Loading...
042720 City Council Meeting Packet NEW HOPE CITY COUNCIL MEETING AGENDA April 27, 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, April 27, 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 802 506 127 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 – April 27, 2020 2. ROLL CALL 3. APPROVAL OF MINUTES:  Council Meeting Minutes – April 13, 2020 4. OPEN FORUM 5. PRESENTATIONS 6. CONSENT BUSINESS 6.2 Approval of financial claims through April 27, 2020 6.4 Motion to accept a $44.80 donation for a recreation scholarship 6.5 Resolution proclaiming the month of May 2020 as Building Safety Month in the city of New Hope 6.6 Resolution authorizing the appropriation of funds in the amount of $7,060 for the replacement of the skate sharpening machines at the New Hope Ice Arena 6.7 Resolution authorizing the appropriation of funds in the amount of $2,225 for the addition of ventilation to the concession equipment room at the New Hope Village Golf Course 7. PUBLIC HEARING 8. DEVELOPMENT AND PLANNING 8.1 Resolution awarding a contract to Visu-Sewer in the amount of $321,115.10 for lining sanitary sewer pipe in both 2020 and 2021 (Improvement project no. 1048) 8.2 Resolution approving a joint powers agreement between the city of New Hope and the city of Crystal for street maintenance work on 32nd Avenue (32nd Avenue Mill and Overlay Project No.1043) 8.3 Resolution awarding low bid of $127,334.50 to Dunaway Construction for playground site work at Begin Park (Improvement Project No. 1040) and for basketball court replacement at Northwood Park (Improvement Project No. 1046) 8.4 Resolution awarding contracts with Flagship Recreation and Landscape Structures for $111,852.12 for playground equipment, engineered wood fiber, a picnic table with shade structure and installation at Begin Park (Improvement Project No. 1040) 9. PETITIONS AND REQUESTS 10. ORDINANCES AND RESOLUTIONS 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: April 23, 2020 Subject: Agenda Items for Monday, April 27, 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. Item 6.2 - involves routine financial claims. Item 6.3 – there are no new liability claims to report. Item 6.4 This item accepts a $44.80 donation from The Orenstein family. Due to the COVID-19 situation, credits and refunds were offered for cancelled dance programs. The Orenstein family is donating their refund to the scholarship program. Staff is appreciative of their generosity, and a thank you letter will be mailed. Director Rader and I recommend approval. Item 6.5 This resolution proclaims the month of May 2020 as Building Safety Month in the city to recognize the importance of building safety and fire prevention. Director Sargent and I recommend approval. Item 6.6 This resolution authorizes the expenditure of $7,060 to Sparx for four skate sharpening machines for the ice arena. The current machines are 15 years old and in need of replacement. The new machines can be operated by seasonal staff as well as full-time staff, and the city will charge $6 for the service. The 2020 CIP contains $20,000 for the purchase. Director Rader and I recommend approval. Item 6.7 Staff recommends improving the ventilation in the golf course concession equipment room for a cost of $2,225. The refrigeration and ice machine equipment generate heat that is detrimental to the products stored in the room as well as to the equipment itself. It is recommended that fans be installed to provide better circulation. Quotes were obtained for the work and the low bid was submitted by Kidd Plumbing, Inc. for $2,225. Other minor electrical or structural work may be needed and it is anticipated to be less than $1,000. The 2020 CIP contains $10,000 for this work. Director Rader and I recommend approval. Item 8.1 Staff recommends awarding a contract to Visu-Sewer for $321,115.10 for sanitary sewer lining projects for 2020 and 2021. The work is done to reduce inflow and infiltration in the sanitary sewer system. The project area is the northwest corner of the city. The 2020 project includes approximately 5,890 feet of work and the 2021 project includes approximately 7,156 feet. There is $350,000 earmarked in each year of the CIP budgets for a total of $700,000. Due to the favorable bid, a change order may be requested for additional sewer lining. Director Weber and I recommend approval. Item 8.2 The city of Crystal is undertaking a mill and overlay on 32nd Avenue between Winnetka and Winpark this summer. The northern half of 32nd Avenue is owned and maintained by the city of New Hope. Staff recommends approving a joint powers agreement with Crystal for the work at a cost of $28,681.87. The expenditure would be funded by the street infrastructure fund. Director Weber and I recommend approval. Item 8.3 This item awards a contract to Dunaway Construction for $127,334.50 for playground site work at Begin Park and for basketball court replacement at Northwood Park. Begin Park is located at 5407 Wisconsin Avenue North. The project includes site work includes replacement of the playground container, entrance ramp, and replacement of the sidewalk. Alternate 2 will include installation of concrete pads for two benches and a picnic table. The basketball court portion of the project will include the removal of the existing court and hoops and installation of a new court and hoops. Total funding for the two projects is $280,000 and is available in the Park Infrastructure Fund. Director Rader and I recommend approval. Item 8.4 This item awards a contract with Flagship Recreation and Landscape Structures for $111,852.12 for playground equipment at Begin Park. The contract includes purchase and installation of playground equipment, playground mats, geotextile fabric, engineered wood fiber, picnic table and sun shade. In 2011 the city began using a playground vendor who offered a program to refurbish equipment. Begin Park will be the first playground replacement project that can incorporate the refurbish component that resulted in re-using $24,097 worth of equipment including several posts, decking, and some slides. Similar to past projects input was sought from the neighborhood. There is $200,000 earmarked for the play equipment. Also, staff recently applied for a $25,000 Hennepin youth sports grant. Director Rader and I recommend approval. Item 12.1 Mayor Hemken will review the list of upcoming events/meetings. EDA Item 4 In January of 2020 the EDA acquired the single-family home at 6027 West Broadway as part of the city’s scattered site housing program. The home was demolished and the lot has been prepared for construction of a new single-family home. The lot has been marketed, and staff would like to review the proposals with the EDA. Four proposals were received from two builders. Staff recommends entering a purchase and redevelopment agreement with Novak-Fleck Inc. for the Wood Ridge proposal, which includes the highest lot price ($65,000), highest projected sale price ($343,298), and the most finished square feet (2,275). The EDA has worked with Novak-Fleck Inc. in the past with good results. Director Sargent and I recommend approval. If you have any questions regarding items in the agenda packet, please call the city clerk or me before the meeting so that staff can research any issues and be prepared to respond at the meeting. New Hope City Council  April 13, 2020  Page 1   City of New Hope  4401 Xylon Avenue North  New Hope, Minnesota 55428    City Council Minutes April 13, 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.      Due to the COVID‐19 pandemic, some members of the Council, city staff, and  consultants participated remotely.      PLEDGE OF  ALLEGIANCE    Mayor Hemken announced that the Pledge would not be recited since the meeting  is not being held in the council chambers.    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  Rich Johnson, Director of HR/Admin. Services  Valerie Leone, City Clerk  Stacy Woods, Assistant City Attorney    APPROVAL OF  MINUTES  Motion was made by Council Member Hoffe, seconded by Council Member Elder,  to approve the work session minutes of March 16, 2020. Voted in favor thereof:  Hemken, Elder, Frazier, Hoffe, London; and the following voted against the same:  None; Abstained: None; Absent: None. Motion carried.    Motion was made by Council Member Elder, seconded by Council Member Hoffe,  to approve the regular meeting minutes of March 23, 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    There was no one present desirous of addressing the council.  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.    New Hope City Council  April 13, 2020  Page 2   FINANCIAL CLAIMS  Item 6.2    Approval of financial claims through April 13, 2020.  RESOLUTION 2020‐43  Item 6.4    Resolution proclaiming the month of May 2020, as Arbor Month in the city of  New Hope.  RESOLUTION 2020‐44  Item 6.5    Resolution proclaiming May 17‐23, 2020, as National Public Works Week in the  city of New Hope.  RESOLUTION 2020‐45  Item 6.6    Resolution proclaiming April 19‐25, 2020 as National Crime Victims’ Rights  Week in the city of New Hope.  RESOLUTION 2020‐46  Item 6.7  Resolution approving renewing the agreement with Solution Builders to provide  information technology support services for the city effective May 1, 2020 to  April 30, 2021.    MOTION  Consent Items  Motion was made by Council Member London, seconded by Council Member  Frazier, to approve the Consent items. All present voted in favor. Motion carried.    RENEWAL OF  INSURANCE  PREMIUMS  Item 11.1  Mayor Hemken introduced for discussion Item 11.1, Motion approving renewal of  insurance premiums for general liability, property damage, employee bond and  worker’s compensation for the period April 20, 2020 through April 20, 2021  through the League of Minnesota Cities Insurance Trust (LMCIT).    Mr. Kirk McDonald, city manager, explained the city clerk coordinates renewal of  the general liability insurance and the director of human resources and  administrative services handles the workers’ compensation insurance renewal.  Mr. McDonald stated the premium for the property/liability coverage increased  from $160,114 to $189,767 or $29,653 from last year (primarily due to the new city  hall/police department).     Mr. McDonald stated the workers’ compensation premium increased from  $226,558 to $232,755 or $6,197 from last year. He stated staff is recommending the  city continue with a $5,000 deductible for workers’ compensation insurance. He  stated the payroll basis included the addition of pool operations and the cost of  living adjustments. He explained years 2016, 2017, and 2018 are used to establish  the city’s experience modification rate. He stated the rate decreased from 1.05 to  .92 for workers’ compensation insurance.     Mr. McDonald stated the total insurance expense is $422,522 which is below the  2020 budgeted amount of $449,888.    MOTION  Item 11.1  Motion was made by Council Member Elder, seconded by Council Member  Frazier, approving renewal of insurance premiums for general liability, property  damage, employee bond and worker’s compensation for the period April 20,  2020 through April 20, 2021 through the League of Minnesota Cities Insurance  Trust (LMCIT). All present voted in favor. Motion carried.    New Hope City Council  April 13, 2020  Page 3   LMCIT STATUTORY  LIMITATIONS  Item 11.2  Mayor Hemken introduced for discussion Item 11.2, Motion to accept statutory  limitations of $500,000 for individual claimant recovery for insurance provided by  League of Minnesota Cities Insurance Trust (LMCIT).    Mr. Kirk McDonald, city manager, recommended the Council take action similar  to prior years to accept the statutory limitation for individual claimant recovery.  He stated that if the city waived the statutory tort limits, a single claimant could  potentially recover up to $2,000,000 per occurrence compared to $500,000.     MOTION  Item 11.2  Motion was made by Council Member London, seconded by Council Member  Elder, to accept statutory limitations of $500,000 for individual claimant recovery  for insurance provided by League of Minnesota Cities Insurance Trust (LMCIT).  All present voted in favor. Motion carried.    EXCHANGE OF   COMMUNICATION  Item 12.1  Mayor Hemken introduced for discussion Item 12.1, Exchange of communication  between members of the City Council.    Mayor Hemken reported on upcoming events.    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 7:12 p.m.  