Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 03/25/2025 Item #16C 2 (Approve Agreement No. 24-059-NS, “Komline-Sanderson Belt Press Equipment, Parts, and Services,” )
3/25/2025 Item # 16.C.2 ID# 2025-605 Executive Summary Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County Water-Sewer District, approve Agreement No. 24-059-NS, “Komline-Sanderson Belt Press Equipment, Parts, and Services,” under a sole source waiver with Komline-Sanderson Corporation, authorize expenditures up to $200,000 per Fiscal Year for an estimated total amount of $1,000,000 for the entire duration of the Agreement, and authorize the Chairman to sign the Agreement. OBJECTIVE: To approve a sole source agreement with Komline-Sanserson Corporation (“Komline”), to procure and protect County equipment used in the Water and Wastewater Divisions to maintain compliance with local, State, and federal laws, regulations, standards, policies and operating permits. CONSIDERATIONS: On September 26, 2023 (Agenda Item 16.C.2), the Board approved a group of single- and sole- source waivers, which included Komline-Sanderson for $175,000 for Fiscal Year 2024 only, with the direction to staff to seek formal agreements with the various vendors. This Agenda item will establish the negotiated Agreement with Komline and a request for increased expenditures up to $200,000 per Fiscal Year, due to increased average spending over the last five years on maintaining the equipment. Komline is the original equipment manufacturer for the installed belt press dewatering equipment, which uses patented plow mixing technology. The County has spent over $8,000,000 in the past 20 years on Komline belt press dewatering equipment that was installed when the plants were built. The belt press equipment is used for dewatering of sludge at the NCWRF and the SCWRF. This equipment is critical to the treatment process and is required to allow for waste sludge disposal from the treatment plants and to meet FDEP permitting requirements at these facilities. Pursuant to Section Eleven of the Collier County Procurement Ordinance 2017-08, as amended, staff requests that the Board find that it is in the best interest of the County to continue to waive competition and allow procurement of the requested products and services required to meet the Water and Wastewater operational needs on a sole source basis. Procurement Services Division posted a public notice of the County’s intent to designate Komline-Sanderson as a sole source provider to the vendor community through Procurement’s bidding platform for seven days and did not receive any responses. This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and