Loading...
Professional Service Agreement between the CMB and Hydra Services, Inc. for the Purchase of Sulzer Brand Pump Equipment,Parts, Software, Services and related Items Docusign Envelope ID:2EFFA5F0-EOBE-4212-678C-A08EDAA6AD64 z- o ZS - 33 ��v Docusign Envelope ID:FA8F5230-3F3A6-448C-687C-5826811C4590 PROFESSfONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND HYORA SERVICE (5), INC. FOR FOR THE PURCHASE OF SUL2ER BRAND PUMP EQUIPMENT, PAR7S, SOFTWARE, SERVICES AND REIATED ITEMS, PURSUANT TO RESOI.UTION NO. 2025-33660 9/30/2025� 11:01 EDT This Professional Sorv�ces Agreement {"Agreement") is effectwe as of May 22, 2025("Effective Date"), between the CITY OF MIAMI BEACH,FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its pnncipal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (the "Ciiy"), and HYDRA S�RVICE (S), INC., an Alabama corporation,authorized to do business in Florida,whose address is 2104 5tate Highway 160, Warrior,Alabama 35180("Gontractor"). SECTION 1 pEFINITIONS Agreemenl: This Agreement between lhe City and Consultant, including any exhibits and amendme�ts thereto. C�ty Manager The chief�dmin�strative o�ce�oi the City C►iy Manager's Desigpee: 7he City staff member who is designated by the City Manager to administer this Agreement an behali of the City.l'he City Manager's designee shall be the Public Works Department Director. Consultant: For the purposes of this Agreement, Consultant shal( be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Consuitant performed or undertaken pursuant to the Agreement. Fee� Amount paid to the Consultant as compensation for Services. Risk Managec 7he Risk Manager of lhe City, with o�ces at 170� Convention Genter Drive, Third Floor, Miami Beach, Flonda 33139; telepho�e number (305) 673-7000, Ext. 6435; ancS fax number{305)673-7Q23. 1 Docusign Envelope ID:2EFFA5F0-EOBE-4212-678C-A08EDAA6AD64 Docusign Envelope ID:FA8F5230•38A8•448C-B87C-582681 1 C4590 SECTION 2 SCOPE OF SERVtCE3 2.1 In consideration of the Fee to be paid to Consultant by the City, Consultant shall provide the work and services described m Exhibit A hereto(the `Services"). Although Consultant may recewe a schedule of the available hours to provide its Services, the City shall not control nor have the right to control the hours of the Services performed by the Consultant;where the Services are performed(although the City will provide Consultant with the appropriate location to perfprm the Services); when the Servlces are performed, including how many days a week the Services are performed; how the Services are performed, or any other aspect of the actual manner and means oi accomplishing the Services provided. Norivithstanding the foregomg, all Senrices prov�ded by the Consultant shall be performed in accordance with the terms and conditions set forth in Exhibit A and to the reasonable satisfaction of the City Manager If there are any questions ragarding the Services to be performed, Consultant should contact the following person. Lys Oesir Public Works Department City of Mlami Beach 451 Dade Boulevard Miami eeach, Ho�ida 33139 2.2 ConsultanYs Services, and any deliverables incident thereto, shall be completed m accordance wlth the timeline andlor schedule in the rQlevant Purchase Order (detined in Exhibit A hereto). SECTION 3 TERM The term of this Ag�eement("Term")shall commence on the Effective Date and shalf continue for a period of five (5) years, unless earlier terminated in accordance with the provisions ot this Agreemeni. Notwithstanding the Term provided herein, Consultanl shall adhere to any specific timelines, schedules, dates, andJor performance milestones for comp�etion and delivery oi the Services, as same is/are set forth in the timeline and/or schedule provided in the relevant Purchase O�der. SECTION 4 FEE 4.1 The purchase of the products and costs of related Service(s) shall not exceed the amount appropriated annually for these products through the City's budgeting process, comrnencing upon lhe execution of this Agreement by alt parties hereto. 4.2 During the Term, Contractor shall provide the City with a discount towa�d the price of the Products covered in this Agreement,as more particularly set torth in Exhibit A hereto.Additionally, during the term, the prices for Products and Pr�duct Related Services as set Forth in Exhibit A hereto shall remain fixed. 