Respectfully submitted,    Valerie Leone, City Clerk    G:\City Manager\AGENDA\6.2 R-Approval of Claims Merge Doc.docx Request for Action April 27, 2020 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Title Approval of claims through April 27, 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 S:\April 27, 2020 City Council Meeting\6.4 Q - Donation - Orenstein.docx Request for Action April 27, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Parks & Recreation By: Susan Rader, Director Agenda Title Motion to accept a $44.80 donation for a recreation scholarship Requested Action Staff requests that the City Council approve a motion to accept this generous donation of $44.80 from Melissa and Ella Orenstein to be used for a recreation scholarship. Policy/Past Practice It is past practice for the City Council to formally accept donations. Background Ella Orenstein is a dancer in the New Hope dance program. With the cancellation of spring classes due to COVID-19, staff was offering families a credit or refund. Instead of receiving a refund, the family has requested the funds be used toward a recreation scholarship. They are happy that the funds can be used to help another family. A thank you letter will be sent. Agenda Section Consent Item Number 6.4 I:\RFA\COMM DEV\2020\City Council\4-27-20 Building Safety Month\Q & R - Building Safety Month 2020.docx Request for Action April 27, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Community Development By: Jeff Sargent, Director Agenda Title Resolution proclaiming the month of May 2020 as Building Safety Month in the city of New Hope. Requested Action Staff recommends adoption of the resolution proclaiming the month of May 2020 as “Building Safety Month.” Policy/Past Practice It is a past practice for the City Council to adopt this annual resolution proclaiming the month of May as Building Safety Month. Background Through continuing attention to building safety, New Hope residents can enjoy the comfort and peace of mind that structures are safe and sound. Building safety and fire prevention officials work year round to guide the safe construction of buildings. Building Safety Month is sponsored by the International Code Council, and this is an excellent time to educate the public and increase awareness of the role building safety and fire prevention officials, local and state building departments, and federal agencies play in protecting lives and property. As New Hope residents observe Building Safety Month, everyone is encouraged to improve building safety at home and in the community and to recognize the important role that local building safety and fire prevention officials play in public safety. Recommendation Staff recommends approval of the resolution Attachment  Resolution Agenda Section Consent Item Number 6.5 City of New Hope Resolution No. 2020- Resolution proclaiming the month of May 2020 as Building Safety Month in the city of New Hope WHEREAS, our city’s continuing efforts to address critical issues of safety, energy efficiency and resilience in the built environment that affect our citizens, both in everyday life and in times of natural disaster, give us confidence that our structures are safe and sound; and WHEREAS, our confidence is achieved through the devotion of vigilant guardians – building safety and fire prevention officials, architects, engineers, builders, laborers and others in the construction industry – who work year-round to ensure the safe construction of buildings; and WHEREAS, these guardians, dedicated members of the International Code Council, use a consensus process that brings together local state, and federal officials with expertise in the built environment to create and implement the highest quality codes to protect Americans in the buildings where we live, learn, work, worship and play; and WHEREAS, the International Codes, the most widely adopted building safety, energy and fire prevention codes in the nation, are used by most U.S. cities, counties and states; these modern building codes also include safeguards to protect the public from natural disasters such as hurricanes, snowstorms, tornadoes, wildland fires and earthquakes; and WHEREAS, Building Safety Month is sponsored by the International Code Council, to remind the public about the critical role of our communities’ largely unknown guardians of public safety, our local code officials, who assure us of safe, efficient and livable buildings; and WHEREAS, “Building Safety Month: Code Officials Keep You Safe,” the theme for Building Safety Month 2019, encourages all Americans to raise awareness of the importance of building safety; green and resilient building; pool, spa and hot tub safety; backyard safety; and new technologies in the construction industry. Building Safety Month 2020 encourages appropriate steps everyone can take to ensure that the places where we live, learn, work, worship and play are safe and sustainable, and recognizes that countless lives have been saved due to the implementation of safety codes by local and state agencies; and WHEREAS, each year, in observance of Building Safety Month, Americans are asked to consider projects to improve building safety and sustainability at home and in the community, and to acknowledge the essential services provided to all of us by local and state building departments and federal agencies in protecting lives and property. NOW, THEREFORE, IT IS HEREBY PROCLAIMED, that May 2019 is Building Safety Month in the city of New Hope. Accordingly, our citizens are encouraged to join communities across America to participate in Building Safety Month activities. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 27th day of April, 2020. ________________________________________ Kathi Hemken, Mayor Attest: _____________________________________ Valerie Leone, City Clerk I:\RFA\P&R\ARENA\2020\Skate Sharpening Machine\Q&R - Approve skate sharpening machines.docx Request for Action April 27, 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 $7,060 for the replacement of the skate sharpening machines at the New Hope Ice Arena Requested Action Staff requests that the City Council approve a resolution authorizing the purchase of skate sharpeners for use at the New Hope Ice Arena for $7,060. 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 replacement of the skate sharpening machines is listed in the 2020 CIP budget. Background The two skate sharpening machines currently at the arena were purchased in 2005. These machines are outdated and staff is having trouble getting parts to make them work properly. Training of seasonal staff has been difficult, the “art” of skate sharpening is a difficult one to learn, especially on machines that don’t work properly and are hard to set up. There are new types of skate sharpeners that are almost fully automatic. Once they are set up, skates are clamped in and a button is pushed, resulting in a good sharpening with little training of staff. Not only are these machines easy to use, but they are less expensive and require a smaller amount of space. Because of this, staff is recommending the replacement of the current skate sharpening machines with the newer, automatic style of sharpeners. Staff received a quote for a traditional style of skate sharpening machine as well as a quote for the automatic skate sharpening machines. Staff received quotes from two companies. Company Final Quote Sparx $4,579 (2) PS100 $7,060.00 $2,481 (2) ES100 Becker Arena Products $17,011.25 Staff recommends approval of the quote from Sparx. The quote includes four machines, grinding rings and necessary accessories. The (2) PS100 Sharpeners would be located off of the office area and be used by staff to sharpen customer skates. One machine would be set up to sharpen hockey skates and the other set up to sharpen figure skates. The (2) ES100 Sharpeners would be located in the skate rental area, and be set up for both kinds of skates. Staff has had a demonstration of the sharpeners and are convinced that the new Agenda Section Consent Item Number 6.6 Request for Action, Page 2 machines will work well for the needs at the arena. The estimated life expectancy is approximately 10 years. This purchase would be made in May. Currently, only fulltime staff are sharpening skates. With the new sharpeners being easier to use, staff expects skate sharpening revenue to increase since seasonal staff will also be able to run the machines. Staff would plan to increase the skate sharpening charge from $3 to $6. Funding The cost to purchase four new automatic skate sharpening machines is $7,060. This purchase is included in the 2020 CIP and the 2020 Ice Arena Operating budget as shared with the Council during 2019 CIP planning and 2020 budget meetings. The amount budgeted for this purchase was $20,000. Attachments  Resolution  Recreation Facilities Manager’s memo  Quotes  Copy of 2020 CIP listing I:\RFA\P&R\ARENA\2020\Skate Sharpening Machine\Q&R - Approve skate sharpening machines.docx City of New Hope Resolution No. 2020 - Resolution authorizing the appropriation of funds in the amount of $7,060 for the replacement of the skate sharpening machines at the New Hope Ice Arena WHEREAS, the city of New Hope operates the Ice Arena as a business; and, WHEREAS, having services available for customers is important; and, 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, staff recommends the purchase of four skate sharpening machines by Sparx for $7,060; 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 $7,060 from the Ice Arena Operating Budget for payment to Sparx is hereby authorized. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 27th day of April, 2020. ______________________________ Mayor Attest: ________________________ City Clerk Memorandum To: Susan Rader-Director of Parks and Recreation From: Mark Severson-Recreation Facilities Manager Date: April 13, 2020 Subject: Replacement of skate sharpeners Staff is recommending the replacement of the current skate sharpeners at the ice arena 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. The two skate sharpeners currently at the ice arena were purchased in 2005. These sharpeners have been outdated for a number of years and getting parts for them has been difficult, at times, taking months to get the proper parts. These sharpeners are also difficult to use as it takes a lot of training of seasonal staff to properly set up and use. Without properly working skate sharpeners, staff has had to turn away customers that are looking to get their skates sharpened, resulting in a steady drop of skate sharpening revenue. In 2015, with the help of a Hennepin County Sports Equipment Grant, the arena purchased over $11,500 worth of rental skates to have the ability to offer skate rentals for open skating, skate lessons, and local schools looking to offer skating for their students. As part of the maintenance of this investment, these skates should be sharpened after every 3 to 5 uses. With the current sharpeners not properly working, this has been hard to keep up with. The business of skate sharpening has been changing over the last few years. The “art” of skate sharpening is getting lost as it is getting harder to find and train people that are willing to learn this skill. As a result, there are sharpeners now that have become available that are almost fully automatic. Once set and programmed, these machines will automatically sharpen skates by just clamping the skate into the machine and pushing a button. After a demonstration of the sharpener, staff is convinced that all staff will be able to be train on how to use, thus capturing revenue that has been lost in the past few years. This will also give us the ability to better maintain our investment of the rental skates. We currently charge $3 to sharpen skates, with these sharpeners, we will be able to charge $6, which is the rate charged by most of the sports stores nearby that offer skate sharpening, some of whom are using these new sharpeners. Staff received two quotes, one is for a traditional skate sharpening machine, the other quote includes four of the new automatic machines, two that will be used for the skate rentals and two that will be used for customer sharpening. Staff recommends bid from Sparkx of $7060.00. The sharpeners will be ordered in May. This has been budgeted for in the 2020 ice arena CIP. The amount budgeted is $20,000. Y e a r 20 2 0 To t a l C o s t Fu n d i n g S o u r c e Pr o j e c t / P u r c h a s e G o l f C o u r s e Ic e A r e n a Pa r k I n f r a Ce n t r a l Se w e r Storm Water Street Infra Water MSA Grand Total Pa r k s & R e c r e a t i o n Cg y m s s c o r e b o a r d s 11 , 0 0 0 11,000 G C c a s h r e g i s t e r 5, 0 0 0 5,000 G C c o n c e s s i o n e q u i p m e n t 12 , 0 0 0 12,000 G C g o l f c a r t s ( 2 o f 5 ) 8, 0 0 0 8,000 G C m i s c e q u i p m e n t 5, 0 0 0 5,000 G C p a i n t m a i n t e n a n c e s h o p 10 , 0 0 0 10,000 G C p a r k i n g l o t - - G C s e c u r i t y c a m e r a s 25 , 0 0 0 25,000 IA L e v y 40 0 , 0 0 0 400,000 IA r a d i a n t h e a t e r s ( N o r t h r i n k ) 25 , 0 0 0 25,000 IA r e b u i l d c o m p r e s s o r s 20 , 0 0 0 20,000 IA s c o r e b o a r d ( s o u t h r i n k ) 25 , 0 0 0 25,000 IA s e c u r i t y c a m e r a s 70 , 0 0 0 70,000 IA s k a t e s h a r p e n i n g m a c h i n e 