11-11-1996 (City Council) Agenda Packet AGENDA
WYLIE CITY COUNCIL
Special Called Meeting
Community Center
100 W. Oak St.
November 11 , 1996
7:00 p.m.
CALL TO ORDER
WORKSESSION
Discuss Status and Plans for Community Center
Overview of the Woodbridge Development Conceptual Plan Proposal
STAFF REPORTS
CITIZEN PARTICIPATION
ADJOURNMENT
Posted on this the 8th day of November at 5:00 p.m.
THE WYLIE MUNICIPAL COMPLEX IS WHEELCHAIR ACCESSIBLE. SIGN INTERPRETATION OR OTHER
SPECIAL ASSISTANCE FOR DISABLED ATTENDEES MUST BE REQUESTED 48 HOURS IN ADVANCE BY
CONTACTING THE CITY SECRETARY'S OFFICE AT 442-8100 OR TDD 442-8170
Wylie City council #1
agenda Communication for November 11, 1996
Community Center
Issue
Discuss and review the plans for the renovation of the new Community Center.
Background
During the October 29 City Council meeting, the Council voted to table the award of contract for the
renovation of the new Community Center. This action would allow additional information to be obtained
regarding the cost and method of abating the asbestos in the building, particularly as it relates to the total
project cost. Staff has received proposals from four (4) asbestos contractors:
Arc Abatement, Inc. $ 5,668.00
Haz-Mat Response Corp. $ 8,757.00
Honesty Environmental $12,000.00
Quality Air Controllers $ 5,890.00*
*This bid amount does not include the cost of the independent air quality monitoring, which is
estimated to be an additional $1,000.
Following the vote on the award of contract, the City Council requested that an on-site visit to the new
Community Center be scheduled. A representative from Arc Abatement, Inc. will be present during the
workshop meeting to answer any questions that the Council may have. In addition, representatives from
the Anchor Companies and City staff member Wayne Morman, who is a Certified Asbestos Abatement
Officer will also be present. Scott Roberts, with Creative Architects will be unable to attend due to a prior
commitment made before the November 11, 1996 meeting was set.
Previously, on October 8, the City Council rejected the single bid that had been submitted for the
renovation of the Community Center and instructed staff to begin the process again in an attempt to secure
more competitive bids for the project. The initial bid received was $245,000.
A prebid conference was held at the Community Center on October 10, and on October 23, staff
received and publicly opened six (6) bids for the project. The bid tabulation and the architects
recommendation are attached. The low bid for the Base Bid Amount is $209,900 as submitted by the
Anchor Companies out of Plano. This amount does not include any costs associated with the asbestos
abatement. Direction is needed from the Council as to whether Council wishes to increase the project
budget to cover the cost of the asbestos abatement or if the cost must be absorbed within the existing
budget by cutting essential features from the project.
Eight (8) alternatives for possible reductions were identified through the bid process and the Anchor
Companies have identified additional cost savings for a total possible reduction of approximately $22,000.
The areas for reduction include savings in mechanical and electrical specifications, changes in the type of
equipment for the kitchen area, and the elimination of the enclosure of the loading dock for storage.
The final design of the new Community Center includes a large meeting room, a kitchen, a
designated room for the Senior Citizens to utilize for their functions and projects, and an office. The building
will be ramped and the restrooms completely rebuilt in order to meet the requirements of the American with
Disabilities Act, and other accessibility standards. The project is very basic.
Financial Considerations
On September 24, the Council approved the FY 97 Budget which identified an amount of$200,000
for this project. The funding is a combination of the $175,000 approved in bond monies by the Park &
Recreation Facilities Development Corporation and a $25,000 transfer from the 4B Operating Fund to the
4B Capital Projects Fund.
Legal Considerations
The bid solicitation for this project was conducted in accordance with Chapter 252.021 of the Local
Government Code which governs the procedural requirements for certain capital expenditures.
Board/Commission Recommendation
N/A
Staff Recommendation
Staff recommends that Council award a contract to the Anchor Companies in the amount to be
determined by Council for the renovation of the new Community Center.
