Loading...
HomeMy WebLinkAboutA045 - Hearing on Resource Recovery & Recycling Campus Construction ContractsITEM #:45 DATE:03-10-26 DEPT:PW SUBJECT:RESOURCE RECOVERY AND RECYCLING CAMPUS CONSTRUCTION CONTRACTS COUNCIL ACTION FORM BACKGROUND: On January 27, 2026, the City Council approved preliminary plans and specifications for construction of the Resource Recovery & Recycling Campus (R3C). Bids were due March 3, 2026 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. 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, Co. the work has been divided into 11 separate bid packages. As a reminder, this approach is different than a traditional general contractor model, where a single contract is awarded to one prime contractor who performs work and retains sub-contractors for specialty work. In the CM approach, the City will hold 11 separate contracts with 11 separate contractors. HDR developed an estimate of probable construction costs of $16,821,527, which was reported to the City Council on January 27, 2026. Story Construction then assigned a portion of this amount to each of the 11 bid packages to develop a rough estimate for each. BID PACKAGE INFORMATION Bids were received from 28 separate contractors . Depending on the selected combination of base bid and alternate(s), some of the contracts may be awarded to different bidders based on the lowest bid for the selected combination of alternates. 1 Please note that each bid package is highlighted below, followed by additional information specific to that package. The listing below reflects the base bid only, as City staff has not yet determined whether to recommend the inclusion of any or all of the alternates. Not all packages contained alternates, as some of the packages were unaffected by the inclusion or exclusion of the alternates. The information below also indicates the value of the overall project that was estimated by Story Construction for each package, and the difference between the base bid and that estimate for each package. Attachment A contains a complete listing of all bids received for each package. Bid Package 01-1 – General Construction Work Number of Bids Received: 1 Affected by Alternates?: No Low Bidder: RH Grabau Construction, Inc., Boone, IA Base Bid: $1,601,000 Story Construction estimate: $1,400,000 Base bid less estimate: $201,000 Bid Package 03-1 – Concrete and Steel Work Number of Bids Received: 2 Affected by Alternates?: Yes - Alternates 1, 2, & 3 Low Bidder: Jensen Builders, Ltd, Des Moines, IA Base Bid Range: $4,675,500 - $5,200,000 Story Construction estimate: $3,600,000 Base bid less estimate: $1,075,500 % difference of low bid to second low bid: 11.2% 09-1 – Gypsum Board Assembly Work Number of Bids Received: 2 Affected by Alternates?: No Low Bidder: Heartland Finishes, Inc., Des Moines, IA Base Bid Range: $430,675 - $437,300 Story Construction estimate: $400,000 Base bid less estimate: $30,675 % difference of low bid to second low bid: 1.5% 14-1 – Elevator/Lift Work Number of Bids Received: 1 Affected by Alternates?: No Low Bidder: TK Elevator Corporation, Urbandale, IA Base Bid: $109,800 Story Construction estimate: $150,000 Base bid less estimate: ($40,200) 21-1 – Fire Suppression Systems Work Number of Bids Received: 2 Affected by Alternates?: No 2 Low Bidder: Tri-City Fire Protection LLC, Davenport, IA Base Bid Range: $169,284 - $222,990 Story Construction estimate: $200,000 Base bid less estimate: ($30,716) % difference of low bid to second low bid: 31.7% 22-1 – Plumbing & HVAC Work Number of Bids Received: 6 Affected by Alternates?: No Low Bidder: ACI Mechanical, Inc., Ames, IA Base Bid Range: $1,180,000 - $1,523,946 Story Construction estimate: $1,300,000 Base bid less estimate: ($120,000) % difference of low bid to second low bid: 16.4% 26-1 – Electrical, Communications, & Electronic Safety and Security Work Number of Bids Received: 6 Affected by Alternates?: Yes - Alternates 1, 2, & 3 Low Bidder: Enterprise Electric, Inc., Boone, IA Base Bid Range: $1,329,000 - $1,927,860 Story Construction estimate: $1,300,000 Base bid less estimate: $29,000 % difference of low bid to second low bid: 1.0% 31-1 – Site Demolition & Earthwork Number of Bids Received: 1 Affected by Alternates?: No Low Bidder: Con-Struct, Inc., Ames, IA Base Bid: $575,000 Story Construction estimate: $500,000 Base bid less estimate: $75,000 32-1 – Paving & Sidewalk Work Number of Bids Received: 5 Affected by Alternates?: Yes - Alternate 1 Low Bidder: Jordison Construction, Inc., Urbandale, IA Base Bid Range: $1,025,000 - $1,138,440 Story Construction estimate: $700,000 Base bid less