Loading...
HomeMy WebLinkAboutR-2019-017 Snow Removal Equipment Agreement with M-B Companies, Inc.RESOLUTION NO. R-2019-017 A RESOLUTION ratifying the City Manager's execution of an agreement with M-B Companies, Inc to provide required Snow Removal Equipment for the Yakima Air Terminal - McAllister Field WHEREAS, the City owns and operates Yakima Air Terminal -McAllister Field in accordance with applicable Federal, State and Local regulations, and WHEREAS, in 2016, the Federal Aviation Administration (FAA) adopted new safety standards applicable to winter weather operations (Takeoff and Landing Performance Assessment) to increase safety measures for commercial, corporate, and General Aviation aircraft that operate during snow and ice conditions, and WHEREAS the Yakima Air Terminal -McAllister Field, in conjunction with the FAA, have determined the need for additional Snow Removal Equipment, identified in the airport's Snow and Ice Control Plan, to meet the new safety standards, and WHEREAS, the Yakima Air Terminal -McAllister Field advertised the need for the additional snow removal equipment under a competitive bidding process and received four bids that were thoroughly evaluated, the airport has identified the lowest responsive and responsible bidder and has provided a letter of recommendation to the FAA to award the bid on that basis, and WHEREAS, the FAA has approved the award and the City is prepared to enter the contract with M-B Companies, Inc., attached hereto and incorporated herein by this reference, to assemble and provide the specialized Snow Removal Equipment the Air Terminal requires; and WHEREAS, time is of the essence and the City must enter the contract as soon as possible in order to place the order with M-B Companies ahead of a much larger order that is about to be approved by the FAA at another location with the same manufacturer, risking a significant delay in the already lengthy production process, and WHEREAS, the February 5, 2019 City Council meeting was postponed due to a major snow event, therefore to expedite the snow removal equipment approval process and submit the City's equipment order ahead of a much larger order, the City Manager executed the attached contract and submitted it on the next occurring Council agenda for City Council ratification of the execution, and WHEREAS, the City Council has determined that ratification of this agreement will promote the purposes of the Yakima Air Terminal -McAllister Field, will promote increased aviation safety as well as provide for the general health, safety and welfare of the citizens and is therefore in the best interests of residents of the City of Yakima, Now, Therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager's execution of the attached and incorporated agreement with M-B Companies, Inc , in the amount of one million, one hundred and forty-eight thousand, nine hundred twenty-one dollars and seventy cents ($1,148,921 70) for the production of required Snow Removal Equipment for the Yakima Air Terminal -McAllister Field is ratified by the City Council ADOPTED BY THE CITY COUNCIL this 19th day of February, 2019 ATTEST ' Sonya'Ql ar Tee, City Clerk, • .0 0\. U S. Department of Transportation Federal Aviation A d inistration January 25, 2019 Northwest Mountain Region Colorado Idaho Montana Oregon Utah Washington Wyoming Mr. Robert Peterson Airport Director Yakima Air Terminal -McAllister Field 2406 W. Washington Ave, Suite B Yakima, WA 98903 Dear Mr. Peterson; 4 eattle A ports t strict ice 2200 S Des Moines WA, Ste 1VV-420 Des Mo nes, Washington 98198 Yakima Air Terminal -McAllister Field, Yakima, Washington Airport Improvement Program (AIP) 3-53-0089-38 Snow Removal Equipment (SRE) - (Two Carriers with Brooms) Buy American Waiver Approval We have reviewed the request for Waiver of Buy American Requirement submitted on January 22, 2019, by your consultant (HLA, Inc.) for the use of snow removal equipment on the subject project. • Items for which waiver is being used include: Waiver is for two pieces of equipment. Equipment consists of two carrier vehicles and broom heads. Equipment awarded is on a lump sum basis. • Manufacturer: M-B Companies, Inc., 1200 Park Street, Chilton, Wisconsin, 53014 • Final Assembly location: Chilton, Wisconsin • Percent U.S. Components