HomeMy WebLinkAboutA043 - Award of contracts for Resource Recovery and Recycling CampusITEM #:45
DATE:03-24-26
DEPT:PW
SUBJECT:RESOURCE RECOVERY AND RECYCLING CAMPUS CONSTRUCTION
CONTRACT AWARDS
COUNCIL ACTION FORM
BACKGROUND:
On March 10, 2026, the City Council accepted the report of bids and delayed the award of
bids for construction of the Resource Recovery & Recycling Campus (R3C). The City is
utilizing a construction manager as advisor (CM) approach for this project. Therefore, the
plans and specifications were prepared by HDR Engineering, Inc., and through consultation
with the CM, Story Construction, the work was divided into 11 separate bid packages.
Therefore, the City will hold 11 separate contracts with 11 separate contractors.
Bids were opened on March 3, 2026 from 28 separate contractors for a base bid package and
three alternates, which are described briefly below:
T h e Base Bid includes the majority of the work necessary to construct the R3C,
including the main building containing a tipping floor, process equipment, office, and
maintenance areas, a scalehouse and scale equipment, fueling, parking, and
maneuvering areas, and all other supporting site components.
Alternate Number 1 is the added work to construct a canopy over the customer
convenience area, where roll-off boxes will be located for drop-off of separated
recyclables, household hazardous waste, and other materials.
Alternate Number 2 is the added work to purchase and install a baler that can be used
to consolidate cardboard or paper into dense bales to reduce transportation costs.
Alternate Number 3 is the removal of the infeed conveyor for the shredder. Without the
infeed conveyor, the shredder hopper will be modified to allow materials to be loaded
directly using a wheel-loader. The removal of the infeed conveyor is being contemplated
due to higher than anticipated cost estimates for this equipment.
BID RESULTS:
The table below shows the lowest bidder for each of the individual bid packages. The City
Council should note that the City has received an offer from an attorney representing Jordison
Construction to withdraw its bid for bid package 32-1 – Paving & Sidewalk Work. Therefore,
the next lowest bidder is reflected in that line.
1
BID ITEM CONTRACTOR TOTAL - BASE BID
ONLY
01-1 – General Construction Work RH Grabau Construction,
Inc., Boone, IA $1,601,000
03-1 – Concrete and Steel Work Jensen Builders, Ltd., Des
Moines, IA $4,675,500
09-1 – Gypsum Board Assembly Work Heartland Finishes, Inc.,
Des Moines, IA $430,675
14-1 – Elevator/Lift Work TK Elevator Corporation,
Urbandale, IA $109,800
21-1 – Fire Suppression Systems Work Tri-City Fire Protection LLC,
Davenport, IA $169,284
22-1 – Plumbing & HVAC Work ACI Mechanical, Inc., Ames,
IA $1,180,000
26-1 – Electrical, Communications, &
Electronic Safety and Security Work
Enterprise Electric, Inc.,
Boone, IA $1,329,000
31-1 – Site Demolition & Earthwork Con-Struct, Inc., Ames, IA $575,000
32-1 – Paving & Sidewalk Work Lakeside Contractors, LLC,
Ames, IA $1,028,129
33-1 – Site Utility Work On Track Construction LLC,
Nevada, IA $723,370
40-1 – Millwright/Process Integration
Work
RRT Design & Construction,
Melville, NY $7,798,009
GRAND TOTAL $19,619,767
The combined base bid total of $19,619,767 exceeds the engineer's estimate of
$16,821,527 by $2,798,240.
Immediately following the bid opening, City staff, HDR, and Story Construction met and
developed scope modification options to reduce the cost of the project. Additionally,
certain R3C project components were identified that could be financed through a more
appropriate source or in a more cost-effective manner. The specific scope
modifications considered are described in Attachment 1 (staff's recommended items to
include are shown in bold).
