Loading...
WA9302-CN 950523 (2) ~ ._~;~, AGENDA REQUEST FORM CITY COUNCIL MEETING: May 23, 1995 ITEM 14 ITEM CAPTION: Discussion and consideration of awarding Bid #Q-0395-01 Village Parkway Ground Storage Tank #2 Project #WA 93-02 to NATGUN Corporation in the amount of $2,809,305.00 and authorizing the Mayor to sign. A P~q O ~'~T~o~ y~~ .~,_,~,j-~.~ ' """' : Asst: Ci'~3;'l~;tnager/City Engineer INITIALS STAFF COIOfENTS: See Attached Memo. STAFF RECOMMENDATION Approval X Denial EXPLANATION: Staff will be available to answer any questions at the Council meeting. BUDGET AMT. $ AMT. EST. $ +/- BUD: $ FINANCIAL COMMENTS: Funds for this project are available frcm Series 1995 Revenue ~Bonds sold for this purpose. FINANCIAL REVIEW~(C CITY MANAGER REVIEW}Z/ Agenda Request Form - Revised 1/94 C.v~-~ c,~1 ~s~,A~l 7};,~~,~ t. To: Mayor and City Council From: Kenneth M. Griffin, P.E., Assistant City Manager/City Engineer RE: Discussion and consideration of awarding Bid #Q-0395-01 Village Parkway Ground Storage Tank #2 Project #WA 93-02 to NATGUN Corporation in the amount of $2,809,305.00 and authorizing the Mayor to sign. Date: May 12, 1995 On May 8th, 1995, two bids were received for the construction of the Village Parkway Ground Storage Tank #2. There are basically two firms in this area that construct these types of tanks and both firms bid on the project. The consultant for the project was Shimek, Jacobs and Finklea. The engineer's estimate was $3,000,000. Both Shimek, Jacobs and Finklea and the City of Coppell have reviewed the bids submitted for the project. Based upon that review, the consultant and City staff recommends the award of Bid #Q-0395-01 to NATGUN Corporation in the amount of $2,809,305.00 and authorization for the Mayor to sign the contracts after they have been prepared. Staff will be available to answer any questions at the Council meeting. SHIMEK, JACOBS & FINKLEA CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225 (214) 361-7900 ROSS L. JACOBS, JAMES E. LAUGHLIN, F~E. RONALD V. CONWAY, RE. JOHN W. BIRKHOFF, P.E. MATT ARMSTRONG, P.E. JOE R. CARTER, P.E. GARY C. HENDRICKS, P.E. May l l, 1995 c. L. SHIMEK, P.E. I. C. FINKLEA, RE. Mr. Kenneth M. Griffin, P.E. Asst. City Manager/Dir. of Public Works/City Engineer City of Coppell Post Office Box 478 Coppell, Texas 75019-0478 Re: Village Parkway Ground Storage Reservoir No. 2 Project No. WA-9302 Dear Mr. Griffin: We have checked bids received at 2:00 P.M., May 8, 1995 for construction of the Village Parkway Ground Storage Reservoir project. We are enclosing five copies of the tabulation of bids received. The two anticipated contractors submitted bids for this project. The lowest bid received was submitted by Natgun Corporation of Wakefield, Massachusetts, in the amount of $2,809,305.00. This coreractor has a record of satisfactory performance on work of this type. We have reviewed their financial statement and find it acceptable. Accordingly, based on the information available to us we recommend that the City accept the proposal of Natgun Corporation and award a contract on the basis of $2,809,305.00. We are also enclosing the financial and additional experience records submitted by Natgun along with our copies of the bid documents. We are available at your convemence to discuss any questions you may have with our recommendation. Gary C. Hendricks, P.E. Enclosures cc: Mr. Howard Pafford TABULATION OF BIDS ~ sin OF DATE: May 8. 1995 PROJECT: CITY OF COPPELL, TEXAS SHIMEK, JACOBS & FINKLEA Natgun Corporation Preload. Inc. Village Parkway Ground Storage Reservoir No. 2 CONSULTING ENGINEERS 11 Teal Road 839 Stewart Ave. Project No. WA-9302: Bid No. QO395-01 Dallas, Texas Wakefield. MA 01880 Garden City, N.Y. 11530 ITEM APPROXIMATE UNIT BID UNIT BID NO. QUANTITIES UNIT DESCRIPTION PRICE EXTENSION PRICE EXTENSION ,i' 1 1 L.S. 6-MG, Precast, Wire-Wound Prestressed Conc Ground Storage Reservoir $2,525,838.00 $2,525.838.00 $2,690,677.00 $2.690.677.00!