and subcomponents: 81.74% The information submitted satisfies the requirement for waiver of the requirements of the Buy American per 49 USC § 50101 based on over 60% of the cost of components and subcomponents to be used in the project being produced in the United States with final assembly being performed in Chilton, Wisconsin:. The waiver is hereby approved for use on this AIP grant project. The sponsor, through their consultant remains responsible for verifying the contractor's compliance with the approved waiver by reviewing submittal documentation and monitoring actual installation. If you have any questions regarding this letter, please contact the project manager assigned to your airport, Mary Vargas, at (206) 231-4131. Sincerely, jason.ritchie aa.gov f Digitally signed by jason.ritchie@faa.gov DN: cn=jason.ritchie@faa.gov Date: 2019.01.25 16:27:39 -0800' Jason Ritchie Acting ADO Manager Seattle Airports District Office 5 5 U.S. Department of Transportation Federal Aviation Administration January 25, 2019 Northwest Mountain Region Seattle Airports District Office Colorado • Idaho • Montana Oregon • Utah 2200 S. Des Moines, WA, Ste, 1W-420 Washington Wyoming Des Moines, Washington 98198 Mr. Robert Peterson Airport Director Yakima Air Terminal -McAllister Field 2406 West Washington Avenue, Suite B Yakima, WA 98903 Yakima Air Terminal/McAllister Field Yakima, Washington Purchase SRE (2 Carriers and Brooms) Airport Improvement Program Project # 3-53-0089-38-2016 Concurrence in Award Dear Mr. Peterson: We have reviewed your consultant's (HLA Engineering) bid summary attached to your recommendation to award letter dated January 23, 2019. We concur with your recommendation to award M-B Companies, Inc., in the amount of $1,148,921.70. Furthermore, we accept your statement that the cost is reasonable based on the price/cost analysis performed by your or your consultant. Please maintain a copy of your price/cost analysis for future audit purposes. You are reminded that your Disadvantage Business Enterprise (DBE) Accomplishments reports are due annually by on December 1 for the previous Fiscal Year. Details regarding the Federal Aviation Administration (FAA) Airport DBE Program can be found at the address below: http //w faa.gov/about/office ort headquarters offices/acr/bus ent _program/. FAA regulations require the sponsor certify that adequate project supervision is arranged. Also, the sponsor must ensure that equipment conforms to the approved specifications. Please provide me with the following documents: 1. One copy of the executed contract. 2. A copy of the Notice to Proceed so we will be aware of the beginning project date. This should be provided only after the sponsor determines that all necessary contracts, bonds, certificates of insurance, etc., are satisfactory, so that a Notice to Proceed may be issued to the contractor. Before you issue the Notice to Proceed, the contractor's schedule and the overall project acceptance requirements should be discussed. A final inspection of the equipment should be scheduled prior to formal acceptance. 6 Federal participation is contingent upon equipment conforming to the approved specifications. aro accomplish this, your representative must be familiar with the specification requirements. Copies of all test results/certifications should be available at the airport office for our review. Until the grant is officially closed, Construction Progress and Inspection Reports, using FAA Form 5370-1 must be submitted on a quarterly basis. Changes to the specifications should be made by change order or supplemental agreement. Approval by the FAA should be obtained prior to perfoiniing the work to be eligible for participation. If you have questions please call me at (206) 231-5131. Sincerely, MARY VARGAS Digitally signed by MARY VARGAS Date:2019.01.25 141707-0800' Mary Vargas, SEA-633 Seattle ADO BID SUMMARY Owner: CITY OF YAKIMA - YAKIMA AIR TERMINAL Project: SNOW REMOVAL EQUIPMENT - RUNWAY BROOM AND CARRIER VEHICLE PROCUREMENT REBID HLA Project No.: 16067 Date: January 7, 2019 Item . No. SCHEDULE 1 Item Description CITY PROJECT NO.: 11805 A.I.P. NO. 3-53-0089-38 4x4 Carrier Vehicle, rated for a minimum 50,000- pound gross vehicle weight (GVW) with rear - mounted diesel drive engine and high -mounted