20 , 0 0 0 20,000 IA s y s t e m r e l i e f v a l v e s 5, 0 0 0 5,000 Pa r k s b a l l f i e l d f e n c i n g 12 , 0 0 0 12,000 Pa r k s B e g i n P a r k p l a y e q u i p m e n t p r o j e c t 20 0 , 0 0 0 200,000 Pa r k s c o n c r e t e , t r a i l w o r k 75 , 0 0 0 75,000 Pa r k s l i g h t i n g i m p r o v e m e n t s 75 , 0 0 0 75,000 Pa r k s L i o n s P a r k p a r k i n g l o t - - Pa r k s m a i n t e n a n c e 16 1 , 0 0 0 121,000 Pu b l i c w o r k s - C G Eq u i p m e n t - C e n t r a l G a r a ge M a s t e r A s s e t L i s t 1, 0 8 0 , 1 9 8 1,080,198 Pu b l i c w o r k s - S e w e r 20 2 0 I n f r a s t r u c t u r e I m p r o v e me n t s - N o r t h w o o d E a s t 10 0 , 0 0 0 100,000 20 2 0 L i n e s e w e r p i p e s 35 0 , 0 0 0 350,000 Pu b l i c w o r k s - S t o r m W a t e r 20 2 0 I n f r a s t r u c t u r e I m p r o v e me n t s - N o r t h w o o d E a s t 190,000 190,000 Re q u i r e d T M D L p r o j e c t s 100,000 100,000 Pu b l i c w o r k s - S t r e e t 16 9 a n d 4 2 n d A v e B r i d g e R e p l a c e m e n t 75,000 75,000 20 2 0 L o c a l P r o j e c t s ( S e a l C o a t & C r a c k / F o g S e a l ) 120,828 120,828 20 2 0 S t r e e t R e c o n s t r u c t - N W P a rk w a y E a s t & m / o H i d d e n V a l l e y 2,218,002 2,218,002 G C p a r k i n g l o t 20,000 20,000 Pa r k s L i o n ' s P a r k l o t s e a l c o a t / s t r i p i n g 30,000 30,000 Pu b l i c w o r k s - W a t e r 20 2 0 S t r e e t R e c o n s t r u c t - N o r t h w o o d E a s t 340,000 340,000 W i n n e t k a W a t e r m a i n - 2 7 t h t o 2 9 t h 300,000 300,000 Gr a n d T o t a l 65 , 0 0 0 16 5 , 0 0 0 89 4 , 0 0 0 1, 0 8 0 , 1 9 8 45 0 , 0 0 0 290,000 2,388,830 640,000 75,000 6,048,028 I:\RFA\P&R\Golf Course\2020\Concession Ventilation\Q&R - Golf Concession Ventilation.docx Request for Action April 27, 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 $2,225 for the addition of ventilation to the concession equipment room at the New Hope Village Golf Course Requested Action Staff requests that the City Council approve a resolution authorizing the addition of ventilation to the concession equipment room at the New Hope Village Golf Course for $2,225. 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 addition of ventilation to the concession equipment room was originally included in the 2019 CIP budget and carried over to the 2020 CIP budget. Background The concession equipment room is a small room that contains a two door commercial refrigerator, a two door commercial freezer, and an ice maker. The room is also used for the storage of non-perishable foods, beverages, paper products, and other concession supplies. With the equipment running, the room gets very warm, even with the doors propped open. The heat puts more stress on the concession equipment and it also causes some premature deterioration of the non-perishable foods and beverages stored in the room, even with the door propped open. Because the door needs to be constantly propped open, the noise from the machines running is very disruptive to people renting the clubhouse during the winter, and makes it difficult for the cashiers to communicate with customers at the front counter. To help cool the room, there will be two fans installed. One fan will remove the warm air to the outside of the building during the summer and a second fan that will remove the warm air and recirculate it inside the building during the winter. Staff received two quotes for the installation of the fans, ductwork and controls for the fans. Company Quote Kidd Plumbing, Inc $2,225 Becker Arena Products $2,680 Staff recommends approval of the quote from Kidd Plumbing, Inc. for $2,225. The estimated life expectancy of the fans is approximately 15 years. There is additional electrical and structural work that will need to be done by others at an estimated cost of $1,000 which will include the wall/roof penetrations. This work would be made in May. Agenda Section Consent Item Number 6.7 Request for Action, Page 2 Funding The cost to add the ventilation to the clubhouse concession storage room is $2,225, plus an estimated $1,000 for electrical and structural work. This purchase is included in the 2020 CIP and the 2020 Golf Course Operating budget as shared with the Council during 2019 CIP planning and 2020 budget meetings. The amount budgeted for this work was $10,000. Attachments  Resolution  Recreation Facilities Manager’s memo  Quotes  Copy of 2020 CIP listing I:\RFA\P&R\Golf Course\2020\Concession Ventilation\Q&R - Golf Concession Ventilation.docx City of New Hope Resolution No. 2020 - Resolution authorizing the appropriation of funds in the amount of $2,225 for the addition of ventilation to the concession equipment room at the New Hope Village Golf Course WHEREAS, the city of New Hope operates the New Hope Village Golf Course as a business; and, WHEREAS, having well function building systems are important; and, 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, staff recommends the addition of the ventilation to the concession equipment room by Kidd Plumbing, Inc. for $2,225; and, WHEREAS, funds are available for this purchase within the Golf Course Operating Fund. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota, that the appropriation of $2,225 from the Ice Arena Operating Budget for payment to Kidd Plumbing, Inc. is hereby authorized. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 27th day of April, 2020. ______________________________ Mayor Attest: ________________________ City Clerk Memorandum To: Susan Rader-Director of Parks and Recreation From: Mark Severson-Recreation Facilities Manager Date: April 13, 2020 Subject: Concession area ventilation Staff is recommending to add ventilation to the concession equipment room 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. The concession equipment room is a small room that contains a two door commercial refrigerator, a two door commercial freezer, and an ice maker. The room is also used for the storage of non-perishable foods, beverages, paper products, and other concession supplies. With all the equipment running, the room is gets very warm, even with the doors propped open. The heat is not only bad for the concession equipment, it also causes some premature deterioration of the non-perishable foods and beverages stored in the room, even with the door propped open. Because the door needs to be constantly propped open, the noise of the machines running is very disruptive to people renting the clubhouse during the winter, and makes it difficult for the cashiers to communicate with customers at the front counter. To help cool the room, there will be two fans installed. One fan will remove the warm air to the outside of the building during the summer and a second fan that will remove the warm air and recirculate it inside the building during the winter. Staff received two quotes for the installation of the fans, ductwork and controls for the fans. Staff recommends the bid from Kidd Plumbing, Inc. of $2,225, plus tax. There is additional electrical and structural work that will need to be done by others at an estimated cost of $1,000. This has been budgeted for in the 2020 golf course CIP. The amount budgeted is $10,000. Year 2019 Total Cost Funding Source Project / Purchase Gen Gov't Golf Course Ice Arena Park Infra Bonds or IFL Grand Total Parks & Recreation GC addition of bocce ball courts 25,000 25,000 GC clubhouse tables 5,000 5,000 GC concession area ventilation (back room) 10,000 10,000 GC deck 20,000 20,000 GC door security 15,000 15,000 GC golf carts (1 of 5) 8,000 8,000 GC misc equipment 5,000 5,000 IA dehumidification system 200,000 200,000 IA door security 20,000 20,000 IA front door 40,000 40,000 IA Levy 300,000 300,000 IA skate tile replacement 15,000 15,000 IA water heater 30,000 30,000 IA weight room upgrades 20,000 20,000 Parks Civic Center Park improvements 3,600,000 3,600,000 Parks concrete, trail work 80,000 80,000 Parks Jaycee Park play equipment project 180,000 180,000 Parks lighting improvements 150,000 150,000 Parks maintenance 95,000 95,000 Pool improvement project 12,740,000 12,740,000 I:\RFA\PUBWORKS\2020\Council\1048 2020-2021 Sewer Lining\Award Contract\1048 RFA -Resolution Award 2020-2021 Sanitary Sewer lining project.docx\1048 Award 2020-2021 Sanitary Sewer lining project Request for Action April 27, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution awarding a contract to Visu-Sewer in the amount of $321,115.10 for lining sanitary sewer pipe in both 2020 and 2021 (Improvement project no. 1048) Requested Action Staff is recommending that Council authorize city staff to continue with the city’s I/I reduction program and pass a resolution awarding a contract for a 2020/2021 sanitary sewer pipe lining project to the low and responsible bidder, Visu-Sewer, in the amount of $321,115.10. Over the years, Visu-Sewer has completed several projects for the city. Policy/Past Practice The city has a long history of completing initiatives to reduce inflow and infiltration in our sanitary sewer system. Some of these efforts include replacement of older, center hole sanitary sewer manhole covers with solid covers in low areas of the city prone to street flooding; roof vent and foundation drain inspection of apartments and commercial buildings; and the yearly lining and televising of the sewer system. Background The city’s 2020 and 2021 capital improvement programs includes $700,000 for installation of linings of the city’s sanitary sewer collection system, $350,000 each year. Staff is recommending that the city initiate the lining of sections of sewer pipe in areas that have been identified with infiltration issues. In the past, the city has bid out sewer lining work every year. In order to reduce engineering and administration costs and to encourage lower bids both the 2020 and 2021 sewer lining contracts will be awarded in the same year to the same contractor. This has been done successfully in the past when the 2016 and 2017 projects were bid together. The 2020 project includes approximately 5,890 feet of sanitary mains in the Liberty Park neighborhood. The 2021 project includes approximately 7,156 feet of sanitary mains on the same neighborhood. The project area can be seen on the attached Location Map. There were a total of 4 bids and the low bidder on the project was Visu-Sewer with a total base bid amount of $321,115.10. This compares to the Engineer’s Opinion of probable costs of $590,000. The bid tabs have been reviewed and found to be in order. Funding The sanitary sewer lining project is listed in the 2020 CIP at $350,000 and the 2021 CIP at $350,000. The engineer’s cost estimate for the project was $590,000 for construction with $110,000 of indirect costs, but the bids came in significantly below this projected cost. Due to the favorable bids, a change order may be Agenda Section Development & Planning Item Number 8.1 Request for Action, Page 2 requested for additional sewer lining. The Engineer had taken into consideration the potential for high bids due to CoVid-19. Funding for the project would be from the sanitary sewer fund. Attachments  Resolution  Engineer’s Memo  Bid Tab  Location Plan I:\RFA\PUBWORKS\2020\Council\1048 2020-2021 Sewer Lining\Award Contract\1048 RFA -Resolution Award 2020-2021 Sanitary Sewer lining project.docx\1048 Award 2020-2021 Sanitary Sewer lining project City of New Hope Resolution No. 20- Resolution awarding a contract to Visu-Sewer in the amount of $321,115.10 for lining sanitary sewer pipe in both 2020 and 2021 (Improvement project no. 1048) WHEREAS, the capital improvement program identifies programs to reduce the inflow and infiltration entering the sanitary sewer system; and, WHEREAS, Metropolitan Council Environmental Services (MCES) has determined that lining sanitary sewer pipe reduces the impact of excessive inflow and infiltration (I/I) and extends the life of the sanitary sewer infrastructure; and, WHEREAS, the 2020 and 2021 I/I abatement program activities are included in the 2020 and 2021 sanitary sewer operating budget and capital improvement program. WHEREAS, the city has accepted quotes for the improvement described and has identified the lowest responsible and responsive bidder; and, WHEREAS, the city engineer, Stantec and staff are recommending that Council award the contract to Visu- Sewer; and NOW, THEREFORE, BE IT RESOLVED: 1. That the contract between the city of New Hope and Visu-Sewer in the amount of $321,115.10 is approved. 2. That the mayor and city manager are authorized to sign the contract documents. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 27th day of April, 2020. Mayor Attest: City Clerk Stantec Consulting Services Inc. 733 Marquette Avenue Suite 1000 Minneapolis MN 55402-2309 Tel: (612) 712-2000 April 17, 2020 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2020 & 2021 Sanitary Lining – Recommend Award of Project City Project No.: 1048. Stantec File No. 193804991 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 2021 for sanitary sewer lining. The improvements will occur within the streets and area evaluated as part of the 2019 flow monitoring program as well as one 2019 repair segment located on Utah Avenue North. This work has combined two years of Capital Improvement funds, including indirect costs, of $700,000. The Bid Opening was held on April 16, 2020, and four contractors submitted bids. The Low Bid is from Visu-Sewer, Inc. with a Total Base Bid of $321,115.10. Visu-Sewer has worked on several past projects in New Hope. Staff recommends award of the project to them. If Council chooses to award the project, this can be done at the April 27th, 2020 Council Meeting. The work would be completed in November 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 and Letter, 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 Stantec Consulting Services Inc. 733 Marquette Avenue, Suite 1000 Minneapolis MN 55402 April 17, 2020 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re:2020 & 2021 Sanitary Sewer Lining City Project No. 1048 Stantec Project No. 193804991 Bid Results Dear Honorable Mayor and City Council: Bids were opened for the 2020 & 2021 Sanitary Sewer Lining Project on April 16, 2020. Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder once the Project has been awarded. There was a total of 4 Bids. The following summarizes the results of the Bids received: Contractor Part 1-2020 Lining Area Part 2 -2021 Lining Area Total Base Bid Low Visu-Sewer, Inc.$151,784.50 $169,330.60 $321,115.10 #2 Hydro-Klean, LLC $170,813.20 $178,216.60 $349,029.80 #3 Insituform Technologies USA, LLC $171,959.90 $199,335.20 $371,295.10 #4 Granite Inliner, LLC $238,432.00 $264,898.00 $503,330.00 The low Bidder on the Project was Visu-Sewer, Inc. with a Total Base Bid Amount of $321,115.10. This compares to the Engineer’s Opinion of Probable Costs of $590,000.00. If the City Council wishes to award the Project to the low Bidder, then Visu-Sewer, Inc should be awarded the Project based on the Total Base Bid Amount of $321,115.10. Should you have any questions, please feel free to contact me. Sincerely, STANTEC CONSULTING SERVICES INC. Dan Boyum, P.E. Enclosure Project Name: City Project No.:Stantec Project No.: Bid Opening:Owner: Dan D. Boyum, PE License No. 23451 BID TABULATION Item Num Item Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total BASE BID PART 1: 2020 LINING AREA 1 MOBILIZATION LS 1 $2,500.00 $2,500.00 $6,225.00 $6,225.00 $1,396.60 $1,396.60 $5,000.00 $5,000.00 2 TRAFFIC CONTROL LS 1 $300.00 $300.00 $500.00 $500.00 $1,539.35 $1,539.35 $500.00 $500.00 3 BYPASS PUMPING LS 1 $500.00 $500.00 $1,500.00 $1,500.00 $1,761.05 $1,761.05 $500.00 $500.00 4 HYDROPHILIC END SEAL EA 38 $10.00 $380.00 $175.00 $6,650.00 $5.20 $197.60 $5.00 $190.00 5 SEWER REHABILITATION WITH CIPP, 9"LF 5890 $21.75 $128,107.50 $21.10 $124,279.00 $24.80 $146,072.00 $33.00 $194,370.00 6 SEWER PIPE JOINT GROUTING GAL 25 $10.00 $250.00 $150.00 $3,750.00 $60.90 $1,522.50 $500.00 $12,500.00 7 MH REHAB JOINT GROUTING GAL 40 $26.25 $1,050.00 $31.90 $1,276.00 $25.90 $1,036.00 $29.00 $1,160.00 8 REHAB SANITARY SEWER MH LF 40 $451.50 $18,060.00 $635.80 $25,432.00 $445.40 $17,816.00 $578.00 $23,120.00 9 BENCH AND INVERT REPAIR SF 26 $24.50 $637.00 $46.20 $1,201.20 $23.80 $618.80 $42.00 $1,092.00 TOTAL PART 1 $151,784.50 $170,813.20 $171,959.90 $238,432.00 PART 2: 2021 LINING AREA 10 MOBILIZATION LS 1 $2,500.00 $2,500.00 $6,225.00 $6,225.00 $1,396.60 $1,396.60 $5,000.00 $5,000.00 11 TRAFFIC CONTROL LS 1 $300.00 $300.00 $500.00 $500.00 $1,539.35 $1,539.35 $500.00 $500.00 12 BYPASS PUMPING LS 1 $500.00 $500.00 $500.00 $500.00 $1,761.05 $1,761.05 $500.00 $500.00 13 HYDROPHILIC END SEAL EA 50 $10.00 $500.00 $175.00 $8,750.00 $5.20 $260.00 $5.00 $250.00 14 SEWER REHABILITATION WITH CIPP, 9"LF 7156 $21.35 $152,780.60 $21.10 $150,991.60 $25.20 $180,331.20 $33.00 $236,148.00 15 SEWER REHABILITATION WITH CIPP, 6"LF 50 $249.00 $12,450.00 $135.00 $6,750.00 $225.80 $11,290.00 $150.00 $7,500.00 16 SEWER PIPE JOINT GROUTING GAL 30 $10.00 $300.00 $150.00 $4,500.00 $91.90 $2,757.00 $500.00 $15,000.00 TOTAL PART 2 $169,330.60 $178,216.60 $199,335.20 $264,898.00 BID SUMMARY TOTAL PART 1: 2020 LINING AREA TOTAL PART 2: 2021 LINING AREA $151,784.50 $170,813.20 $171,959.90 $238,432.00 TOTAL BASE BID $169,330.60 $178,216.60 $199,335.20 $264,898.00 $321,115.10 $349,029.80 $371,295.10 $503,330.00 Phone: Email:visu-info@visu-sewer.com jlomp@hydro-klean.com jlause@aegion.com daniel.banken@gcinc.com Signed By:Keith M. Alexander Jill Lomp Jana Lause Daniel J. Banken Title:President Contracts Coordinator Contracting & Attesting Officer Area Manager Signed Responsible Contractor Certificate:Yes Yes Yes Yes Bid Bond Bid Bond Bid Bond Bid Bond 1 1 1 1 651-347-4850 Bidder No. 2 Hydro-Klean, LLC Hydro-Klean, LLC 333 NW 49th Place Des Moines, IA 50313 Bidder No. 4 Granite Inliner, LLC Granite Inliner, LLC 16028 Forest Blvd. N. Hugo, MN 55038 W230 N4855 Betker Drive Pewaukee, WI 53072 Insituform Technologies USA, LLC Addenda Acknowledged: Bid Security: Contractor Name and Address: 17988 Edison Avenue Chesterfield, MO 63005 262-695-2340 636-530-8000515-283-0500 Visu-Sewer, Inc.Insituform Technologies USA, LLC Bidder No. 1 Bidder No. 3 Visu-Sewer, Inc. I hereby certify that this is an exact reproduction of bids received. City of New Hope, Minnesota 2020 & 2021 Sanitary Sewer Lining 1048 Thursday, April 16, 2020 at 10 A.M., CDT 193804991 193804991_Bid Tab BT-1 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\PUBWORKS\2020\Council\1043 RFA 32nd Ave Crystal Joint Agreement Request for Action April 27, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution approving a joint powers agreement between the city of New Hope and the city of Crystal for street maintenance work on 32nd Avenue (32nd Avenue Mill and Overlay Project No.1043) Requested Action Staff requests the approval of a resolution approving a joint powers agreement between the city of New Hope and the city of Crystal for street maintenance work on 32nd Avenue (32nd Avenue Mill and Overlay Project No. 1043). Policy/Past Practice The City Council routinely considers joint powers agreements due to the economics and efficiencies of doing so. The city of New Hope has participated with neighboring cities on street infrastructure projects, with regards to boundary streets, for many years. Background The attached agreement sets forth the obligations of the cities of Crystal and New Hope in undertaking the project. The agreement establishes that the city of Crystal is the lead agency and is responsible for managing the construction. The City of Crystal plans to complete this work in-house. The project generally consists of Mill and Overlay on 32nd Avenue between Winnetka Avenue and Winpark Drive. The Northern half of the road is owned and maintained by the city of New Hope. The city of Crystal plans to complete the work this Spring or Summer. Funding This project for New Hope will be funded primarily by the city of New Hope street infrastructure fund. The total cost to complete this project is $28,681.87 Attachments  Resolution  Joint Powers Agreement Agenda Section Development & Planning Item Number 8.2 City of New Hope Resolution No. 20- Resolution approving a joint powers agreement between the city of New Hope and the city of Crystal for street maintenance work on 32nd Avenue (32nd Avenue Mill and Overlay Project No. 1043) WHEREAS, the city of New Hope and the city of Crystal have been negotiating to bring improvements on 32nd Avenue; and, WHEREAS, said improvements include full mill and overlay of the existing bituminous roadway; and, WHEREAS, a joint powers agreement has been prepared between the city of New Hope and the city of Crystal setting forth the scope of work, terms, and conditions for sharing project costs. NOW, THEREFORE, BE IT RESOLVED, 1. That the above recitals are incorporated herein by reference. 2. That the joint powers agreement between the city of New Hope and the city of Crystal for the 32nd Avenue Mill and Overlay Project is approved. 3. The Mayor and City Manager (the “Officers”) are authorized and directed to sign the same on behalf of the city when the following condition is met: Substantial conformance of the joint powers agreement to the form of agreement presented to the Council as of this date, with such additions and/or modifications as the Officers may deem necessary or desirable as evidenced by their execution thereof. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 27th day of April, 2020. Mayor Attest: City Clerk 2020 – 32nd AVENUE N BITUMINOUS STREET RESURFACING PROJECT CRYSTAL – NEW HOPE JOINT POWERS AGREEMENT THIS JOINT POWERS AGREEMENT (“Agreement”) is made and entered into effective as of the _____day of ___________, 2020, by and between the City of Crystal, a municipal corporation under the laws of the State of Minnesota (“Crystal”), and the City of New Hope, a municipal corporation under the laws of the State of Minnesota (“New Hope”), collectively referred to as the “Cities” and individually as a “City.” RECITALS A. The Cities have been planning on coordinating street maintenance work on 32nd Avenue North between Winnetka Avenue North and Winpark Avenue North, which shares a common boundary between the Cities. B. 32nd Avenue North is due for bituminous resurfacing. C. The Cities desire to work jointly to complete the contracted Bituminous Street Resurfacing project on 32nd Avenue North between Winnetka Avenue North and Winpark Drive North (collectively, the “Work” or “Project”). D. Minnesota Statutes, section 471.59 authorizes two or more governmental units to enter into agreements to jointly or cooperatively exercise any power common to the contracting parties or any similar power. E. The scope of the W ork has been negotiated between the Cities and has been incorporated into the plan set entitled “2020 Bituminous Street Resurfacing and Street Reconstruction – Crystal City Project No. 2020-02” as prepared by Crystal (the “Scope of Work”). F. The City of Crystal has developed the plans and specifications for the Work (“Plans and Specifications”). G. Crystal has prepared a post bid cost estimate for the Project which estimate shows the total project cost to New Hope, including indirect costs, as detailed in Exhibit A, attached hereto and made a part hereof (“Post Bid Project Cost Estimate”). The total cost of the portion of the Project located within the corporate limits of New Hope (including the Administrative Costs as hereinafter defined), and for which New Hope is responsible for paying, is estimated at Twenty Eight Thousand, Six Hundred Eighty One Dollars and Eighty Seven Cents ($28,681.87). The actual amount New Hope will be required to pay for its portion of the Project will be based on the Quantity Price as hereinafter defined. H. New Hope has reviewed and approved the Scope of Work and agreed to pay the cost of the W ork within the corporate limits of New Hope. 2 I. Crystal has agreed to pay the cost of the Work within the corporate limits of Crystal and to administer and supervise the Work in accordance with the Scope of Work and the Plans and Specifications. AGREEMENT In consideration of the mutual undertakings and understandings expressed herein, the Cities hereby agree as follows: 1. Design and Bidding. The Plans and Specifications, as they may be amended from time to time, are incorporated in and made part of this Agreement. Crystal has advertised for bids for the Project, has received and opened bids pursuant to said advertisement and has entered into, or will enter into, one or more contracts with the successful bidder (“Contractor”) at the unit prices specified in the bid of such Contractor, all according to the applicable procedures under Minnesota law. The contract will include the Plans and Specifications and reflect the Scope of Work. Crystal shall require the Contractor to name New Hope as an additional insured on its commercial general liability insurance policy. 2. Project Administration. Crystal shall administer all aspects of the Project and shall inspect all completed Work. The New Hope City Engineer shall cooperate with the Crystal City Engineer and the Crystal City Engineer’s staff upon request to aid in the administration of the Project, but shall have no responsibility for the supervision of any of the W ork. 3. Additional Work. Crystal may, in its sole discretion, make changes to the Scope of Work so long as all changes are reasonably necessary to complete the Work and are conceptually consistent with the original Scope of Work. Crystal may carry out the changes authorized by this paragraph by entering into change orders or supplemental agreements with the Contractor for the performance of any and all additional or new work it deems necessary, advantageous, or desirable. If a proposed change exceeds the original Scope of Work jointly contemplated by the Cities, Crystal shall not make the change unless it is first approved by the New Hope City Engineer. 