Legistar header
                                                         
File #: RS-24-149    Version: 1 Name: Lift Station #2 Variable Frequency Drives
Type: Resolution Status: Passed
File created: 8/5/2024 In control: City Council
On agenda: 8/20/2024 Final action: 8/20/2024
Title: Consider a memorandum/resolution authorizing a letter of agreement with The Brandt Companies, LLC, for four (4) variable frequency drives at lift station No., 2 in the amount of $75,927.
Sponsors: Water & Sewer
Indexes: Lift Station #2 VFD's (4)
Attachments: 1. Agreement, 2. Buyboard Contract, 3. Certificate of Interested Parties, 4. Presentation

Title

 

Consider a memorandum/resolution authorizing a letter of agreement with The Brandt Companies, LLC, for four (4) variable frequency drives at lift station No., 2 in the amount of $75,927.

 

Body

 

DATE:                     August 20, 2024                     

 

TO:                     Kent Cagle, City Manager                     

 

FROM:                     Jeffery Reynolds, Executive Director of Public Works                     

 

SUBJECT:                     Authorize the execution of a Letter of Agreement for Four (4) Variable Frequency Drives for Lift Station #2                     

 

BACKGROUND AND FINDINGS:

 

Lift Station #2 was built in 2005 and is the third largest wastewater station that the City of Killeen operates.  On average, 40 MG of wastewater per month is pumped through this site to Bell County Water Control and Improvement District #1 South Wastewater Treatment Plant. This site primarily handles wastewater flows from the eastern half of the city, as well as flows from several other smaller lift stations. Variable Frequency Drives (VFD) save energy by delivering the expected flow at the lowest suction/boost possible. Four (4) VFDs were installed at lift station #2 when the station was built which have a life expectancy of 10 years. Immediate replacement is highly recommended to ensure continued functionality of wastewater services, resolve complications during routine maintenance, and establish long-term reliability for future needs.

A quote was received from The Brandt Companies, LLC, per BuyBoard contract #733-24, to provide and install four (4) VFD’s at Lift Station No. 2, in the amount of $75,927. The funding is allocated in the Fiscal Year 2024 Water and Sewer Division Budget.

 

THE ALTERNATIVES CONSIDERED:

 

N/A

 

Which alternative is recommended? Why?

 

N/A

 

CONFORMITY TO CITY POLICY:

 

This document conforms with all applicable State and City purchasing policies. Purchases made through a cooperative contract, such as BuyBoard, are exempt from the competitive bidding process as stated in Texas Local Government Code (TLGC) section 271.102, subchapter F;” a local government that purchases goods or services under this subchapter satisfies any state law requiring the local government to seek competitive bids for the purchase of the goods or services.”

 

FINANCIAL IMPACT:

 

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

 

The amount of $75,927 will be in the current fiscal year.

 

Is this a one-time or recurring revenue/expenditure?

 

One-time expenditure.

 

Is this revenue/expenditure budgeted?

 

Yes, funds are available in the Water & Sewer Fund Sanitary Sewer account 550-3415-437.42-33.

 

If not, where will the money come from?

 

N/A

 

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

 

Yes

 

RECOMMENDATION:

 

That the City Council authorize the City Manager, or designee, to execute the Letter of Agreement with The Brandt Companies, LLC for four (4) variable frequency drives at lift station No. 2 in the amount of $75,927 and authorize the City Manager, or designee, to execute any and all change orders within the amount set by State and Local law.

 

DEPARTMENTAL CLEARANCES:

 

Public Works

Finance

Legal

 

ATTACHED SUPPORTING DOCUMENTS:

 

Agreement

Buyboard Contract

Certificate of Interested Parties

Presentation