Attachment
Asbestos Abatement Proposals
Bid Tabulation
Prepare by Re iewed by inan e City Manager Appr.
MRL.• MDM I C_1'I C.Il I J ♦I. r IYJY VW,,JA I . 4�
.,. ...::.::...rr:.At.11>�a.w....�:.:.•' i;.Y v. .*.Y S'♦♦.,.
. :.....:... ... .•vr.]0..s 4<�� .Me♦H✓ A.fgn v? . s 0 iJ
G•-wn w.nn...vq
•
-A 'R,..C- -BA 11- .M `E''N.A`�"` I N
•10720 MILLER ROAD;Byre:100. gi,tXAS;`ix.7swes-V ETRO#emit 9-94Oo•FAX
•
November 1, 1996 QUOTATION B-96294.S
Wayne Morman
City of Wylie
2000 Highway 78 North PHONE: (972) 442-8153
Wylie, TX 75098 FAX: (972) 442-8154
RE: Asbestos Abatement
Old Post Office
Wylie, TX 75098
Mr. Morman,
ARC ABATEMENT, INC. proposes to provide supplies, equipment, materials,documentation,
and supervision to complete this project. Insurance provided at $1,000,000.00 for
Automobile, $1,000,000.00 for General Liability, and Statutory limits for Worker's
Compensation. ARC is a licensed asbestos abatement contracting company with trained,
state registered workers and supervisors who have a current physical. Local, state and
federal guidelines are observed throughout projects. In addition to asbestos, ARC performs
lead abatement, hazardous material cleanups, underground storage tank removal, and other
similar services.
ARC requires the following to be provided by the Owner: water, electricity, rest room
facilities, telephone access, temporary storage of supplies, disposal of non-ACM waste and
removal of all items stored In the work areas. Asbestos removal and registration fees charged
directly to the owner by Texas Department of Health (TDH) are listed in this proposal.
Any alteration or deviation from this proposal involving extra costs, will be executed only upon
written orders and will become an extra charge over and above the proposal. All agreements
contingent upon strikes, accidents or delays beyond our control.
ARC appreciates the opportunity to submit this proposal, and looks forward to working with
you in the future. Should you have any questions or require further information, please do not
hesitate to call this office.
Sincerely.
/-e,;&/--- /6)
S even R. Chappell
Vice President
11
.. +v- • . vv
Mr. Morman November 8, 1996
page 2
QUOTATION B-96294.S
SCOPE OF WORK
The work includes the removal and disposal of approximately 3,088 sq. ft. of asbestos
containing floor tile and mastic, and approximately 224 sq. ft. of carpet and asbestos
containing mastic from the above mentioned facility.
ARC requires the following to be provided by the Owner: water, electricity, rest room
facilities, telephone access, temporary storage of supplies, disposal of non-ACM waste and
removal of all items stored in the work areas. Asbestos removal and registration fees charged
directly to the owner by Texas Department of Health (TDH) are listed in this proposal.
Third party air monitoring is included, but is listed as a separate price.
METHOD OF REMOVAL
Full containment is required for this project, which includes critical barriers, poly sheeting on
the walls and floor, negative pressure, HEPA vacuuming, wet methods of removal, double
bagging of the material, label and disposal to a licensed landfill.
DURATION
Project duration will be one night.
PRICE
ASBESTOS ABATEMENT *4,968.00
TDH NOTIFICATION FEES 50.00
•
AIR MONITORING/SPECIFICATIONS 650.00
This proposal does not include any federal, state, or local taxes, or additional insurance
requirements. Sales tax exemption certificate must be submitted or tax will be due and
included on invoice.