facilities to effectively, efficiently, and sustainably meet the needs of our community. It further is in support of the Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public infrastructure resources through proper planning and preventative maintenance as well as use the Annual Update and Inventory Report (AUIR) and other planning tools to establish and implement plans that concurrently provide public infrastructure. FISCAL IMPACT: Funds in an estimated amount of $200,000 per Fiscal Year have been budgeted in the FY 2025 Collier County Water-Sewer District Operating Fund (4008), the Water Capital Project Fund (4012), and the Wastewater Capital Project Fund (4014). As the utility system ages, the quantity of materials purchased will vary depending on the actual repair/replacement needs and may exceed the estimated expenditures over the life of the contract beyond $1,000,000 pursuant to Board approved operating and capital budgets. Any increase above the $1,000,000 threshold during the 5-year contract term will require additional Board approval. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. - SRT RECOMMENDATIONS: Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County Water-Sewer District, approve Agreement No. 24-059-NS, “Komline-Sanderson Belt Press Page 2725 of 5415 3/25/2025 Item # 16.C.2 ID# 2025-605 Equipment, Parts, and Services,” under a sole source waiver with Komline-Sanderson Corporation, authorize expenditures up to $200,000 per Fiscal Year for an estimated total amount of $1,000,000 for the entire duration of the Agreement, and authorize the Chairman to sign the Agreement. PREPARED BY: Matt McLean, P.E., Director, Engineering and Project Management Division ATTACHMENTS: 1. ColllierCounty-Sole Source 2 -2025 2. Komline Sanderson Agreement 24.059.NS 02.13.25 3. 24-059-NS Insurance_Komline-Sanderson- 4. 25-030-WV Komline-Sanderson Page 2726 of 5415 Page 2727 of 5415 Page 2728 of 5415 Page 2729 of 5415 Page 2730 of 5415 Page 2731 of 5415 Page 2732 of 5415 Page 2733 of 5415 Page 2734 of 5415 Page 2735 of 5415 Page 2736 of 5415 Page 2737 of 5415 Page 2738 of 5415 Page 2739 of 5415 Page 2740 of 5415 Page 2741 of 5415 Page 2742 of 5415 Page 2743 of 5415 Page 2744 of 5415 Page 2745 of 5415 Page 2746 of 5415 Page 2747 of 5415 Page 2748 of 5415 Page 2749 of 5415 Page 2750 of 5415 Page 2751 of 5415 Page 2752 of 5415 Page 2753 of 5415 Page 2754 of 5415 Page 2755 of 5415 Page 2756 of 5415 Page 2757 of 5415 Page 2758 of 5415 Page 2759 of 5415 Page 2760 of 5415 Page 2761 of 5415 Page 2762 of 5415 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Komline-Sanderson Belt Press Equiptment, Parts, and Services