The project components that were identified to shift to alternative funding sources includes:
1. Access control for gates shifting to Fleet Services
2. Fueling infrastructure shifting to Fleet Services
3. Stormwater improvements partially financed through FY 2025/26 Stormwater Quality
Improvements CIP
4. An Electric Services rebate for the heat pump system
5. A series of grants for recycling-related project components through the DNR Solid Waste
Alternatives Program (SWAP)
The project team has consulted with the apparent low bidders for several key bid
packages and has obtained written confirmation of deductive amounts for several of
2
the packages based on the bolded design alterations described in Attachment 1, along
with other clarifications identified since the bids were opened. These changes would
result in contract amounts as described in the following table:
BID ITEM CONTRACTOR ORIGINAL
BID TOTAL
CHANGE
ORDERS
REVISED
CONTRACT
TOTALS
01-1 – General
Construction Work
RH Grabau
Construction, Inc.,
Boone, IA
$1,601,000 ($126,538)$1,474,462
03-1 – Concrete and Steel
Work
Jensen Builders, Ltd.,
Des Moines, IA $4,675,500 ($257,865)$4,417,635
09-1 – Gypsum Board
Assembly Work
Heartland Finishes,
Inc., Des Moines, IA $430,675 ($30,000)$400,675
14-1 – Elevator/Lift Work
TK Elevator
Corporation,
Urbandale, IA
$109,800 --$109,800
21-1 – Fire Suppression
Systems Work
Tri-City Fire
Protection LLC,
Davenport, IA
$169,284 --$169,284
22-1 – Plumbing & HVAC
Work
ACI Mechanical, Inc.,
Ames, IA $1,180,000 --$1,180,000
26-1 – Electrical,
Communications, &
Electronic Safety and
Security Work
Enterprise Electric,
Inc., Boone, IA $1,329,000 ($50,970)$1,278,030
31-1 – Site Demolition &
Earthwork
Con-Struct, Inc.,
Ames, IA $575,000 $87,717 $662,717
32-1 – Paving & Sidewalk
Work
Lakeside Contractors,
LLC, Ames, IA $1,028,129 ($16,410)$1,011,719
33-1 – Site Utility Work
On Track
Construction LLC,
Nevada, IA
$723,370 ($31,695)$723,370
40-1 – Millwright/Process
Integration Work
RRT Design &
Construction, Melville,
NY
$7,798,009 ($1,134,320)$6,663,689
ORIGINAL BID TOTAL $19,619,767
Sum of Deductions ($1,560,081)
CONTRACT TOTAL
WITH DEDUCTIONS $18,059,686
Approximately $100,000 in additional deducts through clarification, alternate acceptable
equipment, and eliminated project components remains pending. Staff was unable to
finalize the details of these deductions prior to the preparation of this report for the City
Council.
The changes outlined above reflect the awarding of the base bids only. Staff does not
3
recommend proceeding with inclusion of any of the alternates. The budget table below
includes the revised construction contract amounts. The budget table also reflects revised
estimates for project expenses, including reductions in costs for inspections and permitting.
Additionally, it reflects a substantial reduction in the construction contingency in order to pay
for the higher construction costs.
On the revenues side, staff has incorporated additional revenues into the budget to reflect the
funding source for the fueling infrastructure. The fueling infrastructure expenses are reflected
in the construction costs, but have not been previously shown to be paid for by Fleet Services.
Since the fueling infrastructure will benefit the entire diesel-powered City vehicle fleet, Fleet
Services will utilize a portion of its reserve funds to finance these costs. Additionally, a portion
of the costs related to the automated gates will be assigned to Fleet Services, since the gates
are necessary to maintain 24/7 access to the fueling infrastructure.
Staff is also recommending the inclusion of $159,077 of the FY 2025/26 Stormwater Quality
Improvements Capital Improvements Project (CIP) into the R3C project revenues. These
funds are budgeted for projects that improve the quality of urban runoff. The R3C
development will treat a significant volume of water prior to its discharge into the South Skunk
River. Funds from Electric Services for heat pump rebates and the DNR SWAP grant are also
shown.
