HomeMy WebLinkAboutPR 22539: PURCHASE OF REPLACEMENT DIGESTER BLOWER AT THE MAIN WWTP Enew y\
,c2i)
nrt rthul_
INTEROFFICE MEMORANDUM
Date: April 29, 2022
To: The Honorable Mayor and City Council
Through: Ronald Burton, City Manager
From: Calvin Matthews, Water Utilities Director
RE: PR No. 22539—Purchase of Replacement Digester Blower at the Main WWTP
Introduction:
The intent of this Agenda Item is to seek the City Council's approval for the City Manager to
purchase one (1) replacement digester blower at the Main Wastewater Treatment Plant
(WWTP).
One of the digester blowers at the Main WWTP failed and needed to be repaired or replaced
for proper treatment of sludge. After further inspection of the blower, it was determined by
both RPM Services, Inc. and City staff that the blower needs to be replaced. RPM Services,
Inc. provided a Buyboard Quote (No. 589-19) of$25,167.40 to repair the blower and funds are
available in Account No. 410-40-225-5318-00-00-000, Equipment Maintenance.
Background:
The blower system at the Main WWTP supplies aeration to the digester to maintain the
required oxygen levels for the successful treatment of sludge. Replacement of this blower will
bring our oxygen supply system back up to 100% design capacity.
Budget Impact:
This equipment replacement costs $25,167.40 and will be funded from Account No. 410-40-
225-5318-00-00-000, Equipment Maintenance.
Recommendation:
It is recommended that City Council approve PR No. 22539, allowing the City Manager to
purchase one (1) replacement digester blower for the Main WWTP, as described/outlined
above.
"Remember,we are here to serve the Citizens of Port Arthur"
PR No. 22539
4/29/22 bw
Page 1 of 3
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO ACCEPT THE PROPOSAL FOR THE PURCHASE
AND INSTALLATION OF ONE (1) REPLACEMENT
BLOWER FOR THE WATER UTILITIES DEPARTMENT,
WASTEWATER TREATMENT DIVISION, THROUGH
BUYBOARD QUOTE NO. 589-19 FROM RPM SERVICES,
INC. OF IOWA COLONY, TEXAS WITH A TOTAL
PROJECTED BUDGETARY IMPACT AMOUNT OF
$25,167.40. FUNDS ARE AVAILABLE IN ACCOUNT
NUMBER 410-40-225-5318-00-00-000, EQUIPMENT
MAINTENANCE.
WHEREAS, the Water Utilities Department experienced the failure of one (1) digester
blower(No. 3) at the Main Wastewater Treatment Plant; and,
WHEREAS, the failed blower needs to be replaced for proper treatment of wastewater;
and,
WHEREAS, RPM Services, Inc. of Iowa Colony, Texas attempted the repair of blower
no. 3,however,the blower was beyond repair and needed to be replaced; and,
WHEREAS, Chapter 271 of the Texas Local Government Code allows a city, by
resolution of its governing body,to participate in cooperative purchasing programs, such as Texas
BuyBoard, as an alternative to formal bid process; and,
WHEREAS, pursuant to Resolution No. 02-341, the City of Port Arthur entered into an
interlocal agreement for cooperative purchasing with the BuyBoard Cooperative Purchasing
Program.
NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR:
THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to
purchase, on behalf of the City of Port Arthur, purchase one (1) blower through RPM Services,
PR No. 22539
4/29/22 bw
Page 2 of 3
Inc., for the unit price shown in Exhibit "A", with a total projected budgetary impact amount of
$25,167.40; and,
THAT, funding for this material is provided for in the Water Utilities Department budget;
and,
THAT, a copy of the caption of this resolution be spread upon the minutes of the City
Council.