forward cab The vehicles shall be equipped with a 20-foot High Performance Runway Broom powered by an auxiliary diesel engine and Air Blast System SCHEDULE 2 4x4 Carrier Vehicle, rated for a minimum 50,000- pound gross vehicle weight (GVW) with rear - mounted diesel drive engine and high -mounted forward cab, The vehicles shall be equipped with a 20-foot High Performance Runway Broom powered by an auxiliary diesel engine and Air Blast System Unit EA Quantity SUBTOTAL EA BID SUBTOTAL SUBTOTAL BOTH SCHEDULES WASHINGTON STATE SALES TAX - Destination Based @ 8.2% TOTAL ENGINEER'S REPORT ENGINEER'S ESTIMATE Unit Price Amount $650,000.00 , 5650,000.00 $650,000 00 Competitive bids were opened on January 7, 2019 All bids have been reviewed by this office We recommend the contract be awarded to: M-B Companies, Inc. 14 4 - -A, Project Engin r-r Bidder #5 - B+dder #6 - Brdtler #7 - 'Bid results can be found at: www.hiacivil com "Htghtrcthted amounts have buen cea-racted. 12'AL 1' Date: $650,000.00 BIDDER #1 M-B Companies, Inc. 1615 Wisconsin Avenue New Holstein. WI 53061 Unit Pric 5530,925.00 $650,000.00 $530,925 00 $650,000.00 $1,300,000.00 $106,600.00 $1,406,600.00 Amount $530,925.00 $530,925.00 $530.925,00 $530,925.00 $1,061,850.00 587,071.70 48,921.70 BIDDER #2 J.A. Larue,Inc. 660 Lenoir Street Quebec City, QC, Canada G1X 323 Unit Price $533,448 00 $533,448 00 AWARD MADE BY CITY MANAGER Amount $533,448.00 $533,448.00 BIDDER #3 Kodiak America, LLC 1350 Pomerele Avenue Burley, ID 83318 Unit Price $538.111 00 $533,448.00 $538,111.00 $533,448.00 $1,066,896.00 $87,485.47 $1,154,381.47 Amount $ 538,1 11.00 $538,111.00 $538,111 00 $538,111.00 $1,076,222.00 588,250.20 $1,164,472.20 BIDDER Oshkosh Airport Products, LLC 1515 County Road 0 Neenah, WI 54956 Unit Price $565,116 00 $565,116.00 Amount $565,115 00 $565,116.00 $565,116.00 $565,116.00 $1,130,232.00 $92,679.02 $1,222,911.02 CITY OF YAKIMA - YAKIMA AIR TERMINAL SNOW REMOVAL EQUIPMENT - RUNWAY BROOM AND CARRIER VEHICLE PROCUREMENT REBID A I P NO 3-53-0089-38 HLA PROJECT NO : 16067, CITY PROJECT NO : 11805 1 ITEM TITLE: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT Item No. 6.0. For Meeting of: February 19, 2019 Resolution ratifying the City Manager's execution of an agreement with M-B Companies, Inc. to provide required Snow Removal Equipment for the Yakima Air Terminal -McAllister Field SUBMITTED BY: Robert K. Peterson, Airport Director, 509-575-6149 SUMMARY EXPLANATION: The February 5, 2019 City Council meeting was postponed due to a major snow event, therefore to expedite the snow removal equipment approval process and submit the City's equipment order ahead of a much larger order, the City Manager executed the attached contract, which is now submitted for City Council ratification. The Yakima Air Terminal -McAllister Field is in the process of acquiring Snow Removal Equipment under a Federal Aviation Administration (FAA ) funded Airport Improvement Project 3- 53-0089-38. Through close coordination with the FAA, it is recommended that the airport acquire two additional pieces of Snow Removal Equipment (High Speed Runway Brooms) to assist the airport in upholding required airfield safety standards. Through a competitive bidding process the airport received four bids which were evaluated and a lowest responsive and responsible bidder was identified. This agreement will award the contract to M-B Companies, Inc. in the amount of one million, one hundred forty-eight thousand, nine hundred twenty-one dollars, and seventy cents ($1,148,921.70) to assemble and provide the two pieces of Snow Removal Equipment for the Yakima Air Terminal -McAllister Field. Funding for this project was secured in 2017 where ninety percent is funded through a grant obtained with the Federal Aviation Administration and the remaining ten percent with the Passenger Facility Charge program. The City general fund is not affected by this project. ITEM BUDGETED: STRATEGIC PRIORITY: Yes Public Safety 2 APPROVED FOR City Manager SUBMITTAL: STAFF RECOMMENDATION: Adopt Resolution. BOARD/COMMITTEE RECOMMENDATION: N/A ATTACHMENTS: Description Upload Date reso 2/5/2019 D YKM Approwl Z717019 D YKM FAA approval 2/13/0119 Bid Tabulation 112512019 o Cortract To Be Signed 1/9/2019 Type \er Nlemo Corer Memo Cover Menlo Cider Men iu Contract