estimate: $325,000 % difference of low bid to second low bid: 0.3% 33-1 – Site Utility Work Number of Bids Received: 1 Affected by Alternates?: No 3 Low Bidder: On Track Construction LLC, Nevada, IA Base Bid: $723,370 Story Construction estimate: $250,000 Base bid less estimate: $473,370 40-1 – Millwright/Process Integration Work Number of Bids Received: 1 Affected by Alternates?: Yes - Alternates 1, 2, & 3 Low Bidder: RRT Design & Construction, Melville, NY Base Bid: $7,798,009 Story Construction estimate: $7,021,527 Base bid less estimate: $776,482 CONSTRUCTION AND PROJECT COSTS: Based on the above information, the table below shows the total construction costs: 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 Jordison Construction, Inc., Urbandale, IA $1,025,000 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 $19,616,638 The combined base bid total of $19,616,638 exceeds the engineer's estimate of $16,821,527 by $2,795,111. Following the bid opening, City staff, Story Construction, and HDR Engineering identified three key bid packages where further conversations with the bidders were warranted. These are: 03-1 – Concrete and Steel Work, 33-1 – 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 Due Diligence prior to closing 15,465 Conceptual Design and Financial Modeling 50,000 Final Design 965,715 Final Design Contingency (reduced)75,000 Permitting (reduced)38,000 Construction Costs (This Action)$19,616,638 Construction Incentives 100,000 Items by Owner (FFE/Cameras/Fiber Network/Tree Clearing) 252,700 Construction Contingency (reduced)435,020 Construction Inspection (est.)450,950 Construction Manager Fee (Fixed fees plus 2.25% of contract amounts) 989,414 Site Utility Work, and 40-1 – Millwright/Process Integration Work. In preliminary conversations with the contractors for these three packages, the team has identified a number of clarifications, alterations, and deducts that will reduce the scope of the project and bring the cost closer to the project budget. Additionally, staff is working with the City's financial consultants to finalize the strategy for the issuance of the debt for the project. Both these efforts are focused on delivering the project in a manner that both: 1) completes the project in the timely manner required for this critical facility, and 2) keeps the initial tipping fee within the amount previously reported (~$95.11 per ton in July 2027). Staff is requesting additional time to evaluate the bids and negotiate with key contractors to develop change orders that can be approved immediately following the award of contracts. This approach has been used in other City projects where the lowest bids substantially exceeded the available funding. Therefore, Council is being asked to accept the report of bids and delay the award to the March 24, 2026 City Council meeting. The most recent project budget table is provided below for reference. Adjustments to contingency amounts and permitting fees have been made in the table below to closer align project expenses and revenues. TOTAL PROJECT COSTS: 5 Construction Manager General Conditions Costs (est.) 448,000 R3C Construction Revenue Subtotal $22,006,730 R3C Construction Subtotal $24,514,396 R3C Construction Revenue Shortfall $2,507,666 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 $25,586,730 Total Project Expenses $28,094,396 To address the shortfall, staff and the design team are evaluating adjustments to the project scope and shifting certain expenses to alternative funding sources. The specific scope modifications are as follows: 1. Remove electric vehicle charging station and stub the electrical only 2. Eliminate light gray accent color on office exterior 3. Reduce snow guarding on roof 4. Change from painted roof to galvanized 5. Replace tipping floor interior panel liner material 6. Reduce width of exterior gates 7. Utilize an alternative infeed conveyor manufacturer 8. Utilize an alternative manufacturer for all conveyors except infeed conveyor 9. Replace rapid-closing overhead doors with standard overhead doors 10. Remove recovered ferrous metal blower clean-up system 11. Remove post-indicator valve 12. Remove metal edging from landscaping beds 13. Consider 25% reduction in plantings 14. Review alternate grass, plant, and tree species 15. Eliminate front yard vinyl-coated fencing and replace with galvanized 16. Remove second eddy current separator and shorten one conveyor 17. Eliminate dedicated outbound truck scale 18. Eliminate jib crane for processing equipment 19. Change manufacturer of storm water pumps 20. Change door hardware 21. Change locker room