4. Construction Easements. New Hope shall grant temporary construction easements to Crystal, at no cost to Crystal, over those lands owned by New Hope that are a part of the right-of-way required for the completion of the Work. 5. Apportionment of Cost. The total cost of the Work (“Quantity Price”) shall be apportioned based on the actual construction quantity of items attributable to the portion of the Work occurring in each City. The Cities understand and agree that the Crystal City Engineer’s Post Bid Project Cost Estimate is only an estimate and that the amount paid by each under this Agreement will be based on the final Quantity Price. The Quantity Price shall be determined using the unit prices set forth in the contract with the Contractor and the final quantities as measured by the Crystal City 3 Engineer. The Quantity Price does not include any costs associated with staff time or expenses incurred by either City. New Hope shall also pay an additional amount equal to 20% of its share of the Quantity Price to New Hope (“Administrative Costs”) to pay its share of the legal, engineering, and administrative costs incurred by Crystal for the Project. 6. Payment. Upon acceptance of the successful bid, Crystal shall provide New Hope an estimated construction cost based upon the contract prices and es timated quantities in the Contractor’s bid, the Administrative Costs, and all other costs required to complete the Work (collectively, the “Estimated Cost”). Within 60 days after receipt of the Estimated Cost, New Hope shall deposit with the Crystal Director of Finance 90% of New Hope’s share of the Estimated Cost. All remaining amounts due from New Hope, including any amounts resulting from change orders or other changes or additions to the Work shall be paid to Crystal within 60 days of final completion of the Work. Upon completion of the Work, Crystal shall submit to New Hope a copy of the Crystal City Engineer’s Quantity Price report, which shall show each City’s final share of the Quantity Price, including the amount of Administrative Costs owed by New Hope. Upon payment by Crystal of the final amount due to the Contractor, any amount payed by New Hope above its agreed upon share of the Quantity Price shall be returned to New Hope. 7. Record Drawings. Crystal shall provide record drawings to New Hope within 90 days of Crystal’s final payment to the Contractor. All records kept by either City with respect to this Agreement shall be subject to examination by the representatives of the other City and the public in accordance with the Minnesota Government Data Practices Act. 8. Traffic Control. If detouring of traffic is necessary during the Work, the detour routes shall be mutually agreed upon by the Cities. Crystal will require the Contractor to furnish, install, and maintain any guide signs, regulatory signs, and pavement markings that may be needed. Crystal shall not be responsible for any damage caused by increased traffic on any municipal streets located in New Hope that arise out of or relate to the Work. 9. Cooperative Activity. To the fullest extent permitted by law, all activities by the Cities under this Agreement are intended to be and shall be construed as a “cooperative activity,” and it is the intent of the Cities that they shall be deemed a “single governmental unit” for the purposes of determining total liability, as set forth in Minnesota Statutes, section 471.59, subd. 1a. Nothing in this Agreement is intended to alter, or shall be interpreted as altering, the treatment of the Cities as a single governmental unit. For purposes of Minnesota Statutes, section 471.59, subdivision 1a, each City expressly declines responsibility for the acts or omissions of the other City. 10. Insurance & Indemnity. The Cities shall carry policies of liability insurance in at least the amounts specified as the extent of their individual liability under Minnesota 4 Statutes, section 466.04, as amended. Nothing herein shall be deemed to waive any statutory limits of liability granted to the Cities. Each City agrees to defend, indemnify and hold harmless (including reasonable attorney’s fees) the other City, their elected officials, officers, agents and employees from any liability, claims, demands, damages, personal injury, costs, judgments or expenses arising from any act or omission of the indemnifying City relating to the Project. Neither City shall be required to pay to the other City any amount as indemnification under this Agreement, whether arising pursuant to this Agreement, expressly, by operation of law or otherwise, in excess of the limits of liability applicable to the indemnifying City under Minnesota Statutes, Chapter 466, or in the event that Minnesota Statutes, Chapter 466 does not apply, the maximum amount of insurance coverage available to the indemnifying City. In those instances in which a City is directly liable for damages as well as for indemnification to the other City, the combined liability of the indemnifying City shall not exceed the limits of liability under Minnesota Statutes, Chapter 466 or, in the event that Minnesota Statutes, Chapter 466 does not apply, the maximum amount of insurance coverage available to the indemnifying City. 11. Employees; Worker’s Compensation. Any and all employees of each City and all other persons engaged by that City in the performance of the W ork or any other work or services required or contemplated by this Agreement shall not be considered employees of the other City. Any and all claims that might arise under the Worker’s Compensation Act or the Unemployment Compensation Act of the State of Minnesota on behalf of said employees while so engaged, and any and all claims made by any third parties as a consequence of an y act or omission on the part of said employees while so engaged, shall in no way be the obligation or responsibility of the other City. 12. Audit. Pursuant to Minnesota Statutes, section 16C.05, subdivision 5, any books, records, documents, and accounting procedures and practices of each City relevant to the Agreement are subject to examination by the other City and either the Legislative Auditor or the State Auditor as appropriate. The Cities agree to maintain these records for a period of at least six years from completion of the Project. 13. Term. This Agreement shall commence as of the date indicated above and shall continue until the Project is completed and all required payments have been made. The indemnification and audit obligations shall survive the termination of this Agreement. 14. Entire Agreement. This document, include the recitals, the exhibits, and any documents incorporated by reference, shall constitute the entire agreement between the Cities regarding construction of the Project. This Agreement supersedes all prior negotiations, representations, or agreements between the Cities regarding the Project, whether written or oral. No modifications to this Agreement shall be in effect unless they are reduced to writing and are signed by both Cities. 5 15. No Third Party Rights. This Agreement is solely for the benefit of the Cities. This Agreement shall not create or establish any rights in or for the benefit of any third party. 16. Applicable Law. This Agreement shall be interpreted under the laws of Minnesota. 17. Compliance. Each City shall comply with all applicable federal, state, and local laws, rules, regulations, and ordinances, and shall obtain such permits and permissions as may be required, in carrying out their respective duties under this Agreement. 18. Discrimination. The provisions of Minnesota Statutes, section 181.59 and of any applicable local ordinance relating to civil rights and discrimination shall be considered a part of this Agreement as though fully set forth herein. IN TESTIMONY WHEREOF, the parties hereto have caused this Agreement to be executed by their respective duly authorized officers as of the day and year first above written. CITY OF NEW HOPE By: ____________________________ Kathi Hemken Its: Mayor By: ____________________________ Kirk McDonald Its: Manager CITY OF CRYSTAL By: ____________________________ Jim Adams Its: Mayor By: ____________________________ Anne Norris Its: Manager 6 EXHIBIT A Post Bid Project Cost Estimate (attached hereto) I:\RFA\P&R\PARKS\2020\Combined Award Contract 1040 and 1046\Q&R - Award contract combined 1040 and 1046.docx Request for Action April 27, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Parks & Recreation By: Susan Rader, Director Agenda Title Resolution awarding low bid of $127,334.50 to Dunaway Construction for playground site work at Begin Park (Improvement Project No. 1040) and for basketball court replacement at Northwood Park (Improvement Project No. 1046) Requested Action Staff requests approval of a resolution awarding a contract for the site work portion of the improvements to the playground at Begin Park (improvement project no. 1040) and the basketball court improvements at Northwood Park (improvement project no. 1046) to the lowest responsible bid, Dunaway Construction, in the amount of $127,334.50, which includes the base bid and Alternate 2. The site work portion of the playground project will include replacement of the playground container, entrance ramp, replacement of the sidewalk. Alternate 2 will include installation of concrete pads for two benches and a picnic table. Staff will handle the removal of the necessary existing equipment and sand and the installation of the benches and signs. It is anticipated that work would begin late spring with the majority of the project being completed this summer. The engineered wood fiber will be part of the playground equipment contract. The basketball court portion of the project will include the removal of the existing court and hoops and installation of a new court and hoops. Background Begin Playground 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. Basketball Courts The basketball court at Northwood Park was built approximately 25 years ago and has had maintenance performed several times over the years. It has deteriorated to the point of needing replacement. Agenda Section Development & Planning Item Number 8.3 Request for Action, Page 2 Staff annually inspects the court surfaces at all of the parks to determine what maintenance should be performed to keep the courts in good working order. Court surfaces need periodic crack filling, resurfacing and repainting to keep them safe for users. When court surfaces have been resurfaced too many times, the surface easily flakes making further resurfacing improvements impossible. In this case the only repair option is to replace the court. In addition to the courts, the basketball hoops will also be replaced. On March 23, 2020, the City Council approved the plans and specifications and authorized the advertisement of bids for these projects. On April 16, 2020, bids were received from eight contractors. The lowest three bids are listed below and the full bid tabulation is attached: Base Quote Alternate 1 (Hydroseed w/mulch) Alternate 2 (concrete bench pads) Alternate 3 (Engineered Wood Fiber, Fabric and Mats) Alternate 4 (widen basketball court) Engineer’s Estimate $135,018.95 ($1,905.00) $3,070.00 $16,100.00 $11,000.00 Dunaway Construction $125,797.50 ($1,170.00) $1,537.00 $13,645.00 $12,564.75 Omann Brothers $127,267.00 ($1,495.00) $1,860.00 $12,020.00 $12,230.00 Pember Companies, Inc. $132,075.00 ($3,672.50) $1,292.50 $11,003.50 $14,400.00 Dunaway Construction completes general construction site work, as is proposed with the improvements at Begin Park and Northwood Park. They were the site contractor on the 2013 playground project at Terra Linda Park and did a quality job. Recommendation It is the recommendation of staff and the city engineer that the City Council award the low base bid of $125,797.50 for improvement projects no’s. 1040 and 1046 and include Alternate 2, bid at $1,537.00, to Dunaway Construction. This would bring the total award amount to $127,334.50. Funding These projects are included in the 2020 CIP and the 2020 Park Infrastructure budget as shared with the Council during 2020 budget discussions. Total funding of $280,000 (improvement project no. 1040 - $200,000 for the playground and trails; and improvement project no. 1046 - $80,000 for the basketball court) is available in the Park Infrastructure Fund and Park Dedication Fund. The Park Infrastructure Fund is levy funded each year. The Park Dedication funds were collected as part of the Centra Homes development and is included in the Park Infrastructure Fund. The cost breakdown of both projects: Request for Action, Page 3 Begin Playground Costs Northwood Basketball Costs Total Projects