Loading...
Resolution 2020-31161 RESOLUTION NO: 2020-31161 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER, PURSUANT TO SECTION 2-391 OF THE CITY CODE, TO NEGOTIATE AND EXECUTE AGREEMENTS FOR THE PURCHASE OF CITY STANDARDIZED WASTE AND STORMWATER PUMP EQUIPMENT, PARTS, SOFTWARE, AND SERVICE FOR THE CITY'S PUMP STATIONS, WITH (1) XYLEM WATER SOLUTIONS USA, THE MANUFACTURER AND SOLE DISTRIBUTORS OF THE "FLYGT" BRAND PUMP EQUIPMENT, PARTS, SOFTWARE, AND SERVICE; AND (2) HYDRA SERVICE, THE SOLE AUTHORIZED MANUFACTURER'S AGENT FOR THE "SULZER" BRAND PUMP EQUIPMENT, PARTS, SOFTWARE, AND SERVICE, WITH SUCH AGREEMENTS HAVING A TERM NOT TO EXCEED FIVE (5) YEARS; FURTHER, AUTHORIZING PURCHASES OF PUMP EQUIPMENT, PARTS, SOFTWARE AND SERVICES FROM THE FOREGOING VENDORS IN AN AMOUNT NOT TO EXCEED THE AMOUNT APPROPRIATED ANNUALLY FOR THESE PRODUCTS THROUGH THE CITY'S BUDGETING PROCESS. WHEREAS, the City of Miami Beach operates and maintains over 100 submersible pumps within the Wastewater and Stormwater Division of the Public Works Department ("Department"); and WHEREAS, the standardization of equipment allows the City to continue to service existing pump stations, while lowering costs through a reduction in inventory and maximizing volume for service and equipment contracts.; and WHEREAS, pursuant to Section 2-391 of the City Code, where standardization is determined to be desirable by the Procurement Director, the purchase of goods and services may be by negotiation with the written approval of the City Manager, and subject to City Commission approval for goods and services at amounts in excess of the formal bid thresholds (in this case, $100,000); and WHEREAS, on March 1, 2017, the City Manager recommended and the Mayor and City Commission approved Resolution No. 2017-29783 and Resolution No. 2017-29784, standardizing Sulzer and Flygt brand pump equipment, parts, software, services and related items for use in the City's pump stations; and WHEREAS, Flygt is a brand of submersible pumps, mixers, and fluid handling technology manufactured by Xylem Water Solutions USA, Inc.; and WHEREAS, Xylem Water Solutions USA, Inc. has confirmed in writing (attached hereto as Exhibit S) that it is the sole authorized source for Flygt brand pump equipment; and WHEREAS, staff negotiated an agreement with Xylem Water Solutions U.S.A, Inc., attached hereto as Exhibit A, which established a 5% percent discount from Manufacturer's Suggested Retail Price (MSRP) for annual sales up to $500,000, a 7.5% percent discount from MSRP for annual sales from $500,001 to $750,000, and a 10% percent discount from MSRP for annual sales over$750,001 with a term of five (5) years; and WHEREAS, Sulzer Pump Solutions, Inc. has confirmed in writing (attached hereto as Exhibit B) that Hydra Service, Inc. is the sole authorized source for Sulzer brand of pump equipment; and WHEREAS, staff negotiated an agreement with Hydra Service, Inc. which established a 10% percent discount for pumps and parts for annual sales from the Manufacturer's Suggested Retail Price (MSRP)with a term of five (5)years; and WHEREAS, both vendors have demonstrated the ability to service the submersible pumps in a timely manner and provide products with the adequate support needed for long-term operational use of the equipment; and WHEREAS, the City Manager recommends it is in the City's best interest to continue the previously approved standardized pump equipment and parts, and recommends the execution of agreements for Flygt and Sulzer brand manufactured submersible pumps; and NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the City Manager, pursuant to Section 2-391 of the City Code, to negotiate and execute agreements for the purchase of City standardized waste and stormwater pump equipment, parts, software, and service for the City's pump stations, with (1) Xylem Water Solutions USA, the manufacturer and sole distributors of the "Flygt" brand pump equipment, parts, software, and service; and (2) Hydra Service, the sole authorized manufacturer's agent for the "Sulzer" brand pump equipment, parts, software, and service, with such agreements having a term not to exceed five (5) years; further, authorize purchases of pump equipment, parts, software and services from the foregoing vendors in an amount not to exceed the amount appropriated annually for these products through the City's budgeting process. PASSED AND ADOPTED this ra day of F�6rkQry2020. ATTEST: / /7-2( 2//S/Zov° Rafael E. nado,, City Clerk Dan Gelber, Mayor /7) s APPROVED AS TO il1CORP RAT s ED,• FORM &LANGUAGE • &FOR EXECUTION do.tet.I (-z4-01.0 ,gRcH 26 1 i City Attorney Resolutions -C7 I MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: February 12, 2020 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,APPROVING AND AUTHORIZING THE CITY MANAGER, PURSUANT TO SECTION 2-391 OF THE CITY CODE, TO NEGOTIATE AND EXECUTE AGREEMENTS FOR THE PURCHASE OF CITY STANDARDIZED WASTE AND STORMWATER PUMP EQUIPMENT, PARTS, SOFTWARE, AND SERVICE FOR THE CITY'S PUMP STATIONS, WITH (1) XYLEM WATER SOLUTIONS USA, THE MANUFACTURER AND SOLE DISTRIBUTORS OF THE "FLYGT" BRAND PUMP EQUIPMENT, PARTS, SOFTWARE, AND SERVICE; AND (2) HYDRA SERVICE, THE SOLE AUTHORIZED MANUFACTURER'S AGENT FOR THE "SULZER" BRAND PUMP EQUIPMENT, PARTS, SOFTWARE, AND SERVICE, WITH SUCH AGREEMENTS HAVING A TERM NOT TO EXCEED FIVE (5)YEARS; FURTHER, AUTHORIZING PURCHASES OF PUMP EQUIPMENT, PARTS, SOFTWARE AND SERVICES FROM THE FOREGOING VENDORS IN AN AMOUNT NOT TO EXCEED THE AMOUNT APPROPRIATED ANNUALLY FOR THESE PRODUCTS THROUGH THE CITY'S BUDGETING PROCESS. RECOMMENDATION The Administration recommends adopting the Resolution. BACKGROUND/HISTORY The City of Miami Beach Public Works Department("Department")operates and maintains over 100 submersible pumps within the Infrastructure Division of the Public Works Department. The purpose of these pumps is to convey wastewater from the City of Miami Beach ("City) to Virginia Key and the stormwater from City streets.Additionally, these pumps help to mitigate and control flooding conditions in the City during the annual King Tides. Section 2-391 of the City Code stipulates that, when a standardization is determined to be in the City's best interest, the purchase of goods and services may be negotiated with the written approval of the City Manager, and subject to City Commission approval when the amounts exceed the formal bid thresholds established in Section 2-366. On March 1, 2017, the Mayor and City Commission approved Resolution No. 2017-29783 and 2017-29784, which established Sulzer and Flygt pump equipment as the City's standard in Page 293 of 1185 order to capitalize on the benefits of standardizing equipment which include allowing the City to efficiently and effectively service existing pump stations while lowering costs through a reduction in inventory and maximizing volume for service and equipment contracts. The Resolutions also allowed for the purchase of pump equipment, parts, software, services and related items from Xylem Water Solutions U.S.A, and Hydra Service, Inc., the manufacturer authorized sources for the equipment, respectively, for a term of three (3) years. The three (3) year term is set to expire on February 28, 2020. ANALYSIS The Public Works Department seeks authority to continue to purchase the standardized submersible pumps as the experience over the years with both Flygt and Sulzer has proven to be of exceptional quality and reliability, has expedited the replacement of equipment when necessary, and has eliminated the need to keep a large inventory of parts from various manufacturers. Flygt Pumps The City currently has approximately 100 Flygt brand pumps installed in the City's wastewater and storm water infrastructure that require parts and service. Flygt is a brand of submersible pumps, mixers, and fluid handling technology manufactured by Xylem Water Solutions U.S.A, Inc. The Procurement Department verified Xylem Water Solutions U.S.A, Inc. to be the exclusive authorized agent for the City's geographic region for Flygt pump brand equipment, parts, and service provider. Staff negotiated an agreement with Xylem Water Solutions U.S.A, Inc. which established a 5% percent discount from Manufacturer's Suggested Retail Price (MSRP) for annual sales up to $500,000, a 7.5% percent discount from MSRP for annual sales from $500,001 to $750,000, and a 10% percent discount from MSRP for annual sales over$750,001 with a term of five (5) years. Sulzer Pumps Similarly, the City currently has approximately 10 Sulzer brand pumps installed in the City's wastewater and storm water infrastructure that require parts and service. Throughout the industry, the Sulzer brand manufactured submersible pumps are considered high quality durable pumps and are used by many different municipalities including Miami-Dade and Orange County. Hydra Services, Inc. is the sole supplier of Sulzer pump brand products for the City's geographic region for Sulzer pump brand equipment, parts, and related items, as well as the service provider. Hydra Services, Inc. offers industry long-term experience, strong technical competencies, and continuous innovation allowing them