Loading...
Agenda 05/25/2010 Item #16C 2 Agenda Item No. 16C2 May 25, 2010 Page 1 of9 EXECUTIVE SUMMARY Recommendation to waive competition and authorize two sole-source agreements; one with Allen-Bradley/Rockwell Automation for all variable frequency drives and programmable logic controllers, and one with Data Flow Systems for all telemetry controllers, both for a period of three years. OBJECTIVE: The public purpose of these proposed sole-source agreements is to ensure the ability to meet operational and reliability needs, to meet the demand for potable and irrigation quality water, and to stay in compliance with all regulatory requirements at best value. CONSIDERATION: On June 24, 2008, Agenda Item lOG, the Board of County Commissioners (Board) adopted the 2008 Water and Wastewater Master Plan Updates. The proposed scope is consistent with: · The 2008 Water Master Plan Update, Project 71055, "Water System SCADA/Telemetry Improvement," Section 8, Table 8-2, page 3 of5, line 107; as well as other similarrelated projects. · The 2008 Wastewater Master Plan Update, Project 73964, "Wastewater Facilities SCADA Improvement," Section 8, Table 8-2, page 3 of 5, line 97, "Wastewater Collections SCADNTelemetry Improvement," Section 8, Table 8-2, page 3 of 5, line 86; Project 72549 "Lift Station Improvements," Section 8, Table 8-2, page 4 of 5, line 119; as well as other similar rclated projects, Allen-Bradley/Rockwell Automation Over the past several years, the Board has approved the purchase of sole-sourced variable frequency drives and programmable logic controllers from Allen-Bradley/Rockwell Automation for both the water and wastewater facilities (September 10,2002, Agenda Item 16(C)10; March 8,2005, Agenda Item IO(F); September 29, 2005, Agenda Item 10(D); and November 13, 2007, Agenda Item 16(C)5). This recommendation is a continuation of the same strategy to standardize with the Allen-Bradley equipment. Justification for this sole-source arrangement can be found in · providing common spare parts with other existing equipment in the county's water and wastewater facilities, and · reduced training costs as the proposed equipment is of the same technology currently used in the county's water and wastewater facilities. The supplier of record, Rexel, Inc., is recognized as the exclusive distributor for Allen- Bradley/Rockwell Automation products, per the attached letter of April 5, 2010. Data Flow Systems In 1997, when the Wastewater Department decided to integrate its 700+ lift stations with radio communications, it selected Data Flow Systems (DFS) as the standardized, best-value approach. Executive Summary Allen-Bradley and Data Flow Systems Sole-Source Agreements Page 2 Agenda Item No. 16C2 May 25.2010 Page 2 of 9 Since implementing DFS at the lift stations, the system has proved itself in providing realiable, cost-effective, real-time information critical to proactive operations and maintenance, and to meeting system demand and staying in regulatory compliance. This recomendation is a continuation of the same strategy to standardize with DFS. Justification for this sole-source arrangement can be found in · providing common spare parts with the existing installed base of over 700 lift stations, and · reduced training costs as the proposed equipment is of the same technology as that used in existing lift stations. The supplier of record, DFS, is recognized as the exclusive distributor for DFS products, per the attached letter of April 26, 2010. While these agreements allow for sole-source purchases, all other relative Purchasing policies, procedures, and standards apply. FISCAL IMPACT: Funding is available in and is consistent with the FYIO Capital Budget approved by the Board on September 24, 2009. The source of funding is the Water User Fee Fund (412), and the Wastewater User Fee Fund (414). LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is legally sufficient-JBW. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to insure the viability of public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District: 1. Waive competition and authorize sole-source purchases of Allen-Bradley/Rockwell Automation equipment for a three-year period. 