The Council should note that if the bids are awarded at the March 24, 2026 meeting as
requested, City staff will be following up with a request to hold a special City Council
meeting shortly thereafter to formally approve the contract and bond for some or all of
the bid packages. This step is necessary before work can officially begin, and several
of the contracts are part of the critical path to opening the facility on schedule. Electing
not to hold a special meeting would mean these contracts would not be completed until
mid-April, which is three weeks later.
Documents from Story Construction outlining the recommended changes are attached for the
Council's reference. The change orders necessary for bid package 09-1 Gypsum Board
Assembly Work, bid package 32-1 Paving and Sidewalk Work, and bid package 33-1 Site
Utility Work are below the amount that requires Council approval. Therefore, City staff will
approve these change orders. A revised budget is provided on the next page for reference.
4
Budgeted Revenues Budgeted Expenses
Revenue Abated G.O. Bonds $22,006,730 Land Acquisition (220, 306, 312,
318, 400 Freel Drive)$1,077,500
Fleet Services Reserve Fund 425,000 Due Diligence prior to closing 15,465
FY 2025/26 Stormwater
Quality Improvements CIP 159,077 Conceptual Design and Financial
Modeling 50,000
Electric Services Rebate 3,000 Final Design 965,715
Solid Waste Alternatives
Program (SWAP) Grants 100,000 Final Design Contingency
(reduced)75,000
Permitting (reduced)38,000
Construction Contracts (This
Action)$19,619,767
Less design
alteration/scope deducts (1,560,081)
Construction Incentives 100,000
Items by Owner
(FFE/Cameras/Fiber
Network/Tree Clearing)
252,700
Construction Contingency
(reduced)428,598
Construction Inspection
(reduced)228,760
Construction Manager Fee (Fixed
fees plus 2.25% of contract
amounts)
954,383
Construction Manager General
Conditions Costs (est.)
448,000
R3C Construction Revenue
Subtotal $22,693,807 R3C Construction Subtotal $22,693,807
Electric Utility Fund $2,340,000 Mobile Equipment (transfer
trucks and trailers)$2,340,000
G.O. Bonds $975,000
Unobligated G.O. Bonds 225,000
Water Utility Fund 40,000 Freel Drive Paving (est.)$1,240,000
Total Project Revenues $26,273,807 Total Project Expenses $26,273,807
5
ALTERNATIVES:
1. The City Council can approve the following:
a. Resolution approving final plans and specifications and awarding a contract for bid
package 01-1 – General Construction Work to RH Grabau Construction, Inc. of
Boone, IA in the amount of $1,601,000
b. Resolution approving final plans and specifications and awarding a contract for bid
package 03-1 – Concrete and Steel Work to Jensen Builders, Ltd. of Des Moines,
IA in the amount of $4,675,500
c. Resolution approving final plans and specifications and awarding a contract for bid
package 09-1 – Gypsum Board Assembly Work to Heartland Finishes, Inc. of Des
Moines, IA in the amount of $430,675
d. Resolution approving final plans and specifications and awarding a contract for bid
package 14-1 – Elevator/Lift Work to TK Elevator Corporation of Urbandale, IA in
the amount of $109,800
e. Resolution approving final plans and specifications and awarding a contract for bid
package 21-1 – Fire Suppression Systems Work to Tri-City Fire Protection, LLC of
Davenport, IA in the amount of $169,284
f. Resolution approving final plans and specifications and awarding a contract for bid
package 22-1 – Plumbing & HVAC Work to ACI Mechanical, Inc. of Ames, IA in the
amount of $1,180,000
g. Resolution approving final plans and specifications and awarding a contract for bid
package 26-1 – Electrical, Communications, & Electronic Safety and Security Work
to Enterprise Electric, Inc. of Boone, IA in the amount of $1,329,000
h. Resolution approving final plans and specifications and awarding a contract for bid
package 31-1 – Site Demolition & Earthwork to Con-Struct, Inc. of Ames, IA in the
amount of $575,000
i. Resolution approving final plans and specifications and awarding a contract for bid
package 32-1 – Paving & Sidewalk Work to Lakeside Contractors, LLC, of Ames,
