Legistar header
                                                         
File #: PH-18-019C    Version: 1 Name: Aero Bridgeworks Agreement
Type: Resolution/Public Hearing Status: Passed
File created: 7/23/2018 In control: City Council
On agenda: 8/14/2018 Final action: 8/14/2018
Title: Consider a memorandum/resolution approving an agreement with Aero Bridgeworks of Marietta, Georgia, for the Passenger Boarding Bridge Improvement Project at Killeen Fort Hood Regional Airport.
Sponsors: Aviation Department
Attachments: 1. Staff Report, 2. Agreement, 3. Certificate of Interested Parties, 4. Presentation

TITLE

 

Consider a memorandum/resolution approving an agreement with Aero Bridgeworks of Marietta, Georgia, for the Passenger Boarding Bridge Improvement Project at Killeen Fort Hood Regional Airport.

                     

SUMMARY

 

DATE:                                          August 7, 2018

 

TO:                                          Ronald L. Olson, City Manager

 

FROM:                     Matthew Van Valkenburgh A.A.E., Executive Director of Aviation

 

SUBJECT:                     Award of Bid No. 18-10 Passenger Boarding Bridge Improvements

                     

BACKGROUND AND FINDINGS:

 

On November 14, 2017, City Council approved a professional services agreement with Garver, LLC to provide design, bidding, and construction phase services for the Passenger Boarding Bridge (PBB) Improvement Project at the Killeen Fort Hood Regional Airport.

 

Design was completed in early 2018; the project was advertised for bids in the Killeen Daily Herald as well as on the City’s website and various bidding websites used by the City for procurements. The project included the base bid and nine (9) additive alternates.  On June 26, 2018, the Airport held a pre-bid meeting which was attended by three (3) PBB manufacturers, several contractors, and various sub-contractors.

 

On July 17, 2018, bids were opened; three (3) bids were received from ThyssenKrupp of Fort Worth, Texas; John Bean Technologies (JBT) of Ogden, Utah; and AERO Bridgeworks of Marietta, Georgia. The results were:

 

 

JBT

Aero Bridgeworks

ThyssenKrupp

Base Bid

$5,199,825

$5,053,761

  $6,678,156

AA-1 Boarding Bridge Gate 1 Rooftop unit replacement and all associated work

$47,096

$154,500

$51,973

AA-2 Boarding Gate 6 Rooftop unit replacement and all associated work

$47,096

$154,500

$51,973

AA-3 Potable Water Cabinet at Gate 6 and all associated work

$57,208

$48,300

$100,478

AA-4 Interior Fixed Cameras at Gates 2-5

$24,873

$18,200

$8,389

AA-5 Exterior Fixed Cameras at Gates 1-6

$31,386

$24,100

$38,042

AA-6 Additional NEMA boxes and associated work for Gates 1-6

$46,429

$38,600

$33,460

AA-7 Remove and retrofit best PC Air Units from Gates 2-5 for installation at Gates 1 and 6

$20,372

$18,200

$11,896

AA-8 Additional VMS Memory (ALLOWANCE)

$20,000

$20,000

$20,000

AA-9 Additional licenses for additional exterior and interior fixed cameras (ALLOWANCE)

$2,700

$2,700

$2,700

Total

$5,496,985

$5,532,861

$6,997,067

 

A thorough review of each bid package was completed by the airport’s consultant. During the review and tabulation of the bids, the consultant determined that JBT did not submit a complete bid package as specified by the bid documents; thus, they were declared non-responsive. Aero Bridgeworks was considered to be the lowest responsive and responsible bidder.  Therefore, the consultant and staff’s recommendation is to award the base bid and nine (9) additive alternates to Aero Bridgeworks in the amount of $5,532,861.  This bid is $767,139 below the engineer’s estimate of $6,300,000.

 

THE ALTERNATIVES CONSIDERED:

 

Alternatives considered: (1) Do nothing and keep the existing bridges; (2) award the project to include the base bid, but without the additive alternates; or, (3) award the project to include the base bid and all additive alternates.

 

Which alternative is recommended? Why?

 

Staff recommends alternative 3. This alternative is the most cost effective, and will provide the Airport with new equipment which will increase operational efficiency and effectiveness, decrease boarding bridge down time, reduce maintenance costs, and increase customer service.

 

CONFORMITY TO CITY POLICY:

 

Yes

 

FINANCIAL IMPACT:

 

This project is funded 90% by an FAA AIP grant in the amount of $4,979,575 in account number 524-0515-521.69-03. The 10% match is being funded by PFC funds the amount of $553,286 in account number 529-0510-521.65-41.  There is no impact on the Aviation Department’s operational budget or fund balance. This project will decrease the cost of maintenance and repairs for several years.

 

What is the amount of the expenditure in the current fiscal year? For future years?

 

The expenditure is $5,532,861

 

Is this a one-time or recurring expenditure?

 

This is a one-time expenditure.

 

Is this expenditure budgeted?

 

No, a budget amendment is required.

 

If not, where will the money come from?

 

As stated above.

 

Is there a sufficient amount in the budgeted line-item for this expenditure?

 

Upon approval of the budget amendment.

 

RECOMMENDATION:

 

Staff recommends City Council award an agreement to Aero Bridgeworks in the amount of $5,532,861 for the Passenger Boarding Bridge Improvement Project and authorize the City Manager to execute all necessary agreement documents and any and all change orders within the amounts set by state and local laws.

 

DEPARTMENTAL CLEARANCES:

 

Finance

Legal

Purchasing

 

ATTACHED SUPPORTING DOCUMENTS:

 

Agreement

Certificate of Interested Parties