Loading...
Agenda 10/12/2010 Item #16C 2 Agenda Item No. 16C2 October 12. 2010 Page10f6 EXECUTIVE SUMMARY Recommendation to authorize sole source purchase of replacement pumps, warranty- related repair and other parts and materials not available through an aftermarket source for approved submersible lift station pumps in the estimated annual amount of $500,000 for a period of five years. OR.JF,CTJVF:: That the Board of County Commissioners, as Ex-officio the Governing Board of the Collier County Water-Sewer District, waive the competitive procurement process and authorize the sole source purchase of replacement pumps, warranty-related repair and other parts and materials not available through an aftermarket source for approved submersible lift station pumps in the estimated annual amount of $500,000 for a period of five years. CONSIDERATIONS: The Collier County Wastewater Department currently operates more than 750 lift stations with approximately 1,600 pumps. Collier County Ordinance No. 2004-31, the Utilities Standards Ordinance, requires that pumps be manufactured by Flygt or equivalent. The standardization in equipment is needed to reduce inventory in spare parts and training costs associated with multiple technologies. ITT Water & Wastewater of Florida, LLC (formerly lTT Flygt, LLC), is the only authorized vendor in Florida for F1ygt products On November 28, 2006, under Agenda Item 16 C 7, the Board of County Commissioners (Board) approved the sole source purchase of Flygt submersible lift station pumps for the county's lift station system. Staff requests approval from the Board for another period of five years, under the same conditions as the previous Board action. The Collier County Purchasing policy provides that purchases of commodities and services from a single source may be exempted fyom formal competition upon certification by the Purchasing Director of both of the following conditions: I. the item(s) is the only one available that can properly perform the intended function(s); 2. the recommended vendor/contractor is the only one ready, willing and able to meet the county's requirements. The Purchasing Department has reviewed the marketplace and has detennined that ITT Water & Wastewater of Florida, LLC continues to be a Sole Source as evidenced in the backup materials attached to this executive summary. This request qualifies as a single source under the conditions above. FISCAL IMPACT: Total expenditures are estimated at $500,000 in Fiscal Year 2011. Funds are available in the Water-Sewer Fund 408. As the lift station system ages, the volume of pumps, parts, and materials to be purchased will vary fyom year to year depending on the actual repair/replacement needs. - LEGAL CONSIDERATIONS: This item is legally sufficient for Board action. -JBW Agenda Item No. 16C2 October 12, 2010 Page 2 of6 GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this item, RECOMMENDATION: That the Board of County Commissioners, as Ex-Officio the Governing Board of the Collier County Water-Sewer District, waive the competitive procurement process and authorize the sole source purchase to lTT Water & Wastewater of Florida, LLC of replacement pumps, warranty-related repair and other parts and materials not available through an aftennarket source for approved submersible lift station pumps in an estimated annual amount of $500,000 for a period of five years. PREPARED BY: Irene Johnson, Wastewater Technical Support Manager, Wastewater Department Agenda Item No. 16C2 October 12, 2010 Page 3 of 6 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16C2 Meeting Date: Recommendation to authorize sole source purchase of replacement pumps, warranty related repair and other parts and materials not available through an aftermarket source for approved submersible lift station pumps in the estimated annual amount of $500,000 for a period of five years. 10/12/20109:00:00 AM Prepared By Irene Johnson Applications Analyst Date Administrative Services Division Information Technology 9/16/201011:12:08 AM Approved By Frank Inzano Project Manager Date Public Utilities Division Public Utilities Engineering 9/23/201010:00 AM Approved By Stephen L. Nagy Manager - Wastewater Collection Date Public Utilities Division Wastewater 9/27/20103:22 PM Approved By Margie Hapke Operations Analyst Date Public Utilities Division Public Utilities Division 9/28/201011:33 AM Approved By Scott Johnson Purchasing Agent Date Administrative Services Division Purchasing & General Services 9/28/20102:50 PM Approved By Beth Johnssen IQ Water Manager Date Public Utilities WasteWater 9/29/20109:02 AM