Iowa, in the amount of $1,028,129
j. Resolution approving final plans and specifications and awarding a contract for bid
package 33-1 – Site Utility Work to On Track Construction LLC, of Nevada, IA in
the amount of $723,370
k. Resolution approving final plans and specifications and awarding a contract for bid
package 40-1 – Millwright/Process Integration Work to RRT Design & Construction
of Melville, NY in the amount of $7,798,009
l. Resolution approving Change Order No. 1 to RH Grabau Construction, Inc., of
Boone, IA, for bid package 01-1 – General Construction Work, a deduct in the
amount of $126,538, for a revised contract value of $1,474,462
m. Resolution approving Change Order No. 1 to Jensen Builders, Ltd., of Des Moines,
IA, for bid package 03-1 – Concrete and Steel Work, a deduct in the amount of
$257,865, for a revised contract value of $4,417,635
n. Resolution approving Change Order No. 1 to Enterprise Electric, Inc., of Boone, IA,
for bid package 26-1 – Electrical, Communications, & Electronic Safety and
Security Work, a deduct in the amount of $50,970, for a revised contract value of
$1,278,030
6
o. Resolution approving Change Order No. 1 to Con-Struct, Inc., of Ames, IA, for bid
package 31-1 – Site Demolition & Earthwork, an increase in the amount of
$87,717, for a revised contract value of $662,717
p. Resolution approving Change Order No. 1 to RRT Design & Construction, of
Melville, NY, for bid package 40-1 – Millwright/Process Integration Work, a deduct
in the amount of $1,134,320, for a revised contract value of $6,663,689
2. Award one or more contracts to a different combination of bidders.
3. Do not award contracts at this time.
CITY MANAGER'S RECOMMENDED ACTION:
Since 1975, the City's Resource Recovery Plant has received municipal solid waste (MSW)
from throughout Story County, processed it to remove recyclable metals, and converted a
substantial portion of the MSW into a supplemental fuel for use in the City's Power Plant
boilers. Although this system was successful in reducing the volume of MSW that needed to
be landfilled, in recent years this arrangement has resulted in technical, economic, and
regulatory challenges.
In response to these issues, the City is pursuing the development of a new Resource
Recovery & Recycling Campus (R3C) on Freel Drive. At the facility, MSW will be received
from haulers and customers, recyclable metals will be recovered, and the waste will be loaded
into semi-trailers to be hauled to the Carroll County Landfill.
A multi-departmental team of City staff has worked diligently with the design team at HDR, Inc.
to develop a project that meets the City's needs for solid waste handling and disposal for the
next generation. With the assistance of Story Construction, a project has been developed that
will allow the City to responsibly fulfill its solid waste handling obligations. In addition, the
facility will assist in educating the community about waste disposal and recycling, and the
equipment within the facility will allow City staff to extract as much recyclable material as
possible from the waste stream before the remainder is disposed of via landfilling.
The project team has worked with bidders to develop deductive change orders that will bring
the project cost down. In addition, the available funding sources in the project budget have
been adjusted to reflect other funding sources that will be contributing to this project. Staff will
continue to work with the contractors and design team during the construction of the project to
identify any opportunities for modifications that may further reduce the project cost or improve
the usability of the facility once complete. The Construction Manager, Story Construction, has
evaluated the bids and change orders, and has recommended the award of the contracts and
the change orders being presented to City Council.
Therefore, based on the recommendation of Story Construction, it is the
recommendation of the City Manager that the City Council approve Alternative #1, as
described above.
