Legistar header
                                                         
File #: RS-25-066    Version: 1 Name: Killeen Fire Station 9 HVAC Retrofit
Type: Resolution Status: Resolutions
File created: 4/7/2025 In control: City Council
On agenda: 5/6/2025 Final action:
Title: Consider a memorandum/resolution approving the Killeen Fire Station 9 Heating, Ventilation and Air Conditioning System Retrofit through Brandt Companies, LLC, in the amount of $773,500.00.
Attachments: 1. Proposal & Quote, 2. Basis of Design, 3. BuyBoard Contract, 4. Contract Verification, 5. Certificate of Interested Parties, 6. Presentation
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title

 

Consider a memorandum/resolution approving the Killeen Fire Station 9 Heating, Ventilation and Air Conditioning System Retrofit through Brandt Companies, LLC, in the amount of $773,500.00.

 

Body

 

DATE:                     May 6, 2025                     

 

TO:                     Kent Cagle, City Manager                     

 

FROM:                     James Kubinski, Fire Chief                     

 

SUBJECT:                     Killeen Fire Station 9 Heating, Ventilation and Air Conditioning Retrofit                     

 

BACKGROUND AND FINDINGS:

 

Due to ventilation and humidity issues, the Killeen Fire Department requested engineering services provide a study and design of modifications to the Heating, Ventilation, and Air Conditioning (HVAC) system at Fire Station #9. The intent is to deliver a HVAC system design that will improve the ventilation and air quality of the Fire Station and to meet City of Killeen codes and standards. Brandt Companies LLC, a Mechanical, Electrical, and Plumbing Company on BuyBoard Contract #733-24, was contacted for a proposal. They provided 2 options which included a complete replacement, or a retrofit of the existing system with “Standalone Controls”. The Fire Department and Building Services agree that a retrofit of the existing system with “Standalone Controls” for a total of $773,500, is the best option.

 

THE ALTERNATIVES CONSIDERED:

 

1. Complete replacement of Fire Station 9 Heating, Ventilation, and Air Conditioning (HVAC) system; or.

2. Retrofit of the existing Fire Station 9 Heating, Ventilation, and Air Conditioning (HVAC) system with “Standalone Controls”.

 

Which alternative is recommended? Why?

 

Staff recommends approval of Alternative 2: Retrofit of the existing Fire Station 9 Heating, Ventilation, and Air Conditioning (HVAC) system with “Standalone Controls”. Alternative 2 is the more financially feasible alternative.

 

CONFORMITY TO CITY POLICY:

 

This item conforms to current City policies and applicable laws. This purchase will be made through Brandt Companies LLC, BuyBoard Contract #733-24. Purchases made through a cooperative contract 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?

 

$773,500

 

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

 

One-Time

 

Is this revenue/expenditure budgeted?

 

No

 

If not, where will the money come from?

 

If City Council Approves this expenditure, Governmental CIP fund balance will be appropriated on the year end budget amendment.

 

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

 

Upon approval of the year end budget amendment, funding will be appropriated in the Governmental CIP Fund in account 300-56110-900-500-925017 (Capital Outlay Building)

 

RECOMMENDATION:

 

Approve the proposal provided to retrofit the Fire Station #9 Heating, Ventilation, and Air Conditioning (HVAC) system provided by Brandt Companies LLC, through their BuyBoard cooperative contract #733-24 in the amount of $773,500 for fiscal year 2025, and authorize the City Manager, or his designee, to execute any, and all change orders within the amounts set by state and local law.

 

DEPARTMENTAL CLEARANCES:

 

Legal, Purchasing, Finance

 

ATTACHED SUPPORTING DOCUMENTS:

 

Proposal & Quote

Basis of Design

BuyBoard Contract

Contract Verification

Certificate of Interested Parties

Presentation