Estimated Costs Site Work - Base $57,908.00 $67,889.50 $125,797.50 Alt 1 – Hydroseed w/mulch not recommended - .00 Alt 2 – Concrete Bench Pads $1,537.00 - $1,537.00 Alt 3 – Engineered Wood Fiber, Fabric, Mats not recommended - .00 Alt 4 – Widen Basketball Court - not recommended .00 Sub Total Dunaway Construction $59,445.00 $67,889.50 $127,334.50 Equipment, Picnic Tables and Installation $111,852.12 - $111,852.12 Benches (2) $1,200.00 - $1,200.00 Indirect Costs $18,000.00 $ 12,000.00 $30,000.00 Estimated Total $190,497.12 $79,889.50 $270,386.62 Amount Budgeted $200,000.00 $80,000.00 $280,000.00 * New park signs were purchased using part of the HRG grant. Attachments  Resolution  Copy of plans and specifications  Engineer’s memorandum and bid tabulation  2020 CIP list City of New Hope Resolution No. 2020- Resolution awarding low bid of $127,334.50 to Dunaway Construction for playground site work at Begin Park (Improvement Project No. 1040) and for basketball court replacement at Northwood Park (Improvement Project No. 1046) WHEREAS, these projects are improvements which add to the value of these community assets; and, WHEREAS, the city engineer has prepared plans, specifications, and contract terms for the work; and, WHEREAS, the bid from Dunaway Construction in the amount of $125,797.50 base bid plus $1,537.00 for Alternate 2 (total $127,334.50) for the site improvements of Begin Park playground and basketball improvements for Northwood Park is the lowest responsible bid submitted; and, WHEREAS, the city engineer has recommended that Council award the contract to Dunaway Construction; and, WHEREAS, the funding source for the projects are the Park Dedication Fund and the Park Infrastructure Fund. NOW, THEREFORE, BE IT RESOLVED the City Council of the city of New Hope, Minnesota authorize entering into a contract for the playground site work improvements at Begin Park and basketball court improvements at Northwood Park with Dunaway Construction for $127,334.50. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 27th day of April, 2020. Mayor Attest: City Clerk 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 Stantec Consulting Services Inc. 733 Marquette Avenue, Suite 1000 Minneapolis MN 55402 April 20, 2020 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re:2020 Park Improvements: Begin Playground & Northwood Basketball Court City Project No. 1040, 1046 Stantec Project No. 193804894/193804895 Bid Results Dear Honorable Mayor and City Council: Bids were opened for the 2020 Park Improvements: Begin Playground & Northwood Basketball Court Project on April 16, 2020. Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder once the Project has been awarded. There was a total of 8 Bids. The following summarizes the results of the Bids received: Contractor Total Base Bid Alt. 1 - Hydroseed Alt. 2 - Concrete Bench Pads Alt. 3 – Wood Fiber Mulch Alt. 4 – Widen Basketball Court Low Dunaway Construction $125,797.50 -$1,170.00 $1,537.00 $13,645.00 $12,564.75 #2 Omann Contracting Co., Inc.$127,267.00 -$1,495.00 $1,860.00 $12,020.00 $12,230.00 #3 Pember Companies, Inc.$132,075.00 -$3,672.50 $1,292.50 $11,003.50 $14,400.00 #4 K.A. Witt Construction, Inc.$134,973.83 -$487.50 $3,555.00 $15,110.00 $14,740.00 #5 Bituminous Roadways, Inc.$139,185.00 -$1,950.00 $1,450.00 $15,880.00 $9,620.00 #6 Construction Results Corp.$144,443.50 -$910.00 $4,350.00 $9,330.00 $12,430.00 #7 Blackstone Contractors, LLC $151,145.00 -$1,625.00 $2,490.00 $13,723.75 $16,725.00 #8 Albrecht Enterprises, LLC dba Albrecht Co. $189,815.00 -$1,300.00 $2,880.00 $16,325.00 $15,275.00 The low Bidder on the Project was Dunaway Construction with a Total Base Bid Amount of $125,797.50. This compares to the Engineer’s Opinion of Probable Costs of $135,018.95. Staff has reviewed Alternate Bids and compared them to pricing from Flagship Recreation as well as the overall Budget. Based on that review, Staff is recommending proceeding with Alternate 2 – Concrete Bench Pads at this time. If the City Council wishes to award the Project to the Total Base Bid and Alternate 2, then Dunaway Construction should be awarded the Project based on the Adjusted Total Base Bid Amount of $127,334.50. Should you have any questions, please feel free to contact me. Sincerely, STANTEC CONSULTING SERVICES INC. Dan Boyum, P.E. Enclosure Project Name: City Project No.:Stantec Project No.: Bid Opening:Owner: Dan D. Boyum, PE License No. 23451 BID TABULATION Item Num Item Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total BASE BID: PART 1: BEGIN PLAYGROUND IMPROVEMENTS 1 MOBILIZATION LS 1 $5,500.00 $5,500.00 $5,500.00 $5,500.00 $11,615.00 $11,615.00 $3,417.83 $3,417.83 2 REMOVE BITUMINOUS PAVEMENT SY 12 $80.00 $960.00 $25.00 $300.00 $25.00 $300.00 $50.00 $600.00 3 REMOVE EX. PLAY CONTAINER CURB LF 300 $9.00 $2,700.00 $8.00 $2,400.00 $5.50 $1,650.00 $6.00 $1,800.00 4 REMOVE EX. CONCRETE SIDEWALK SY 150 $8.00 $1,200.00 $12.00 $1,800.00 $15.00 $2,250.00 $10.00 $1,500.00 5 SALVAGE EX. BENCH EA 1 $300.00 $300.00 $200.00 $200.00 $75.00 $75.00 $200.00 $200.00 6 SALVAGE EX. TRASH CONTAINER EA 1 $300.00 $300.00 $200.00 $200.00 $75.00 $75.00 $200.00 $200.00 7 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 40 $40.00 $1,600.00 $60.00 $2,400.00 $36.00 $1,440.00 $94.00 $3,760.00 8 COMMON EXCAVATION (CV)CY 150 $36.00 $5,400.00 $50.00 $7,500.00 $53.00 $7,950.00 $54.00 $8,100.00 9 GEOTEXTILE FABRIC SY 100 $3.00 $300.00 $5.00 $500.00 $3.00 $300.00 $4.00 $400.00 10 PLACE SALVAGED SELECT GRANULAR BORROW CY 180 $16.00 $2,880.00 $20.00 $3,600.00 $18.00 $3,240.00 $19.00 $3,420.00 11 SELECT GRANULAR BORROW TN 5 $50.00 $250.00 $50.00 $250.00 $30.00 $150.00 $50.00 $250.00 12 AGGREGATE BASE, CLASS 5 (PLAYGROUND RAMPS)TN 15 $50.00 $750.00 $50.00 $750.00 $32.00 $480.00 $45.50 $682.50 13 AGGREGATE BASE, CLASS 5 TN 40 $50.00 $2,000.00 $50.00 $2,000.00 $32.00 $1,280.00 $45.50 $1,820.00 14 TYPE S.P. 9.5 BITUMINOUS WEARING MIXTURE (2,B)TN 3 $300.00 $900.00 $500.00 $1,500.00 $400.00 $1,200.00 $690.00 $2,070.00 15 4" CONCRETE SIDEWALK RAMP - PLAYGROUND SF 50 $8.20 $410.00 $10.00 $500.00 $6.25 $312.50 $33.25 $1,662.50 16 4" CONCRETE SIDEWALK SF 860 $6.10 $5,246.00 $8.00 $6,880.00 $5.00 $4,300.00 $6.75 $5,805.00 17 6" CONCRETE PEDESTRIAN RAMP SF 30 $11.90 $357.00 $15.00 $450.00 $7.60 $228.00 $22.75 $682.50 18 TRUNCATED DOMES SF 16 $70.00 $1,120.00 $100.00 $1,600.00 $54.00 $864.00 $74.00 $1,184.00 19 CONCRETE PLAYGROUND CURB LF 300 $34.55 $10,365.00 $39.50 $11,850.00 $31.25 $9,375.00 $43.00 $12,900.00 20 4" PVC NON-PERFORATED DRAIN TILE LF 15 $40.00 $600.00 $30.00 $450.00 $22.00 $330.00 $120.00 $1,800.00 21 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 60 $40.00 $2,400.00 $30.00 $1,800.00 $22.00 $1,320.00 $40.00 $2,400.00 22 4" PVC DRAIN TILE CLEANOUT EA 2 $150.00 $300.00 $300.00 $600.00 $220.00 $440.00 $500.00 $1,000.00 23 CONNECT DRAINTILE TO STRUCTURE (CORE DRILL)EA 1 $500.00 $500.00 $1,000.00 $1,000.00 $660.00 $660.00 $1,500.00 $1,500.00 24 TEMPORARY CONSTRUCTION ENTRANCE EA 1 $500.00 $500.00 $1,000.00 $1,000.00 $875.00 $875.00 $4,000.00 $4,000.00 25 INLET PROTECTION EA 2 $250.00 $500.00 $120.00 $240.00 $120.00 $240.00 $600.00 $1,200.00 26 SILT FENCE, TYPE MACHINE SLICED LF 150 $5.00 $750.00 $3.00 $450.00 $3.15 $472.50 $3.00 $450.00 27 STREET SWEEPER (W/PICKUP BROOM)HR 4 $150.00 $600.00 $125.00 $500.00 $135.00 $540.00 $180.00 $720.00 28 LOAM TOPSOIL BORROW (LV)CY 100 $48.00 $4,800.00 $50.00 $5,000.00 $66.00 $6,600.00 $56.50 $5,650.00 29 EROSION CONTROL COMPOST BLANKET BLOWN W/ MNDOT 25-151 SEED SY 650 $6.80 $4,420.00 $4.50 $2,925.00 $9.30 $6,045.00 $4.00 $2,600.00 TOTAL PART 1:$57,908.00 $64,145.00 $64,607.00 $71,774.33 PART 2: NORTHWOOD BASKETBALL COURT IMPROVEMENTS 30 MOBILIZATION LS 1 $7,500.00 $7,500.00 $5,000.00 $5,000.00 $10,000.00 $10,000.00 $3,009.50 $3,009.50 31 REMOVE BITUMINOUS PAVEMENT SY 40 $50.00 $2,000.00 $12.00 $480.00 $34.00 $1,360.00 $15.00 $600.00 32 REMOVE EX. CONCRETE SIDEWALK SY 5 $50.00 $250.00 $100.00 $500.00 $16.00 $80.00 $40.00 $200.00 33 SALVAGE EX. BENCH EA 1 $300.00 $300.00 $200.00 $200.00 $75.00 $75.00 $300.00 $300.00 34 SALVAGE EX. TRASH CONTAINER EA 1 $300.00 $300.00 $200.00 $200.00 $75.00 $75.00 $200.00 $200.00 35 REMOVE EX. BASKETBALL HOOP EA 2 $450.00 $900.00 $500.00 $1,000.00 $350.00 $700.00 $600.00 $1,200.00 36 RECLAIM AND SHAPE EXISTING BITUMINOUS PAVEMENT SY 520 $15.00 $7,800.00 $12.50 $6,500.00 $11.00 $5,720.00 $13.75 $7,150.00 37 SILT FENCE, TYPE MACHINE SLICED LF 200 $5.00 $1,000.00 $3.00 $600.00 $3.15 $630.00 $3.00 $600.00 38 GEOTEXTILE FABRIC SY 40 $5.00 $200.00 $5.00 $200.00 $3.50 $140.00 $4.00 $160.00 39 AGGREGATE BASE, CLASS 5 TN 80 $50.00 $4,000.00 $25.00 $2,000.00 $29.50 $2,360.00 $45.50 $3,640.00 40 TYPE S.P. 9.5 BITUMINOUS WEARING MIXTURE (2,C)TN 110 $124.65 $13,711.50 $175.00 $19,250.00 $136.00 $14,960.00 $170.00 $18,700.00 41 COURT COLORING/STRIPING SY 560 $12.00 $6,720.00 $8.70 $4,872.00 $10.30 $5,768.00 $10.00 $5,600.00 42 LOAM TOPSOIL BORROW (LV)CY 160 $48.00 $7,680.00 $50.00 $8,000.00 $52.00 $8,320.00 $50.00 $8,000.00 43 EROSION CONTROL COMPOST BLANKET BLOWN W/ MNDOT 25-151 SEED SY 960 $6.80 $6,528.00 $4.50 $4,320.00 $9.25 $8,880.00 $4.00 $3,840.00 44 BASKETBALL NEW HOOP WITH FOUNDATION LS 2 $4,500.00 $9,000.00 $5,000.00 $10,000.00 $4,200.00 $8,400.00 $5,000.00 $10,000.00 TOTAL PART 2:$67,889.50 $63,122.00 $67,468.00 $63,199.50 BASE BID SUMMARY: TOTAL PART 1: BEGIN PLAYGROUND IMPROVEMENTS $57,908.00 $64,145.00 $64,607.00 $71,774.33 TOTAL PART 2: NORTHWOOD BASKETBALL COURT IMPROVEMENTS $67,889.50 $63,122.00 $67,468.00 $63,199.50 TOTAL BASE BID:$125,797.50 $127,267.00 $132,075.00 $134,973.83 Bidder No. 2 Omann Contracting Co., Inc. Bidder No. 4 K.A. Witt Construction, Inc.Dunaway Construction Pember Companies, Inc. Bidder No. 1 Bidder No. 3 I hereby certify that this is an exact reproduction of bids received. City of New Hope, Minnesota 2020 Park Improvements: Begin Playground & Northwood Basketball Court 1040, 1046 Thursday, April 16, 2020 at 10:30 A.M., CDT 193804894/193804895 193804895_Bid Tab BT-1 BID TABULATION Item Num Item Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total Bidder No. 2 Omann Contracting Co., Inc. Bidder No. 4 K.A. Witt Construction, Inc.Dunaway Construction Pember Companies, Inc. Bidder No. 1 Bidder No. 3 ALTERNATE 1: HYDROMULCH RESTORATION 45 EROSION CONTROL COMPOST BLANKET BLOWN W/ MNDOT 25-151 SEED SY -650 $6.80 -$4,420.00 $4.50 -$2,925.00 $9.30 -$6,045.00 $4.00 -$2,600.00 46 HYDROMULCH WITH SEED MIXTURE 25-151 SY 650 $5.00 $3,250.00 $2.20 $1,430.00 $3.65 $2,372.50 $3.25 $2,112.50 TOTAL ALTERNATE 1: HYDROMULCH RESTORATION -$1,170.00 -$1,495.00 -$3,672.50 -$487.50 ALTERNATE 2: CONCRETE BENCH PADS 47 CONCRETE BENCH PADS SF 170 $6.10 $1,037.00 $8.00 $1,360.00 $5.25 $892.50 $11.50 $1,955.00 48 AGGREGATE BASE, CLASS 5 TN 10 $50.00 $500.00 $50.00 $500.00 $40.00 $400.00 $160.00 $1,600.00 TOTAL ALTERNATE 2: CONCRETE BENCH PADS $1,537.00 $1,860.00 $1,292.50 $3,555.00 ALTERNATE 3: FURNISH AND INSTALL ENGINEERED WOOD FIBER MULCH 49 ENGINEERED WOOD FIBER MULCH CY 250 $40.00 $10,000.00 $37.10 $9,275.00 $30.25 $7,562.50 $40.00 $10,000.00 50 PLAYGROUND MATS EA 3 $500.00 $1,500.00 $200.00 $600.00 $575.00 $1,725.00 $750.00 $2,250.00 51 GEOTEXTILE FABRIC - PLAYGROUND SY 715 $3.00 $2,145.00 $3.00 $2,145.00 $2.40 $1,716.00 $4.00 $2,860.00 TOTAL ALTERNATE 3: FURNISH AND INSTALL ENGINEERED WOOD FIBER MULCH $13,645.00 $12,020.00 $11,003.50 $15,110.00 ALTERNATE 4: WIDEN BASKETBALL COURT 52 COMMON EXCAVATION (CV)CY 250 $36.00 $9,000.00 $35.00 $8,750.00 $45.00 $11,250.00 $42.00 $10,500.00 53 GEOTEXTILE FABRIC SY 65 $3.00 $195.00 $3.00 $195.00 $3.00 $195.00 $5.00 $325.00 54 AGGREGATE BASE, CLASS 5 TN 30 $50.00 $1,500.00 $25.00 $750.00 $30.50 $915.00 $45.50 $1,365.00 55 TYPE S.P. 9.5 BITUMINOUS WEARING MIXTURE (2,C)TN 15 $124.65 $1,869.75 $175.00 $2,625.00 $136.00 $2,040.00 $170.00 $2,550.00 TOTAL ALTERNATE 4: WIDEN BASKETBALL COURT $12,564.75 $12,320.00 $14,400.00 $14,740.00 BID SUMMARY TOTAL BASE BID:$125,797.50 $127,267.00 $132,075.00 $134,973.83 TOTAL ALTERNATE 1:-$1,170.00 -$1,495.00 -$3,672.50 -$487.50 TOTAL ALTERNATE 2:$1,537.00 $1,860.00 $1,292.50 $3,555.00 TOTAL ALTERNATE 3:$13,645.00 $12,020.00 $11,003.50 $15,110.00 TOTAL ALTERNATE 4:$12,564.75 $12,320.00 $14,400.00 $14,740.00 Phone: Email:kyle@dunawayconst.com mkhoeneman@omanninc.com bpember@pembercompanies.com taylor@kawitt.com Signed By:Kevin Dunaway Kelly Omann Brent Pember Jason Witt Title:Owner President President President Signed Responsible Contractor Certificate:Yes Yes Yes Yes Bid Bond Bid Bond Bid Bond Bid Bond 1 1 1 1 952-758-2108 Omann Contracting Co., Inc. 6551 Labeaux Avenue NE Albertville, MN 55301 K.A. Witt Construction, Inc. 1530 West 280th Street New Prague, MN 56071 17149 Notre Dame Street Columbus, MN 55025 Pember Companies, Inc. Addenda Acknowledged: Bid Security: Contractor Name and Address: N4449 469th Street Menomonie, WI 54751 651-464-1985 715-235-0316763-497-8259 Dunaway