Loading...
Agenda 12/10/2019 Item #16C 4 (Sole Source Waiver Wastewater Treatment Facilities)12/10/2019 EXECUTIVE SUMMARY Recommendation to authorize sole-source waivers for the purchase of equipment and services needed to repair and maintain wastewater treatment facilities infrastructure in order to meet demand and maintain compliance with Public Utility Department operations. OBJECTIVE: To ensure that the Collier County Wastewater Division remain in regulatory and operational compliance with Florida Administrative Code Chapter 62-600 (Domestic Wastewater Facilities) and Chapter 62-610 (Reuse of Reclaimed Water and Land Application) as well as other local, State and federal rules and regulations. CONSIDERATIONS: On July 10, 2018, (Agenda Item 16.C.9), the Board authorized two single-source waivers and 26 sole-source waivers for the purchase of equipment, including service parts, kits, interface components, software, service and support for existing and replacement applications for a period of five years. Similarly, this agenda item recommends authorization of eight additional sole-source waivers specific to wastewater treatment facilities coinciding with the same five-year period associated with the previously Board-approved 2018 authorization. The sole-source waivers apply to eight equipment vendors that exist throughout the Public Utilities Department’s (“PUD”) two regional wastewater treatment plants and two sub-regional wastewater treatment plants. This equipment requires regular maintenance to sustain 24/7 operations, meet customer demand and stay in compliance with all regulatory agency requirements. Each item listed is required because they are proprietary in nature and cannot be directly replaced with an alternate product. Using replacement parts from unauthorized sources would void the product warranty. Further, existing processes and structures are tailored to a product’s physical configuration, preventing alternate products from being installed without significant rework. Sole-source waivers are required because each item/service has only one supplier in the marketplace and/or is a proprietary technology. The sole-source waiver forms and manufacturer’s letters are included as Attachment 1 and summarized below. No. Category Item/Service Vendor Name Supplier Name 1 Wastewater Process Equipment Grit Removal Equipment Ovivo TSC Jacobs 2 Wastewater Process Equipment Clarifiers Ovivo TSC Jacobs 3 Wastewater Process Equipment Oxidation Ditch Aerators Evoqua Evoqua Water Technologies 4 Wastewater Process Equipment Clarifiers Evoqua Evoqua Water Technologies 5 Wastewater Process Equipment Traveling Bridge Effluent Filtration Evoqua Heyward Florida Inc. 6 Wastewater Process Equipment Cloth Media Effluent Filtration Aqua Aerobics EnviroSales of Florida, Inc. 7 Wastewater Process Equipment Screening and Screenings Handling Westech The Mack Co. 8 Wastewater Pumps and Process Equipment Grit Pumping, Sludge Pumping, Grit Separation equipment Trillium Flow Technologies TSC Jacobs 16.C.4 Packet Pg. 2044 12/10/2019 Engineering consultant AECOM Technical Services, Inc. performed a third-party assessment of the sole- source products and their applications. AECOM’s findings and recommendations are included in Attachment 2, “Assessment of Public Utility Department Sole-Source Products.” Pursuant to Section Eleven, sub-paragraph 11 and Section 18 of the Collier County Procurement Ordinance 2017-08, as amended, staff requests that the Board of County Commissioners find that it is in the best interest of the county to waive competition and allow procurement of the products listed in Attachment 1 as required to meet the PUD’s operational needs. Staff intends to repeat this product assessment process approximately every five years to ensure that best - value continues to be provided through changes in the market and technology. FISCAL IMPACT: As and when needed, funds are available in the Collier County Water-Sewer District Operating Fund (408) and the Wastewater User Fee Capital Fund (414). As the utility system ages, the quantity o f materials purchased will vary depending on the actual repair/replacement needs. Annual expenditures will be controlled by the Board-approved annual budget. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex Officio the Governing Board of the Collier County Water-Sewer District, authorize the sole-source waivers included in Attachment 1 for the purchase of equipment, including service parts, kits, interface components, software, service and support for existing and replacement applications effective through September 30, 2023. Prepared By: Tom Chmelik, Public Utilities Engineering and Project Management Division Director ATTACHMENT(S) 1. Attachment 1 - PUD Sole Source Product Waivers (PDF) 2. Attachment 2 - AECOM letter (PDF) 16.C.4 Packet Pg. 2045 12/10/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.4 Doc ID: 10893 Item Summary: Recommendation to authorize sole-source waivers for the purchase of equipment and services needed to repair and maintain wastewater treatment facilities infrastructure in order to meet demand and maintain compliance with Public Utility Department operations. Meeting Date: 12/10/2019 Prepared by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 11/18/2019 4:56 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 11/18/2019 4:56 PM Approved By: Review: Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 11/19/2019 12:04 PM Water Steve Messner Additional Reviewer Completed 11/19/2019 12:48 PM Public Utilities Planning and Project Management Wayne Karlovich Additional Reviewer Completed 11/19/2019 1:29 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 11/20/2019 11:03 AM Procurement Services Catherine Bigelow Additional Reviewer Completed 11/20/2019 4:11 PM Procurement Services Sara Schneeberger Additional Reviewer Completed 11/20/2019 4:17 PM Procurement Services Ted Coyman Additional Reviewer Completed 11/20/2019 4:33 PM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 11/20/2019 5:06 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 11/22/2019 9:08 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 11/22/2019 3:02 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/22/2019 3:17 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 11/24/2019 10:49 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 11/25/2019 8:23 AM Budget and Management Office Ed Finn Additional Reviewer Completed 11/25/2019 9:52 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/25/2019 10:08 AM Board of County Commissioners MaryJo Brock Meeting Pending 12/10/2019 9:00 AM 16.C.4 Packet Pg. 2046 ATTACHMENT 1 -WAIVER REQUEST FORM SUMMARY Public Utilities Department Sole-Source Products -December 2019 Update No. Category Item/Service Vendor Name Supplier Name 1 Wastewater Process Equipment Grit Removal Equipment Ovivo (fka EIMCO; Dorr Oliver) TSC Jacobs 2 Wastewater Process Equipment Clarifiers Ovivo (fka EIMCO) TSC Jacobs 3 Wastewater Process Equipment Oxidation Ditch Aerators Evoqua (fka Siemens; Envirex) Evoqua Water Technologies 4 Wastewater Process Equipment Clarifiers Evoqua (fka Siemens; Envirex) Evoqua Water Technologies 5 Wastewater Process Equipment Traveling Bridge Effluent Evoqua (fka DAVCO) Heyward Florida Inc. Filtration Cloth Media Effluent Aqua Aerobics EnviroSales of 6 Wastewater Process Equipment Filtration Florida, Inc. 7 Wastewater Process Equipment Screening and Screenings Westech The Mack Co. Handling Wastewater Pumps and Process Grit Pumping, Sludge Trillium Flow Technologies 8 Equipment Pumping, Grit Separation (fka WEMCO) TSC Jacobs equipment Page 1 of 1 16.C.4.a Packet Pg. 2047 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Co�e-r County� Adminis tra tive Services Departrnent Procurement Services Div1s1on Instructions Collier County Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must be submitted to the division's Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier's unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. Requester Name: Tom Chmelik Item/Service: Grit Removal Equipment Historical Countywide See * below Reque sted Thru 7/9/23Spend: date range: [Z] Sole Source D Single Source Division: PUD -EPMD Vendor Name: Ovivo USA LLC' Not to Exceed See ** belowper Fiscal Year: ____ _ D One Time Purchase Is there an agreement associated with this waiver to be reviewed by Contracts? D Yes 0 No [Z] Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Purchase of the Grit Removal Equipment, including needed material, service parts, kits, interface components, software, service and support for existing and replacement applications. *As the utility system ages, the quantity of materials purchased will vary depending on the actual repair/replacement needs. **Annual expenditures will be controlled by the Board-approved annual budget. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. To ensure that the Collier County Water and Wastewater Division (the "Division") efficiently and cost effectively remain in regulatory and operational compliance with Florida Administrative Code Chapter 62-600 (Domestic Wastewater Facilities), Chapter 62-610 (Reuse of Reclaimed Water and Land Application) and Chapter 62-555 (Permitting, Construction, Operation and Maintenance of Public Water Systems), as well as other local, State and federal rules and regulations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. D Yes [Z] No If yes, provide the PCC number:. ___________________ _ 16.C.4.a Packet Pg. 2048 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): 0 Sole Source 0 Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. [Z) No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc.? 0 Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. 0 Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. D Single Source D Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: -------BCC Agenda Item number:-------D Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. D Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. D Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? 1.Ovivo ((formerly Eimco Water Technologires) and their local municipal agent, TSC-Jacobs, Inc., are the only approved and authorized vendor that can produce and sell this grit removal equipment. 2.There are other vendors that provide similar products, but none that provide a product with the features, dimensions, connections and accessories that are interchangeable or otherwise compatible with our specific installation. 3.This product is compatible with the existing structure and serve the treatment function required by the wastewater treatment process design. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Essentially we would need to prepare an engineering design to modify the existing structure, and construct new facilities to accommodate the alternate equipment (such as structural supports, pipe connections, electrical/control connections, and SCADA integration). 4.Per the attached letter from Ovivo USA LLC, Ovivo is the sole manufacturer of the grit removal equipment. 16.C.4.a Packet Pg. 2049 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) How was the decision made to use this vendor? Describe in detail if a formal standardizaUon process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. The item/service listed exists in specific installations that require replacement, service parts, kits, interface components, software, service and support to be procured in order to maintain 24/7 operations, meet demand and stay in compliance as stated in the Purpose. AECOM's review and recommendations confirm the need for these items and services. Explain why it is in the County's best interest to use this product/service rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? The existing structure and wastewater treatment process were cu stom designed and constructed to utilize Ovivo grit removal equipment. Any other type of grit removal equipment will require significant engineering design, and construction of new custom constructed facilities to house this different type of equipment. Re-designing and modifying the installation to fit a different item is not cost-effective. Explain how this pricing compares to other vendors/products and is it considered to be fair and reason able: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. This is a sole source and no other alternate direct replacement product is available that will meet our needs. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. 0 Yes D No If yes, explain what types: All equipment wears as it is used and requires maintenance and replacement to keep the equipment in operation. In order to maintain the proposed equipment, the county would be obligated to buy any proprietary replacement parts and materials from authorized vendor. 16.C.4.a Packet Pg. 2050 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation renort should the comnlexitu duration and dollar amount of the nurchase be a hi"h risk to the County. The item/service listed is required in specific installations is required because they are proprietary in nature and fit in their individual applications. Other sources cannot be used because they will not fit in the particular application, or because they using different items would void the original warranty. Re-designing and modifying the installation to fit a different item is not costeffective. The listed Sole Source suppliers are selected by the manufacturers to provide authorized parts and service. AECOM's review and recommendations confirm the cost effectiveness of these items and services. Staff intends to repeat this product assessment process approximately every five years to ensure that best-value continues to be provided through changes in the market and technology. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Division Director: Department Head: Required if over $50,000 Procurement Strategist: Sara Schneeberger Procurement Director: Catherine Or des1gnee For Procurement Use Only: Bigelow Signature: • Digllal!y signed by ChmelikTom Signature: Chm elik Tom Da\o,,01'.11.1'1"42,21 -05'00' Daniel R. Signature: Rodriguez Signature: Schneeberger$ ara Dig�ally signed by Daoiel R. Rodrigue� Date: 2019.11.19 14:34:19 -05'00' Digitally signed by Schneeberge!Sara Date: 2019.11.20 09:20:00 -05'00' D\,la"1""""""'cat""'"""' Signature: C t s· I ON ..... �.,a� • .,,.,.�,.,.eoo,,,y Qwammoal,<KF""""'""""' """""'· a 1ge ow =�::::-.��=·"°'·"'us 0 Approved D Requesting Additional Information D Requires RFlllntent to Sole Source Procurement Comments: Date: Date: Date: Date: Date: D Rejected D Current FY __ Approval 0 Multi-Year Approval Start Date: 11/20/2019 End Date: 09/30/2023 16.C.4.a Packet Pg. 2051 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) 16.C.4.a Packet Pg. 2052 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Co �er County� Administrative Services Department Procurernenl Services Division Instructions Collier County Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must be submitted to the division's Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier's unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. Requester Name: Tom Chmelik Item/Service: Clarifers Historical Countywide See * below Reque sted Thru 7/9/23Spend: date range: [Z] Sole Source D Single Source Division: PUD -EPMD Vendor Name: Ovivo USA LLC, Not to Exceed See ** below per Fiscal Year: ____ _ D One Time Purchase Is there an agreement associated with this waiver to be reviewed by Contracts? Dves 0No 0 Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Purchase of the Clarifier equipment including needed material, service parts, kits, interface components, software, service and support for existing and replacement applications. *As the utility system ages, the quantity of materials purchased will vary depending on the actual repair/replacement needs. **Annual expenditures will be controlled by the Board-approved annual budget. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. To ensure that the Collier County Water and Wastewater Division (the "Division") efficiently and cost effectively remain in regulatory and operational compliance with Florida Administrative Code Chapter 62-600 (Domestic Wastewater Facilities), Chapter 62-610 (Reuse of Reclaimed Water and Land Application) and Chapter 62-555 (Permitting, Construction, Operation and Maintenance of Public Water Systems), as well as other local, State and federal rules and regulations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. D Yes IZJ No If yes, provide the PCC number: ___________________ _ 16.C.4.a Packet Pg. 2053 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): 0 Sole Source 0 Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. 0 No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc. ? 0 Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. 0 Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable Jaws and provide documentation validating that claim. D Single SourceD Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: -------BCC Agenda Item number:-------D Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. D Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. D Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? 1.Ovivo ((formerly Eimco Water Technologies) and their local agent, TSC-Jacobs, Inc., are the only approved and authorized vendor that can produce and sell this clarifier equipment. 