to provide outstanding reliability and performance. Accordingly, staff negotiated an agreement with Hydra Service, Inc. which established a 10% percent discount for pumps and parts for annual sales from the Manufacturer's Suggested Retail Price (MSRP)with a term of five (5)years. Additionally, the Public Works Department has established the standard for these submersible pumps and recomrriends continuing with these submersible pumps in efforts to improve the City's wastewater and stormwater systems. These pumps have proven to help prevent the streets from flooding and sewage from flowing on the streets. Both vendors have demonstrated the ability to service the submersible pumps in a timely manner and provide products with the Page 294 of 1185 adequate support needed for long-term operational use of the equipment. Moreover, through standardizing the Public Works Department was able to remove the submersible pumps throughout the City from previous vendors that are no longer in business, for which these items are not available to properly repair and service these pumps. Since the standardization of these products, approximately $1.2 M, has been spent in the purchase of pumps, parts and other services to assure optimal performance of the 'City's wastewater and stormwater pump stations. Further, as a result of the expedited procurement process established by Resolution No.2017-29783 and 2017-29784 for the standardizing of said equipment, on November 2018 the Public Works Operations team completed in-house restoration of Terminal Island Sewer Pump Station#30 which included amongst other things the replacement of obsolete sewer pumps with Flygt submersible pumps. For years this pump station remained in incomplete moratorium status and building permits for new construction were denied. Since the restoration, the stations moratorium status was lifted. Most recently Sewer Pump Station #31 on Washington Avenue and 3rd Street was also restored and the scope included the overhauling of the existing Flygt pumps which was completed without issues in an expeditious manner. As a result the stations downtime during restoration was significantly reduced. Overall, our experience in dealing with these vendors has been a positive one, parts are easily available compared to other brands, spare pumps are now in stock for most pump stations thereby reducing the lead time for delivery of pumps and equipment, and more importantly reducing pump station downtime during pump failures. Flygt is able to perform preventive maintenance of Flygt pumps on-site which reduces time and cost associated with the removal and transportation of pumps to pump shops or other facilities. Both vendors offer free training of our technicians and Sulzer recently completed training of our personnel on the operations and maintenance of Sulzer pumping equipment. The outstanding customer service provided by these vendors continues to play a significant role in the advances and improvements made to the City's wastewater and stormwater infrastructure. Lastly, the Public Works Department believes that if the established pump standard were not to be continued the efforts to this point and benefits highlighted herein would be lost. The City's wastewater and stormwater systems are starting to function the way they were originally designed to operate. As a result, the Public Works Department does not want to lose the progress that has been made. Therefore, this item seeks approval to continue to purchase Flygt pump equipment, parts, software, service and related items from Xylem Water Solutions U.S.A, Inc., and Sulzer pump equipment, parts, software, service and related items from Hydra Service, Inc. Results from the 2019 Resident Survey related to services that are most important for the City to provide rated efforts to manage stormwater drainage and flooding at 22%, and reliability of sewer (wastewater) services at 8%. In order to continue maintaining excellent standards in this area, the Administration recommends to continue the purchase of standardized sewerage and stormwater pump equipment, part, software and service for the City's pump stations. FINANCIAL INFORMATION The purchase of Flygt/Xylem and Sulzer brand manufactured submersible pumps will be funded by Operating Expenditures Accounts No. 425-0420-000343 and 427-0427-000674. Page 295 of 1185 CONCLUSION In consideration of the above, I believe it is in the best interest of the City to continue the standardization and purchase of Flygt and Sulzer manufactured submersible pumps for the City's wastewater and stormwater pump stations, which will improve as well as simplify equipment maintenance, repairs, and reduce operational costs in keeping the City's wastewater and stormwater pump stations fully functional and to assure the provision of related services and wellbeing of our residents. Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, authorizing the City Manager to negotiate and execute agreements for the purchase of City standardized sewerage and stormwater pump equipment, parts, software, and service for the city's pump stations, in a form acceptable by the City Attorney, with Xylem Water Solutions USA, the manufacturer and sole distributors of Flygt brand pump equipment, parts, software, and service, and Hydra Service, the sole authorized manufacturer's agent for Sulzer brand pump equipment, parts, software, and service, for a period not to exceed five years, in the not to exceed amount appropriated annually for these products through the City's budgeting process. Applicable Area Citywide Is this a Resident Right to Does this item utilize G.O. Know item? Bond Funds? No No Strategic Connection Environment & Infrastructure - Reduce risk from storms, high tides, groundwater, and sea level rise. Legislative Tracking Public Works/Procurement ATTACHMENTS: Description ❑ 2017-29784 Reso ❑ 2017-29783 Reso ❑ Resolution Page 296 of 1185 2017-29784 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER (AS FURTHER SET FORTH IN THE CITY COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION) AND WAIVING, BY 5/7THS VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, AND AUTHORIZING THE PURCHASE OF FLYGT/XYLEM PUMP EQUIPMENT, PARTS, SOFTWARE, SERVICE AND RELATED ITEMS FROM XYLEM WATER SOLUTIONS U.S.A., FOR PURPOSES OF STANDARDIZING SUBMERSIBLE PUMPS CITYWIDE, IN AN AMOUNT NOT TO EXCEED $500,000 ANNUALLY, FOR A PERIOD OF THREE YEARS. WHEREAS, the City of Miami Beach operates and maintains over 100 submersible pumps within the Wastewater and Stormwater Division of the Public Works Department (°PWD); and WHEREAS, the City's current submersible pumps are made by a variety of manufacturers, with an inventory that consists of seventy (70) Flygt pumps, eight (8)Wilo/Davis- Emu pumps, twelve (12) ABS pumps, nine (9) KGI Hydro pumps, and five pumps that are missing and need replacement; and WHEREAS, each of the currently installed brands has specific engineering specifications that require each manufacturer of the pumps to supply all original equipment manufacturer(OEM), parts and replacement equipment; and WHEREAS, each brand's specifications requires the City to manage multiple. maintenance/repair agreements with different vendors, maintain a higher stock of spare parts for each brand's equipment and related items, reduces the City's ability to use different pumps and/or equipment and parts at different locations, and includes a much higher learning curve with respect to each manufacturer's specific maintenance and operations; and WHEREAS, the Flygt pump brand is the originator of the heavy duty electrical submersible pump and provides support, expertise, and high quality products available for pumping and mixing contaminated and abrasive liquids; and WHEREAS, the Flygt brand of pumps is used by many different municipalities, including Miami-Dade County and Orange County; and WHEREAS, the Administration recommends standardizing its submersible pumps to two brands of pumps (Flygt and Sulzer), to minimize the issues that result from having many different brands of submersible. pumps, decrease the required stock level of spare parts, allow for more interchangeable parts and pumps and more efficient utilization, and create leverage for service agreements; and WHEREAS, Xylem Water Solutions, U.S.A. is the sole provider of Flygt pump equipment and related items, and the City Manager recommends the waiver of the competitive bidding requirements with respect to purchases of Flygt pumps and related items from Xylem Water Solutions, U.S.A., as being in the best interest of the City. Page 297 of 1185 NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and the City Commission hereby accept the written recommendation of the City Manager(as further set forth in the City Commission memorandum accompanying this Resolution) and waive, by a 517th vote, the formal competitive bidding requirements, finding such waiver to be in the City's best interest, and authorize the purchase of Flygt pump equipment, parts, software, service and related items from Xylem Water Solutions U.S.A., for purposes of standardizing submersible pumps Citywide, in an amount not to exceed $500,000 annually, for a period of three (3) years. PASSED AND ADOPTED this I day of Neck, 2017. ATTEST: • .ag _s.;,j 1 L.2 f ?