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