~ 2 590 L.F. Furnishing and Installing 36" Reinforced Concrete Cylinder Pipe $236.00 $139,240.00 $236.00 $139 240.00' 3 3 Ea. Furnishing and Installing 36" Direct Burial Butterfly Valves $12,880.00 $38,640.00 $17.250.00 $51,750(,. 4 3 Ea. Connect to Existing 36" Water Lines, incl. Removal of all Plugs, Blind Flanges, etc. $5,175.O0 $15.525.00 $6,900.00 $20,700.00!! 5 1 L.S. Coating Exterior of the Proposed 6 Million Gallons Ground Storage Reservoir $60.815.00 $60,815.00 $24,100.00 $24,100.00:'.i __ _6 1 L.S. Modifications to Exist Extedor Ladder on the Exist Ground Storage Reservoir No. 1 $2,520.00 $2,520.00 $2,500.00 $2 500.00!! 7 590 L.F. Design, Furnish, Install, Maintain & Remove Trench Safety Devices for 36" WL Const $4.60 $2,714.00 $1.20 $708.00:! 8 1 L.S. Furnishing and Installing Site Irrigation, Complete and Operational $10,665.00 $10,665.00 $10.670.00 $10,670.0Oi 9 17 Ea. Furnishing and Planting 3" Live Oak Tree $219.00 $3.723.0C $220.00 $3,740.00!! 10 50 Ea. Furnishing and Planting One Gallon Coral Honeysuckle $14.40 $720.0(3 $14.50 $725.00;! 11 45,000 S.F. Furnishing and Distributing Bermuda Grass Hydromulched $0.05 $2,250.00 $0.06 $2.700.00!! 12 2,210 S.Y. Furnishing and Placing Bermuda Grass Solid Sod $2.70 $5,967.00 $2.80 $6,188.C~ 13 4 Ea. Removal and disposal of existing trees $57.00 $228.00 $60.00 $240.00!i 14 4 Ea. Removal, Relocating and Transplanting existing Cedar Elm Trees $115.00 $460.00 $115.00 M60.00!! TOTAL AMOUNT BID (Items I Through 14) $2.809.305.00 $ ,954. 8.00!~ 2 39 Calendar Days Bid 300 300 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST: $3,000,000.00 NOTE: Engineer's Opinion of Probable Cost Not Itemized. ?lge I of 1 PROPOSAL PROJECT IDENTIFICATION: Village Parkway Ground Storage Reservoir No. 2 in Coppell, Texas. BID OF NATGUN CORPORATION DATE: 5/8/95 (NAME OF FIRM) THIS BID IS SUBMITFED TO: City ofCopp¢ll (hereinaftercalled OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. Box 478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q 0395-01 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement ; with OWNER in the form included in the Contract Documents to perform and furnish all Work as ~ specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract · Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: 1 Date: 4/28/95 Rec'd: 5/1/95 (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 1-12 (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in ~ accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. !-13 (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j ) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. -! 5. BIDDER will complete the Work for the following price(s): t 1-14 i BID SCHEDULE VILLAGE PARKWAY GROUND STORAGERESERVOIR NO, 2 Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 1 L.S. For Furnishing, Constructing and Installing a 6-Million Gallon, Prc~ast, Wire-Wound Prestressed Concrete Ground Storage Reservoir with Steel Diaphragm meeting all requirements of ARzWA D110 for a Type III Tank and these Specifications and all Appurten- ances, complete in place, the sum of Cents per Lump Sum. 590 L.F. For Furnishing and Installing 36-Inch Reinforced Concrete Cylinder Pipe, complete in place, the sum of Dollars Cents per Linear Foot. 3 Ea. For Furnishing and Installing 36-1nch Direct Burial Butterfly Valves, complete in place, the sum of -~ ~ t..~-v-t Dollars and Cents per Each.. 3 Ea. For Connecting to Existing 36-Inch Water Lines, including Removal of all Plugs, Blind Flanges, Concrete Blocking, etc., the sum of ~v~-~,,~T~ ~-~ Dollars Cents per Each. 1-15 Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 5 1 L.S. For Coating Exterior of the Proposed 6-Million Gallons Ground Storage Reservoir, complete in place, the sum of ~o~t~e-~3 ~ ~~ Doll~s CenB ~r Lump Sum. 6 1 L.S. For Modifications to Existing Exterior ~der on ~e Existing Ground Sto~ge R~s~oir No. 1, ~e sm of C~nB ~r Lump Sum. 7 590 L.F. For Desiring, Furnishing, Installing, ~ Maintaining ~d Removing Trench Safe~ D~vic~s for all 36-Inch Water Lin~ Cons~ction, complete in place, ~e sum of ~o ~ ~. Dollars Cents ~r Line~ Foot. 8 1 L.S. For Furnishing ~d Ins~lling Site · : I~igation, Complete and Operational, the sum of ~ ~ ~ F ~ ~ ~ Dollars CenB per Lump Sum. 9 17 Ea. For Furnishing ~d Planting 3-Inch Live Oak Tree, Complete in Place, ~c sum of Dollars Cents per Each. 10 50 Ea. For Furnishing ~d Planting One Gallon Coral Honeysuckle, Complete in Place, the sum of ~ ~q.