Komline-Sanderson Corporation 24-059-NS The COI is in compliance. ✔✔ GonzalezGre ily Digitally signed by GonzalezGreily Date: 2024.09.13 15:19:58 -04'00' Page 2763 of 5415 Holder Identifier : 7777777707070700077761616045571110767717006304446307662007550507120070571577277302230773435557345446107537736123162230076360445724577530766155152112742007727330663047512076727242035772000777777707000707007 7777777707070700073525677115456000732104513573006107023236353162000071222362531731010712333724207211007132336252073111071233363520731100713233635317300107132336252173110077756163351765540777777707000707007Certificate No :570108052866CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 09/08/2024 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services South, Inc. Atlanta GA Office 3550 Lenox Road NE Suite 1700 Atlanta GA 30326 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 10717Aspen Specialty Insurance CompanyINSURER A: 20281Federal Insurance CompanyINSURER B: 20044Berkshire Hathaway Homestate Ins Co.INSURER C: INSURER D: INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: Komline-Sanderson Corporation 12 Holland Ave Peapack NJ 07977-5008 USA COVERAGES CERTIFICATE NUMBER:570108052866 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $25,000 $1,000,000 $2,000,000 $2,000,000 $1,000,000Contractors Pollutio A 06/01/2024 06/01/2025 Y ER00WAV24 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000B06/01/2024 06/01/2025Y $1,000 COMBINED SINGLE LIMIT (Ea accident) 9949-95-63 Comprehensive Deduct EXCESS LIAB OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED UMBRELLA LIAB RETENTION E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTEC06/01/2024 06/01/2025 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 KOWC524936 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners, or, Board of County Commissioners in Collier County, or Collier County Government and Collier County are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability Policies. General Liability policy evidenced herein is Primary and Non-Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. Should General Liability policy be cancelled before the expiration date thereof, the policy provisions will govern how notice of cancellation may be delivered to certificate holders in accordance with the policy provisions of each policy. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECollier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Page 2764 of 5415 AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: 570108052866 570108052866 Aon Risk Services South, Inc. 570000093913 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # Komline-Sanderson Corporation TYPE OF INSURANCE POLICY NUMBER LIMITS GENERAL LIABILITY A ER00WAV24 06/01/2024 06/01/2025 AUTOMOBILE LIABILITY B 9949-95-63 06/01/2024 06/01/2025 SIR/Deductib le $25,000 Collision Deductible $1,000 Y Y ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 2765 of 5415 Addendum AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: Aon Risk Services South, Inc. 570000093913 570108052866 570108052866 Page _ of _ Komline-Sanderson Corporation Named Insureds: Komline-Sanderson Holding Company, LLC Komline-Sanderson Intermediate, Inc. Komline-Sanderson Group, Inc. Komline-Sanderson Corporation Komline-Sanderson Ltd. Barnes International, LLC Barnes HR Real Estate LLC Haselden Acquisition, LLC Harn RO System, Inc. AquaShield, Inc. Fluid Quip KS, LLC Fluid-Quip Asia LLC FQ Real Estate, LLC ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 2766 of 5415 INSURANCE AND BONDING REQUIREMENTS Solicitation Information, Services or Products Being Procured: ___________________________________________________ _________________________________________________________________________________________________________ Insurance / Bond Type Required Limits 1.Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2.Employer’s Liability $___________ single limit per occurrence 3.Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_______________single limit per occurrence, $_______________aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4.Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5.Automobile Liability $_________ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6.Other insurance as noted:Watercraft $____________Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $____________Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $____________Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $____________ each occurrence if applicable to the completion of the Services under this Agreement. Pollution $____________Per Occurrence Professional Liability $____________Per claim &aggregate Crime/ Employee Dishonesty $____________ Per Occurrence Cyber Liability $____________ Per Occurrence Technology Errors & Omissions $____________ Per Occurrence Other: ___________________________ $____________Per Occurrence Other: ___________________________ $____________Per Occurrence 1,000,00 1,000,000 2,000,000 1,000,000 Page 2767 of 5415 7. Bid Bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Risk Management Review Section _____________________________________________ Reviewer Printed Name ____________________________________________ Review Signature _______________________ Date Greily Gonzalez GonzalezGreily Digitally signed by GonzalezGreily