for the dump body and ancillary equipment. The state contract total for purchase of the Ford F350 cab and chassis is $33,064.74. The dump body, ancillary equipment, set-up and installation costs are estimated at $33,134.00. The total cost for the dump truck complete is $66,198.74. The current vehicle replacement fund has $69,257.78 dedicated for this vehicle replacement, leaving a $3,059.04 surplus in the equipment replacement fund. I:\RFA\PUBWORKS\2020\Council\2020 Toro 6000 Series Mower\2020 Toro 6000 Series Mower RFA and Resolution.docx Request for Action March 23, 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 $13,867.99 for the purchase of a 2020 Toro 6000 series mower, model 72947 with ancillary equipment from Minnesota Equipment, Inc.. Requested Action Staff is recommending Council pass a resolution approving the purchase of a Toro 6000 series mower, model number 72947 and ancillary equipment for $13,867.99 from Minnesota Equipment Inc., as proposed 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 Toro mower is listed in the 2020 CIP. Background The new Toro 6000 series mower would replace the city’s existing five-year-old Toro 6000 series mower. Staff experience maintaining the city’s mowers has shown that mowers begin to require more frequent maintenance after five years of frequent use. City staff also prefers to replace the mowers around this time as trade-in values/sales values are still relatively high. Keeping mowers beyond their useful life expectancy yields a problematic piece of equipment that in the long run will retain little resale value. Staff recommends auctioning off the five-year-old mower. This mower is an integral piece of equipment in maintaining the city’s parks and public lands. It is frequently used beginning in the spring until late in the fall. If approved, staff recommends using the cooperative purchasing opportunity provided through Sourcewell formerly the National Joint Powers Alliance (NJPA). Minnesota Equipment, Inc. has been awarded contract no. 062117-TTC for the sales of fleet-related maintenance equipment, supplies, services, and inventory management solutions. Funding The total for purchase of the mower and deck is $13,462.00. The mulch kit and trash kit (ancillary equipment) cost is $405.99. The total cost for the complete mower and ancillary equipment is $13,867.99. The current vehicle replacement fund has $14,788.56 dedicated for this vehicle replacement, leaving a $920.57 surplus in the equipment replacement fund. Attachments  Resolution  Quotations from Minnesota Equipment, Inc. Agenda Section Ordinances & Resolutions Item Number 10.3  Central Garage Supervisor Memorandum City of New Hope Resolution No. 20- Resolution authorizing the purchase of equipment and appropriation of funds in the amount of $13,867.99 for purchase of a 2020 Toro 6000 Series Mower 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 2020 Toro 6000 Series mower and ancillary equipment from Minnesota Equipment, Inc.; and, WHEREAS, the funds for this equipment have been provided within the central garage equipment replacement 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 $13,867.99 for payment to Minnesota Equipment, Inc. from the central garage equipment replacement fund, is authorized and the central garage equipment replacement fund budget is hereby amended. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 23rd day of March, 2020. __________ __________________ Mayor Attest: ________ _________________ City Clerk Date:06 March 2020 Offer Expires:31 May 2020 Confidential 21357165Quote 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:21357165 06 March 2020 13 March 2020 Created On: Last Modified On: Expiration Date:31 May 2020 Equipment Summary Selling Price Qty Extended TORO 72947 6000 Series 37HP Kohler EFI 72" Deck $ 13,462.00 X 1 =$ 13,462.00 139-6659 Mulch Kit & TC-26 Trash Kit $ 405.99 X 1 =$ 405.99 Equipment Total $ 13,867.99 Quote Summary Equipment Total $ 13,867.99 DOT $ 0.00 Delivery $ 0.00 License $ 0.00 SubTotal $ 13,867.99 Est. Service Agreement Tax $ 0.00 Total $ 13,867.99 Down Payment (0.00) Rental Applied (0.00) Balance Due $ 13,867.99 Selling Equipment Quote Id: 21357165 Customer:CITY OF NEW HOPE PUBLIC WORKS DEPT Confidential TORO 72947 6000 Series 37HP Kohler EFI 72" Deck Hours:0 Stock Number: Selling Price $ 13,462.00 Code Description Qty Unit Extended 1 1 $ 13,462.00 $ 13,462.00 Suggested Price $ 13,462.00 Customer Discounts Customer Discounts Total $ 0.00 $ 0.00 Total Selling Price $ 13,462.00 139-6659 Mulch Kit & TC-26 Trash Kit Hours:0 Stock Number: Selling Price $ 405.99 Code Description Qty Unit Extended 1 1 $ 405.99 $ 405.99 Suggested Price $ 405.99 Customer Discounts Customer Discounts Total $ 0.00 $ 0.00 Total Selling Price $ 405.99 Memorandum To: Bernie Weber-Public Works Director From: Bill Robberstad-Central Garage Supervisor Date: March 16, 2020 Subject: Purchase of a 2020 Toro 6000 series mower Staff is recommending the city purchase a Toro 6000 series mower, model number 72947 and ancillary equipment for $13,867.99 from Minnesota Equipment Inc. as proposed in the 2020 Capital Improvement Program (CIP). The