� Ry ti Rafael E.a ranado, ty 'jerk ..Pfi'dh.Levine, M. or / • : / • .. ter- • • // • APPROVED AS TO FORM&LANGUAGE &FOR EXECUTION r). - - i City Attorney 2i? Date Page 298 of 1185 2017-29783 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER (AS FURTHER SET FORTH IN THE CITY COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION) AND WAIVING, BY 5/7THS VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, AND AUTHORIZING THE PURCHASE OF SULZER PUMP EQUIPMENT, PARTS, SOFTWARE, SERVICE AND RELATED ITEMS FROM HYDRA SERVICE, INC., FOR PURPOSES OF STANDARDIZING SUBMERSIBLE PUMPS CITYWIDE, IN AN AMOUNT NOT TO EXCEED $500,000 ANNUALLY, FOR A PERIOD OF THREE YEARS. WHEREAS, the City of Miami Beach operates and maintains over 100 submersible pumps within the Wastewater and Stormwater Division of the Public Works Department ("PWD); and WHEREAS, the City's current submersible pumps are made by a variety of manufacturers, with an inventory that consists of seventy (70) Flygt pumps, eight (8)Wilo/Davis- Emu pumps, twelve (12) ABS pumps, nine (9) KGI Hydro pumps, and five pumps that are missing and need replacement; and WHEREAS, each of the currently installed brands has specific engineering specifications that require each manufacturer of the pumps to supply all original equipment manufacturer(OEM), parts and replacement equipment; and WHEREAS, each brand's specifications requires the City to manage multiple maintenance/repair agreements with different vendors, maintain a higher stock of spare parts for each brand's equipment and related items, reduces the City's ability to use different pumps and/or equipment and parts at different locations, and includes a much higher learning curve with respect to each manufacturer's specific maintenance and operations; and WHEREAS, the Sulzer pump brand is well known in the industry for its high quality, durable pumps, which are used by many different municipalities, including Miami-Dade County and Orange County; and WHEREAS, the Administration recommends standardizing its submersible pumps to two brands of pumps (Flygt and Sulzer), to minimize the issues that result from having many different brands of submersible pumps, decrease the required stock level of spare parts, allow for more interchangeable parts and pumps and more efficient utilization, and create leverage for service agreements; and WHEREAS, Hydra Service, Inc. is the sole provider of Sulzer pump equipment and related items, and the City Manager recommends the waiver of the competitive bidding requirements with respect to purchases of Sulzer pumps and related items from Hydra Service, Inc., as being in the best interest of the City. Page 299 of 1185 NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and the City Commission hereby accept the written recommendation of the City Manager (as further set forth in the City Commission memorandum accompanying this Resolution) and waive, by a 517th vote, the formal competitive bidding requirements, finding such waiver to be in the City's best interest, and authorize the purchase of Sulzer pump equipment, parts, software, service and related items from Hydra Service, Inc., for purposes of standardizing submersible pumps Citywide, in an amount not to exceed $500,000 annually, for a period of three (3) years. PASSED AND ADOPTED this / day of hl grck. 2017. ATTEST: q Rafae E. Granado, ity Clerk :,:^ � m, Philip Levine, M \ .. , ;. ` % 7-4 APPROVED AS TO FORM&LANGUAGE &FOR EXECUTION cirA/AD6N— City Attorney , g' Date • F:\PURCISALL\Standardization1Submersible Pumps\Standardization of Submersible Pumps-Reso.doc Page 300 of 1185 Resolutions -R7 R MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: March 1, 2017 SUBJECT: 1. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER (AS FURTHER SET FORTH IN THE CITY COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION)AND WAIVING, BY 517TH VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, AND AUTHORIZING THE PURCHASE OF SULZER PUMP EQUIPMENT, PARTS, SOFTWARE, SERVICE AND RELATED ITEMS FROM HYDRA SERVICE, INC., FOR PURPOSES OF STANDARDIZING SUBMERSIBLE PUMPS CITYWIDE, IN AN AMOUNT NOT TO EXCEED $500,000 ANNUALLY, FOR A PERIOD OF THREE YEARS. 2. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER (AS FURTHER SET FORTH IN THE CITY COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION)AND WAIVING, BY 5/7TH VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, AND AUTHORIZING THE PURCHASE OF FLYGT/XYLEM PUMP EQUIPMENT, PARTS, SOFTWARE, SERVICE AND RELATED ITEMS FROM XYLEM WATER SOLUTIONS U.S.A., FOR PURPOSES OF STANDARDIZING SUBMERSIBLE PUMPS CITYWIDE, IN AN AMOUNT NOT TO EXCEED $500,000 ANNUALLY, FORA PERIOD OF THREE YEARS. RECOMMENDATION Approve the Resolution. ANALYSIS Currently the City of Miami Beach operates and maintains over 100 submersible pumps within the Wastewater and Storm water Division of the Public Works Department(PWD). The purpose of these pumps is to convey wastewater throughout the City and off the island to Virginia Key. Also, these pumps convey storm water out of the streets and off the island to help control flooding and high tides. Flygt and ABS are the manufacturers of the majority of the City's installed pumps. The Wastewater Division has a total of thirty-two (32) submersible pumps comprised of Flygt (Xylem),ABS (Sulzer), and Davis EMU. Twenty-eight 28)are Flygt, two (2)are SBS, and two (2) are Davis EMU. The Storm water Division has a total of sixty-seven (67) pumps. The pumps include forty-two (42) Flygt, six (6) Wilo-Emu, ten (10)ABS, and nine (9) KGI Hydro. The City also maintains other make/models of pumps installed in older projects. Each of the currently installed brands has specific engineering specifications that require each manufacturer of the pumps to supply all original equipment manufacturer(OEM), parts and replacement equipment. This creates the need to manage multiple maintenance/repair agreements and a higher stock of spare parts, less ability to use different pumps in different locations, and a much higher learning curve to each manufacturer's maintenance and operations. Moreover, the City owns multiple pumps (nine (9) KG! Hydro) for storm water whose parts and pumps are no longer available in the State of Florida. It is also important to note that the different brands are not interchangeable without significant modification of the system. Going forward, the PW Department wishes to standardize for maintenance, parts and replacements on Flygt and ABS pumps depending on their location and use. The purpose of standardization is to resolve the issues that result from having the various brands of submersible pumps, including, narrowing the number of brands within the wastewater and storm water infrastructure decreases the required stock level of spare parts, allowing more interchangeable parts and pumps, creating leverage for service agreements and decreasing the learning curve for staff. As a result of the aforementioned, the Administration recommends that the City standardize on Xylem and Sulzer brand pumps. The Xylem brand is the originator of the heavy duty electrical submersible pump and provides support, expertise, and the highest quality products available for pumping and mixing many different types of liquids. Similarly, the Sulzer brand has an understanding of the industry, long term experience, strong technical competencies, and continuous innovation which allows them to provide outstanding reliability and performance. Throughout the industry the Xylem and Sulzer brands of pumps are considered high quality durable pumps and are used by many different municipalities including Miami-Dade and Orange County. Standardizing the submersible pumps used in the wastewater and storm water infrastructure would reduce the costs associated with the additional man hours needed to complete modifications to the current machine/equipment, operational design, and staff training. With minor modifications, the standardization would allow for interchangeability of parts and thus reduce down time in emergency situations. Finally, the City will be able to capitalize on the competitive pricing these vendors will provide. The purpose of this item is to waive the competitive bidding requirements of the City and establish a standard for Xylem and Sulzer brand pumps so that future pump maintenance, repairs, parts and new equipment can be sourced from one of the two standard brands as applicable to the intended use. CONCLUSION Based on the foregoing, the City Manager recommends that the Mayor and City Commission approve the Resolutions to waive, by a 5/7ths vote, the formal competitive bidding requirements, finding such a waiver to be in the City's best interest, and authorize the Administration to purchase service, parts, software and new equipment for future pump needs through Xylem and Sulcer submersible pump equipment, parts, software, service and related items for purposes of standardizing submersible pumps Citywide. FINANCIAL INFORMATION, Legislative Tracking Public Works ATTACHMENTS: Description ❑ Resolution 1 ❑ Resolution 2