Date: 2024.08.20 16:07:58 -04'00' Page 2768 of 5415 WAIVER REQUEST FORM /ŶƐƚƌƵĐƟŽŶƐ: The Procurement Ordinance, 17-Ϭϴ͕ ĂƐ ĂŵĞŶĚĞĚ͕^ĞĐƟŽŶ ůĞǀĞŶ͕ WƌŽĐƵƌĞŵĞŶƚ DĞƚŚŽĚƐ, ĚĞĮŶĞƐ ƐŝŶŐůĞ ĂŶĚƐŽůĞƐŽƵƌĐĞ͘CŽŵƉůĞƚĞƚŚŝƐĨŽƌŵĨŽƌƉƵƌĐŚĂƐĞƐŐƌĞĂƚĞƌƚŚĂŶΨϯ͕ϬϬϬĂŶĚƉƌŽǀŝĚĞƚŚĞƐƵƉƉŽƌƟŶŐĚŽĐƵŵĞŶƚĂƟŽŶƚŽ ƚŚĞWƌŽĐƵƌĞŵĞŶƚ^ĞƌǀŝĐĞƐŝǀŝƐŝŽŶ͘tĂŝǀĞƌƌĞƋƵĞƐƚƐŐƌĞĂƚĞƌƚŚĂŶΨϱϬ͕ϬϬϬǁŝůůƌĞƋƵŝƌĞĂƉƉƌŽǀĂůďLJƚŚĞŽĂƌĚŽĨ ŽƵŶƚLJŽŵŵŝƐƐŝŽŶĞƌƐ͘CŽŵƉůĞƚĞĂůůƐĞĐƟŽŶƐŽĨƚŚŝƐĨŽƌŵprior ƚŽƐƵďŵŝƫŶŐŝƚƚŽWƌŽĐƵƌĞŵĞŶƚ͘ ĞĮŶŝƟŽŶƐ͗ x ^ŝŶŐůĞƐŽƵƌĐĞ ƌĞĨĞƌƐƚŽĂƉƌŽĐƵƌĞŵĞŶƚĚŝƌĞĐƚĞĚƚŽŽŶĞƐŽƵƌĐĞďĞĐĂƵƐĞŽĨ ƐƚĂŶĚĂƌĚŝnjĂƟŽŶ͕ǁĂƌƌĂŶƚLJ͕ŽƌŽƚŚĞƌ ĨĂĐƚŽƌƐ͕ĞǀĞŶƚŚŽƵŐŚŽƚŚĞƌĐŽŵƉĞƟƟǀĞƐŽƵƌĐĞƐŵĂLJďĞĂǀĂŝůĂďůĞ͘ x ^ŽůĞƐŽƵƌĐĞ ƌĞĨĞƌƐƚŽĂƉƌŽĐƵƌĞŵĞŶƚǁŚĞƌĞƚŚĞƐĞůĞĐƟŽŶŽĨŽŶĞƉĂƌƟĐƵůĂƌƐƵƉƉůŝĞƌƚŽƚŚĞĞdžĐůƵƐŝŽŶŽĨĂůůŽƚŚĞƌƐ ŵĂLJďĞďĂƐĞĚŽŶĂůĂĐŬŽĨĐŽŵƉĞƟƟŽŶ͕ƉƌŽƉƌŝĞƚĂƌLJƚĞĐŚŶŽůŽŐLJ͕ĐŽƉLJƌŝŐŚƚ͕ǁĂƌƌĂŶƚLJ͕ŽƌĂƐƵƉƉůŝĞƌ͛ƐƵŶŝƋƵĞ capaďŝůŝƚLJ͘ SECTION ONE ZĞƋƵĞƐƚĞƌEĂŵĞ͗ ŝǀŝƐŝŽŶ͗ /ƚĞŵͬ^ĞƌǀŝĐĞ͗ sĞŶĚŽƌEĂŵĞ͗ SECTION TWO ,ŝƐƚŽƌŝĐĂůŽƵŶƚLJǁŝĚĞ Spend: ZĞƋƵĞƐƚĞĚĂƚĞZĂŶŐĞ͗ EŽƚƚŽdžĐĞĞĚŵŽƵŶƚ WĞƌ&ŝƐĐĂůzĞĂƌ͗ Is ƚŚĞƌĞĂŶĂŐƌĞĞŵĞŶƚ ĂƐƐŽĐŝĂƚĞĚǁŝƚŚƚŚŝƐǁĂŝǀĞƌƚŽ ďĞƌĞǀŝĞǁĞĚďLJŽŶƚƌĂĐƚƐ͍ zĞƐEŽ SECTION THREE YƵŽƚĞͬWƌŽƉŽƐĂů͗ zĞƐ EŽ /ĨLJĞƐ͕ĂƩĂĐŚ͘ ŐƌĞĞŵĞŶƚͬdĞƌŵƐΘŽŶĚŝƟŽŶƐ͗ zĞƐ EŽ /ĨLJĞƐ͕ĂƩĂĐŚ͘ SECTION FOUR ^ŽůĞ^ŽƵƌĐĞ ^ŝŶŐůĞ^ŽƵƌĐĞ One Time Purchase DƵůƟƉůĞWƵƌĐŚĂƐĞƐ SECTION FIVE ĞƐĐƌŝƉƟŽŶŽĨWƵƌĐŚĂƐĞ͘ŶƚĞƌĂĚĞƐĐƌŝƉƟŽŶŽĨƚŚĞŝƚĞŵ;ƐͿƚŚĂƚǁŝůůďĞƉƵƌĐŚĂƐĞĚƵŶĚĞƌƚŚŝƐǁĂŝǀĞƌ͘ WƵƌƉŽƐĞ͘ĞƐĐƌŝďĞŝŶĚĞƚĂŝůƚŚĞƉƵďůŝĐƉƵƌƉŽƐĞŽĨƚŚĞƌĞƋƵĞƐƚĞĚŝƚĞŵ;ƐͿĂŶĚǁŚLJŝƚŝƐĞƐƐĞŶƟĂůƚŽŽƵŶƚLJŽƉĞƌĂƟŽŶƐ͘ WĂŐĞ ϭ ŽĨ4 ZĞǀŝƐĞĚϵͬϮϬϮϯ Wayne Karlovich PU Engineering & Project Management Belt Press Dewatering and Services Komline-Sanderson $ 911,674 5 YEARS $ 200,000 Direct Purchase of equipment, parts and services of Komline-Sanderson belt press dewatering equipment from Komline-Sanderson. The county currently has Komline-Sanderson belt press dewatering systems used for dewatering of sludge at the NCWRF and the SCWRF. They are critical to the treatment process and are required to allow for waste sludge disposal from the treatment plants and to meet FDEP permitting requirements at these facilities. Historical spend is through FY23. Fiscal Year spend increase request from $175,000 to $200,000 due to increased average spend over the last five-years in maintaining the equipment. To ensure that Collier County Water and Wastewater Division complies with all applicable local, State, and federal codes, laws, regulations, standards, policies, and operating permits. To provide suitable sludge dewatering equipment to ensure treatment performance meets the requirements of the downstream process, and to minimize the cost of sludge hauling and disposal to the landfill disposal site. Page 2769 of 5415 t/sZZYh^d&KZD WĂŐĞ2 ŽĨ4 ZĞǀŝƐĞĚϵͬϮϬϮϯ SECTION SIX /ŶĨŽƌŵĂƟŽŶdĞĐŚŶŽůŽŐLJ͘^ĞůĞĐƚzĞƐŝĨƚŚĞƉƌŽĚƵĐƚƐͬƐĞƌǀŝĐĞƐĂƌĞƌĞůĂƚĞĚƚŽ/ŶĨŽƌŵĂƟŽŶdĞĐŚŶŽůŽŐLJ͘/ĨLJĞƐ͕ƉƌŽǀŝĚĞƚŚĞ WƵƌĐŚĂƐŝŶŐŽŵƉůŝĂŶĐĞŽĚĞ;WͿŶƵŵďĞƌŽƌĞŵĂŝůĂƉƉƌŽǀĂůĚŽĐƵŵĞŶƚĂƟŽŶ͘ zĞƐEŽ/ĨLJĞƐ͕ƉƌŽǀŝĚĞƚŚĞWŶƵŵďĞƌ͗ SECTION SEVEN :ƵƐƟĮĐĂƟŽŶ͘/ĚĞŶƟĨLJƚŚĞĐƌŝƚĞƌŝĂƚŚĂƚƋƵĂůŝĮĞƐƚŚŝƐƉƵƌĐŚĂƐĞĂƐĂƐŽůĞŽƌƐŝŶŐůĞƐŽƵƌĐĞ͘ŚĞĐŬĂůůƚŚĂƚĂƉƉůLJ;ŝĨa ďŽdžŝƐ ĐŚĞĐŬĞĚ͕ŵĂŬĞƐƵƌĞƚŽƉƌŽǀŝĚĞĂŶĞdžƉůĂŶĂƟŽŶďĞůŽǁͿ͗ ^ŽůĞ^ŽƵƌĐĞ KŶůLJƵƚŚŽƌŝnjĞĚsĞŶĚŽƌŽƌŝƐƚƌŝďƵƚŽƌ͘/ƐƚŚŝƐǀĞŶĚŽƌƚŚĞŽŶůLJ ǀĞŶĚŽƌĂƵƚŚŽƌŝnjĞĚƚŽƐĞůůƚŚŝƐƉƌŽĚƵĐƚͬƐĞƌǀŝĐĞ͍ /ĨLJĞƐ͕ĞdžƉůĂŝŶďĞůŽǁĂŶĚƉƌŽǀŝĚĞĚŽĐƵŵĞŶƚĂƟŽŶĨƌŽŵƚŚĞŵĂŶƵĨĂĐƚƵƌĞƌĐŽŶĮƌŵŝŶŐĐůĂŝŵƐŵĂĚĞďLJƚŚĞ ĚŝƐƚƌŝďƵƚŽƌƐ͘ EŽŽŵƉĂƌĂďůĞWƌŽĚƵĐƚŽƌ^ĞƌǀŝĐĞ͘/ƐƚŚĞƌĞĂŶŽƚŚĞƌǀĞŶĚŽƌǁŚŽĐĂŶƉƌŽǀŝĚĞĂƐŝŵŝůĂƌƉƌŽĚƵĐƚͬƐĞƌǀŝĐĞ͕ ƌĞŐĂƌĚůĞƐƐŽĨĐŽƐƚ͕ĐŽŶǀĞŶŝĞŶĐĞ͕ƟŵĞůŝŶĞƐƐ͕ĞƚĐ͍͘ WƌŽĚƵĐƚŽŵƉĂƟďŝůŝƚLJ͘ŽĞƐƚŚŝƐƉƌŽĚƵĐƚͬƐĞƌǀŝĐĞƉƌŽǀŝĚĞĐŽŵƉĂƟďŝůŝƚLJǁŝƚŚĞdžŝƐƟŶŐĞƋƵŝƉŵĞŶƚƚŚĂƚƉƌŽŚŝďŝƚƐ ƐǁŝƚĐŚŝŶŐƚŽĂŶŽƚŚĞƌĐŽŵƉĂƌĂďůĞďƌĂŶĚͬǀĞŶĚŽƌ͍/ĨLJĞƐ͕ƉƌŽǀŝĚĞƚŚĞĚĞƚĂŝůĞĚĞdžƉůĂŶĂƟŽŶďĞůŽǁ͕ŝŶĐůƵĚŝŶŐǁŚĂƚ ǁŽƵůĚŽĐĐƵƌŝĨƚŚĞŽƚŚĞƌďƌĂŶĚͬǀĞŶĚŽƌǁĞƌĞƵƐĞĚ͘ WƌŽƉƌŝĞƚĂƌLJ͘/ƐƚŚŝƐƉƌŽĚƵĐƚͬƐĞƌǀŝĐĞƉƌŽƉƌŝĞƚĂƌLJ͍/ĨLJĞƐ͕ƉƌŽǀŝĚĞĂĚĞƚĂŝůĞĚĞdžƉůĂŶĂƟŽŶďĞůŽǁŽŶŚŽǁŝƚƐƵƐĞŝƐ ƌĞƐƚƌŝĐƚĞĚďLJƉĂƚĞŶƚ͕ĐŽƉLJƌŝŐŚƚ͕ŽƌŽƚŚĞƌĂƉƉůŝĐĂďůĞůĂǁƐĂŶĚ ƉƌŽǀŝĚĞĚŽĐƵŵĞŶƚĂƟŽŶǀĂůŝĚĂƟŶŐƚŚĂƚĐůĂŝŵ͘ ^ŝŶŐůĞ^ŽƵƌĐĞ ^ƚĂŶĚĂƌĚŝnjĂƟŽŶ͘/ƐƚŚŝƐƉƌŽĚƵĐƚͬƐĞƌǀŝĐĞƉĂƌƚŽĨĂƉƵƌĐŚĂƐĞƚŚĂƚƚŚĞŽƵŶƚLJŚĂƐĂůƌĞĂĚLJƐƚĂŶĚĂƌĚŝnjĞĚŽŶ͍/ĨLJĞƐ͕ ƉůĞĂƐĞƉƌŽǀŝĚĞĚĞƚĂŝůĞĚŝŶĨŽƌŵĂƟŽŶďĞůŽǁ͘ ĂƚĞŽĨ^ƚĂŶĚĂƌĚŝnjĂƟŽŶ͗ ŐĞŶĚĂ/ƚĞŵEƵŵďĞƌ͗ tĂƌƌĂŶƚLJ ͘/ƐƚŚŝƐƚŚĞŽŶůLJǀĞŶĚŽƌĂďůĞƚŽĐŽŵƉůĞƚĞĨĂĐƚŽƌLJ-ĂƵƚŚŽƌŝnjĞĚǁĂƌƌĂŶƚLJƐĞƌǀŝĐĞƐŽŶŽƵŶƚLJŽǁŶĞĚ ĞƋƵŝƉŵĞŶƚ͍/ĨLJĞƐ͕ƉƌŽǀŝĚĞƚŚĞĚŽĐƵŵĞŶƚĂƟŽŶǀĞƌŝĨLJŝŶŐƚŚĞǁĂƌƌĂŶƚLJ͘ 'ĞŽŐƌĂƉŚŝĐdĞƌƌŝƚŽƌLJ͘/ƐƚŚŝƐǀĞŶĚŽƌƚŚĞŽŶůLJǀĞŶĚŽƌĂƵƚŚŽƌŝnjĞĚƚŽƐĞůůƚŚŝƐƉƌŽĚƵĐƚͬƐĞƌǀŝĐĞŝŶŽƵƌƌĞŐŝŽŶ͍/Ĩ LJĞƐ͕ƉƌŽǀŝĚĞĚŽĐƵŵĞŶƚĂƟŽŶĨƌŽŵƚŚĞŵĂŶƵĨĂĐƚƵƌĞƌĐŽŶĮƌŵŝŶŐƚŚŽƐĞĐůĂŝŵƐ͘ KƚŚĞƌ&ĂĐƚŽƌƐ͘ŶLJŽƚŚĞƌƌĞĂƐŽŶŶŽƚůŝƐƚĞĚĂďŽǀĞ͘džƉůĂŝŶďĞůŽǁ͘ džƉůĂŝŶ͘,ŽǁĚŽĞƐƚŚŝƐƉƵƌĐŚĂƐĞŵĞĞƚƚŚĞŝĚĞŶƟĮĞĚƐŽůĞŽƌƐŝŶŐůĞƐŽƵƌĐĞĐƌŝƚĞƌŝĂĐŚĞĐŬĞĚĂďŽǀĞ͍ ✔ ✔ Komline-Sanderson is the exclusive original equipment manufacturer of the equipment installed at the Collier County facilities. The wastewater treatment plants and water reclamation facilities have been designed utilizing the Komline-Sanderson belt press dewatering equipment to meet the operational and regulatory requirements for treatment of wastewater at the facility. The existing belt press dewatering equipment has performed well and met our operation needs. Switching to an alternate vendor is not possible without incurring additional cost of hiring a design engineer to design the installation of the other brand/vendor. The design and construction needed to incorporate an alternate vendor would need to incorporate all aspects of the form, fit and function of the belt press dewatering equipment including: demolition, structural modifications, new structures, piping modifications, electrical