ATTACHMENT(S):
Ltr to OWNER_ BP Contract recommendation.pdf
Story Cost Reduction Value Analysis_Ames R3C_260320_R1.pdf
BP Summary with VE_260320_R1.pdf
7
R3C Deduct Changes.pdf
8
GENERAL CONTRACTING | DESIGN+BUILD | CONSTRUCTION M ANAGEMENT
2810 Wakefield Circle
Ames, IA 50010
515-232-4358
March 18, 2026
Ames City Council
City Clerk’s Office
515 Clark Ave,
Ames, IA 50010
Re: Resource Recovery & Recycling Campus Project
Project Location: 220 Freel Drive, Ames, IA 50010
Dear Ames City Council,
Enclosed are 2 documents for reference.
1. BP Summary with VE document items identified per package.
2. Story Construction Cost Reduction Value Analysis document
• Story Construction recommends award to the following Bid Package contractors.
• Additionally, Story Construction recommends issuing change orders for the approved items
per the BP Summary with VE document.
BP# 01-1 General Construction Work Grabau
BP# 03-1 Concrete and Steel Work
BP# 09-1 Gypsum Board Assembly Work
BP# 14-1 Elevator Lift Work
BP# 21-1 Fire Suppression &Systems Work
BP# 22-1 Plumbing & HVAC Work
BP# 26-1 Electrical, Communications
Electrical Safety & Security Work
BP# 31-1 Demolition & Earthwork Work
BP# 32-1 Paving & Sidewalk Work
BP# 33-1 Site Utility Work
BP# 40-1 Millwright Process Integration
Work
Jensen Builders
Heartland Finishes
TK Elevator
Tri-City Fire
ACI Mechanical
Enterprise Electric
Construct
TBD
On-Track
RRT
Please process the appropriate Contract Agreement forms sign
You may retain a copy of the agreement and bond forms for your files. Please return one original,
signed Agreement to our office for further processing.
Sincerely,
STORY CONSTRUCTION CO.
CH
Enclosures
9
Idea #Type Description Notes Ball In Court Status Amount
Idea 1 Finishes Remove Pac-Clad (MP-3), Adjust Girts, and Change to Building Manufacture Color. (BP-03-1)
These areas would need to be changed to a MP-1 or MP-2 panel type
which is either a CS or AP style
Chief exposed fastener panel and the building girts could remain the same
depth across the entire
building.
Owner Accepted (50,580.00)$
Idea 2 Structural Change Quantity of Snow Gaurds from Six (6) to Two (2). (BP-03-1)
Potential cost saving if reduced to only one (1) row each on the North &
South. City has chosen to allow an $8,000 credit to keep double lay in high
traffic areas.
Owner Accepted (8,000.00)$
Idea 3 Finishes Only Install Liner Panels at Transfer Tunnel (BP-03-1)Installed on Gridline K(1-8)Owner Accepted (21,050.00)$
Idea 4 Finishes Change Roof Panel from Colored to Galv. Alum. (BP-03-1)Accepted.Owner Accepted (38,380.00)$
Idea 5 Structural Remove Canopy from Building Enterance (BP-03-1)Not currenty considering, may consider post award with alternative Owner Rejected (15,043.00)$
Idea 6 Site Remove Sanitary from Scale House HDR to Confirmed Restroom is Required.Owner Rejected (19,000.00)$
Idea 7 Site Remove Water Service from Scalehouse HDR to Confirmed Restroom is Required.Owner Rejected (9,500.00)$
Idea 8 Site Remove One (1) Scale (BP-40-1)Accept Credit of $204,559 credit from RRT, City maintain $14,559 of the
credit for funding for paving/earthwork in location of scale.