TERMS: NET 30 DAYS QUOTATION VALID FOR 60 DAYS
Accepted on
Date
By _
Signature/Title
f •Licensed,insured,and Bonded
NAt
i - Emergency24-Hour Service
i � GINS •Scheduled 0&M Programs
•Industrial/Commercial
I . ��Ile' f� •
�:... � •Waste Disposal
BX-686-P PURCHASE ORDER'
COST PROPOSAL\CONTRACT
Ms. Mindy Manson E DATE: October 22, 1996
City Of Wylie ;PHONE: 972-442-8124
200t) North ► ghway 72; ;FAX: 972-442-4302
Wvhe,Texas 75O9b i PROJECT: asbestos abatement-Old
Wylie Post Office
HAZ-MAT RESPONSE CORPORATION proposes to furnish necessary labor,
material and equipment to complete work described within this COST PROPOSAL
CONTRACT.
SPECIFICATIONS: Applicable parts of OSHA 29 CFR 1926.1101,OSHA 29 CFR
1926.59, OSHA,29 CFR 1910.134 &EPA NESHAPS 40 CFR Part 61.
SCOPE OF WORK: Abatement and disposal of approximately 3,341 square feet of
asbestos contaminated 9" x 9" floor tile,3,623 square feet of asbestos containing mastic,
282 square feet of asbestos contaminated carpet and 100 square feet of non-contaminated
carpet.
WORI(PROCEDURES: HAZ-MAT technicians shall regulate the area with bather
tape,cover the walls with 4 mil polyethylene sheeting,construct a three stage wet
decontamination unit and establish negative pressure. They shall then don protective
coveralls, half face air purifying respirators and rubber boots. Utilizing wet removal
methods the technicians will remove the floor tile,apply solvent and remove the mastic.
The waste shall be double bagged, labeled and manifested for proper transportation and
disposal at C.S.C. landfill in Avalon,Texas. The Owner shall contract a licensed air
monitoring firm to perform all work area,personnel and clearance sampling. Upon
completion of the project,HAZ-MAT shall deliver to the City Of Wylie an extensive
documentation package contsaining all daily logs,waste manifests and air monitoring test
results along with other pertinent documents generated throughout the course of the
project. Owner or General Contractor shall provide electricity and water and a dumpster
for any non-contaminated carpet.
VFW East Tower•4425 W.Airport Frwy.,Suite 305 • Irving.Texas 75062-5833
(214)255-1005• FAX(214)256-1006. Outside at Dallas 1-800-464-1222 • FAX 1.800-464-1238
BX-686
Page 2
October 22, 1996
WORK SCHEDULE: This project will be completed within three-ten hour work days.
Texas Department of Health regulations require a ten work day notification before
work can start.
TOTAL COST; S 7,757.00 Seven Thousand,Seven hundred
Fifty Seven Dollars.
***All work procedures shall be in strict compliance with the most recent
regulation changes which require negative/differential air pressure,3 stage
wet decontamination,and plastisizing all walls.
*** Texas Department of Health regulations require the Owner to contract with an
independent,licensed air monitoring firm to perform all consulting work on
asbestos abatement. HAZ-MAT can provide you with the name of a firm who
will perform those duties for less than S 1,000.00
Upon acceptance by signature this document shall become legally binding and will serve
as the contract for all work described within this COST PROPOSAL/CONTRACT.
This price is guaranteed for work performed within 30 days from proposal date. Payment
is due upon completion of work as evidenced by signed"Statement of Work Complete"
and receipt of invoice.
_ - -
Autho ' d Signature Accepted By
David C. Smith - Project Mann r ,
Name - Title Name - Title
•
Environmental Services
11/ GO' 1770 1J.YJ L144J(UJJO rFYt7G VG
Quii trY AIR
---=-,-‘---.------ CONTROLLERS INC.
PROPOSAL
November 8, 1996
Mr. Wayne Morman
City Of Wylie
2000 Highway 78 North
Wylie, Texas 75098
REFERENCE: New Recreational Center - Removal and Disposal of
Asbestos Containing Floor Tile and Mastic From The
Entire First Floor
Dear Mr. Morman:
We propose to furnish all labor, material and transportation for
the removal and disposal of asbestos containing material from the
above mentioned building, as per our walk through conducted on
11/06/92, for the sum of
Abatement Cost $5890.00
Tax @ 7.25.4. $ 427.03
TOTAL AMOUNT $6317.03
The propose sum includes:
A) . Project coordination and various meetings with Owner's
Representative, contractors, etc.