modifications, control system modifications. Additionally the treatment plant staff have been trained on the operation and maintenance of the existing belt press dewatering equipment. Switching to an alternate vendor will require additional cost and time for training of the operation and maintenance staff. Page 2770 of 5415 t/sZZYh^d&KZD WĂŐĞϯ ŽĨ4 ZĞǀŝƐĞĚϵͬϮϬϮϯ ,ŽǁǁĂƐƚŚĞĚĞĐŝƐŝŽŶŵĂĚĞƚŽƵƐĞƚŚŝƐǀĞŶĚŽƌ͍ ĞƐĐƌŝďĞŝŶĚĞƚĂŝůŝĨĂĨŽƌŵĂůƐƚĂŶĚĂƌĚŝnjĂƟŽŶƉƌŽĐĞƐƐǁĂƐƉĞƌĨŽƌŵĞĚ ǀŝĂWƌŽĐƵƌĞŵĞŶƚŽƌŝĨƚŚĞƌĞŝƐĂŚŝƐƚŽƌŝĐĂůƉƌĞĐĞĚĞŶĐĞĞƐƚĂďůŝƐŚĞĚĨŽƌƚŚĞƵƐĞŽĨƚŚĞƉƌŽĚƵĐƚ͕ƉůĞĂƐĞĞdžƉůĂŝŶƉƵƌĐŚĂƐĞ͕ ĂŶĚƵƐĞŚŝƐƚŽƌLJĂŶĚƚŚĞĐƵƌƌĞŶƚůĞǀĞůŽĨŽƵŶƚLJŝŶǀĞƐƚŵĞŶƚŝŶƚŚĞƉƌŽĚƵĐƚ͘ džƉůĂŝŶǁŚLJŝƚŝƐŝŶƚŚĞŽƵŶƚLJ͛ƐďĞƐƚŝŶƚĞƌĞƐƚƚŽƵƐĞƚŚŝƐƉƌŽĚƵĐƚͬƐĞƌǀŝĐĞƌĂƚŚĞƌƚŚĂŶŝƐƐƵŝŶŐĂĐŽŵƉĞƟƟǀĞƐŽůŝĐŝƚĂƟŽŶ͘ tŚĂƚĂƌĞƚŚĞďĞŶĞĮƚƐĨƌŽŵƚŚĞĐŽŶƟŶƵĞĚƵƐĞ͍ƌĞƚŚĞƌĞĐŽƐƚƐƚŚĂƚǁŽƵůĚďĞŝŶĐƵƌƌĞĚŝĨĂĚŝīĞƌĞŶƚǀĞŶĚŽƌͬƉƌŽĚƵĐƚ ǁĂƐƵƐĞĚ͍tŚĂƚǁŽƵůĚŽĐĐƵƌŝĨĂŶŽƚŚĞƌďƌĂŶĚͬǀĞŶĚŽƌǁĂƐƵƐĞĚ͍ džƉůĂŝŶŚŽǁƚŚĞƉƌŝĐŝŶŐĐŽŵƉĂƌĞƐƚŽŽƚŚĞƌǀĞŶĚŽƌƐͬƉƌŽĚƵĐƚƐĂŶĚŝƐŝƚĐŽŶƐŝĚĞƌĞĚƚŽďĞĨĂŝƌĂŶĚƌĞĂƐŽŶĂďůĞ͘ WƌŽǀŝĚĞ ŝŶĨŽƌŵĂƟŽŶŽĨŚŝƐƚŽƌŝĐĂůƵƐĞĂŶĚǁŚĞƚŚĞƌƉƌŝĐŝŶŐŚĂƐŝŶĐƌĞĂƐĞĚͬĚĞĐƌĞĂƐĞĚ͘/ĨƐŽůĞƐŽƵƌĐĞĂŶĚŶŽŽƚŚĞƌƉƌŽĚƵĐƚŝƐ ĂǀĂŝůĂďůĞ͕ƉƌŽǀŝĚĞƚŚĞĐŽƐƚĨŽƌĂĚĚƌĞƐƐŝŶŐƚŚĞŶĞĞĚƐǀŝĂĂŶĂůƚĞƌŶĂƚĞĂƉƉƌŽĂĐŚ͘ tŝůůƚŚŝƐƉƵƌĐŚĂƐĞŽďůŝŐĂƚĞƚŚĞŽƵŶƚLJƚŽĨƵƚƵƌĞĂŶĐŝůůĂƌLJƉƌŽĚƵĐƚƐŽƌƐĞƌǀŝĐĞƐ, eŝƚŚĞƌŝŶƚĞƌŵƐŽĨŵĂŝŶƚĞŶĂŶĐĞŽƌ ƐƚĂŶĚĂƌĚŝnjĂƟŽŶ͍ /ĨLJĞƐ͕ĞdžƉůĂŝŶǁŚĂƚƚLJƉĞƐ͘ zĞƐEŽ Komline-Sanderson is the original equipment manufacturer (OEM) for the installed equipment. It is estimated that historically the County has spent approximately $8,000,000 over the past 20 years on Komline-Sanderson belt press dewatering equipment that was installed when the plants were built. SAP records show Countywide spend through FY23 is $911,674. The oritinal equipment purchases were done through projects, and not individually tracked. The $8,000,000 is a rough estimate of the costs to rebuild the nine belt presses the County is currently using. The existing Komline-Sanderson equipment units are proven systems that consistently meets our operational needs and permit requirements. Use of an alternate vendor is not compatible with the existing treatment process configuration in terms of form, fit and function. Use of an alternate equipment vendor would require engineering redesign of the process at the facility as well additional cost of training of plant operator and maintenance staff. Replacement of this equipment with an alternate vendor would cost an estimated $4,000,000 more than replacement with the Komline-Sanderson equipment. To change the belt press dewatering systems from Komline-Sanderson to another brand would require hiring an Engineering firm for design, a mechanical contractor for removal of the existing equipment, installation of new equipment, modifications