new Toro 6000 series mower would replace the city’s existing five-year-old Toro 6000 series mower. Staff experience maintaining the city’s mowers has shown that mowers begin to require more frequent maintenance after five years of frequent use. City staff also prefers to replace the mowers around this time as trade in values/sales values are still relatively high. Keeping mowers beyond their useful life expectancy yields a problematic piece of equipment that in the long run will retain little resale value. Staff recommends auctioning off the five-year-old mower. This mower is an integral piece of equipment in maintaining the city’s parks and public lands. It is frequently used beginning in the spring until late in the fall. If approved, staff recommends using the cooperative purchasing opportunity provided through Sourcewell formerly the National Joint Powers Alliance (NJPA). Minnesota Equipment, Inc. has been awarded Contract No. 062117-TTC for the sales of fleet-related maintenance equipment, supplies, services, and inventory management solutions. The total for purchase of the mower and deck is $13,462.00. The mulch kit and trash kit (ancillary equipment) cost is $405.99. The total cost for the complete mower and ancillary equipment is $13,867.99. The current vehicle replacement fund has $14,788.56 dedicated for this vehicle replacement, leaving a $920.57 surplus in the equipment replacement fund. I:\RFA\City Manager\2020\Q-declare local emerg 03.23.20.docx Request for Action March 23, 2020 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Title Resolution declaring a local emergency due to COVID-19 health pandemic Requested Action Staff recommends the City Council adopt the resolution to enable the city to take necessary steps and to receive any financial assistance or reimbursements. Policy/Past Practice State statute authorizes the city to declare a local emergency. Background M.S. 12.29 authorizes the mayor to declare the existence of a local emergency, invoke necessary portions of the city’s Emergency Operations Plan and authorize aid and services in accordance with inter-jurisdictional agreements such as mutual aid agreements. The city manager and emergency management agency find that traditional sources of financial aid, assistance and relief will not be sufficient to compensate for the potential impact of COVID-19, and have determined that the necessary resources to respond to and recover from this pandemic will exceed resources available from the city and additional resources will be needed from Hennepin County, state, and federal sources. Attachments • Resolution Agenda Section Ordinances & Resolutions Item Number 10.4 −1− RESOLUTION NO. 2020- RESOLUTION DECLARING A LOCAL EMERGENCY DUE TO COVID-19 HEALTH PANDEMIC BE IT RESOLVED by the City Council of the City of New Hope as follows: WHEREAS, on January 31, 2020, the United States Department of Health and Human Services declared a public health emergency for a disease named “coronavirus disease 2019, commonly known as ”COVID-19,” to begin retroactively on January 27, 2020; on March 11, 2020, the World Health Organization declared COVID-19 a world-wide pandemic; on March 13, 2020, President Donald Trump declared that the COVID-19 outbreak in the United States constitutes a National Emergency; and on March 13, 2020, Minnesota Governor Tim Walz declared a Peacetime State of Emergency to authorize any and all necessary resources to be used in support of the COVID-19 response; on March 17, 2020, Hennepin County declared a state of emergency; and WHEREAS, Governor Walz signed an Executive Order on March 16, 2020, ordering a partial closing of bars, restaurants, entertainment venues and other places of public accommodations including theaters, museums, fitness centers, and community clubs to slow the spread of COVID-19 in order to implement “social distancing” to better practice community mitigation strategies; and WHEREAS, the Minnesota Department of Health as of March 20, 2020, updated their community mitigation strategies to recommend postponing and/or canceling the following types of events: a. Events where 50 people or more would gather, including but not limited to: i. Concerts. ii. Conferences. iii. Professional, college, and school performances or sporting events. iv. Festivals. v. Parades. vi. Weddings vii. Other types of assemblies. b. Smaller events (fewer than 50 people) that are held in crowded auditoriums, rooms, or other venues that do not allow social distancing of 6 feet per person. c. Events of any size should only be continued if they can be carried out with adherence to guidelines for protecting vulnerable populations, hand hygiene, and social distancing. When feasible, organizers could modify events to be virtual. −2− WHEREAS, the City of New Hope’s Emergency Management Agency established by City C ode Section 2-14, has been preparing for weeks, working diligently with local, state, and federal partners to maintain situational awareness and response to COVID-19; and WHEREAS, the need for social distancing, school closings, and quarantine methods to stop the spread of COVID-19 is expected to cause