READ, ADOPTED AND APPROVED THIS day of , 2022
at a Regular Meeting of the City Council of the City of Port Arthur, Texas,by the following vote:
AYES: Mayor ;
Councilmembers:
NOES:
Thurman"Bill" Bartie
Mayor
ATTEST: APPROVED FOR ADMINISTRATION:
Sherri Bellard Ronald Burton
City Secretary City Manager
PR No. 22539
4/29/22 bw
Page 3 of 3
APPROVED AS TO FORM:
a ecia Ti enodli
Cli o ' I i_ 1L/J4plliams, CPB
City Attorney Purchasing Manager
Calvin atthews, P.E.
Water Utilities Director
APPROVED AS TO THE AVAILABILITY
OF FUNDS:
Kandy Daniel
Interim Director of Finance
Exhibit "A"
(Proposal)
RPM SERVICES, INC.
' PM 27920 Hwy 288 Iowa Colony, Texas 77583
SER Vl CE
" — Office: (281) 595-3165 E-fax: (713) 513-5410
e PROPOSAL
DATE: 2/25/22 Buy Board#: 589-19 PROPOSAL: Q21-4105-283
CUSTOMER: City of Port Author
ATTENTION: Danny
LOCATION: WWTP
EMAIL: Danny.Thibodeaux@portarthurtx.gov
FROM: Mike Vaughn
SUBJECT: Roots 624 Blower and Silencer
Po: 22200545
Work Scope:
• New 6024 T/D Blower(Drop In Replacement)
• Provide New inlet Silencer
o Remove old silencer
• Install new blower and Silencer
Estimated Cost: $25,167.40
Existing driver to be reused or new driver provided.
This quote is for Parts, Material, Labor, & Delivery. This budgetary quotation is based upon the job scope
listed above. Project completion is subject to acquiring any long lead parts. Any additional repairs found
necessary that are not covered by this budgetary quotation will be submitted for your approval prior to the
work being completed.
We appreciate the opportunity to provide this budgetary quotation and look forward to assisting with your
maintenance needs in the future. If there are any questions, please call me at either of the numbers listed
below.
Thank you
Mike Vaughn
RPM Services Inc.
Office: 281.595.3165
Cellular: 281.808.4998
E-fax: 713.513.5410
STANDARD TERMS&CONDITIONS
QUOTATIONS—All quotations subject to acceptance within thirty(30)days from date of issue and are subject to change without no tice
thereafter. Any variance from the terms and conditions contained herein is subject to the approval and acceptance by an a ut h o riz ed
representative of the Seller and is not binding until so approved and accepted in writing.
Tel: 281-595-3165 www rpm-services.com Fax 281-595-3046
DELIVERY—Seller shall be excused for any delay in deliveryor partial delivery,hereunder,resulting from any cause beyond its reasonable
control,including but not limited to fire,explosion,flood,epidemic,war,interruption or delay in transportation or labor troubles. In case
of delay caused by Buyer's failure to furnish necessaryinformation as to specific detals to be determined by said buyer,Seller may extend
date for shipment for a reasonable time,based on period of Buyer's delay and/or conditions at Seller's service center. In case shipment is
delayed by Buyer's fail ire to furnish shipping instructions or other details on req uest,Sel l er may at its option invoice material ready f o r
shipment,and payment therefore shall be made in accordance with the terms hereof.
TITLE OF EQUIPMENT—The title to the goods and/or services sold hereunder,and the right of repossession and removal thereof, s hall
remain with the Seller until payment in full. Buyer agrees to properlycare for all equipment and material delivered until the same is fu I ly
paid for,and to hold the Seller harmless against any taxes assessed upon the equipment and material,or any part thereof,of ter
shipment.
EQUIPMENTSERVICESSOLDF.O.B.RPM FACILITY—All goods are sold F.O.B.Seller's Service Center.Delivery by Seller to Buyer is
completed when the equipment is properly pad<aged for shipment,including any special shipping instrudions from Buyer and ha nded
over to and signed for by Carrier,the goods thereafter being at Buyer's risk. Buyer will make all claims against Carrier for damage
incurred during shipment.
