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,':--