General
Contractor Rejected (204,559.00)$
Idea 9 Other Remove Automatic Door Operators (BP-01-1)Not considering at this point in time.Owner Rejected (11,000.00)$
Idea 10 Other Remove Jib Crane (BP-40-1)City plans to utilize existing equipment for servicing shredder.Owner Accepted (73,821.00)$
Idea 11 Other Remove One (1) ECS and its related monorail system, steel structure and electrics. (BP 40-1)Accepted.Owner Accepted (338,626.00)$
Idea 12 Other Remove ALL Processing Equipment. Set Up Transfer Station for Future Installation of
Equipment
Worst Case, Does not change proposed electrical sizing for process
equipment.Owner Rejected (7,798,009.00)$
Idea 13 Other Bid Breakout for Fuel Island (BP 40-1)City to provide separate funding for fuel island cost is assoicated with General Rejected (381,700.00)$
Idea 14 Other Review Width of Exterior Gates (BP 31-1) Not accepted.Construction
Manager Rejected (821.00)$
Idea 15 Other Review Need for Restroom in Scalehouse HDR to Confirmed Restroom is Required.Architect Rejected
Idea 16 Envelope Remove Two (2) Rapid Doors & Replace with Spec'd Coiling Doors (BP-01-1)Accepted.Owner Accepted (126,538.00)$
Idea 17 Other Alternate #3 Remove Infeed Conveyor (BP 40-1)RRT Recommends keeping infeed converyor and switching manufacturs Owner Rejected (554,200.00)$
Idea 18 Other Substitute Hustler Converyor For Infeed Conveyor (BP 40-1)Accepted.Owner Accepted (227,944.00)$
Idea 19 Other Substitute DG Marshall Converys for CETC (BP 40-1)Accepted.Owner Accepted (253,782.00)$
Idea 20 Structural Deflector Plate Steel & AR400 Ware Plates (BP's 40-1)Jensen has this scope captured.Owner Accepted (193,801.00)$
Idea 21 Structural Pit Ladders, Rails & Stairs (BP's 40-1 & 03-1)Did not receive comparison pricing scope of work will remain with BP 40-1 Owner Rejected (45,550.00)$
Idea 22 Other Slab on Grade Prep Transfer Tunnel Excavations and Backfill (BP's 03-1 & 31-1)Story has plugged an allowance for the drainage tile for 30k to Construct.
HDR to respond to tile size.Owner Accepted (46,155.00)$
Idea 23 Electrical Delete Electric Chargers Pathways Only (BP 26-1)Keep in base bid scope not considering at this time.Owner Rejected (2,630.00)$
Idea 24 Other Remove Blower for Ferrous Cleanup (BP 40-1)Accepted Owner Accepted (46,346.00)$
Idea 25 Site Remove PIV (BP 33-1)Accepted not required by code.Owner Accepted (5,695.00)$
Idea 26 Finishes Remove Lockers (BP 01-1)Not accepted.Owner Rejected (23,000.00)$
Idea 27 Site Remove Vinyl Coating from Fencing (BP 31-1)Not accepted.Owner Rejected (3,468.00)$
Idea 28 Site Stormwater Lift Stations Still working through pump pricing General
Contractor Rejected (10,000.00)$
Idea 29 Finishes Change Education Ceiling to ACT (BP's 09-1 & 26-1)Pricing Received from HTLD & Enterprise Owner Accepted (33,000.00)$
Idea 30 Other Remove Trolley Hoists (BP-40-1)Not considering at this time Owner Rejected (74,618.00)$
Idea 31 Site Reduce Planting Material by 25% (BP 31-1)Accepted Confirm Pricing for 3" to 1.5"Owner Accepted (5,983.00)$
