Resolution 2025-33660 2025-33660
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER,
PURSUANT TO SECTION 2-391 OF THE CITY CODE,TO NEGOTIATE AND
EXECUTE NEW 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 SOLE SUPPLIER FOR
THE "FLYGT" BRAND PUMP EQUIPMENT, PARTS, SOFTWARE, AND
SERVICE (CURRENT AGREEMENT EXPIRES ON MAY 11, 2025); AND (2)
HYDRA SERVICE, THE SOLE AUTHORIZED SUPPLIER FOR THE
"SULZER" BRAND PUMP EQUIPMENT, PARTS, SOFTWARE, AND
SERVICE (CURRENT AGREEMENT EXPIRES ON MAY 21, 2025), WITH
THE NEW AGREEMENTS HAVING A TERM NOT TO EXCEED FIVE (5)
YEARS, COMMENCING RETROACTIVELY AS OF THE EXPIRATION
DATES OF THE CURRENT AGREEMENTS; AND 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
FOR EACH FISCAL YEAR.
WHEREAS, the City of Miami Beach ("City") Public Works Department ("Public Works")
operates and maintains over 100 submersible pumps; and
WHEREAS, the purpose of these pumps is to: (i) convey wastewater from the City to
Virginia Key, (ii) remove stormwater from City streets, and (iii) mitigate and control flooding
conditions in the City during the yearly King Tides; and
WHEREAS, Section 2-391 of the City Code stipulates that when standardization is
determined to be in the best interest of the City, the purchase of goods and services may be
negotiated 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 established in Section
2-366 of the City Code, which is currently $100,000.00; and
WHEREAS, on March 1, 2017, the Mayor and City Commission adopted Resolution No.
2017-29783 and 2017-29784, authorizing the purchase of Sulzer and Flygt, pump equipment,
parts, software, service and related items from Hydra Service, Inc. and Xylem Water Solutions
U.S.A, for the purposes of standardizing submersible pumps citywide, in an amount not to exceed
$500,000.00 annually from each vendor, for a period of three years; and
WHEREAS, on February 12, 2020, the Mayor and City Commission adopted Resolution
No. 2020-31161, 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 sole supplier for the"Flygt" brand pump equipment,
parts, software, and service; and (2) Hydra Service, the sole authorized supplier for the
"Sulzer" brand pump equipment, parts, software, and service, with such agreements having
a term not to exceed five (5) years; and further, authorizing the 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; and
WHEREAS, the agreement with Xylem Water Solutions USA is set to expire on May 11,
2025 and the agreement with Hydra Service is set to expire on May 21, 2025; and
WHEREAS, based upon the fact that over the years the equipment has proven to be of
exceptional quality and reliability, provides an expedited replacement of equipment, and has
eliminated the need to keep a large inventory from various suppliers, the City Manager
recommends authorizing the Administration to negotiate and execute new agreements for the
purchase of standardized submersible Sulzer and Flygt pumps from: (1) Xylem Water Solutions
USA, the sole supplier for the "Flygt" brand pump equipment, parts, software, and service;
and (2) Hydra Service, the sole authorized supplier for the "Sulzer" brand pump equipment,
parts, software, and service, with such new agreements having a term not to exceed five (5)
years from the expiration dates of the current agreements; and further, approving the
purchase 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 for each fiscal year.
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 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 sole supplier for the "Flygt" brand pump equipment, parts, software, and
service (current agreement expires on May 11, 2025); and (2) Hydra Service, the sole
authorized supplier for the "Sulzer" brand pump equipment, parts, software, and service
(current agreement expires on May 21, 2025), with the new agreements having a term not to
exceed five (5) years, commencing retroactively as of the expiration dates of the current
agreements; and 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 for each fiscal year.
PASSED and ADOPTED this 21 day of mar 2025.
ATTEST: A
Steven Meiner, Mayor
MAY 2 7 2025
Rafael E. G na o, City Clerk
+°'- APPROVED AS TO
'INCORP OWED'
. ;h, FORM & LANGUAGE
',,4 N z ^9:; &FOR EXECUTION
s 3arn
te
City Attorney Dote
Resolutions - C7 N
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Eric Carpenter, City Manager
DATE: May 21, 2025
TITLE: 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 SOLE AUTHORIZED SUPPLIER FOR
THE "FLYGT" BRAND PUMP EQUIPMENT, PARTS, SOFTWARE, AND SERVICE;
AND (2) HYDRA SERVICE, THE SOLE AUTHORIZED SUPPLIER FOR THE
"SULZER" BRAND PUMP EQUIPMENT, PARTS, SOFTWARE, AND SERVICE,
WITH SUCH AGREEMENTS
T TO
FURTHER,AUTHORIZINGHAVING O EXCEED
PURCHASES OF PUMPEQUIPMENT, PARTS,
SOFTWARE AND SERVICES FROM THE FOREGOING VENDORS IN AN
AMOUNT NOT TO EXCEED THE AMOUNT APPROPRIATED ANNUALLY THESE PRODUCTS THROUGH THE CITY' S BUDGETING PROCESS.
FOR
RECOMMENDATION
The Administration recommends authorizing the negotiation and execution of 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("Xylem"), and (2)Hydra
Service ("Hydra"), for the term not to exceed five (5) years, in the not to exceed amount
appropriated annually for these products through the City's budgeting process.
BACKGROUNDIHISTORY
The City of Miami Beach ("City") Public Works Department ("Public Works") operates and
maintains over 100 submersible pumps.
