Skip to main content
Legistar header
                                                         
File #: RS-25-138    Version: 1 Name: Terminal Mechanical and Security Improvements
Type: Resolution Status: Resolutions
File created: 6/30/2025 In control: City Council
On agenda: 9/2/2025 Final action:
Title: Consider a memorandum/resolution awarding Bid No. 25-30, Terminal Mechanical and Security Improvements, to The Trevino Group, Inc., in the amount of $4,989,775.00.
Sponsors: Aviation Department
Attachments: 1. Recommendation of Award and Bid Tab, 2. Contract, 3. Certificate of Interested Parties, 4. Presentation
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title

 

Consider a memorandum/resolution awarding Bid No. 25-30, Terminal Mechanical and Security Improvements, to The Trevino Group, Inc., in the amount of $4,989,775.00.

 

Body

 

DATE:                     September 2, 2025                     

 

TO:                     Kent Cagle, City Manager                     

 

FROM:                     Mike Wilson, Executive Director of Aviation                     

 

SUBJECT:                     Award Bid No. 25-30, Terminal Mechanical and Security Improvements Project                     

 

BACKGROUND AND FINDINGS:

 

The Terminal Mechanical and Security Improvements Project includes replacing the outbound baggage system’s computer server and software, which is over 10 years old, and upgrading the baggage claim carousels in the terminal, originally installed in 2004 and now beyond their useful life. Additionally, glass panels on the passenger boarding bridges at Gates 1 and 6 will be replaced and the airport’s emergency generator will be upgraded due to aging and declining reliability.

 

The City applied for and received a Federal Aviation Administration (FAA) Airport Infrastructure Grant (AIG) for the design phase of this project.  The Terminal Mechanical and Security Improvements were initially separate projects. However, due to the bidder’s inability to meet FAA Buy American requirements for the Security Improvements, the FAA directed the City to combine the construction phases and re-bid to ensure compliance. The project design has been completed.

 

The construction phase of this project will be funded 95% through a separate FAA AIG, with the remaining 5% match provided by the Passenger Facility Charge (PFC) Fund.

 

Advertising began on April 6, 2025, and appeared in the local newspaper as well as the City’s website. Additionally, it was advertised on multiple statewide electronic bidding sites. A pre-bid meeting was held on April 22, 2025, with three (3) general contractors and three (3) sub-contractors attending.

 

Bids were opened on May 20, 2025, and the City of Killeen received three (3) bids as follows:

 

                     The Trevino Group Inc.                     Cerris Builders                     Valcorp Enterprises, LLC

Base Bid A                     $1,449,254.37                                                               $2,079,000.00                                          $832,000.00

Base Bid B                     $992,569.45                                                               $638,000.00                                          $672,000.00

Base Bid C                     $1,579,580.18                                                               $2,543,998.00                                          $2,314,543.40

Add Alt. 1                     $543,053.00                                                               $560,000.00                                          $599,171.25

Add Alt. 3                     $283,868.00                                                               (no response)                                          $2,872,467.50

Add Alt. 4                     $141,450.00                                                               $158,000.00                                          $155,325.30

Total                     $4,989,775.00                                          $5,978,998.00                     $7,445,507.45

 

A thorough review of each bid package was completed by the airport’s consultant and staff and the lowest responsive bidder was The Trevino Group Inc., with a total bid of $4,989,775 for Base Bids A, B, and C, and Add Alternates 1, 3, and 4. Add Alternate 2 was excluded as outlined in Addendum No. 4 of the bid documents.

 

Airport Staff and consultant believe that the bid submitted by The Trevino Group, Inc., meets all bid requirements and is the best value for the Killeen Regional Airport.  Therefore, the consultant and Staff’s recommendation are to award the construction contract to The Trevino Group Inc. in the amount of $4,989,775.

 

THE ALTERNATIVES CONSIDERED:

 

N/A

 

Which alternative is recommended? Why?

 

N/A

 

CONFORMITY TO CITY POLICY:

 

This item conforms to local and state policies.

 

FINANCIAL IMPACT:

 

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

 

The current fiscal year is $4,989,775.

 

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

 

This is a one-time expenditure.

 

Is this revenue/expenditure budgeted?

 

Funding will be appropriated to the revenue and expense account in the Aviation CIP Grant Fund and the expense account in the Aviation PFC Fund upon approval of the year-end budget amendment.

 

341-43100-900-600-923039 Federal Grant Reimbursement $4,740,287

341-56201-900-605-923039 – 95% AIG Grant $4,740,287

343-56206-900-603-923039 – 5% PFC Funds $249,489.

 

If not, where will the money come from?

 

N/A

 

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

 

Funding will be appropriated upon approval of the year-end budget amendment.

 

RECOMMENDATION:

 

Staff recommends that the City Council award a construction contract to The Trevino Group Inc., in the amount of $4,989,775, for the Terminal Mechanical and Security Improvements Project and authorize the City Manager or designee to execute all contract documents and any and all change orders or actions within the amounts set by state and local law.

 

DEPARTMENTAL CLEARANCES:

 

Purchasing

Finance

Legal

 

ATTACHED SUPPORTING DOCUMENTS:

 

Recommendation of Award and Bid Tab

Contract

Certificate of Interested Parties

Presentation