~o ~20.oo Fou ~ ~ DolI~ Cen~ ~r hch. l -16 Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 11 45,000 S.F. For Furnishing and Distributing Bermuda Grass Hydromulched, Complete in Place, the sum of ~ ¢~ Dollars Cents per Square Foot. 12 2,2 10 S .Y. For Furnishing and Placing Bermuda Grass Solid Sod, Complete in Pla~e, the sum of Cents per Square Yard. 13 4 Ea. Removal and disposal of existing trees, complete, the sum of Dollars Cents per Each. 14 4 Ea. For Removal, Relocating and Transplanting existing Cedar Elm Trees, complete, the sum of Dollars and ~/o ~x Cents per Each. TOTAL AMOUNT BID: (Items I Through 14) The undersigned hereby proposes and agrees to perform all work of whatever nature required in strict conformance with the plans and specifications, and to furnish and construct an AWWA DI 00, Type Ill, precast, wire-wound, prestressed concrete with steel diaphragm Six Million Gallon Ground Storage Reservoir. tpgether with all necessary appurtenances, and to complete all item of work within ~ ~ ,e-l,o~,~ ~ ~ ' ( '~o¢::3 ) consecutive calendar days after issuance of the work order. 1-17 BID SUMMARY TOTAl. PRICE F~ID CAI,ENDAR DAYS BID TOTAL BID ITEMS I TttRU l~ $ '~. l~c~q ,~5. c~ ~ ~ c~ O -~, Total Price Bid In Words: Tb.~c~ c~xx..x..x~ ~xt,,~'v ~~,..,~ r~-~E ~ous~ Total Calendar Days Bid In Words: 6. BIDDER agrees that all Work awarded will be completed within ~ Calendar Days. Contract time will commence to run as provided in the Contract Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. ! 8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract ' Price (See Insreactions to Bidders). 9. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as pan of the Contract Documents have the meanings assigned to them in the General Conditions. 10. The bid is based on a precast, wire-wound, prestressed concrete tank with steel diaphragms, AWWA D 110, Type III Ground Storage Reservoir. The City of Coppell reserves the fight to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITTED on May 8, ,19 95 1-18 BIDDER QUALIFICATION Natgun Corporation has designed and built the following five, AWWA D100, Type III, (company) ': ~' ' ' Precast, Wire-Wound Prestressed Concrete with steel diaphragm tanks with a (minimum capacity of five million gallons), which have been in successful service for a minimum of five years. Phone l~)e~On Size Owner Contact Nnme Nnmber l) See Attached Exhibit A If awarded the contract for this project, Nat~un Corporation shall design and build a (cOmpany) D 110, Type III tank as described above. The undersigned, being employed by Nat gun Corporation , presents his signature (company) and seal, as a professional engineer registered in the State of Texas, hereby certifying the above /Z~..."""'~""",'T,.~.'.',,,~ .:;.22~ii~!i.;.,:.?:i:!i:i'~. ..........i: .....'.. s '<Y' Texas P.F.. Registration # 67073 (Affix Seal) May 8, 1995 BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be calendar days from the date of the bid opening. (Period of acceptance will be ninety (90) calendar days unless otherwise indicated STATE OF Massachusetts COUNTY OF Middlesex BEFORE ME, the undersigned authority, a Notary Public in and for the State of MA , on this day personally appeared Kenneth E. Johnson who after being by me duly sworn, did depose and say: "I, Kenneth E. Johnson arll a duly authorized office/agent for Natgun corporation and have been duly authorized to execute the (N~ne of Firm) foregoing