equipment manufacturer 22. Eliminate/change ceiling baffles in education room 23. Remove building entrance awning 24. Remove both eddy current separators and related conveyance 25. Remove overhead trolley and/or hoist from processing equipment area 26. Remove all processing equipment 6 The project components that are being considered to shift to alternative funding sources includes: 1. Access control for gates shifting to Fleet Services 2. Fueling infrastructure shifting to Fleet Services 3. Sidewalk along frontage shifting to Freel Drive paving project or Road Use Tax Staff will provide a detailed evaluation and explanation of all these adjustments on March 24 when the bids are returned to Council for award. ALTERNATIVES: 1. The City Council can approve the following: a. Motion accepting report of bids b. Motion delaying the award of bids to the March 24, 2026 City Council meeting 2. Accept the report of bids and award contracts to one or more bidders. 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 bids received exceed the estimates for the facility. Staff believes that through conversations between several of the low bidders on key bid packages, clarifications and design changes can be made that will result in the project aligning closer with the project budget. However, more time is necessary to complete these discussions and prepare for awards. Therefore, it is the recommendation of the City Manager that the City Council approve Alternative #1, as described above. It should be noted that in order to keep this project on track, a special meeting to approve contract and bond for one or more of the construction contracts might be 7 needed shortly after the anticipated award of bids on March 24. ATTACHMENT(S): 2026-068 Bid Tabulation.xlsx 8 Base Bid 1,601,000.00$ Base Bid Alternate No. 1 - Recycling Canopy Alternate No. 2 - Baler Deduct No. 3 - Conveyor (Enter as Negative) 4,675,500.00$ 190,700.00$1,500.00$ 1,500.00$ 5,200,000.00$ 253,000.00$-$ -$ Base Bid 437,300.00$ 430,675.00$ Base Bid 109,800.00$ Base Bid 169,284.00$ 222,990.00$ Base Bid 1,180,000.00$ 1,523,946.00$ 1,497,900.00$ 1,383,000.00$ 1,400,800.00$ 1,374,000.00$ Base Bid Alternate No. 1 - Recycling Alternate No. 2 - Baler Deduct No. 3 - Conveyor Bid Package 03-1 Concrete & Steel Work Bid Package 01-1 General Construction Work RH Grabau Construction, Inc., Boone, IA ACI Mechanical, Inc., Ames, IA Jensen Builders, Des Moines, IA TK Elevator, Urbandale, IA Elite Fire Sprinkler Systems, Inc., Des Moines, IA Tri-City Fire Protection, Davenport, IA Bid Package 22-1 Plumbing & HVAC Work Bid Package 21-1 Fire Suppression Work Bid Package 14-1 Elevator Lift Work Bid Package 09-1 Gypsum Board Assembly Work Mid-States Millwright & Builders, Inc., Nevada, IA Hilabeck-Schacht, Inc, West Des Moines, IA Heartland Finishes, Inc., Des Moines, IA Kovarik Onstot Elite Plumbing LLC, Ames, IA All Iowa Mechanical, Des Moines, IA Air Con Mechanical, Pleasant Hill, IA Modern, Des Moines, IA Excel Mechanical Co., Inc., Des Moines, IA Bid Package 26-1 Electrical, Communications, Electrical Safety and Security Work Resource Recovery & Recycling Campus, ITB No. 2026-068 Bid Tabulation 3/3/2026 1 9 1,927,860.00$ 14,405.00$ -$ -$ 1,807,900.00$ 3,825.00$ -$ -$ 1,329,000.00$ 14,105.00$ 1,210.00$ -$ 1,828,125.00$ 11,500.00$ (1,200.00)$ 1,342,400.00$ 11,800.00$ 918.00$ (630.00)$ 1,755,966.00$ 22,854.00$ 924.00$ (1,018.00)$ Base Bid 575,000.00$ Base Bid Alternate No. 1 - Recycling Canopy 1,093,330.00$ 6,500.00$ 1,138,440.00$ -$ 1,025,000.00$ (14,500.00)$ 1,028,129.00$ (17,160.00)$ 1,112,000.00$ 10,100.00$ Base Bid 723,370.00$ Base Bid Alternate No. 1 - Recycling Canopy Alternate No. 2 - Baler Deduct No. 3 - Conveyor (Enter as Negative) 7,798,009.00$ -$ 278,065.00$ (544,200.00)$ Bemrich Electric & Telephone, Inc, Ft Dodge, IA NAI Electrical Contractors, Ames, IA Par Industries, LLC, Des Moines, IA Tri-City Electric Company of Iowa, LLC, Davenport, IA Nelson Electric Company, Ames, IA On Track Construction LLC, Nevada, IA Bid Package 40-1 Millwright Process Integration Work RRT Design & Construction, Melville, NY Jordison Construction, Inc., Urbandale, IA Lakeside Contractors, LLC, Ames, IA Jensen Builder, Ltd, Des Moines, IA Bid Package 32-1 Paving & Sidewalk Work Bid Package 33-1 Site Utilities Work Con-Struct, Inc., Ames, IA Bid Package 31-1 Site Demolition & Earthwork Work Absolute Concrete Construction, Inc., dba Absolute Concrete, Granger, IA Con-Struct, Inc., Ames, IA Enterprise Electric Inc., Boone, IA 2 10 Unit Price No. 1 - Per Cubic Yard 125.00$ 200.00$ 3 11 Unit Price No. 1 Per Cubic Yard 200.00$ 4 12