to the structure, and rewiring and controls modifications. Replacement parts, equipment, maintenance items and services. Page 2771 of 5415 t/sZZYh^d&KZD WĂŐĞ4 ŽĨ4 ZĞǀŝƐĞĚϵͬϮϬϮϯ DĂƌŬĞƚƌĞƐĞĂƌĐŚĂŶĚŵĂƌŬĞƚĂůƚĞƌŶĂƟǀĞƐ͘ tŚĞŶǁĂƐƚŚĞůĂƐƚƟŵĞĂŵĂƌŬĞƚĞǀĂůƵĂƟŽŶǁĂƐƉĞƌĨŽƌŵĞĚƚŽĚĞƚĞƌŵŝŶĞŝĨ ĞŝƚŚĞƌƚŚĞƚĞĐŚŶŽůŽŐLJŽƌǀĞŶĚŽƌŽīĞƌŝŶŐƐŚĂǀĞĐŚĂŶŐĞĚ͍ĂƐĞĚŽŶƚŚĞůŝĨĞĞdžƉĞĐƚĂŶĐLJŽĨƚŚĞƉƌŽĚƵĐƚ͕ǁŚĞŶĚŽLJŽƵ ĂŶƟĐŝƉĂƚĞĞǀĂůƵĂƟŶŐƚŚĞŵĂƌŬĞƚĂŐĂŝŶ͍ƩĂĐŚĂĚĞƚĂŝůĞĚŵĂƌŬĞƚĞǀĂůƵĂƟŽŶƌĞƉŽƌƚ ŝĨthe cŽŵƉůĞdžŝƚLJ͕ĚƵƌĂƟŽŶ͕ĂŶĚĚŽůůĂƌ ĂŵŽƵŶƚŽĨƚŚĞƉƵƌĐŚĂƐĞǁŝůůďĞĂ ŚŝŐŚƌŝƐŬƚŽƚŚĞŽƵŶƚLJ͘ /ƚŝƐĂĨĞůŽŶLJƚŽŬŶŽǁŝŶŐůLJĐŝƌĐƵŵǀĞŶƚĂĐŽŵƉĞƟƟǀĞƉƌŽĐĞƐƐĨŽƌĐŽŵŵŽĚŝƟĞƐŽƌƐĞƌǀŝĐĞƐďLJĨƌĂƵĚƵůĞŶƚůLJƐƉĞĐŝĨLJŝŶŐ ƐŽůĞƐŽƵƌĐĞ͘&ůŽƌŝĚĂ^ƚĂƚƵƚĞϴϯϴ͘ϮϮ;ϮͿ͘ SECTION EIGHT ZĞƋƵĞƐƚĞĚďLJ͗ ^ŝŐŶĂƚƵƌĞ͗ ŝǀŝƐŝŽŶŝƌĞĐƚŽƌ͗ ^ŝŐŶĂƚƵƌĞ͗ ĞƉĂƌƚŵĞŶƚ,ĞĂĚ;ZĞƋƵŝƌĞĚŝĨŽǀĞƌΨϱϬ͕ϬϬϬͿ͗ ^ŝŐŶĂƚƵƌĞ͗ WƌŽĐƵƌĞŵĞŶƚ^ƚƌĂƚĞŐŝƐƚ͗ ^ŝŐŶĂƚƵƌĞ͗ WƌŽĐƵƌĞŵĞŶƚŝƌĞĐƚŽƌ;ŽƌĚĞƐŝŐŶĞĞͿ͗ ^ŝŐŶĂƚƵƌĞ͗ WƌŽĐƵƌĞŵĞŶƚhƐĞKŶůLJ ĂƚĞĚǀĞƌƟƐĞĚ͗ ĂƚĞŽĨZĞĐŽŵŵĞŶĚŝŶŐ ĞƐŝŐŶĂƟŽŶ: ĂƚĞŽĨĞƐŝŐŶĂƟŽŶ ĞŶŝĞĚ͗ ƉƉƌŽǀĞĚ&Žƌ͗ ^ƚĂƌƚĂƚĞ͗ ŶĚĂƚĞ͗ ƉƉƌŽǀĞĚďLJŽĂƌĚ͗ ĂƚĞ͗ ŐĞŶĚĂη͗ ŽŶƚƌĂĐƚη͗ ŽŶƚƌĂĐƚEŽƚƉƉůŝĐĂďůĞ džĞŵƉƟŽŶη͗ This equipment was purchased when the Plants were built. The Plants were designed around the footprint of this specific Komline-Sanderson equipment. The equipment will be rebuilt by Komline-Sanderson as needed to keep it running as long as possible. To change this equipment to a different manufacturer would require redesign and construction modifications to the Plants, as well as significant down-time and training for staff. It is in the County’s best interest to maintain this equipment. Wayne Karlovich Matthew McLean George Yilmaz, Ph.D., PE Brooke Roxberry KarlovichWayne Digitally signed by KarlovichWayne Date: 2024.08.07 16:38:23 -04'00' McLeanMatthew Digitally signed by McLeanMatthew DN: E=Matthew.McLean@colliercountyfl.gov, CN=McLeanMatthew, OU=General, OU=PPM User Accounts, OU=PUD Planning and Project Management, OU=PUD, OU=Divisions, DC=bcc, DC=colliergov, DC=net Date: 2024.08.07 16:41:28-04'00' YilmazGeorge Digitally signed by YilmazGeorge Date: 2024.08.09 10:26:41 -04'00' RoxberryBrooke Digitally signed by RoxberryBrooke Date: 2024.08.20 08:37:44 -04'00' 7/22/24 7/29/24 Follows 24-059-NS 24-059-NS 25-030-WV Page 2772 of 5415 Page 2773 of 5415 Procurement Services Division – 3295 Tamiami Trail East – Naples, Florida 34112-4901 www.colliercountyfl.gov/procurementservices Notice of Recommended Designate of Sole/Single Source Notice of Intent Name NOTICE OF INTENT TO SOLE SOURCE BELT PRESS DEWATERING AND SERVICES Posting Date 7/22/2024 Due Date 7/29/2024 Recommendation Manufacturer Name Komline-Sanderson Vendor/Provider Name Komline-Sanderson Approved by Procurement Procurement Services Director Page 2774 of 5415