2 Docusign Envelope ID:2EFFA5F0-EOBE-4212-678C-AOSEDAA6AD64 Docusiyn Envelopc ID:FASF5230-38AB-448C-887G582681 iC4590 4.3 INVOICING Upon receipt oI an acceptable and approved invoice, paymeni(s)shall be made within forty-five (45) days for that portion (or those portionsj of the Services satistactorily rendered (and referenced in the particuiar invoice). Invoices shall include a detailed description of Ihe Services (or portions thereof� provided, and shall be submitted to the City at the fotlowing address: Accounts Payable Division Finance Departmerrt City of Miami Beach fT00 Convention Center Drive, 3"'Floor Miami Beach,Florida 33139 Email: accountspayable�miamibeachfl.gov 2 Invoices not containing a Purchase Order Number(PO No.), or containing an incorrect PO No., shall not be approved for payment. SECTION 5 TERM{NATION 5.1 TERMINATION FOR CAUSE If the Consultant shall fai(to fulfill in a timely manner,or othenvise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupan have the right to terminate this Agreement for cause Prio�to exercising its option to terminate for cause, the City shall notify tho Consultant of its violation af the particular term(s)of this Agreement, and shall grant Consultant ten (10) days to cure such detault. If such deFault remains uncured after ten(10)days,the City may terminate this Agreement without further notice to Consultant. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of,this Agreement. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City for any breach of the Agreement by the Consultant. The City, at its sole option and discretion,shall be entitied to bring any and all legal/equitable actions that it deems to be in its best interest in order to en(orce the City's rights and remedies against Consultani. The City shall be entitled to recove�all costs of such actions, including reasonable attorneys'fees. 5.2 TERMINATIC}N FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CtTY MANAGER, AND FOR IT5 CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGRE£MENT AT ANY TIME DURING TNE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT UF SUCH ' 7ERMINATIUN; WHICH SHALI BECOME EFFECTIVE WITHIN THIRTY (30j DAYS FOLLOWING RECEIPT BY THE CONSUITANT OF SUCH NOTICE. ADDI710NALLY, IN THE EYEN7 OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETtON, THE CITY MANAGER, PURSUANT TU A VERBAL OR WRITTEN NOTIFICATION 7� CONSULTANT, MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FC1R A TIME CERTAIN, OR IN THE ALTERNATIVE, 3 Docusign Envelope ID:2EFFA5F0-EOBE-4212-B78C-A08EDAA6AD64 Docusign Fnvelope IL7 FASF5230-3E3AQ-448C-B87G5826811C4590 TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATEO FOR CONVENIENCE BY TNE CITY, CONSULTANT SHALL BE PAID FOR ANY SERVICES SATISFACTORI�Y PERFORMED UP TO THE DAYE OF TERMINATION; �OLLOWING WHICH THE CI'fY SHALL BE DISCHARGED FROM ANYAND ALL LIABfLITIES,DUTIES,AND TERMS ARI3ING OUT OF,OR BY VIRTUE OF, THtS AGREEMENT. 5.3 "fERMINATION F�R INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the pafties shall be the same as provided for in Sectio�5.2. SECTION 6 INDEMNIFtCATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATIaN Consultant agrees to indemnify, defend and hold harmless the City of Miami Beach and its o�cers, employees, agents, and contractors, from and against any and a!i actions (whether at Iaw or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to propeRy,which may arise or be alleged to have arisen from the negligent acts,errors,omissions or other wrongful conduct of the Consultant, its officers, employees, agents, contracto�s, or any other person or entity acting under ConsultanYs control or supervision, in connection with,related to,or as a result of the Consultant's performance of the Services pursuant to this Agreement. To that extent, the Consultant shali pay all such claims and losses and shall pay all such cosis and judgments which may issue (rom any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by lhe City in the defense of such claims and losses, including appeals. The Consultanl expressly understands and agrees that any insurance protection required by this Agreement or othenvise provided by the Consultant shall in no way limit the ConsultanYs�esponsibility to indemnify, keep and save harmless and defend the Gity or its o�cers, employees, agents and instrumentafities as herein provided. The parties agree that one percent(1%)of the total compensation to Consuftant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's indernnity agreement. The provisions of this Section fi.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The Cansultant shall maintain and carry in full force during the Term, the foltowing insurance: 1. Consultant General Liability, in the amount af$1,000,000; 2. Worlcers Compensation&Employers Liability, as required pursuant to Florida Statutes; 3. Auto Liability Insurance, in the amount of$1,000,000. 