2.There are other vendors that provide similar products, but none that provide a product with the features, dimensions, connections and accessories that are interchangeable or otherwise compatible with our specific installation. 3.This product is compatible with the existing structure and serve the treatment function required by the wastewater treatment process design. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Essentially we would need to prepare an engineering design to modify the existing structure, and construct new facilities to accommodate the alternate equipment (such as structural supports, pipe connections, electrical/control connections, and SCADA integration). 4.Per the attached letter from Ovivo USA LLC, Ovivo is the sole manufacturer of the clarifier equipment. 16.C.4.a Packet Pg. 2054 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. The item/service listed exists in specific installations that require replacement, service parts, kits, interface components, software, service and support to be procured in order to maintain 24/7 operations, meet demand and stay in compliance as stated in the Purpose. AECOM's review and recommendations confirm the need for these items and services. Explain why it is in the County's best interest to use this product/service rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? The existing structure and wastewater treatment process were custom designed and constructed to utilize Ovivo clarifier equipment. Any other type of clarifier equipment will require significant engineering design, and construction of new custom constructed facilities to house this different type of equipment. Re-designing and modifying the installation to fit a different item is not cost-effective. Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. This is a sole source and no other alternate direct replacement product is available that will meet our needs. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. l2l Yes D No If yes, explain what types: All equipment wears as it is used and requires maintenance and replacement to keep the equipment in operation. In order to maintain the proposed equipment, the county would be obligated to buy any proprietary replacement parts and materials from authorized vendor. 16.C.4.a Packet Pg. 2055 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation renort should the comnlex/tu duration and dollar amount of the nurchase be a hinh risk to the Countv. The item/service listed is required in specific installations is required because they are proprietary in nature and fit in their individual applications. Other sources cannot be used because they will not fit in the particular application, or because they using different items would void the original-warranty. Re-designing and modifying the installation to fit a different item is not costeffective. The listed Sole Source suppliers are selected by the manufacturers to provide authorized parts and service. AECOM's review and recommendations confirm the cost effectiveness of these items and services. Staff intends to repeat this product assessment process approximately every five years to ensure that best-value continues to be provided through changes in the market and technology. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or se rvices by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Division Director: Department Head: Required if over $50,000 Procurement Strategist: Sara Schneeberger Procurement Director: Catherine Or des1gnee For Procurement Use Only: Bigelow Signature: Signature: Signature: Signature: Signature: 0 Approved D Requesting Additional Information D Procurement Comments: Ch . k T Dlgltalty signed by Chmelik Tom mel1 om Da\e:2019.11.1311:05:39 -05'00' Daniel R. Digijally signed by Daniel R. Rodriguez Rodriguez Date: 201g.11. 19 14:37:21 --05'00' SchneebergerS Digitally signed by SchneebergerSara Date: 2019.11.20 09:22:04 ara ·05'00' ""'"'tj""""""'Callligofow C t B • I ON. oo-c" a;,.iow. o-e.,a.,. eo..11 a 1ge ow =··-··""""-"�-o""'il><o1h0Mobl(tolow@oo*�1(1<W ..... o=<Js Oate,2015.11.20 09,40:4• -OS'OO" Requires RFl/lntent to Sole Source Date: Date: Date: Date: Date: D Rejected D Current FY __ Approval 0 Multi-Year Approval Start Date: 11/20/2019 End Date: 09/30/2023 16.C.4.a Packet Pg. 2056 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) 16.C.4.a Packet Pg. 2057 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Co �er Count y � Adminis tra tive Services Departmen t Proc urement Services Divis ion Instructions Collier County Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source Jetter, business case, etc.) must be submitted to the division's Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier's unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. Requester Name: Tom Chmelik Item/Service: Oxidation Ditch Aerators Historical Countywide See * below. Reque sted Thru 7/9/23Spend: date range: [ZI Sole Source I O Single Source Division: PUD -EPMD Vendor Name: Evoqua Water Technologies Not to Exceed See ** below per Fiscal Year: ____ _ 0 One Time Purchase Is there an agreement associated with this waiver to be reviewed by Contracts? Dves 0 No 0 Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Purchase of the Oxidation Ditch Aerator equipment including needed material, service parts, kits, interface components, software, service and support for existing and replacement applications. *As the utility system ages, the quantity of materials purchased will vary depending on the actual repair/replacement needs. **Annual expenditures will be controlled by the Board-approved annual budget. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. To ensure that the Collier County Water and Wastewater Division (the "Division") efficiently and cost effectively remain in regulatory and operational compliance with Florida Administrative Code Chapter 62-600 (Domestic Wastewater Facilities), Chapter 62-610 (Reuse of Reclaimed Water and Land Application) and Chapter 62-555 (Permitting, Construction, Operation and Maintenance of Public Water Systems), as well as other local, State and federal rules and regulations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. D Yes [ZJ No If yes, provide the PCC numb er : ___________________ _ 16.C.4.a Packet Pg. 2058 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): 0 Sole Source [Z] Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distdbutors. [Z] No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc.? IZl Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. [Z] Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. D Single Source D Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: -------BCC Agenda Item number:-------D Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. D Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. D Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? 1.Evoqua Water Technologies and their local agent, Heyward, are the only approved and authorized vendor that can produce and sell this Oxidation Ditch Aerator equipment. 2.There are other vendors that provide similar products, but none that provide a product with the features, dimensions, connections and accessories that are interchangeable or otherwise compatible with our specific installation. 3.This product is compatible with the existing structure and serve the treatment function required by the wastewater treatment process design. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Essentially we would need to prepare an engineering design to modify the existing structure, and construct new facilities to accommodate the alternate equipment (such as structural supports, pipe connections, electrical/control connections, and SCADA integration). 4.Per the attached letter from Evoqua Water Technologies, Evoqua is the sole manufacturer of the Oxidation Ditch Aerator equipment. 16.C.4.a Packet Pg. 2059 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. The item/service listed exists in specific installations that require replacement, service parts, kits, interface components, software, service and support to be procured in order to maintain 24/7 operations, meet demand and stay in compliance as stated in the Purpose. AECOM's review and recommendations confirm the need for these items and services. Explain why it is in the County's best interest to use this product/service rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? The existing structure and wastewater treatment process were custom designed and constructed to utilize Evoqua Oxidation Ditch Aerator equipment. Any other type of clarifier equipment will require significant engineering design, and construction of new custom constructed facilities to house this different type of equipment. Re-designing and modifying the installation to fit a different item is not cost-effective. Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost tor addressing the needs via an alternate approach. This is a sole source and no other alternate direct replacement product is available that will meet our needs. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. IZJ Yes D No If yes, explain what types: All equipment wears as it is used and requires maintenance and replacement to keep the equipment in operation. In order to maintain the proposed equipment, the county would be obligated to buy any proprietary replacement parts and materials from authorized vendor. 16.C.4.a Packet Pg. 2060 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation report should the complexity. duration and dollar amount of the purchase be a high risk to the County. The item/service listed is required in specific installations is required because they are proprietary in nature and fit in their individual applications. Other sources cannot be used because they will not fit in the particular application, or because they using different items would void the original warranty. Re-designing and modifying the installation to fit a different item is not costeffective. The listed Sole Source suppliers are selected by the manufacturers to provide authorized parts and service. AECOM's review and recommendations confirm the cost effectiveness of these items and services. Staff intends to repeat this product assessment process approximately every five years to ensure that best-value continues to be provided through changes in the market and technology. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Division Director: Department Head: Required if over $50,000 Procurement Strategist: Sara Schneeberger Procurement Director: Catherine Or des1gnee For Procurement Use Only: Bigelow Signature: . Ch . k T Olgitally signed t>y Chmelik Tom Signature: mel1 om Date:2019.11.1311:04:51 ·05'00' Daniel R.Signature: Rodriguez Signature: SchneebergerS ara Dlg�ally signed by Daniel R. Rod,iyuaz Date: 2019.11.19 14:35:03 --05'00" Digitally signed t>y Schneet>ergerSara Date: 2019.11.20 09:23:56 ·05'00' ""'"'""""""l>JCatlliJ,tek>Y, Signatur e: Cat Bigelow:::::::::,'.:,,��.:::�::. """'llaoo1M,.,.b���<govnal,o=US Daloc:!<)!9.1\.:!000,0:39-0S'OO" [Z] Approved D Requesting Additional Information D Requires RFl/lntent to Sole Source Procurement Comments: Date: Date: Date: Date: Date: D Rejected D Current FY __ Approval 0 Multi-Year Approval Start Date: 11/20/2019 End Date: 09/30/2023 16.C.4.a Packet Pg. 2061 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) WATER TECHNOLOG IES Collier County 10500 Goodlette Road Naples, FL 34109 ASR EVOQUA WATER TECHNOLOGIES Office 229-227-8711 Mobile 229-403-0445 Randy.Sowell@evoqua.com 1828 Metcalf Avenue Thomasville, GA 31792 USA Tel: +1 (229) 226-5733 Fax: +1 (229) 228-0312 Page 1 of 1 16.C.4.a Packet Pg. 2062 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) cott"er County � Administrative Services Department Procurement Serv,ce s Divisl0!1 Instructions Collier County Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must be submitted to the division's Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier's unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. Requester Name: Tom Chmelik Item/Service: Clarifers Historical Countywide See* below Spend:--------Requested Thru 7/9/23 date range: [Z] Sole Source I D Single Source Division: PUD -EPMD Vendor Name: Evoqua Water Technologies Not to Exceed See ** below per Fiscal Year:----- D One Time Purchase Is there an agreement associated with this waiver to be reviewed by Contracts? 0Yes 0No 0 Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Purchase of the Clarifier equipment including needed material, service parts, kits, interface components, software, service and support for existing and replacement applications. *As the utility system ages, the quantity of materials purchased will vary depending on the actual repair/replacement needs. **Annual expenditures will be controlled by the Board-approved annual budget. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. To ensure that the Collier County Water and Wastewater Division (the "Division") efficiently and cost effectively remain in regulatory and operational compliance with Florida Administrative Code Chapter 62-600 (Domestic Wastewater Facilities), Chapter 62-610 (Reuse of Reclaimed Water and Land Application) and Chapter 62-555 (Permitting, Construction, Operation and Maintenance of Public Water Systems), as well as other local, State and federal rules and regulations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. D Yes [Z] No If yes, provide the PCC number: ___________________ _ 16.C.4.a Packet Pg. 2063 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): IZJ Sole Source [Z] Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. [Z] No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc.? IZJ Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. [Z] Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. D Single Source D Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: -------BCC Agenda Item number:-------D Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. D Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. D Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? 1.Evoqua Water Technologies and their local agent, Heyward, are the only approved and authorized vendor that can produce and sell this clarifier equipment. 2.There are other vendors that provide similar products, but none that provide a product with the features, dimensions, connections and accessories that are interchangeable or otherwise compatible with our specific installation. 3.This product is compatible with the existing structure and serve the treatment function required by the wastewater treatment process design. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Essentially we would need to prepare an engineering design to modify the existing structure, and construct new facilities to accommodate the alternate equipment (such as structural supports, pipe connections, electrical/control connections, and SCADA integration). 4.Per the attached letter from Evoqua Water Technologies, Evoqua is the sole manufacturer of the clarifier equipment. 16.C.4.a Packet Pg. 2064 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. The item/service listed exists in specific installations that require replacement, service parts, kits, interface components, software, service and support to be procured in order to maintain 24/7 operations, meet demand and stay in compliance as stated in the Purpose. AECOM's review and recommendations confirm the need for these items and services. Explain.why it is in the County's best interest to use this product/service rather than issuing a competitive solicitation: What are the benefits from the co ntinued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? The existing structure and wastewater treatment process were custom designed and constructed to utilize Evoqua clarifier equipment. Any other type of clarifier equipment will require significant engineering design, and construction of new custom constructed facilities to house this different type of equipment. Re-designing and modifying the installation to fit a different item is not cost-effective. Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. This is a sole source and no other alternate direct replacement product is available that will meet our needs. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintena nce or standardization. 0 Yes D No If yes, explain what types: All equipment wears as it is used and requires maintenance and replacement to keep the equipment in operation. In order to maintain the proposed equipment, the county would be obligated to buy any proprietary replacement parts and materials from authorized vendor. 16.C.4.a Packet Pg. 2065 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation report should the complexit'l duration, and dollar amount of the purchase be a high risk to the County. The item/service listed is required in specific installations is required because they are proprietary in nature and fit in their individual applications. Other sources cannot be used because they will not fit in the particular application, or because they using different items would void the original warranty. Re-designing and modifying the installation to fit a different item is not costeffective. The listed Sole Source suppliers are selected by the manufacturers to provide authorized parts and service. AECOM's review and recommendations confirm the cost effectiveness of these items and services. Staff intends to repeat this product assessment process approximately every five years to ensure that best-value continues to be provided through changes in the market and technology. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Division Director: Department Head: Required if over $50,000 Procurement Strategist: Sara Schneeberger Procurement Director: Catherine Or des,gnee For Procurement Use Only: Bigelow Signature: Signature: Signature: Signature: . k T Digitally signed by ChmellkTom Chmel1 omoate:2019.,1.1311:04:21 ,05'00' Daniel R. Digttally s)gned by Daniel R Rodriguez Rodrigl.fez Date: 2019.11.19 14:38:04 --05·00· Sch neebergerS Digitally signed l}y Schneebergersara Date: 2019.11.20 09:24:57 ara -05'00' Dtl"'l�o.lgno<IO'jc.tll;,i�ow s· t · C t s· I �.-... ,-.-·=·•,gna ure. a 1ge ow -... � ... -.. -·-"·�-..-..il<ca1ho, ... t.;,.-�.,....mt,o=US o.to:i�19.11.W00:43:12 -OS'OO" 0 Approved D Requesting Additional Information D Requires RFl/lntent to Sole Source Procurement Comments: Date: Date: Date: Date: Date: D Rejected D Current FY __ Approval 0 Multi-Year Approval Start Date: 11/20/2019 End Date: 09/30/2023 16.C.4.a Packet Pg. 2066 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) evOQUA WATER TECHNOLOGIES Collier County 10500 Goodlette Road Naples, FL 34109 To whom it may concern: This is to confirm that Evoqua Water Technologies is the sole source for Envirex ™ Jet-Tech ™ and DAVCO ™ systems. Heyward is our Sales Representative in this area. No one else is authorized to sell, solicit or manufacture our products in your area. Evoqua is the sole source for trained and certified field service techs for our equipment. Evoqua retains all drawings, structural calculations, and loadings for the Collier County WWTP equipment provided by Evoqua Water Technologies. If you should have any questions regarding this matter, please feel free to contact me. Sincerely, ie4«49 So«ldt ASR EVOQUA WATER TECHNOLOGIES Office 229-227-8711 Mobile 229-403-0445 Randy.Sowell @evoqua.com 1828 Metcalf Avenue Thomasville, GA 31792 USA Tel: +1 (229) 226-5733 Fax: +1 (229) 228-0312 www.evoqua.com Page 1 of 1 16.C.4.a Packet Pg. 2067 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Co�er County� Administrative Services Department Procurement Service s Div1s1on Instructions Collier County Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source lefter, business case, etc.) must be submitted to the division's Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier's unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. Requester Name: Wayne Karlovich Item/Service: Traveling Bridge Filter Eqpt Division: PUD -EPMD Vendor Name: Evoqua Historical Countywide See * below Spend:-------- Requested 2019-2025 Not toExceed Thru?/9/23 date range: per Fiscal Year: ____ _ Is there an agreement associated with this waiver to be reviewed by Contracts? [Z] Sole Source I D Single Source D One Time Purchase Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Dves 0No lZJ Multiple Purchases Wastewater treatment process equipment including Evoqua Gravisand equipment including, all components of traveling bridge filters, rails, electrical power and control panels, control panel components, instrumentation, slotted pipe under drains, and sand media, gates, pumps, valves, and pipes. *As the utility system ages, the quantity of materials purchased will vary depending on the actual repair/replacement needs. **Annual expenditures will be controlled by the Board-approved annual budget. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. To ensure that the Collier County Water and Wastewater Division (the "Division") efficiently and cost effectively remain in regulatory and operational compliance with Florida Administrative Code Chapter 62-600 (Domestic Wastewater Facilities), Chapter 62-610 (Reuse of Reclaimed Water and Land Application) and Chapter 62-555 (Permitting, Construction, Operation and Maintenance of Public Water Systems), as well as other local, State and federal rules and regulations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. 0 Yes [Z] No If yes, provide the PCC number:. ___________________ _ 16.C.4.a Packet Pg. 2068 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): IZJ Sole Source [Z] Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. [Z] No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenie nce, timeliness, etc.? IZl Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. [Z] Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. D Single Source D Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: -------BCC Agenda Item number:------D Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. D Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. D Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? 1.Evoqua and their local agent, Heyward, are the only approved and authorized vendor that can produce and sell this traveling bridge filtration equipment. 2.There are other vendors that provide similar products, but none that provide a product with the features, dimensions, connections and accessories that are interchangeable or otherwise compatible with our specific installation. 3.This product is compatible with the existing effluent filtration structures and can be installed with minimal modifications. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Essentially we would need to prepare an engineering design to modify the existing structure, and construct new facilities to accommodate the alternate equipment (such as structural sup por ts, pipe connections, electrical/control connections, and SCADA integration). 4.Per the attached letter from Evoqua Water Technologies, Evoqua Water Technologies Corp. is the sole manufacturer of the Gravisand Traveling Bridge Filter. Evoqua holds six different patents for the Gravisand filter design. 16.C.4.a Packet Pg. 2069 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) How was the decision made to use this vendo r? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. The item/service listed exists in specific installations that require replacement, service parts, kits, interface components, software, service and support to be procured in order to maintain 24/7 operations, meet demand and stay in compliance as stated in the Purpose. AECOM's review and recommendations confirm the need for these items and services. Explain why it is in the County's best interest to use this product/service rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? The existing structure and wastewater treatment process were custom designed and constructed to utilize traveling bridge effluent filtration equipment. Any other type of effluent filtration equipment will require significant engineering design, and construction of new custom constructed facilities to house this different type of equipment. Re-designing and modifying the installation to fit a different item is not cost-effective. Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. This is a sole source and no other alternate dir ect replacement product is available that will meet our needs. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. 0 Yes D No If yes, explain what types: All equipment wears as it is used and requires maintenance and replacement to keep the equipment in operation. In order to maintain the proposed Gravisand filtration equipment, the county would be obligated to buy any proprietary replacement parts and materials from Evoqua. 16.C.4.a Packet Pg. 2070 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation report should the complexity duration. and dollar amount of the purchase be a high risk to the County. The item/service listed is required in specific installations is required because they are proprietary in nature and fit in their individual applications. Other sources cannot be used because they will not fit in the particular application. or because they using different items would void the original warranty. Re-designing and modifying the installation to fit a different item is not costeffective. The listed Sole Source suppliers are selected by the manufacturers to provide authorized parts and service. AECOM's review and recommendations confirm the cost effectiveness of these items and services. Staff intends to repeat this product assessment process approximately every five years to ensure that best-value continues to be provided through changes in the market and technology. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Division Director: Department Head: Required if over $50.000 Procurement Strategist: Sara Schneeberger Procurement Director: Catherine Or des1gnee For Procurement Use Only: Bigelow Signature: . C . k T Digitally signed by Chmelik Tom Signature: hmel1 om Date:2019.11.1311:05:19 Daniel R. Signature: Rodriguez Signature: SchneebergerS ara ...05'00' Oig�ally signed by Danie!R. Rodriguez Data: 2019.11.1914:35:51 --0s·oo· Digi!al!y signed by Schneebergersara Date: 2019.11.20 09:27:21 -05'00' O�b� <i!ln&d ltj C.I Bi[l<,l<w Signature: C t s· I ONc=atB;,olaw.oaColi�,c.,,.. a 1ge ow---····"·--··--•"'""""lh,rin,-.,,law@ool--"",o----t.JS Oolo:2019.11.2000:44,17-0S1>0' 12] Approved D Requesting Additional Information D Requires RFl/lntent to Sole Source Procurement Comments: Date: Date: Date: Date: Date: D Rejected D Current FY __ Approval IZl Multi-Year Approval Start Date: 11/20/2019 End Date: 09/30/2023 16.C.4.a Packet Pg. 2071 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) co1"er County� Administrative Services Department Proc uremenl Services DivislOfl Instructions Collier County Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must be submitted to the division's Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier's unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. Requester Name: Tom Chmelik Item/Service:AquaDiskFilters Historical Countywide See* below Spend:-------- Reque sted Thru 7/9/23 date range: I{] Sole Source I D Single Source Division: PUD -EPM D Vendor Name: Aqua Aerobics Syst ems, Inc. Not to Exceed See ** below per Fiscal Year: ____ _ D One Time Purchase Is there an agreement associated with this waiver to be reviewed by Contracts? D Yes 0 No [Z] Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Purchase of the cloth media effluent filtration equipment including needed material, service parts, kits, interface components, software, service and support for existing and replacement applications. *As the utility system ages, the quantity of materials purchased will vary depending on the actual repair/replacement needs. **Annual expenditures will be controlled by the Board-approved annual budget. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. To ensure that the Collier County Water and Wastewater Division (the "Division") efficiently and cost effectively remain in regulatory and operational compliance with Florida Administrative Code Chapter 62-600 (Domestic Wastewater Facilities), Chapter 62-610 (Reuse of Reclaimed Water and Land Application) and Chapter 62-555 (Permitting, Construction, Operation and Maintenance of Public Water Systems), as well as other local, State and federal rules and regulations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. D Yes 0 No If yes, provide the PCC number: ___________________ _ 16.C.4.a Packet Pg. 2072 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): 0 Sole Source [Z] Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this producf/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. [Z] No Comparable Prod uct or Service: Is there another vendor who can provide a similar producf/service, regardless of cost, convenience, timeliness, etc .? IZJ Prod uct Compatibility: Does this producf/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. [Z] Proprietary: Is this producf/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. D Single Source D Standardization: Is this producf/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: -------BCC Agenda Item number: -------D Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. D Geographic Territory: Is this vendor the only vendor authorized to sell this producf/service in our region? If yes, provide documentation from the manufacturer confirming those claims. D Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? 1.Aqua Aerobics Systems, Inc. and their local agent, EnviroSales of Florida, are the only approved and authorized vendor that can produce and sell this cloth media effluent filtration equipment. 2.There are other vendors that provide similar products, but none that provide a product with the features, dimensions, connections and accessories that are interchangeable or otherwise compatible with our specific installation. 3.This product is compatible with the existing structure and serve the treatment function required by the wastewater treatment process design. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Essentially we would need to prepare an engineering design to modify the existing structure, and construct new facilities to accommodate the alternate equipment (such as structural supports, pipe connections, electrical/control connections, and SCADA integration). 4.Per the attached letter from Aqua Aerobics Systems, Inc., Aqua Aerobics is the exclusive manufacturer of the cloth media effluent filtration equipment. 16.C.4.a Packet Pg. 2073 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) How was the decision made to use this ven dor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use histoty and the current level of County investment in the product. The item/service listed exists in specific installations that require replacement, service parts, kits, interface components, software, service and support to be procured in order to maintain 24/7 operations, meet demand and stay in compliance as stated in the Purpose. AECOM's review and recommendations confirm the need for these items and services. Explain why it is in the County's best interest to use this producUservice rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? The existing structure and wastewater treatment process were custom designed and constructed to utilize Aqua Aerobics cloth media effluent filtration equipment. Any other type of cloth media effluent filtration equipment will require significant engineering design, and construction of new custom constructed facilities to house this different type of equipment. Re-designing and modifying the installation to fit a different item is not cost-effective. Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. This is a sole source and no other alternate direct replacement product is available that will meet our needs. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. IZJ Yes D No If yes, explain what types: All equipment wears as it is used and requires maintenance and replacement to keep the equipment in operation. In order to maintain the proposed equipment, the county would be obligated to buy any proprietary replacement parts and materials from authorized vendor. 16.C.4.a Packet Pg. 2074 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation renort should the comn/exit" duration and dollar amount of the nurchase be a hinh risk to the County. The item/service listed is required in specific installations is required because they are proprietary in nature and fit in their individual applications. Other sources cannot be used because they will not fit in the particular application, or because they using different items would void the original warranty. Re-designing and modifying the installation to fit a different item is not costeffective. The listed Sole Source suppliers are selected by the manufacturers to provide authorized parts and service. AECOM's review and recommendations confirm the cost effectiveness of these items and services. Staff intends to repeat this product assessment process approximately every five years to ensure that best-value continues to be provided through changes in the market and technology. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Division Director: Department Head: Required if over $50,000 Procurement Strategist: Sara Schneeberger Procurement Director: Catherine Or des1gnee For Procurement Use Only: Bigelow Signature: . C . k T Digitally signed by Cllme!lkTom Signature: hmel1 om Date:2019.11.1311:04:04 ·05'00' Daniel R. Digitally signed by Daniel R Signature: Rodriguez Rodriguez Date: 2019.11.19 14:38;44 --05'00' Signature: SchneebergerS Digitally signed by SchneebergerSara Date: 2019.11.20 09:29:48 Signature: ara ,05'00' 0�••<1f"90,,4 ..... C.I BsJelow C t B. I 00 "·""•-·=··=·• """'"'"'°ol, oo•P""'"™""°' s,,,,.1ec,;_ a 1ge ow ......... t!, .............. @<,>I ... .,.,. ...... = Dol•;IOIG.1!.1009.