B) . All ACM removal and disposal work will comply with EPA/OSHA
regulations/guidelines with good engineering controls and
use of the latest State-of-the Art abatement techniques and
methods.
C) . A full time TDH licensed Superintendent will at the job site
for the duration of the entire project. Additionally, QAC
foreman and abatement technicians are all licensed and
experienced and provide the labor intensive portion for
successfully completing each abatement project.
1002 North Central Expressway ■ Arapaho Central Park#301 • Richardson, Texas 75080
(972) 437-2100 ■ Fax (972) 437-6338
S
11! UO/ 177G1
D) . All ACM waste will be double bagged, labelled and dispose to
EPA approved landfill. All rules and regulations as per Texas
Water Commission's disposal waste manifest system will be
followed.
E) . The original White copy of the waste manifest will be mailed to
the City Of Wylie directly from the landfill.
Thank you for inviting our firm to submit a proposal for this
project.
Sincerely,
Yaz• J P• . Kharas
Qual y Air Controllers, Inc.
From : CREATIVE ARCHITECTS & PLANNERS PHONE No. : 214 414 5413 Oct.25 1996 12: 11PM P02
g A CREATIVE ARCHITECTS
& PLANNERS
1026 C reokwood Drive
CO Garland,Tuxes 75044-4125
(972)2483015
(272)414•5413 fax
October 25, 1996
Mindy Manson
Assistant to the city Manager
City of Wylie
2000 Hwy. 78 N.
P.O. Box 428
Wylie, Texas 75098
Re: Community Center Bid
Mindy:
Of the two apparent low bidders only Anchor Companies
responded to our request to identify savings in the mechanical and
electrical items. We recommend that the City award the bid to
Anchor Companies with the following alternates.
Base Bid $ 209,900
Alternate #2 - Kitchen revisions as
modified by Anchor's letter dated
10/24, item #3 -5,800
Alternate #5 - Bond reduction -2,099
Alternate #6 - 2' x 4' lights - 370
Alternate #7- Site work -2,165
Alternate #8- Composition shingle - 555
Anchor's HVAC deduct per letter -4,000
Anchor's Electrical deduct per letter -1 ,981
Anchor's Millwork deduct per letter - 500
Anchor's railing deduct per conversation
with Tom Pritzkau part of#5 in letter - 820
Anchor's stg. overhang deduct per
conversation with Tom Pritzkau part of
#5 in letter - 560
Total Contract $ 191,050
From : CREATIVE ARCHITECTS & PLANNERS PHONE No. : 214 414 5413 Oct. 25 1996 12: 12FM P03
As long as the asbestos issue works as we hope this will let the
project be in budget without hurting the function or esthetics. If the
asbestos turns out to be more expensive the storage alternate could
be taken saving another $3,440 ($560 is already figured above).
We hope this meets the City of Wylie's needs. Please call if you
have any questions.
Sincerely,
Scott B. Roberts, Architect NCARB
attch.
cc Anchor Companies
10-24-1996 10:36 9724241510 ANCHOR CO P.02
ANCHOR COMPANIES
Construction Specialists
October 24, 1996
Mr.Scott B.Roberts Fax Transmission
Creative Architects&Planners
1026 Creekwood
Garland,Texas 75044
Re: Wylie Community Center
Dear Scott:
I appreciate the opportunity to work with the scope and our pricing In order to arrive at a price that will
work within the budget constraints of this project. The following is a list of all items we suggest be
deducted or modified in order to reduce the pricing on this project:
1. HVAC—utilize equal York rooftop units with standard thermostats and round snap lock pipe.
The balancing and demolition will not change. The thermostats arc in lieu of the controls and
dampers and the snap lock pipe is in lieu of the spiral pipe.
Deduct: S4,000.00
2. Electrical—utilize alternate light fixtures of equal quality and delete the two exterior
disconnects. The lights have no perceptible differences and the disconnects should be able to
be deleted with the we of main panel disconnects on the interior.