Construction 193804895_Bid Tab BT-2 Project Name: City Project No.: Bid Opening: BID TABULATION Item Num Item Units Qty BASE BID: PART 1: BEGIN PLAYGROUND IMPROVEMENTS 1 MOBILIZATION LS 1 2 REMOVE BITUMINOUS PAVEMENT SY 12 3 REMOVE EX. PLAY CONTAINER CURB LF 300 4 REMOVE EX. CONCRETE SIDEWALK SY 150 5 SALVAGE EX. BENCH EA 1 6 SALVAGE EX. TRASH CONTAINER EA 1 7 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 40 8 COMMON EXCAVATION (CV)CY 150 9 GEOTEXTILE FABRIC SY 100 10 PLACE SALVAGED SELECT GRANULAR BORROW CY 180 11 SELECT GRANULAR BORROW TN 5 12 AGGREGATE BASE, CLASS 5 (PLAYGROUND RAMPS)TN 15 13 AGGREGATE BASE, CLASS 5 TN 40 14 TYPE S.P. 9.5 BITUMINOUS WEARING MIXTURE (2,B)TN 3 15 4" CONCRETE SIDEWALK RAMP - PLAYGROUND SF 50 16 4" CONCRETE SIDEWALK SF 860 17 6" CONCRETE PEDESTRIAN RAMP SF 30 18 TRUNCATED DOMES SF 16 19 CONCRETE PLAYGROUND CURB LF 300 20 4" PVC NON-PERFORATED DRAIN TILE LF 15 21 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 60 22 4" PVC DRAIN TILE CLEANOUT EA 2 23 CONNECT DRAINTILE TO STRUCTURE (CORE DRILL)EA 1 24 TEMPORARY CONSTRUCTION ENTRANCE EA 1 25 INLET PROTECTION EA 2 26 SILT FENCE, TYPE MACHINE SLICED LF 150 27 STREET SWEEPER (W/PICKUP BROOM)HR 4 28 LOAM TOPSOIL BORROW (LV)CY 100 29 EROSION CONTROL COMPOST BLANKET BLOWN W/ MNDOT 25-151 SEED SY 650 TOTAL PART 1: PART 2: NORTHWOOD BASKETBALL COURT IMPROVEMENTS 30 MOBILIZATION LS 1 31 REMOVE BITUMINOUS PAVEMENT SY 40 32 REMOVE EX. CONCRETE SIDEWALK SY 5 33 SALVAGE EX. BENCH EA 1 34 SALVAGE EX. TRASH CONTAINER EA 1 35 REMOVE EX. BASKETBALL HOOP EA 2 36 RECLAIM AND SHAPE EXISTING BITUMINOUS PAVEMENT SY 520 37 SILT FENCE, TYPE MACHINE SLICED LF 200 38 GEOTEXTILE FABRIC SY 40 39 AGGREGATE BASE, CLASS 5 TN 80 40 TYPE S.P. 9.5 BITUMINOUS WEARING MIXTURE (2,C)TN 110 41 COURT COLORING/STRIPING SY 560 42 LOAM TOPSOIL BORROW (LV)CY 160 43 EROSION CONTROL COMPOST BLANKET BLOWN W/ MNDOT 25-151 SEED SY 960 44 BASKETBALL NEW HOOP WITH FOUNDATION LS 2 TOTAL PART 2: BASE BID SUMMARY: TOTAL PART 1: BEGIN PLAYGROUND IMPROVEMENTS TOTAL PART 2: NORTHWOOD BASKETBALL COURT IMPROVEMENTS TOTAL BASE BID: 2020 Park Improvements: Begin Playground & Northwood Basketball Court 1040, 1046 Thursday, April 16, 2020 at 10:30 A.M., CDT Unit Price Total Unit Price Total Unit Price Total Unit Price Total $8,800.00 $8,800.00 $5,700.00 $5,700.00 $13,500.00 $13,500.00 $4,550.00 $4,550.00 $46.00 $552.00 $17.50 $210.00 $40.00 $480.00 $20.00 $240.00 $8.00 $2,400.00 $7.00 $2,100.00 $5.00 $1,500.00 $7.50 $2,250.00 $12.00 $1,800.00 $5.00 $750.00 $20.00 $3,000.00 $30.00 $4,500.00 $275.00 $275.00 $100.00 $100.00 $250.00 $250.00 $500.00 $500.00 $275.00 $275.00 $200.00 $200.00 $250.00 $250.00 $500.00 $500.00 $45.00 $1,800.00 $75.00 $3,000.00 $59.00 $2,360.00 $100.00 $4,000.00 $26.00 $3,900.00 $34.50 $5,175.00 $48.00 $7,200.00 $40.00 $6,000.00 $6.00 $600.00 $7.00 $700.00 $3.00 $300.00 $5.00 $500.00 $15.00 $2,700.00 $9.50 $1,710.00 $20.00 $3,600.00 $20.00 $3,600.00 $110.00 $550.00 $33.00 $165.00 $95.00 $475.00 $40.00 $200.00 $32.00 $480.00 $29.00 $435.00 $50.00 $750.00 $50.00 $750.00 $32.00 $1,280.00 $30.00 $1,200.00 $45.00 $1,800.00 $50.00 $2,000.00 $450.00 $1,350.00 $319.00 $957.00 $350.00 $1,050.00 $1,000.00 $3,000.00 $9.00 $450.00 $22.00 $1,100.00 $10.00 $500.00 $40.00 $2,000.00 $6.80 $5,848.00 $10.50 $9,030.00 $7.00 $6,020.00 $14.00 $12,040.00 $15.00 $450.00 $22.00 $660.00 $14.00 $420.00 $200.00 $6,000.00 $80.00 $1,280.00 $65.00 $1,040.00 $80.00 $1,280.00 $60.00 $960.00 $38.00 $11,400.00 $64.00 $19,200.00 $40.00 $12,000.00 $70.00 $21,000.00 $45.00 $675.00 $52.50 $787.50 $20.00 $300.00 $30.00 $450.00 $30.00 $1,800.00 $48.75 $2,925.00 $20.00 $1,200.00 $30.00 $1,800.00 $700.00 $1,400.00 $490.00 $980.00 $465.00 $930.00 $250.00 $500.00 $600.00 $600.00 $990.00 $990.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $3,400.00 $3,400.00 $1,500.00 $1,500.00 $1,000.00 $1,000.00 $3,500.00 $3,500.00 $165.00 $330.00 $375.00 $750.00 $200.00 $400.00 $500.00 $1,000.00 $5.50 $825.00 $7.00 $1,050.00 $5.00 $750.00 $5.00 $750.00 $185.00 $740.00 $350.00 $1,400.00 $170.00 $680.00 $200.00 $800.00 $76.00 $7,600.00 $41.00 $4,100.00 $45.00 $4,500.00 $50.00 $5,000.00 $9.00 $5,850.00 $7.90 $5,135.00 $10.00 $6,500.00 $10.00 $6,500.00 $69,410.00 $73,049.50 $73,995.00 $95,890.00 $8,200.00 $8,200.00 $6,500.00 $6,500.00 $15,000.00 $15,000.00 $4,475.00 $4,475.00 $19.00 $760.00 $18.00 $720.00 $20.00 $800.00 $20.00 $800.00 $37.00 $185.00 $95.00 $475.00 $20.00 $100.00 $30.00 $150.00 $185.00 $185.00 $175.00 $175.00 $250.00 $250.00 $500.00 $500.00 $185.00 $185.00 $250.00 $250.00 $250.00 $250.00 $500.00 $500.00 $1,000.00 $2,000.00 $350.00 $700.00 $685.00 $1,370.00 $1,000.00 $2,000.00 $12.00 $6,240.00 $27.00 $14,040.00 $10.00 $5,200.00 $40.00 $20,800.00 $5.00 $1,000.00 $7.00 $1,400.00 $5.00 $1,000.00 $5.00 $1,000.00 $6.00 $240.00 $7.00 $280.00 $3.00 $120.00 $5.00 $200.00 $26.00 $2,080.00 $40.00 $3,200.00 $45.00 $3,600.00 $50.00 $4,000.00 $130.00 $14,300.00 $145.00 $15,950.00 $150.00 $16,500.00 $230.00 $25,300.00 $9.00 $5,040.00 $9.50 $5,320.00 $11.00 $6,160.00 $10.00 $5,600.00 $67.00 $10,720.00 $41.00 $6,560.00 $45.00 $7,200.00 $50.00 $8,000.00 $9.00 $8,640.00 $7.90 $7,584.00 $10.00 $9,600.00 $10.00 $9,600.00 $5,000.00 $10,000.00 $4,120.00 $8,240.00 $5,000.00 $10,000.00 $5,500.00 $11,000.00 $69,775.00 $71,394.00 $77,150.00 $93,925.00 $69,410.00 $73,049.50 $73,995.00 $95,890.00 $69,775.00 $71,394.00 $77,150.00 $93,925.00 $139,185.00 $144,443.50 $151,145.00 $189,815.00 Bidder No. 8 Albrecht Enterprises, LLC dba Albrecht Company Bidder No. 7 Blackstone Contractors, LLC Bidder No. 6 Construction Results Corporation Bidder No. 5 Bituminous Roadways, Inc. 193804895_Bid Tab BT-3 BID TABULATION Item Num Item Units Qty ALTERNATE 1: HYDROMULCH RESTORATION 45 EROSION CONTROL COMPOST BLANKET BLOWN W/ MNDOT 25-151 SEED SY -650 46 HYDROMULCH WITH SEED MIXTURE 25-151 SY 650 TOTAL ALTERNATE 1: HYDROMULCH RESTORATION ALTERNATE 2: CONCRETE BENCH PADS 47 CONCRETE BENCH PADS SF 170 48 AGGREGATE BASE, CLASS 5 TN 10 TOTAL ALTERNATE 2: CONCRETE BENCH PADS ALTERNATE 3: FURNISH AND INSTALL ENGINEERED WOOD FIBER MULCH 49 ENGINEERED WOOD FIBER MULCH CY 250 50 PLAYGROUND MATS EA 3 51 GEOTEXTILE FABRIC - PLAYGROUND SY 715 TOTAL ALTERNATE 3: FURNISH AND INSTALL ENGINEERED WOOD FIBER MULCH ALTERNATE 4: WIDEN BASKETBALL COURT 52 COMMON EXCAVATION (CV)CY 250 53 GEOTEXTILE FABRIC SY 65 54 AGGREGATE BASE, CLASS 5 TN 30 55 TYPE S.P. 9.5 BITUMINOUS WEARING MIXTURE (2,C)TN 15 TOTAL ALTERNATE 4: WIDEN BASKETBALL COURT BID SUMMARY TOTAL BASE BID: TOTAL ALTERNATE 1: TOTAL ALTERNATE 2: TOTAL ALTERNATE 3: TOTAL ALTERNATE 4: Phone: Email: Signed By: Title: Signed Responsible Contractor Certificate: Addenda Acknowledged: Bid Security: Contractor Name and Address: Unit Price Total Unit Price Total Unit Price Total Unit Price Total Bidder No. 8 Albrecht Enterprises, LLC dba Albrecht Company Bidder No. 7 Blackstone Contractors, LLC Bidder No. 6 Construction Results Corporation Bidder No. 5 Bituminous Roadways, Inc. $9.00 -$5,850.00 $7.90 -$5,135.00 $10.00 -$6,500.00 $10.00 -$6,500.00 $6.00 $3,900.00 $6.50 $4,225.00 $7.50 $4,875.00 $8.00 $5,200.00 -$1,950.00 -$910.00 -$1,625.00 -$1,300.00 $7.00 $1,190.00 $22.00 $3,740.00 $12.00 $2,040.00 $14.00 $2,380.00 $26.00 $260.00 $61.00 $610.00 $45.00 $450.00 $50.00 $500.00 $1,450.00 $4,350.00 $2,490.00 $2,880.00 $50.00 $12,500.00 $19.00 $4,750.00 $42.00 $10,500.00 $45.00 $11,250.00 $650.00 $1,950.00 $335.00 $1,005.00 $300.00 $900.00 $500.00 $1,500.00 $2.00 $1,430.00 $5.00 $3,575.00 $3.25 $2,323.75 $5.00 $3,575.00 $15,880.00 $9,330.00 $13,723.75 $16,325.00 $26.00 $6,500.00 $35.00 $8,750.00 $50.00 $12,500.00 $40.00 $10,000.00 $6.00 $390.00 $7.00 $455.00 $5.00 $325.00 $5.00 $325.00 $26.00 $780.00 $35.00 $1,050.00 $60.00 $1,800.00 $50.00 $1,500.00 $130.00 $1,950.00 $145.00 $2,175.00 $140.00 $2,100.00 $230.00 $3,450.00 $9,620.00 $12,430.00 $16,725.00 $15,275.00 $139,185.00 $144,443.50 $151,145.00 $189,815.00 -$1,950.00 -$910.00 -$1,625.00 -$1,300.00 $1,450.00 $4,350.00 $2,490.00 $2,880.00 $15,880.00 $9,330.00 $13,723.75 $16,325.00 $9,620.00 $12,430.00 $16,725.00 $15,275.00 info@bitroads.com john.snyder@constructionresults.com brooks@blackstonecontractorsllc.com matt@albrechtcompany.com Pam Hague Mike Luurtsema Bruce Karvonen Matt Johnson Secretary President Vice President General Manager Yes Yes Yes Yes Bid Bond Bid Bond Bid Bond Bid Bond 1 1 1 1 763-291-7728 Albrecht Enterprises, LLC dba Albrecht Company 1408 County Road C W Roseville, MN 55113 651-633-4510 Blackstone Contractors, LLC 9520 County Road 19, Suite D Loretto, MN 55357 651-686-7001 Construction Results Corporation 5465 Hwy 169 N Plymouth, MN 55442 763-559-1100 Bituminous Roadways, Inc. 1520 Commerce Drive Mendota Heights, MN 55120 193804895_Bid Tab BT-4 Y e a r 20 2 0 To t a l C o s t Fu n d i n g S o u r c e Pr o j e c t / P u r c h a s e G o l f C o u r s e Ic e A r e n a Pa r k I n f r a Ce n t r a l Se w e r Storm Water Street Infra Water MSA Grand Total Pa r k s & R e c r e a t i o n Cg y m s s c o r e b o a r d s 11 , 0 0 0 11,000 G C c a s h r e g i s t e r 5, 0 0 0 5,000 G C c o n c e s s i o n e q u i p m e n t 12 , 0 0 0 12,000 G C g o l f c a r t s ( 2 o f 5 ) 8, 0 0 0 8,000 G C m i s c e q u i p m e n t 5, 0 0 0 5,000 G C p a i n t m a i n t e n a n c e s h o p 10 , 0 0 0 10,000 G C p a r k i n g l o t - - G C s e c u r i t y c a m e r a s 25 , 0 0 0 25,000 IA L e v y 40 0 , 0 0 0 400,000 IA r a d i a n t h e a t e r s ( N o r t h r i n k ) 25 , 0 0 0 25,000 IA r e b u i l d c o m p r e s s o r s 20 , 0 0 0 20,000 IA s c o r e b o a r d ( s o u t h r i n k ) 25 , 0 0 0 25,000 IA s e c u r i t y c a m e r a s 70 , 0 0 0 70,000 IA s k a t e s h a r p e n i n g m a c h i n e 20 , 0 0 0 20,000 IA s y s t e m r e l i e f v a l v e s 5, 0 0 0 5,000 Pa r k s b a l l f i e l d f e n c i n g 12 , 0 0 0 12,000 Pa r k s B e g i n P a r k p l a y e q u i p m e n t p r o j e c t 20 0 , 0 0 0 200,000 Pa r k s c o n c r e t e , t r a i l w o r k 75 , 0 0 0 75,000 Pa r k s l i g h t i n g i m p r o v e m e n t s 75 , 0 0 0 75,000 Pa r k s L i o n s P a r k p a r k i n g l o t - - Pa r k s m a i n t e n a n c e 12 1 , 0 0 0 121,000 Pu b l i c w o r k s - C G Eq u i p m e n t - C e n t r a l G a r a ge M a s t e r A s s e t L i s t 1, 0 8 0 , 1 9 8 1,080,198 Pu b l i c w o r k s - S e w e r 20 2 0 I n f r a s t r u c t u r e I m p r o v e me n t s - N o r t h w o o d E a s t 10 0 , 0 0 0 100,000 20 2 0 L i n e s e w e r p i p e s 35 0 , 0 0 0 350,000 Pu b l i c w o r k s - S t o r m W a t e r 20 2 0 I n f r a s t r u c t u r e I m p r o v e me n t s - N o r t h w o o d E a s t 190,000 190,000 Re q u i r e d T M D L p r o j e c t s 100,000 100,000 Pu b l i c w o r k s - S t r e e t 16 9 a n d 4 2 n d A v e B r i d g e R e p l a c e m e n t 75,000 75,000 20 2 0 L o c a l P r o j e c t s ( S e a l C o a t & C r a c k / F o g S e a l ) 120,828 120,828 20 2 0 S t r e e t R e c o n s t r u c t - N W P a rk w a y E a s t & m / o H i d d e n V a l l e y 2,218,002 2,218,002 G C p a r k i n g l o t 20,000 20,000 Pa r k s L i o n ' s P a r k l o t s e a l c o a t / s t r i p i n g 30,000 30,000 Pu b l i c w o r k s - W a t e r 20 2 0 S t r e e t R e c o n s t r u c t - N o r t h w o o d E a s t 340,000 340,000 W i n n e t k a W a t e r m a i n - 2 7 t h t o 2 9 t h 300,000 300,000 Gr a n d T o t a l 65 , 0 0 0 16 5 , 0 0 0 89 4 , 0 0 0 1, 0 8 0 , 1 9 8 45 0 , 0 0 0 290,000 2,388,830 640,000 75,000 6,048,028 I:\RFA\P&R\PARKS\2020\#1040 - Begin Park\Approve Equipment\Q&R - Begin Park playground equipment approval.docx Request for Action April 27, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Parks & Recreation By: Susan Rader, Director Agenda Title Resolution awarding contracts with Flagship Recreation and Landscape Structures for $111,852.12 for playground equipment, engineered wood fiber, a picnic table with shade structure and installation at Begin Park (Improvement Project No. 1040) Requested Action Staff recommends that the City Council award the contract and authorize the appropriation of funds in the amount of $111,852.12 for the purchase and installation of playground equipment, playground mats, geotextile fabric, engineered wood fiber, picnic table and sun shade at Begin Park, located at 5407 Wisconsin Avenue North (improvement project no. 1040) through Flagship Recreation and Landscape Structures. On March 23, 2020, the City Council approved the plans and specifications for the project and authorized the advertisement for bids for the site work portion of the project. The equipment purchase would be through Landscape Structures for $68,152.70 and the installation of the equipment, geo textile fabric, rubber wear mats and engineered wood fiber would be through Flagship Recreation for $43,699.42. Landscape Structures and Flagship Recreation are both on the state bid list for the equipment and installation. 