2. Waive competition and authorize sole-source purchases of Data Flow Systems equipment for a three-year period. PREPARED BY: Tom Chmelik, P.E., PMP, Principal Project Manager, Public Utilities Division. Item Number: Item Summary: Meeting Date: Agenda Item No. 16C2 May 25, 2010 Page 3 of 9 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 16C2 Recommendation to waive competition and authorize two sole-source agreements; one with Allen-Bradley/Rockwell Automation for all variable frequency drives and programmable logic controllers, and one with Data Flow Systems for all telemetry controllers, both for a period of three years. 5/25/20109:00:00 AM Date Prepared By Tom Chmelik Public Utilities Division Project Manager, Senior Public Utilities Engineering 4/29/201012:22:34 PM Date Approved By Pamela Libby Public Utilities Division Manager - Qperations-WaterfWW Water 4/29/2010 12:31 PM Date Approved By Scott Johnson Administrative Services Division Purchasing Agent Purchasing & General Services 5/3/20103:04 PM Date Approved By Thomas Wides Public Utilities Division Director - Operations Support - PUD Utilities Finance Operations 5/4/2010 2:01 PM Date Approved By Jennifer White County Attorney Assistant County Attorney County Attorney 5/6/2010 1 :08 PM Date Approved By Steve Carnell Administrative Services Division Director - Purchasing/General Services Purchasing & General Services 5/6/20102:42 PM Date Approved By Phil E. Gramatges, P.E. Public Utilities Division Project Manager, Principal Public Utilities Engineering 5/6/20103:54 PM Date Approved By Beth Johnssen Public Utilities IQ Water Manager WasteWater 5/7/20106:37 AM Date Approved By James W. Delany Public Utilities Division Administrator Agenda Item No. 16C2 May 25. 2010 Page 4 of 9 Public Utilities Division Public Utilities Division 5/10/201012:16 PM Approved By OMS Coordinator Date County Manager's Office Office of Management & Budget 5/12/20109:39 AM Approved By Susan Usher ManagemenUBudget Analyst, Senior Date Office of Management & Budget Office of Management & Budget 5/17/20109:13 AM Approved By Leo E. Ochs, Jr. County Manager Date County Managers Office County Managers Office S/17/2010 6:27 PM ..(,: \ :11 "I. 1',' , Agenda Item No. 16C2 'I ;, May 25, 2010 Page ~ of 9 ~ Purchasing. Sole Source Waiver Request I~~(:J Date 1412812010 Department Iplannlng and Project Management, .' I_I. ,l :1 Vendor Name Rockwell Automailoj,/~lIeh-Bradley/~exellnc, I Item or Service Controls, VFD Drives, PLCs, and related components Select the category and provide rationale which supports the Justification to consider waiving the competitive process for this purchase (attach 1l!.Lsupporting documentation) (' Emergency: The~e isa publi~ .~eahh?r, safe~ Issu~ ~at requires Immediate product or service, (1'7 d)safteliSl.: I i Provide explanation I. . . '.. " . , ,"" . , (' One-of-a-klnd: There is no competitive product (one-of-a-k1nd, andlor Is available from only one vendorl.. Provide explanation I of research Compatibility/Proprietary: There is only one product or service capable of meeting existing cpndltlohs'imd the service can be obtained from only one vendor. (OEM) . ,'. provideExPlanation'I~-~.Usuf .#t~.~ C6llw..tA~.Rl~"';~~+-'0- Si<i">>I-r, ~. No Substitute: A component or replacement part has no substitute and can be obtained from only one vendor, Provide Expianatlon I (' Authorized Distributor: Provide a letter from the manufacturer stating single source authorized distlibutor(sl.. l What similar types of productS (other ~m'pan'esl. have. you researched to find like feat~res and IOperabllltY to;determlne this is a sole source purdtase7 Attach documentation. Requested by: Date' .q/z.glZC;l~ , . -. ~ 4{'22flO 4 {Z'i( 2-c {D bepartment Director: . ' Date' Acquisitions Agent: Date 1',,; ,Ageridaltem No, 16C2 . May 25, 2010 Page 6 of 9 ", I: . , RocI<weJl Autemelion " Soulheast DIstrlcl 5820 Wsst Cypress SIleel, Suite e ,,' .... , TSI1i~Fl3380TUSA . Tol'1.813.486.6471 Fax 1,813.468.6401 wWoi,rockwellaulcmat1on,com Rockwell Automation April 05, 20'tO Coll.iet County. Bonrd of County Comlni,.ioners Attn: 10m Chmellk . . 3301 Enst Tarniami Trail B1dg H, 3rd Fioor Nnples,FL 34112 ~ i Denr Tom, Allml B'lladJel' equipment and sOftware is proptiet",'y. 'nUs is to oonfirm that Rdxei,' lnc, 7260 15st street ElISt, SllJ.'l\80ta,FJ., 34243 curremly is the appointed .