Deduct: $1,981.00
3. Take alternate number 2 and delete the grease trap entirely. Code does not require the grease
trap.
Deduct: $5,800.00
4. Millwork—change the cabinet design to plastic laminate/melamine in lieu of ash with a
lacquer finish.
Deduct: $500.00
5. Ramp and building modification—delete the ramp,rails and door in the rear. Add a door
from Storage#3 to the existing ramp. Use the specifications for the rails for the rear ramp for
the rails for the front ramp rather than the decorative rails with stained redwood. If the ramp
is not deleted a sidewalk and handicap ramp will need to be installed in order to allow egress
from the and of the rear ramp. In addition,delete the roof area to be removed at the east side
of the building at Storage#3 and the sheet metal and joint scaling from this contract. This will
also allow for a deduct In the work the roofer is to do and we recommend that In lieu of this
roof repair,the roofer Install all fleshings when he ties in the roof to the new HVAC units and
the addition in from. If not,there may be a warranty problem with the new roof.
Deduct: $4,500.00
6. Take alternate deduct number 5.
Deduct: S2,099.00
7. Take alternate deduct number 7.
Deduct: $2,165.00
Total deductions: S21,045.00
1804 Ave G • Plano,Texas 75074 •(214)424-9488 • (214)424-1510 fax
10-24-1996 10:37 9724241510 ANCHOR CO P.O3
With these deductions our contract price would be reduced to S188,855.00. We tried to approach the cost
reductions without changing the exterior design or the square footage. I hope this is an amount that will
work for the City. If not,we can give the project another look to see what else can be changed.
Please let me know if you have any questions.
Sincerely, ,
I,, d,M
Torn Pri
President
TP/kj
D
a. Wylie Community Center .
v Bid Tabulation October 23,1996
0 '3-0 Construction Anchor Companies Rogers Blair Marton Construction,Inc ShermanA&I Const. J.D. ,ick Contracting Tergrus Construction,Inc.
s, Geno Farmer Ernie Ray Mike Veobbus Mara Ca rams Gene Parker
• 2417 Oakridge 1804 Avenue G 110 Industrial 4407 Bellwood Pkwy.N.#10 402 W.Lamar#108 8405 Starling St.#202 • 107 Executive Way
v Mesquite,Tx.75180 Plano,Texas 75074 Fomey,Tx.75126 Dallas,Tx.75244 Sherman,Tx.75090 Irving,Tx.75063 Desoto,Tx.75115
,; 972-285-9248 972-424-8050 972-564-4499 972-960-2244 903-813-0017 972-929-9850 972-709-0393
0 972-288-6009 fax 972-424-1510 972-564-5153 fax 972-960-2414 fax 903-892-8278 fax 972-929-1852 fax 972-780-1853 fax
Base Bid Amount 211,590 209,900 218,900 243,000 225,437 223,000
Alternate#1
Delete Storage (3,894) (4,000) (3,715) k2,629) (4,350) (3,500)
•-' Alternate#2
in deducts (3,518) (5,520) (7,612) (2,300) (6,500) (7,893)
v Alternate#3
' Carrier units (985) 0 2,148 0 (5500) (1,100)
`r Alternate#4
Fii
Delete 212 ton unit (3 465) (690) (850) _(1,100)_ (m00) (1,350)
Alternate#5
6 Bond reduction (1,200) (2,099) (3,100) (3,650) _ (3,000) _ 0
w Alternate#6
0 2'x 4'lay-in lights (281) (370) (690) 0 (800) (500)
U. Alternate#7
Site work (3 875) (2,165) (219) (1,350) (1,200 (2 100)
r Alternate#6
z
t Compositionshingles (1,290) (555) (250) 0 (1,100) 0
J _
1
A Time of completion 90 150 60 120 60 95
fl
w Bid Bond yeS yes yes yes yes yes
X. #of Addendum 1 1 1 - 1 1 1
J
w
V
E
O
L