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 was bid separately and includes replacement of the playground container, entrance ramp, replacement of the sidewalk and concrete pads for benches and a picnic table. As has been discussed previously with Council, in 2011 staff started using a playground vendor who had a program to refurbish equipment. Landscape Structures, currently represented by Flagship Recreation, was Agenda Section Development & Planning Item Number 8.4 Request for Action, Page 2 the only playground equipment company to offer a program and they are also listed on the State of Minnesota Cooperative Purchasing Venture. In the long-term, using Landscapes Structures will enable staff to update a playground by re-using and updating some pieces of equipment or structure posts rather than replacing the entire playground structure. This only works with playgrounds that have existing Landscape Structures playgrounds. Begin Park will be the first playground replacement project that can incorporate the refurbish component. As part of the process, staff from Flagship Recreation does a thorough analysis of the current equipment to see if any can be reused within the new project. As part of this project $24,097 worth of equipment will be reused, including several posts, some decking and some slides. Funding Funding is available in the Park Infrastructure Fund, which is levy funded each year. This project is included in the 2020 CIP and the 2020 Park Infrastructure budget as shared with the Council during 2019 CIP planning meetings and 2020 Budget meetings. The amount budgeted for the project is $200,000. Similar to previous projects, public works staff will remove portions of the old play equipment and the necessary sand. In addition, staff will order and install new benches and a new park sign. Having these completed by staff will save funds in the Park Infrastructure Fund. The funding for the purchase and installation of playground equipment submitted by Flagship Recreation and Landscape Structures is $111,852.12 for equipment and installation, including engineered wood fiber, geotextile fabric, playground mats, picnic table and sun shade. In April, staff also applied for a 2020 Hennepin Youth Sports Program Playground grant for $25,000, which could reduce the funding needed from the Park Infrastructure Fund. In 2017 and 2018, the City received $25,000 grant awards for the Fred Sims Park and Sunnyside Park playground projects, so a third grant may be optimistic. Attachments  Resolution  Pictures of current equipment  View of proposed playground  Quote from Landscape Structures for equipment ($68,152.70)  Quote from Flagship Recreation for installation, playground mats, engineered wood fiber and geotextile fabric ($43,699.42)  2020 CIP list City of New Hope Resolution No. 2020- Resolution awarding contracts with Flagship Recreation and Landscape Structures for $111,852.12 for playground equipment, engineered wood fiber, a picnic table with shade structure and installation at Begin Park (Improvement Project No. 1040) WHEREAS, the current playground at Begin Park is approximately 24 years old and ready to be replaced; and, WHEREAS, staff sent a survey to area residents asking for their input for the new area and inviting then to be a part of the planning committee; and, WHEREAS, a planning committee comprised of Citizen Advisory Commissioners, City Council, city engineers and city staff met to develop plans to meet the needs at Begin Park; and, WHEREAS, the city engineer has prepared plans, specifications, and contract terms for the work; and, WHEREAS, the bid through the state cooperative purchasing agreement for playground equipment, engineered wood fiber, geotextile fabric, playground mats, a picnic table with shade structure and installation at Begin Park by Flagship Recreation and Landscape Structures is $111,852.12; and, WHEREAS, the planning committee has recommended that City Council award the contract to Flagship Recreation/Landscape Structures; and, WHEREAS, the funding source for the contract is the Park Infrastructure Fund. NOW, THEREFORE, BE IT RESOLVED the City Council of the city of New Hope, Minnesota approves entering into a contract for playground equipment, engineered wood fiber, geotextile fabric, playground mats, a picnic table with shade structure and installation at Begin Park with Flagship Recreation and Landscape Structures for $111,852.12. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 27th day of April, 2020. Mayor Attest: City Clerk Existing playground equipment Date Expires Quote: Contact: Phone: Email: Ship To:Please Make PO's & Contracts Out To: Begin Park 5407 Wisconsin Avenue N New Hope, MN 55428 Bill To:Please Remit Payment To: QTY ITEM #UNIT PRICE EXT. PRICE 1 $20,098.50 1 $500.00 2 $1,050.00 1 $2,393.70 1 $5,050.00 6,435 $2,437.26 7 $1,438.72 250 $10,731.25 Subtotal $43,699.42 Freight $0.00 Sales Tax Tax Exempt Cert Total $43,699.42 tax-exempt certificate is provided at the time of order entry. Customer deposits, if required, must be received before orders will be entered & installation scheduled. Purchases in excess of $1,000.00 must be supported by a formal Purchase Order made out to Flagship Recreation, Inc. Minnesota State Contract #119795 *Terms: Net 30 days; 1.5% finance charge on balances over 30 days Page 1 of 2 Quotes from Flagship Recreatoin, Inc. are subject to current Flagship Recreation, Inc. policies as well as Terms & Conditions, Inclusions & Exclusions outlined below unless noted otherwise on this quote. Changes are subject to price adjustment. Sales tax, if applicable, will be applied unless a Refinishing Decks & Components Being Reused Engineered Wood Fiber (CY) - IPEMA Certified Playground Surfacing Rubber Wear Mats Dumpster (disposal of packaging material & construction debris) Installation by Landacape Structures Certified Installers Mobilization Removal of Existing Equiment Being Reused Geo Textile Fabric (Sq. Ft.) We are pleased to submit this proposal to supply the following products/services: 3/17/2020 6/15/2020 City of New Hope Steve Ellingson 763-531-5100 sellingson@newhopemn.gov Description Flagship Recreation 11123 Upper 33rd St. N Lake Elmo, MN 55042 City of New Hope Flagship Recreation 4401 Xylon Ave N 11123 Upper 33rd St. N New Hope, MN 55428 Lake Elmo, MN 55042 Terms & Conditions - Bonding of Any Type Please note, quotes including installation are based on site access and site conditions that have been conveyed to Flagship Recreation by the owner/owner's representative and based on ideal conditions required to complete the project as quoted. Accepted By (Print) Email: Purchase Amount: Title:Phone: Date: $43,699.42 - Private Utility Locates (irrigation, low voltage, lighting, etc.) - Additional Labor Due to Site Access. Require 8' Wide Clearance from Staging Area to Play Space. - Additional Labor and/or Related Costs Due to Subsurface Conditions (Rock, Hardpan, Heavy Clay, Ground Water, etc.) - Additional Labor and/or Related Costs Due to Working in Unstable Soils (Sand, Pea Rock, Mud, Poor Site Drainage, etc.) - Offsite Removal of Spoils From Footing Holes or Other Excavation. Can be stockpiled for owner removal or left in play space - Disposal of Packing Material. Can be Stockpiled for Owner Removal or Deposited in Owners Onsite Dumpster Exclusions (Unless Specifically Quoted): - Accepting & Unloading of Order Prior to Installation - Storage or Security of Equipment - Standard Insurance Offer (Detail Provided Upon Request) Page 2 of 2 the progress or completion of the project as quoted will result in additional charges. Acceptance of Quotation: Steve Ellingson PO#: Signature:sellingson@newhopemn.gov - Removal of Existing Play Equipment, Border or Safety Surfacing Material - Site Work of Any Kind. Exclusions include, site grading (owner to provide max slope of 1%), site restoration, drainage, etc. - Border for Play Space - Permits of Any Kind Unless addressed prior to the installation quote being issued or specifically documented herein, any issues encountered that impede - Standard Warranty Offer (Detail Provided Upon Request) - Standard Wage Rates - Unpacking of Play Equipment - Assembly of Play Equipment - Placing, Digging or Surface Mounting Equipment (as specificed) - Concrete for Play Equipment Footings Project Scope (This Section For Quotes Including Installation) Inclusions: - One Mobilization - Public Utility Locates completed after this date are subject to price change. Responsibility: Flagshi Recreation shall be repsonsible for any loss or damage to merchandise until delivered to Buyer at F.O.B destination point. Buyer is responsible for loss or damage thereafter. Inspection: Merchandise shall be subject to Buyer's inspection within a reasonable time after the arrival at the ultimate destination. Upon inspection, it is the Buyer's responsibility to notify Flagship Recreation if merchandise does not meet requirements of the order. Contract: Seller's Copy of signed quote represents the contract between Seller and Buyer. This form supercedes all previous communications and negotiations and constitutes the entire agreement between the parties. Any changes to this contract are not binding unless jointly agreed in writing via Change Order. Quantity: The quantity of merchandise and/or material to be delivered and/or installed shall not vary from the amount specified unless a different amount is first agreed to via Change Order. Changes are subject to price adjustment. Pricing: Pricing is F.O.B factory. Current year pricing is honored on contracts completed prior to December 3, 2020. Contracts Y e a r 20 2 0 To t a l C o s t Fu n d i n g S o u r c e Pr o j e c t / P u r c h a s e G o l f C o u r s e Ic e A r e n a Pa r k I n f r a Ce n t r a l Se w e r Storm Water Street Infra Water MSA Grand Total Pa r k s & R e c r e a t i o n Cg y m s s c o r e b o a r d s 11 , 0 0 0 11,000 G C c a s h r e g i s t e r 5, 0 0 0 5,000 G C c o n c e s s i o n e q u i p m e n t 12 , 0 0 0 12,000 G C g o l f c a r t s ( 2 o f 5 ) 8, 0 0 0 8,000 G C m i s c e q u i p m e n t 5, 0 0 0 5,000 G C p a i n t m a i n t e n a n c e s h o p 10 , 0 0 0 10,000 G C p a r k i n g l o t - - G C s e c u r i t y c a m e r a s 25 , 0 0 0 25,000 IA L e v y 40 0 , 0 0 0 400,000 IA r a d i a n t h e a t e r s ( N o r t h r i n k ) 25 , 0 0 0 25,000 IA r e b u i l d c o m p r e s s o r s 20 , 0 0 0 20,000 IA s c o r e b o a r d ( s o u t h r i n k ) 25 , 0 0 0 25,000 IA s e c u r i t y c a m e r a s 70 , 0 0 0 70,000 IA s k a t e s h a r p e n i n g m a c h i n e 20 , 0 0 0 20,000 IA s y s t e m r e l i e f v a l v e s 5, 0 0 0 5,000 Pa r k s b a l l f i e l d f e n c i n g 12 , 0 0 0 12,000 Pa r k s B e g i n P a r k p l a y e q u i p m e n t p r o j e c t 20 0 , 0 0 0 200,000 Pa r k s c o n c r e t e , t r a i l w o r k 75 , 0 0 0 75,000 Pa r k s l i g h t i n g i m p r o v e m e n t s 75 , 0 0 0 75,000 Pa r k s L i o n s P a r k p a r k i n g l o t - - Pa r k s m a i n t e n a n c e 12 1 , 0 0 0 121,000 Pu b l i c w o r k s - C G Eq u i p m e n t - C e n t r a l G a r a ge M a s t e r A s s e t L i s t 1, 0 8 0 , 1 9 8 1,080,198 Pu b l i c w o r k s - S e w e r 20 2 0 I n f r a s t r u c t u r e I m p r o v e me n t s - N o r t h w o o d E a s t 10 0 , 0 0 0 100,000 20 2 0 L i n e s e w e r p i p e s 35 0 , 0 0 0 350,000 Pu b l i c w o r k s - S t o r m W a t e r 20 2 0 I n f r a s t r u c t u r e I m p r o v e me n t s - N o r t h w o o d E a s t 190,000 190,000 Re q u i r e d T M D L p r o j e c t s 100,000 100,000 Pu b l i c w o r k s - S t r e e t 16 9 a n d 4 2 n d A v e B r i d g e R e p l a c e m e n t 75,000 75,000 20 2 0 L o c a l P r o j e c t s ( S e a l C o a t & C r a c k / F o g S e a l ) 120,828 120,828 20 2 0 S t r e e t R e c o n s t r u c t - N W P a rk w a y E a s t & m / o H i d d e n V a l l e y 2,218,002 2,218,002 G C p a r k i n g l o t 20,000 20,000 Pa r k s L i o n ' s P a r k l o t s e a l c o a t / s t r i p i n g 30,000 30,000 Pu b l i c w o r k s - W a t e r 20 2 0 S t r e e t R e c o n s t r u c t - N o r t h w o o d E a s t 340,000 340,000 W i n n e t k a W a t e r m a i n - 2 7 t h t o 2 9 t h 300,000 300,000 Gr a n d T o t a l 65 , 0 0 0 16 5 , 0 0 0 89 4 , 0 0 0 1, 0 8 0 , 1 9 8 45 0 , 0 0 0 290,000 2,388,830 640,000 75,000 6,048,028 I:\RFA\City Manager\2020\12.1 Q - Upcoming Events.docx Request for Action April 27, 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 28 7 p.m. – Personnel Board Meeting/Community Development Office Specialist Applicant Interviews (conducted via Webex) May 4 No Planning Commission Meeting May 4-7 Virtual Bike Rodeo. Complete details are available on the New Hope Parks & Recreation Facebook Page (https://www.facebook.com/newhoperecreation/) May 6 Business Network Group Meeting (conducted via Zoom, meeting details will be sent to group prior to meeting) 1:30 p.m. – Joint Water Commission Meeting (virtual) May 11 7:00 p.m. – City Council meeting Agenda Section Other Business Item Number 12.1