Idea 32 Site Remove Sidewalk Along Freel Dr. (BP 32-1)Sidewalk will be apart of Freel Dr. Paving Owner Accepted (16,410.00)$
Idea 33 Envelope Remove Two (2) Rapid Doors & Replace with Rubber High Speed Doors (BP 01-1)Not Accepted.Owner Rejected (134,263.00)$
Idea 34 Electrical Substitute rock backfill for concrete under pavement. (BP 26-1)Under pavement only.Owner Rejected (4,500.00)$
Idea 35 Electrical Delete Lightining Proctection System and Ground Ring and Utilize a 30'-0" Deep Earth Ground
Rod and NEC Requirements for Grounding & Bonding (BP 26-1)HDR to review code Owner Accepted (32,000.00)$
Idea 36 Electrical Change Fiber Conduits for Road to IT Room and IT Room to Scale House (BP 26-1)
Install (3) 1.25" Conduits for the Main Fiber Service Delete (2) 4" &
Maxcell. Install (2) 1.25" conduits to the scale house delete (2) 2" Conduits
and Maxcell
General
Contractor Rejected (4,000.00)$
Idea 37 Electrical Change Pole Bases from 2'-0"x11'-6" to 2'-0"x8'-0". (BP 26-1)HDR to confirm Requirements.Owner Rejected (5,500.00)$
Idea 38 Electrical Delet Light Switcches from Tipping Floor (Fixtures are motion Sensored) (BP 26-1)
Eliminates Auto-Dimming feature and would be operated by the motion
senosors on the fixtures listed with lighting changes. HDR to Confirm
Requirements
Owner Rejected (8,500.00)$
Idea 39 Electrical Lighting Fixture Changes (BP 26-1)Removed 8,300 from pricing option for lithonia H1 substitution and
accepted CPHB substitution for H1. Will need to revisit.Owner Accepted (10,470.00)$
Idea 40 Electrical J-Hook Low Voltage Cabling (Fire & IT) Above Ceiling in Ofiice (BP 26-1)HDR to Confirm with code.Owner Accepted (5,500.00)$
Idea 41 Site REVIEW HDPE vs. Concrete Structures HDR to Confirm with code.Owner Accepted (26,000.00)$
Idea 42
Total Accepted (1,560,081.00)$
Total Decision -$
Total Rejected (9,309,861.00)$
Total Pricing -$
Total Undefined -$
Grand Total (10,869,942.00)$
Estimate Total 19,616,638.00$
Construction Budget 16,821,527.00$
Cost Reduction Goal 2,795,111.00$
Accepted Ideas (1,560,081.00)$
Reduction Still Needed 1,235,030.00$
Cost Reduction/Value Analysis
Ames R3C
Ames, Iowa
3/20/2026
Insert Above This Line
Page 1 of 1
10
BP #Scope Contractor Bid Day Idea 1 Idea 2 Idea 3 Idea 4 Idea 10 Idea 11 Idea 16 Idea 18 Idea 19 Idea 20 Idea 22 Idea 24 Idea 25 Idea 29 Idea 31 Idea 32 Idea 35 Idea 39 Idea 40 Idea 41 Total Revised BP Cost
1-1 General ConstructionGrabau $1,601,000 -$126,538.00 -$126,538.00 $1,474,462.00
3-1 Concrete & Steel Jensen Builders $4,675,500 -$50,580.00 -$8,000.00 -$21,050.00 -$38,380.00 -$139,855.00 -$257,865.00 $4,417,635.00
9-1 Framing & Gyp Heartland Finishes $430,675 -$30,000.00 -$30,000.00 $400,675.00
14-1 Elevator TK Elevator $109,800 $0.00 $109,800.00
21-1 Fire Protection Tri-City Fire $169,284 $0.00 $169,284.00
22-1 Mechanical ACI Mechanical $1,180,000 $0.00 $1,180,000.00
26-1 Electrical Enterprise $1,329,000 -$3,000.00 -$32,000.00 -$10,470.00 -$5,500.00 -$50,970.00 $1,278,030.00
31-1 Sitework Construct $575,000 $93,700.00 -$5,983.00 $87,717.00 $662,717.00