on behalf of the said Natgun Corporation I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly conccmed in any pool, agreement or combination thereof, to control the price of services/commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: Natgun Corporation 11 Teal Road, Wakefield, MA 01880 Telephone: ( 617 ) 246-1133 by: Kenneth E. Johnson S ' Title: Executive Vice President ignature SUBSCRIBED AND SWORN to before me by the above named Kenneth E. Johnson on this the 5th day Of May l~J~4' 1995 Notary PubliC in and for ,,of Massachusetts William G. ~/'~ 4 My Commission Expires: 3/21/97 1-20 IF BIDDER IS: An Individ-~! By (Seal) (Individuars Name) doing business as Business address Phone No. A Partnership By (Seal) CFitm Name) (General Parmet) Business address Phone No. A Co[pora~on By Natgun Corporation (Seal) (Corporation Name) By Massachusetts (Seal) (State of Incorporation) By Kenneth E. Johnson (Seal) (Name of person authorize~ to sign) Executive Vice President ~ Critic) ancy' nei'l 1 Teal (Secremry) Business ess C ' ; Road Wakefield, biA 01880 Phone No. 617-246-1133 A Joint Venture By (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) MINUTES OF ANNUAL MEETING OF ~ BOARD OF DIRECTORS Pursuant to the written Waiver of Notice, the Annual Meeting of the Board of Directors of Natgun Corporation was held at the offices of Natgun Corporation, 11 Teal Road, Wakefield, Massachusetts, 01880-1292, at 10:30 o'clock in the forenoon on Tuesday, June 7, 1994. The following, being the majority of the Board of Directors, were present: Charles E. Crowley Kenneth E. Johnson William F. Crowley Upon motion duly ~ade and seconded, it was' VOTED: to proceed by ballot to the election of a President, Treasurer, Clerk, Executive Vice President, Vice President, and Assistant Clerk. Thereupon balloting was held, and the following were unanimously elected: Charles E. Crowley, President and Treasurer; Nancy J. Britner, Clerk; Kenneth E. Johnson, Executive Vice President; William F. Crowley, Vice President and Assistant Clerk. Upon motion duly made and seconded, it was VOTED: that effective June 7, 1994, the authority of any individual to execute contracts or agreements in the name o f, and on behalf of Natgun Corporat ion, is hereby rescinded and that on and after June 7, 1994, the following individuals are hereby authorized and empowered to execute contracts or agreements on behalf of Natgun Corporation: Charles E. Crowley, Kenneth E. Johnson, William F. Crowley, Nancy J. Britner, and Frederick A. McDonough, or any one of them singly. Upon motion duly made and seconded, it was VOTED: to adjourn. 6/7/94 The foregoinE is a true and correct copy of the resolution adopted by Natgun at a meeti ~of,-.~ts Board of Directors on the 7th Day of June 1994. ~ --' /~ ~/~_ 5/8/95 N / Date Ci~ ~' / AFFIDAVIT OF SAFETY RECORD (IF (We) the undersigned do declare and affirm that ~ (our) firm or corporation (has) (J~Xex) received two (2) citations ~m~lx~from the Occupational Safety and Health Administration (OSHA) within the past ~) two (2) years and f,~ (We) do further declare and affirm that (aw~)c(our) firm or corporation (has) (lula~g,~t experienced 14 worker injuries related to construction safety on projects within the past ~-v~(~) two (2) years. NATGUN CORPORATION NAME OF' SUBCONTRACTOR NAME OF FIRM Kenneth E. Johnson Executive Vice President OFFICER'S .NAME &TITLE OFFICER'S NAME_ & I1TLE SIGNATURE OF OFFICER '~I TURE OF O ' R DATE DATE COMMONWEALTH OF MA J COU]~ OF MIDDLESEX } ' ~ Commonwealth of Massachusetts ~ BEFORE ME, the undersigned authority, a Notary Public in and for th~rl~X'l~cams, on this day appeared --.' Kenneth E. Johnson , Executive V'[ce President for Natgun ~orporat~on known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that (he) (~l~,yx) executed the same for the purposes and considerations therein expressed as the act and deed of said firm or corporation, and in the capacity therein