-4$;11-05'00 0 Approve d D Requesting Additional Information D Requires RFl/lntent to Sole Source Procurement Comments: Date: Date: Date: Date: Date: D Rejected D Current FY __ Approval 0 Multi-Year Approval Start Date: 11/20/2019 End Date: 09/30/2023 16.C.4.a Packet Pg. 2075 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) --0-AQ!JA-AEROBIC SYS\F.,�d�,S; September 25, 2019 To whom it may concern, Aqua-Aerobic Systems Inc. is the exclusive manufacturer and supplier of the AquaDisk® filter design and components whether for new construction or replacement parts. ,Further, we are exclusively represented in the state of Florida by EnviroSales of Florida. Sincerely, Paul A. Nelson Southeast Regional Manager Aeration & Mixing I Biological Processes I Filtration I Membranes I Oxidation & Disinfection I Process Control I Aftermarket & Customer Service 6306 N. Alpine Rd. Loves Park, IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com 16.C.4.a Packet Pg. 2076 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) cott"er County� Administrative Services Department Proc urement Services DivislO!l Instructions Collier County Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must be submitted to the division's Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier's unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. RequesterName:Tom Chmelik Item/Service: Fine Screening Equipment Historical Countywide See * below Spend: _______ _ Requested Thru 7/9/23 date range: [Z] Sole Source I D Single Source Division: PUD -EPMD Vendor Name: WesTech Engin eerin g Not to Exceed See ** below per Fiscal Year : ____ _ D One Time Purchase Is there an agreement associated with this waiver to be reviewed by Contracts? D Yes 0 No [Z] Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Purchase of the Fine Screen Equipment (Fine Screen, Screenings Compactor), including needed material, service parts, kits, interface components, software, service and support for existing and replacement applications. *As the utility system ages, the quantity of materials purchased will vary depending on the actual repair/replacement needs. **Annual expenditures will be controlled by the Board-approved annual budget. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. To ensure that the Collier County Water and Wastewater Division (the "Division") efficiently and cost effectively remain in regulatory and operational compliance with Florida Administrative Code Chapter 62-600 (Domestic Wastewater Facilities), Chapter 62-610 (Reuse of Reclaimed Water and Land Application) and Chapter 62-555 (Permitting, Construction, Operation and Maintenance of Public Water Systems), as well as other local, State and federal rules and regulations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. D Yes [Z] No If yes, provide the PCC number: ___________________ _ 16.C.4.a Packet Pg. 2077 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): [Z] Sole Source IZJ Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. IZJ No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc. ? IZJ Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/Vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. IZJ Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. D Single Source D Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization:-------BCC Agenda Item number: -------D Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. D Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. D Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? 1.Westech and their local municipal agent, The Mack Co., are the only approved and authorized vendor that can produce and sell this fine equipment (Westech MEVA). 2.There are other vendors that provide similar products, but none that provide a product with the features, dimensions, connections and accessories that are interchangeable or otherwise compatible with our specific installation. 3.This product is compatible with the existing structure and serve the treatment function required by the wastewater treatment process design. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Essentially we would need to prepare an engineering design to modify the existing structure, and construct new facilities to accommodate the alternate equipment (such as structural supports, pipe connections, electrical/control connections, and SCADA integration). 4.Per the attached letter from Westech, Westech is the manufacturer of the Westech MEVA fine screening equipment. 16.C.4.a Packet Pg. 2078 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. The item/service listed exists in specific installations that require replacement, service parts, kits, interface components, software, service and support to be procured in order to maintain 24/7 operations, meet demand and stay in compliance as stated in the Purpose. AECOM's review and recommendations confirm the need for these items and services. Explain why it is in the County's best interest to use this producUservice rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? The existing structure and wastewater treatment process were custom designed and constructed to utilize Westech MEVA equipment. Any other type of fine screening equipment will require significant engineering design, and construction of new custom constructed facilities to house this different type of equipment. Re-designing and modifying the installation to fit a different item is not cost-effective. Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. This is a sole source and no other alternate direct replacement product is available that will meet our needs. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. IZI Yes D No If yes, explain what types: All equipment wears as it is used and requires maintenance and replacement to keep the equipment in operation. In order to maintain the proposed equipment, the county would be obligated to buy any proprietary replacement parts and materials from authorized vendor. 16.C.4.a Packet Pg. 2079 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation report should the complexitv, duration and dollar amount of the purchase be a high risk to the County. The item/service listed is required in specific installations is required because they are proprietary in nature and fit in their individual applications. Other sources cannot be used because they will not fit in the particular application, or because they using different items would void the original warranty. Re-designing and modifying the installation to fit a different item is not costeffective. The listed Sole Source suppliers are selected by the manufacturers to provide authorized parts and service. AECOM's review and recommendations confirm the cost effectiveness of these items and services. Staff intends to repeat this product assessment process approximately every five years to ensure that best-value continues to be provided through changes in the market and technology. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Division Director: Department Head: Required if over $50,000 Procurement Strategist: Sara Schneeberger Procurement Director: Catherine Or des1gnee For Procurement Use Only: Bigelow Signature: . Ch . k T Digitally signed by Chmelik Tom Srgnature: mel1 om Date:2019.11.1311:06:53 -05'00' Daniel R. Signature: Rodriguez Signature: Schneeberger$ ara Olgrtally slgoed by Daniel R. Rod1ig�ez Date: 2019.11.19 14:36:34 -05'00' Dig�ally signed by SchneebergerSara Date: 2019,11.20 09:31:42 -05'00' o;,,1""'""""""'""!11i!lolow Signature: I Govam.,.,1, <><FP<w,,ro.,.., $or,-. Cat s·gelow �'"""'-='·=·• """Foa,11<no<1>���'l>W·""'•<r<1s o.oac2010.11.2000;,a;Ol.OSQO' 0 Approved D Requesting Additional Information D Requires RFlllntent to Sole Source Procurement Comments: Date: Date: Date: Date: Date: D Rejected D Current FY __ Approval IZI Multi-Year Approval Start Date: 11/20/2019 End Date: 09/30/2023 16.C.4.a Packet Pg. 2080 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) October 1, 2019 To Whom It May Concern Please accept this communication to confirm that The Mack Company is the exclusive vendor for WesTech MEVA equipment and parts sales in the State of Florida and are charged with the responsibility for all engineering related support on WesTech equipment and projects in their assigned territory. We appreciate your interest in our equipment and products. Please contact me if you have any questions. Best regards, WesTech Engineering, Inc. /"-.,/ ..... Grego� National Sales Manager WesTech Engineering, Inc. • 3665 South West Temple , Salt Lake City, Utah 84115 westech-inc.com 16.C.4.a Packet Pg. 2081 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Cof.°eT County � Adm inis trative Services Department Procurement Serv,ces Division Instructions Collier County Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must be submitted to the division's Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier's unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. Requester Name: Tom Chmelik Division: PUD -EPMD Item/Service: Grit & Sludge Pumps, Grit Classifiers Vendor Name: Trillium Flow Technologies Historical Countywide See * below Reque sted Thru 7/9/23 Spend: date range: [Z] Sole Source D Single Source Not to Exceed See ** below per Fiscal Year:----- D One Time Purchase Is there an agreement associated with this waiver to be reviewed by Contracts? Dves 0 No [Z] Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Purchase of the grit pumps, sludge pumps, and grit separation equipment, including needed material, service parts, kits, interface components, software, service and support for existing and replacement applications. *As the utility system ages, the quantity of materials purchased will vary depending on the actual repair/replacement needs. **Annual expenditures will be controlled by the Board-approved annual budget. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. To ensure that the Collier County Water and Wastewater Division (the "Division") efficiently and cost effectively remain in regulatory and operational compliance with Florida Administrative Code Chapter 62-600 (Domestic Wastewater Facilities), Chapter 62-610 (Reuse of Reclaimed Water and Land Application) and Chapter 62-555 (Permitting, Construction, Operation and Maintenance of Public Water Systems), as well as other local, State and federal rules and regulations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. D Yes IZJ No If yes, provide the PCC number:. ___________________ _ 16.C.4.a Packet Pg. 2082 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): IZJ Sole Source !Zl Only Authorized Vendor or Distributor: is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. 0 No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc. ? IZl Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. !Zl Proprietary: /s this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. D Single Source 0 Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: -------BCC Agenda Item number:-------0 Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. 0 Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. 0 Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? 1.Trillium Flow Technologies and their local municipal agent, TSC-Jacobs, Inc., are the only approved and authorized vendors that can produce and sell this pumping and grit separation equipment. 2.There are other vendors that provide similar products, but none that provide a product with the features, dimensions, connections and accessories that are interchangeable or otherwise compatible with our specific installation. 3.This product is compatible with the existing structure and serve the treatment function required by the wastewater treatment process design. Other products that may meet our needs are available at increased costs as they are not direct replacements and would require significant additional engineering and construction costs to implement. Essentially we would need to prepare an engineering design to modify the existing structure, and construct new facilities to accommodate the alternate equipment (such as structural supports, pipe connections, electrical/control connections, and SCADA integration). 4.Per the attached letter Trillium Flow Technologies is the sole manufacturer of the various WEMCO pump and grit separation equipment. 16.C.4.a Packet Pg. 2083 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. The item/service listed exists in specific installations that require replacement, service parts, kits, interface components, software, service and support to be procured in order to maintain 24/7 operations, meet demand and stay in compliance as stated in the Purpose. AECOM's review and recommendations confirm the need for these items and services. Explain why it is in the County's best interest to use this product/serv ice rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? The existing structure and wastewater treatment process were custom designed and constructed to utilize WEMCO pumping and grit separation equipment. Any other type of pumping and grit separation equipment will require significant engineering design, and construction of new custom constructed facilities to house this different type of equipment. Re-designing and modifying the installation to fit a different item is not cost-effective. Explain how this pricing compares to other vendors/products and is it cons idered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. This is a sole source and no other alternate direct replacement product is available that will meet our needs. Other products that may meet our needs are available at increased costs as they are not direct rep lacements and would require significant additional engineering and construction costs to implement. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. 0 Yes D No If yes, explain what types: All equipment wears as it is used and requires maintenance and replacement to keep the equipment in operation. In order to maintain the proposed equipment, the county would be obligated to buy any proprietary replacement parts and materials from authorized vendor. 16.C.4.a Packet Pg. 2084 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation report should the complexitv duration and dollar amount of the purchase be a high risk to the County. The item/service listed is required in specific installations is required because they are proprietary in nature and fit in their individual applications. Other sources cannot be used because they will not fit in the particular application, or because they using different items would void the original warranty. Re-designing and modifying the installation to fit a different item is not costeffective. The listed Sole Source suppliers are selected by the manufacturers to provide authorized parts and service. AECOM's review and recommendations confirm the cost effectiveness of these items and services. Staff intends to repeat this product assessment process approximately every five years to ensure that best-value continues to be provided through changes in the market and technology. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Division Director: Department Head: Required if over $50,000 Procurement Strategist: Sara Schneeberger Procurement Director: Catherine Ordesignee For Procurement Use Only: Bigelow Signature: Signature: Signature: Signature: Signature: IZI Approved D Requesting Additional Information D Procurement Comments: Ch 1. k T Digitally signed by Chmelik Tom me I o m ��,.���01s.11.1311:os:11 Daniel R. Digrnllly signed by Daniel R Rodriguez Rodriguez Date; 2019.11.19 14:39:25 -05'00' SchneebergerS Digitally signed by SchneebergerSara Date: 2019.11.20 09:33:14 ara -05'00' O.:,ltal� ... -byCal-"" C t s· I =-���--_,=,, a 1ge ow-.. ,-,.···---, .. -� .. •""'O=<alh,rinabigo-�f!l"'.OO!,e•US °""" 20,s.11.20 oo,wc0s -05"00" Requires RFl/lntent to Sole Source Date: Date: Date: Date: Date: D Rejected D Current FY __ Approval IZI Multi-Year Approval Start Date: 11/20/2019 End Date: 09/30/2023 16.C.4.a Packet Pg. 2085 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) TRILLIUM [I OW r £ C IINO L O GI F S' 12 August 2019 Collier County, Florida North County Water Reclamation Facility (NCWRF) Subject: Sole Source / Letter of Exclusivity To whom it may concern: Trillium Pumps USA SLC is the manufacturer of WEMCO®, Roto-Jet®, and WSP™ proprietary pumping equipment. We are located in Salt Lake City, Utah, USA and our federal 1.0. number is 87-052-9231. Our pumps are sold worldwide and we have a global network of contracted distributors and representatives. Trillium Pumps USA SLC is the sole source for WEMCO® Torque-Flow® recessed impeller pumps; WEMCO® Hydrogritter® grit separation systems; WEMCO® WSF ™ Screw-Flow centrifugal pumps; Weir Specialty Pumps (WSP ™) Chop-Flow ™ chopper pumps, Self-Primer pumps, and Non-Clog pumps; and parts for all the aforementioned pumping equipment. Our product distribution channel is structured on an exclusive geographic basis. For municipal projects at NCWRF, Collier County, FL, TSC-Jacobs, Inc. is our exclusive representative and distributor for all products listed in the second paragraph. This applies to all new equipment sales as well as startups, testing, and maintenance services provided by Jacobs Air Water Systems (JAWS), a sister company of TSC-Jacobs, Inc. The companies can be reached as follows: TSC-Jacobs, Inc. 11021 Countryway Blvd. Tampa, FL 33626 813-888-5556 Jacobs Air Water Systems 11023 Countryway Blvd. Tampa, FL 33626 813-854-2354 Thank you for the opportunity to serve you, and please do not hesitate to contact me if you have any questions. �Joshua Jensen Director, Municipal Sales & Marketing -Americas 1-801-389-1896 Joshua.jensen@trilliumflow.com 440 West 800 South Salt Lake City, Utah 84101 USA VALVES -PUMPS -SERVICES www.trllllumftow.com 0: +1.801-359-8731 F: +1.801-355-9303 16.C.4.a Packet Pg. 2086 Attachment: Attachment 1 - PUD Sole Source Product Waivers (10893 : WRF Waivers) 16.C.4.bPacket Pg. 2087Attachment: Attachment 2 - AECOM letter (10893 : WRF Waivers)