Loading...
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