\lIen;fu;aclley distributor au~iorizedto solI Allef\-Bradley (Standard Controls, Olives, PLC/MMI alld, Rockwell Software] pio~lucts, along with related sOl.wces, in the geQgraphic area in which your Collier Count}, facility is located. As a matter of Company policy, full factory product and sales support i.. made available oaly to the lOCIIlauthorized distribuwr, and it is Rockwell Automation'$ practice and policy to always promote and recoml11end the use of that cllsttibutor to cUStomers in that geQgJ."phic area. Rockwell Automatioo discourages the use of Ottrer oon"authorized sources, inclucllng distri\:lUtors who may hold an Allen-B1'lU:llel' . appoinnnellt In another locale. . . , Should you ha,'e nny furtb or questions, plea.e do not hesitate t.o contact either Rexel at 941.360.8298 or our local Rockwell Aut.omation sales office at 813.466,6464. Respectfully. ~ Te!:C1lce Sages cc: Rexel ~ Allen-Bradley Agenda Item No. 16C2 May 25,2010 Page 7 of 9 ~ PurchasIng. Sole Source Waiver Request TD Be 8uIImllllId To.~~"",8Iw"'~~ p~e~.'$3000~~q~~~~~~~" . requeal ~b,wlM ""* COIlIllflIlva ~ ..~.1Iid .~frD~'.... ., ;;;;~~~"=:~:C:.;~~i!~~ I1f;JIIHTlllJlf*l Date l/Zt/ro Department I j>i'>M D ! I I Item or Service ISt!l9bll ~Ti.)'s. .-'A);(I,p7Etr/K'E H()jv,eS, T<?').s,"'(1~.ef~.fj.Hcb<J"e5 Selact the cat8gory end provide ratlonele which eupports the Justltlcatlon to consider W11IVI~lI the competitive p_ for thle pun:haH (lIttKh WLnppottln(1 documenlllt/on) I r Emqency: There Is a public nealth or safety issue that requires Immediate product or service O.e. dlsasters).i Provide expJanatlon I Vendor Name I Pd-TA FLc>u..J S:r.s/cr'-f.s (:])":$) (" Ono-of+ldnd: There I' no compe~tlve product (one-of-a-lclne1, and/or I,available from ot1ly one vendor). Provide explanation I of research ~ CompatlbllltylProprletary. There I, only one product or service capable of meeting exlSllng conelltJon, anellthe service can be obtained from only one vendor. (OEM) i Provide Explanation Ib,...-s j)I!'S,6P5, I-/rf";""".II<' ,-;;-,,,,"'"'5 ,<" ........sT/le.e.5 <"''-'rJ,t',,;; .5j.AM 1~.5 i../-,€ vsd ~( I t:?CJ~~,.e,t (Jo. No SUbstItute: A component or replacement part has no substItute and can be obtained from only one vend~r. . , ProvIde ExplanatIon I r i (" Au_ _bulOr. Provide a letter from the manufacturer stating single source authorized distrlbutOr(j>- WN" similar tJpes of products (oIho, comp.nIe.) ho.. JOU ,...,arched 10 find like tutu,...nd o......bllIty t1 determine thb I.. sote IOUI'Cft purchuel An-ell documentation. It Is e felony to ~1",1y cIrcU_t. camp sptlCifylng soItt __. FlorIda StRuta 8Sa.2Z(2). commodltlu or ~ Requested by: DIlte .-,./el,Jo I ~ 4/2.~ 110 Date 4Iz1/Z>>fo .~ f)t1t4 Flow 8'fBte1HB 1genda Item No. 16C2 May 25, 2010t. Page 8 of 91 I I ' I April 26, 2009 Mr, Oscar P. Martinez, P.E, Collier County Government Eamil: oscarmartineZ@colliergov.net Fax: 239-591-1161 RE: TAC II SCADA System I Sole Source Status I Dear Mr, Martinez: I i Please consider this document official conflrmation that Data Flow Systems, Inc. (IjlFS), of Melboume, Florida, is the sole source provider for all TAC II SCADA System Rerrqte Terminal Units (RTUs), Radio Interface Modules, Power Supply Modules, I/O Funqtion Modules, TAC Pack TCUs, and HyperTAC II SCADA Software currently utilized brCollier County Government. DFS is also the sole source provider for all associated repai ,service ~~~ I DFS Is responsible for the design, manufacture, installation and service of the entire T AC II SCADA System. There are no other manufacturers, dealers, distributors or servi~ organizations that offer the T AC II Telemetry System or associated repairs, service and training in the States of Florida. ; I Please let me know if I can be of further assistance or if any additional information is required. You can contact me at 321-259-5009. Sincerely, Data Flow Systems, Inc. Randy E. Wyatt I nside Sales Manager Emall: randv@dataflowsvs.oom PLEASE VISIT OUR WEBSITE G www.dataftowl;~.com Data Flow S)ISIBm6. lne. 1 605 North Jd1n Rodes Blvd. 1 Melbourne. Florida 329J4.9105 1 PH: 321.259,50091 321.259.4006 ~~~ COO 0 ..-.......1 Q) lD :.... OJ E fU~ ~2 t1l '0 C lD ~ tIl " ., E ill ~ ~ 0 Cl- ..LL ., .. ,,- ~ .. ::Ie ~-g ., .. '0 c tIl 0 0:0: ~ .. _ E ., 0 N- .~ ~ .<::= - ., iij~ 'C " C 0 ..a:: g>' .- ., ~~ Q.m E . 8 j fIi ~ ;;: ~ .-.t: - ~~~ .., E 5 8 .., -= a '1! 5 5 ':!: 5 '2 0; 5 N '1! E 5 5 ':!: 5 ;; E .. z ti ., '0' Ii. (I) >>J:: '- N ~"j ~ ~~~~] miL l: _ '- 0 ... >> 8~~"~~~ .~ ~~E~= ~~~~~~ ~@jE$"~ .g~~~E~ ~ ~ ~ g~ E~gQ.$ ~!t~~ : ~ ~ ~ co";;: III ,,0