significant social and economic challenges; and WHEREAS, the City Manager and Emergency Management Agency find that this situation threatens the health, safety, and welfare of the members of the City and will cause a significant impact on the ability of the police and fire departments to address any immediate dangers to the public as a result of COVID-19; and WHEREAS, effective March 18, 2020, the City suspended non-essential operations in response to the COVID-19 pandemic; WHEREAS, the City Manager and Emergency Management Agency find that traditional sources of financial aid, assistance and relief will not be sufficient to compensate for the potential impact of COVID-19, and have determined that the necessary resources to respond to and recover from this pandemic will exceed those resources available within the City, and additional resources will be needed from Hennepin County and state and federal sources; and WHEREAS, Minn.Stat.§12.29 authorizes the Mayor to declare the existence of a local emergency, invoke necessary portions of the City’s Emergency Operations Plans and authorize aid and services in accordance with interjurisdictional agreements such as mutual aid agreements; and WHEREAS, under Minn.Stat.§12.37 this emergency declaration authorizes the City to enter into contracts and perform other duties without following many of the time-consuming procedures and formalities normally required, including: a. Arranging for the performance of public work b. Contracting c. Incurring obligations d. Purchasing supplies and materials e. Complying with limitations on tax levies f. Appropriating and expending public funds, including publication of ordinances and resolutions, advertisement for bids, provisions of civil service laws and rules, competitive bidding, and budget requirements WHEREAS, the City Council has considered the matter at its meeting of March 23, 2020. −3− NOW, THEREFORE, BE IT RESOLVED, PROCLAIMED, DECLARED, AND DIRECTED by the City Council of the City of New Hope as follows: 1. Under the authority given by Minn.Stat.§12.29, a local emergency exists within the City of New Hope, effective March 23, 2020, with all the powers and responsibilities related thereto as provided by Minn.Stat.Chapter 12. 2. City staff is directed to review ordinance and regulatory requirements, operations, civil and legal proceedings, events, and resources to determine whether the foregoing should be adjusted or suspended, and to make recommendations regarding additional emergency regulations to support the employees and residents of the City of New Hope. 3. City staff is directed to operate and support the response to this incident, under the direction and coordination of the City Manager and the Emergency Management Agency, including implementing new employee protocols, strategies, and processes to ensure that public services are maintained and City staff remain safe. 4. City staff and Emergency Management Agency are directed to coordinate appropriate aid and resources form surrounding jurisdictions, Hennepin County, the State of Minnesota, and the Federal government, as needed. 5. Declares, under Minn.Stat.§13D.021, that in-person meetings of the City Council, Planning Commission, and other advisory commissions of the City of New Hope are not practical or prudent due to the COVID -19 health pandemic and the peacetime emergency declared by Governor Walz pursuant to Minnesota Statutes, Chapter 12, and hereby directs that: a. Meetings of the City Council, Planning Commission, and other advisory commissions of the City shall be conducted by telephone or other electronic means, if determined advisable by City Manager; and b. Attendance by Councilmembers, Commissioners, City staff and members of the public at the regular meeting location is unfeasible; and c. City staff shall take such action as may be necessary to enable such meetings to occur via telephone or other electronic means pursuant to Minn.Stat.§13D.021, until such time as it is no longer impractical or imprudent of the City Council, Planning Commission, and other advisory commissions to resume in-person meetings. 6. Declares that the COVID-19 health pandemic constitutes a local emergency continuing until federal or state action declaring an end to the state of emergency or subsequent determination of the City Council. −4− 7. Orders that this Declaration be given prompt and general publicity on the City’s website and elsewhere and that it be filed promptly by the City Clerk. Dated the 23rd day of March, 2020. ____________________________________ Kathi Hemken, Mayor Attest: ____________________________ Valerie Leone, City Clerk P:\Attorney\SAS\1 Client Files\2 City of New Hope\99-10000 City Mgr\Resolution Declaring a Local Emergency - COVID-19 - 3-23-20.docx I:\RFA\City Manager\2020\12.1 Q - Upcoming Events.docx Request for Action March 23, 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: April 2 7 p.m. – New Hope Board of Appeal and Equalization Meeting April 7 1:30 p.m. – Joint Water Commission Meeting at Golden Valley No Planning Commission Meeting April 13 7 p.m. – City Council Meeting Agenda Section Other Business Item Number 12.1