Loading...
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