The purpose of these pumps is to convey wastewater from the 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 yearly King Tides.
Section 2-391 of the City Code stipulates that, when a standardization is determined to be in the
best interest of the City, 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("City Commission")approved Resolution No.
2017-29783 and 2017-29764, authorizing the purchase of Sulzer and Flygt, pump equipment,
parts, software, service and related items from Hydra, and Xylem, for the purposes of
standardizing submersible pumps Citywide, in the not to exceed amount of$500,000 from each
vendor, annually, for a period of three (3) years. On February 12, 2020, the
et City
tyiCommission end of
approved an extension to the agreement, for an additional five (5)years,
May 2025, via Resolution 2020-31161. 767 of 2719
ANALYSIS
Public Works seeks authority to continue to purchase standardized submersible pumps from
Sulzer and Flygt,
be of
and
reliability, provide an expedited replacementproven to
of equipment and have eliminatedexceptional the need toy
ti keep
a large inventory from various suppliers.
Float Pumps
The City currently has approximately 100 Flygt brand pumps installed in the City's wastewater
and storm water infrastructure that requires parts and service. Flygt is a brand of submersible
pumps, mixers, and fluid handling technology. The City's Procurement Department
("Procurement") has verified that Xylem is the exclusive authorized supplier for this region. City
staff has negotiated an agreement with Xylem, which establishes a 5% percent discount from the
Manufacturer's Suggested Retail Price("MSRP"),for annual sales up to$500,000,a 7.5%percent
discount for annual sales from $500,001 to $750,000, and a 10% percent discount for annual
sales over$750,001, with a five(5)year term from the effective date. Upon mutual agreement of
both parties, the Agreement may be reviewed and renewed for an additional five(5)years, under
the same terms, conditions, and pricing, or as otherwise negotiated and agreed upon in writing.
Sulzer Pumps
Similarly, the City currently has approximately 14 Sulzer brand pumps installed in the City's
wastewater and storm water infrastructure that requires parts and service. This brand of
submersible pumps is considered high quality, durable, and is used by many different
municipalities including Miami-Dade and Orange County. Hydra is the sole supplier of Sulzer
pump brand products for the City's geographic region. Hydra offers industry long-term
experience, strong technical competencies, and continuous innovation, allowing them to provide
outstanding reliability and performance.
City staff has negotiated an Agreement with Hydra, establishing a 10% percent discount from the
MSRP for pumps and parts, for annual sales, with a five (5) year term from the effective date.
Upon mutual agreement of both parties, the Agreement may be reviewed and renewed for an
additional five(5)years, under the same terms,conditions,and pricing, or as otherwise negotiated
and agreed upon in writing.
Additionally, Public Works has established the standardization of these submersible pumps and
recommends continuing these services in an effort to improve the City's wastewater and
stormwater systems. These pumps have proven to help prevent the streets from flooding, and
sewage from overflowing onto the streets. Both vendors have demonstrated the ability to service
the submersible pumps in a timely and expedited manner,with adequate support needed for long-
term operational use of the equipment. Moreover,through this standardization, Public Works has
been able to remove previously installed submersible pumps from vendors who are no longer in
business or whose parts considered obsolete.
Since the standardization of these products, an approximate $4.5 Million, has been spent in the
purchase of pumps, parts and other services to ensure the City's wastewater and stormwater
pump stations' optimal performance. Further, as a result of the expedited procurement process
established by Resolution No. 2020-31161 for standardizing of said equipment, Public Works
completed its in-house restoration of Terminal Island's Sewer Pump Station #30, which included
the replacement of obsolete sewer pumps with Flygt submersible pumps (for years this pump
station had remained in an "incomplete" moratorium status and building permits for new
construction denied). Since its restoration, the station's moratorium status has been lifted. Most
recently Sewer Pump Station#31, located on Washington Avenue and 3rd Street, has also been
restored (the scope included the overhauling of the existing Flygt pumps),was completed without
issues in an expeditious manner. As a result, the station's downtime during restoration was
significantly reduced.
768 of 2719
Overall, the City's experience in dealing with Hydra and Xylem has been a positive one. Parts
are readily available compared to other brands, and spare pumps are now in stock for most pump
stations, thereby reducing the lead time for delivery of pumps and equipment, but 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 also offer
free training for City technicians (Sulzer recently provided personnel training to City staff 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.
Public Works strongly believes that if the newly established pump standard does not continue.
the efforts and benefits listed above will be lost. The City's wastewater and stormwater systems
have begun to function the way they were intended to operate. As such, the Administration seeks
approval to continue to purchase Sulzer and Flygt equipment, parts, software, service and related
items.
FISCAL IMPACT STATEMENT
The purchase of Sulzer and Flygt equipment will be funded by Operating Expenditure accounts
No. 425-0420-000343 and 427-0427-000674.
CONCLUSION
The Administration recommends authorizing the negotiation and execution of 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 and (2) Hydra, for the term not to exceed five
(5)years, in the not to exceed amount appropriated annually for these products through the City's
budgeting process.
Applicable Area
Citywide
Is this a "Residents Right to Know" item Is this item related to a G.O. Bond
pursuant to City Code Section 2-17? Project?
Yes No
Department
Public Works
Condensed Title
Execute Agmts, Purchase City Standardized Waste & Stormwater Pump Equipment. PW
Previous Action(For City Clerk Use Only).
769 of 2719