32-1 Paving & sidewalks Lakeside $1,028,129 -$16,410.00 -$16,410.00 $1,011,719.00
33-1 Utilities On Track $723,370 -$5,695.00 -$26,000.00 -$31,695.00 $691,675.00
40-1 Millwright RRT $7,798,009 -$73,821.00 -$338,626.00 -$227,944.00 -$253,782.00 -$193,801.00 -$46,346.00 -$1,134,320.00 $6,663,689.00
$19,619,767 -$50,580 -$8,000 -$21,050 -$38,380 -$73,821 -$338,626 -$126,538 -$227,944 -$253,782 -$193,801 -$46,155 -$46,346 -$5,695 -$33,000 -$5,983 -$32,000 -$10,470 -$5,500 -$26,000 -$1,560,081 $18,059,686
11
Option
#Item 01-1 General Construction Work
03-1 Concrete and Steel
09-1 Gypsum Board Assembly
14-1 Elevator/Lift
21-1 Fire Suppression System
22-1 Plumbing & HVAC
26-1 Elec, Comms, and Electron Safety & Sec
31-1 Site Demolition & Earthwork
32-1 Paving & Sidewalk
33-1 Site Utilities
40-1 Millwright/Process Integration
TOTAL
1 Eliminate light gray accent color (50,580)$ (50,580)$
2 Reduce roof snow guards (8,000)$ (8,000)$ Items remaining under evaluation
3 Replace tipping floor liner panels (21,050)$ (21,050)$
4 Eliminate painted roof (38,380)$ (38,380)$
5 Eliminate entry awning -$
6 Remove sanitary from scalehouse -$
7 Remove water from scalehouse -$
8 Remove outbound scale -$
9 Remove automatic door openers -$
10 Remove jib crane (73,821)$ (73,821)$
11 Remove 1 ECS and shorten conveyors (338,626)$ (338,626)$
12 Remove all processing equipment -$
13 Breakout fuel area (see revenues)-$
14 Reduce gate widths -$
15 Remove scalehouse bathroom -$
16 Remove/alternate rapid close doors (126,538)$ (126,538)$
17 Remove infeed conveyor
18 Alternative infeed conveyor mfr.(227,944)$ (227,944)$
19 Alternative process conveyor mfr.(253,782)$ (253,782)$
20 Deflector plates duplication (193,801)$ (193,801)$
21 Swap ladder/rails/stairs -$
22 Swap slab-on-grade tunnel prep (139,855)$ 93,700$ (46,155)$
23 Remove EV chargers -$
24 Remove ferrous metal blower (46,346)$ (46,346)$
25 Remove post indicator valve (5,695)$ (5,695)$
26 Alternate locker manufacturer -$
27 Remove vinyl coating from front fence -$
28 Alternative storm water pump mfr.-$
29 Delete ceiling baffles in education rm.(30,000)$ (3,000)$ (33,000)$
30 Eliminate trolley/hoist -$
31 Reduce plantings (5,983)$ (5,983)$
32 Delete Freel Drive Sidewalk (16,410)$ (16,410)$
33 Replace OH doors with rubber doors
34 Concrete backfill under pavement -$
35 Convert lightning prot. to deep ground (32,000)$ (32,000)$
36 Alternate fiber conduits -$
37 Change pole base sizes -$
38 Delete tipping floor light switches -$
39 Lighting fixture changes (10,470)$ (10,470)$
40 J-hook low-voltage cabling in office (5,500)$ (5,500)$
41 Swap HDPE storm structs. w/concrete (26,000)$ (26,000)$
TOTAL ADJUSTMENTS (126,538)$ (257,865)$ (30,000)$ -$ -$ -$ (50,970)$ 87,717$ (16,410)$ (31,695)$ (1,134,320)$ (1,560,081)$
ORIGINAL CONTRACT VALUE 1,601,000$ 4,675,500$ 430,675$ 109,800$ 169,284$ 1,180,000$ 1,329,000$ 575,000$ 1,028,129$ 723,370$ 7,798,009$ 19,619,767$
REVISED CONTRACT VALUE 1,474,462$ 4,417,635$ 400,675$ 109,800$ 169,284$ 1,180,000$ 1,278,030$ 662,717$ 1,011,719$ 691,675$ 6,663,689$ 18,059,686$
12