Approved By G, George Yilmaz Director ~ Wastewater Date Public Utilities Division Wastewater 9/29/2010 9: 32 AM Approved By Jennifer White Assistant County Attorney Date County Attorney County Attorney 9129/2010 9:55 AM Approved By Thomas Wides Director - Operations Support - PUD Date Agenda Item No. 16C2 October 12, 2010 Page 4 016 Public Utilities Division Utilities Finance Operations 9/2912010 10:08 AM Approved By Steve Carnell Director - Purchasing/Genera! Services Date Administrative Services Division Purchasing & General Services 9129120101:38 PM Approved By James W, DeLany Public Utilities Division Administrator Date Public Utilities Division Public Utilities Division 9/30/20108:18 AM Approved By OMS Coordinator Date County Manager's Office Office of Management & Budget 91301201010:28 AM Approved By Jeff Klatzkow County Attorney Date 10/1/20109:52 AM Approved By Randy Greenwald Office of Management & Budget Management/Budget Analyst Date Office of Management & Budget 1011/201010:04 AM Approved By Leo E. Ochs, Jr. County Manager Date County Managers Office County Managers Office 10/312010 11:15AM ~( ti!)" -"""'~ Co1lf~r Cou.nty ~~,,--~~~ - Purchasing - Sole Source Waiver Request Agenda Item No. 16C2 October 12. 2010 I I-t>rlffl R,ffu6 To Be Submitted To Acquisitions AgentFor Sole Source Purchases ABOVE $3000. (PRIOR TO CREATING A REQUISITION) Purchases above $3000 require three quotes or formal competition. The department must provide justification to Purchasing to request consideration to waive the competitive purchasing process and purchase from a single vendor as a "sole source" purchase. Waivers of soie source over $50.000 will require approval by the Board of County Commissioners. To qualify for a waiver and a sole source purchase, one of the categories listed below must apply. Sole Source must meet two (2) tests: Product/service/technology is the only one that can properly perform the intended function; AND vendor is only one ready, willing and able to meet County's requirements. Date /CiJp/07' Department ()/I Jui..J r 4,r I Vendor Name I .J rr L'J:.-hr y; i/-JJ.A(,;),:+'" q~'KI4 L GC Item or Service LJ [-r' (I) "j /) 'V'" . /J' )""'"J 1~~0vl '''''9 t)y,'1 ~ 'C^; Select the category and provide rationale which supports the justification to consider waiving the competitive process for this purchase (attach all supporting documentation) r Emergency: There is a public health or safety issue that requires immediate product or service (i.e. disasters). Provide explanation I ~ , One-of~a-kind: There is no competitive product (one-of-a-kind, and/or is available from only one vendor), Provide explanation I of research (" Compatibility/Proprietary: There is only one product or service capable of meeting existing conditions and the service can be obtained from only one vendor. (OEM) Provide Explanation I r No Substitute: A component or replacement pan has no substitute and can be obtained from only one vendor. Provide Explanation I ~ Authorized Distributor: Provide a letter from the manufacturer stating single source authorized distributor(s). What similar types of products (other companies) have you researched to find like features and operability to determine this is a sole source purchase? Attach documentation. It is a felony to knowingly circumvent a competitive process for commodities or services by fraudulently specifying sole source. Florida Statute 838.22(2). Requested by: I ~- \ ~ :. I.........(! "-"-/:..A.....4- A "', '.-( r '\ ,'."'\. !,,~...u~~.q ::'. Date '''\/~'C-'' Ie.! - 04', -. ,/, /00 I { Illic; 7 Acquisitions Agent: I l:::== I-/~ .~-~~ ---; - ~tM Date \ Department Director: Date Cc 1. 8, 2009 8 :8pM IE TVGT CCF'O;ATICN ~'OA~~~da IfemMo. 16C2 October 12, 2010 ITT WATER &. WAsTEWATER FLORIDK;~te of 6 5771 Country Lakes Dr. FT. Myers, Fl33919 Phone: 239-693-5228 . Fax: 239-693-1485 .ITT Date: October 8, 2009 To: Collier County Subject: FL YGT PRODUCTS - SALES & SERVICE .EJease be advised the lIT Water & Wastewater Florida, LLC is the onluuthorized vendor for Flv;n Products and is the only authorized .smdce repair and warranty oTl':anization in the State 9ffloxi4ill_~t of the Apalachicola River). Their staff is properly trained to provide you the best service available. ITT Water & Wastewater Florida, LLC, a division of lIT Industries and tl;e sole shipping point for Florida is the Apopl;a, Florida facility. Thank you for your interest in Flygt Products. Do not hesitate to call roe if YO\! have any questions regarding distribution or any other matter. Very truly yours, lIT Water & Wastewater Flolida, LLC ~s:~ Chris Stewart, Branch Manager F~