INSURANCE—From time of shipment to full payment to Seller,Buyer shall insure for benefit of Seller and Buyer goods furnished
hereund er fo r fi re,windstorm,and extended coverage.Buyer hereby waives all rights to recover from Sel l er fo r damage or loss for whi c h
buyer is protected by insurance. Seller makes no warranty,either expressed or implied in connection with the services of its field service
personnel and shall have no liability either direct or indirect or for any loss,damage,injury,orexpenseresulting from o r arising out of
their service,and in no event for consequential damage or injury or for any amount in excess of the amount the Buyer paid the Seller fo r
services rendered. The Sellers insurance coverage includes field services personnel while at the job site o r traveling to and from the j o b
site. Seller's insurance certificates are available upon request.
EQUIPMENTMODIFICATIONS—The Seller in conjunction with the Buyer will determine the design specif ications associated with all
equipment alterations and/or modifications to improveoperational functionality. All modifications and/or repairs shall comply with
acceptable rotating equipment engineering practices and standards. Modifications that may be considered experimental will require
approval from the Buyer prior to proceeding.
WARRANTY—Seller warrants the equipment to be as specified herein. It is agreed that there are no other warranties, exp ressed o r
implied. Defects,which develop under normal and proper use and maintenance within twelve(12)months from date of shipment,will be
corrected(defective parts/servicewil l be performed F.O.B.Service Center),provided Buyer has complied with the Warranty Validation
requirements shipped with the equipment item and given prompt notice to Sel ler of any such defects. Equipment is not guaranteed
against chemical attack,corrosion,or ab rasion,but all normal precautions will be taken to assure that goods used are of the material
grade and analysis specified. No allowance will be made for repairs or replacements not authorized in writing by the Seller. Seller shall
be notified of,and reserves the right to be represented at,any tests and/or inspections that Buyer may perform i n conducting a root
cause failure analysis. It is agreed that Seller shall in no event be held responsible or liable for any loss,d a ma g e, injury,o r expense
resulting from or arising out of their service,and in no event for consequential damage or injury for any amount in excess of the cost of
repair or replacement ofa specified part that may be found defective. All equipment components manufactured by others, but not
included as part of specified equipment,will be subject to the standard warranty as issued by its manufacturer.
TAXES—Any tax,Federal,State or Municipal,levied on the sale of the equipment described herein or o n the use or possession thereof
after shipment bySeller,shall be borne and paid by Buyer;and if any such taxshal I be due and payable and if Seller shall be chargeable
by law for collection of same, Buyer will pay same to Seller on demand whether or not this contract of sale shall have been fully
performed.
INVOICES—All invoices are due"Net 30"from the invoice date,unless otherwise negotiated. Invoices not paid when due will be subject
to 1%interest permonthfromthedatethe invoice is duetothedate paid. In case a note is accepted,it shall not be deemed payment
but only evidence of indebtedness,and if any note,or renewal note,s hall not be paid when due,the entire outstanding balance s hall at
option of holder become immediately due and payable,all fees and costs incurred in connection with the collection of any sum due to b e
paid by Buyer.
CANCELLATION—Buyer may not cancel any order except upon written notice to Seller and on payment of a reasonable and proper s um
to compensate Seller for exp ernes incurred in processing said order to the date of cancellation,including planning,technical services,
expenses and all work performed and other commitments incurred from date o f acceptance to date of cancellation.
COMPLETE AGREEMENT—This document shall representthe final,complete and exclusive sthtementof agreement between the parties
and may not be modified,supplemented,explained,or waived,except in writing,signed by an authorized representative of the Seller. In
the case of invalid provisions exist herein,the invalidityor unenforceabilityof any particular provision of the Terms and Conditions herein
shall not affect the other provisions hereof,and the Terms and Conditions herein shall be construed in all respects as if such invalid o r
unenforceable provision were omitted. This document shall be interpreted and enforced in accordance with the laws of the State of
Texas,and Texas shall be the forum state for all disputes herein.
Tel: 281-595-3165 www.rpm-services.com Fax: 281-595-3046