expressed. ': GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS 5th DAY OF Hay 19 9__5, A'.D. 7 - Commonwealth of Massachusett William G. Cashman Hy Commission Expires: 3/21/97 1-22 13. Consideration of an Interlocal'Agreement with the City of Grapevine regarding SH121 property. City Manager Jim Witt made a presentation to Council. Doug Johnson, representing Industrial Development International, made a presentation to Council. Councilmember Mayo moved to approve an Interlocal Agreement with the City of Grapevine regarding SH121 property. Councilmember Alexander seconded the motion; the motion carded 7-0 with Mayor Pro Tem Robertson and Councilmembers Alexander, Sturges, Watson, Tunnell, Mayo, and Sheehan voting in favor of the motion. 14. Consideration of awarding Bid #Q-0395-01 Village Parkway Ground Storage Tank #2 Project gWA 93-02 to NATGUN Corporation in the amount of $2,809,305.00 and authorizing the Mayor Pro Tem to sign. Howard PaXford, Water and Wastewater Superintendent, made a presentation to the Council. Councilmember Sheehan moved to approve Bid #Q-0395-01 Village Parkway Ground Storage Tank #2 Project fiVA 93-02 to NATGUN Corporation in the amount of $2,809,305.00 and authorizing the Mayor to sign. Councilmember Tunnell seconded the motion; the motion carried 7-0 with Mayor Pro Tem Robertson and Councilmembers Alexander, Sturges, Watson, Tunnell, Mayo, and Sheehan voting in favor of the motion. 15. Necessary action resulting from Executive Session. There was no action necessary under this item. 16. City Manager's Report. A. Status Report - "The Steve Massoni Story". A. City Manager Jim Witt reminded Council that Council photographs would be taken on June 13, 1995 at 5:30 p.m. B. City Manager Jim Witt requested a Special Council meeting be called for June 1, 1995 to review the bids for the renovation of Town Center. C. City Manager Jim Witt reported on the Steve Massoni story. 17. Mayor's Report. Mayor Pro Tem Robertson had no report under this item. CM052395 Page 5 of 6 Presentation to Council. Village Parkway 6.0 M.G. Ground Storage Tank ITEMS TO DISCUSS: 1) Agenda Item - Gain approval for the award of a contract to Natgun Corporation for $2,809,305.00 for the construction of a 6.0 M.G. above ground concrete reservoir at the Village Parkway Pump Station. 2) This project was designed by the firm of Shimek, Jacobs and Finklea and bids were opened on May 8 with two primary contractors bidding on the project. 3) The purpose for this construction is to allow for the increase in water storage capacity at the Village Parkway site thru the year 2014. Total Storage Capacity at the site of 10 M.G. 4) The water system master plans of 1991 & 1994 identified this project as a need for future water supply in the community. The 1994 water master plan identified a 4.0 M.G. tank thru the year 2004 however, to better utilize the Village Parkway site a 6.0 M.G. tank was designed and should be built. This allows for future capacity for the build out design of this site. 5) Looking at the site layout (point to the overhead) you can get an ideal of where the tank will be built on the site and how much area it consumes. You will notice the larger diameter due to the existing tank being a 4.0 M.G. and the new tank being 2.0 M.G. larger. You will notice a slightly different landscape and surface layout. This allows more efficient use of the site. With the landscape design, we have allowed live screening in the form of live oak trees between the existing residential dwellings and the tank structure. This design was reviewed and approved by the Lakes of Coppell Homeowners Association. Total landscape/irrigation makes up about $24,000.00 of this project. 6) Finally - Staff highly supports and recommends approval and award of this contract. CITY OF COPPELL, TEXAS V3U, AG~ PARKWA'( GROUND STCRAGE R~SERVOIR NO. LANDSCAPE PLAN ~HIIi~JAC~&FleILEA ~:: :-:--t-'-"'--~-~-I,':- CITY OF COPPELL, TEXAS LANDSCAPE PLAN ~=.: :: I:"~1,':--