4. Professional Liability, in the amount of$1,000,000. The insurance must be furnished by insurance companies authorized to do business in the State of Florida. All insurance policies must be issued by comparnes rated no less than "A" as to 4 Docusign Envelope ID:2EFFA5F0-EOBE-4212-B78C-A08EDAA6AD64 Docusign Envelope ID;FA8F5230-3BAB-448C-687C-5826871C4590 management and not less than "Class VI"as to sUength by the latest edition ot Best's Insu�ance Guide, published by A.M. Best Company. Time�y renewal certificates will be provided to the City as coverage renews. The insurance cenificates for General Liability shafl include the City as an additio�al insured and shaN contain a waiver of subrogatiart endorsement.Cansultant's insurance shall be primary and not contributory for direct claims arising out of the Agreement under the Commercial General Liability policy. If the Professional Liability coverage is provided o� a claims made basis, the� such insurance shall continue for(3)years following the expiration or termination of the Agreement. Original certificates of insurance must be submitled to the City's Risk Manage�for approval(prior to any work and/or services commencing)and will be kept on file in the Office af the Risk Manager. Tt�e City shall have the right to obtain from the Consultant specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. The Consultant is alsa solely responsible for obtaining and submitting all insurance certifiCates for any sub-consultants. Compliance with the foregoing requirements shall not relieve the Consultant of the liabilities and obligatio�s under khis section or under any other portion of this Agreement. The Consultant shall not commence any work and ar services pursuant to this Agreement until all insurance required under this section t�as been obtained and such insurance has been approved by the City's Risk Manager. SECTION 7 LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER This Agreement shaN be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and i(legal action is necessary by either party with respect to the enforcement of any or all ot the terms or conditions herein, exctusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By ente�ing into this Agreement. Consultant and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION F CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. Consultant hereby expresses its willingness to enter into this Agreement wiih Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of$10,000 for any action or claim for b�each of conlract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. 5 Docusign Envelope ID:2EFFA5F0-EOBE-4212-B78C-AOSEDAA6AD64 Dorusign Envelope ID'FA8F5230-3BA6-448C-887G5826811C4590 tVothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the timitation piaced upon tha City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 pUTY OF CAREICOMPLIANCE W17H APPLICABLE LAWSlPATENT RIGHTS� COPYRIGHT• ANQ CONFtbENTIAL FIMDlMGS 9.1 DUTY OF CARE With respect to the per(ormance of fhe Services cantempfated herein, Consultant shatl exercise that degree of skiil, care, e�ciency and d+ligence normally exercised by reasonable persons and/or recognized professionals with respect to the performance of comparable work and/or services. 9.2 COMPLtANCE WtTH APPLiCABLE LAWS In its performance of the Services, Consultant shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County,the State oi Florida,and the federal government, as applicable. 9.3 PATENT RIGHTS; COPYRIGHT;CONFlDENTlAL FtNDINGS Any work product arising out of this Agreement, as well as all information specifications, processes, data and findings, are intended to be the property of the Cily and shafl not otherwise be made public andlor disseminated by Consultant, without the prio�written consent of the City Manager, excepting any information, records etc. which a�e required to be disclosed pursuan(ta Gourt 4rdar andlor Florida Public Records Law. All reports, documents, articles, devices, andlor work produced in whole o� in part under this Agreement are intended to be the sole a�d exclusive property of the City,and shall not be subject to any application for copyright or patent by or on behalf of the Consultant or its employees or sub-consultants,without the prior written consent of ihe City Manager. SECTION 10 GENERAL PROVISlONS 10.1 AUDIT AND INSPECTIONS Upon reasonabte verbal or written notice to Consultant,and at any time during normal busrness hours ji.e. 9AM—SPM, Monday through Fridays,excluding nationally recognized hoNdays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such represe�tatives as the City Manager may deem to acf on the City's behalf, to audit, examine, and/or inspect, any and al� other documents and/or records relating to all matters covered by this Agreement. Consuiiant shall maintain any and all such records at its place af business at the address set forth in the"Notices"section of this Agreement. Ei Docusign Envelope ID:2EFFA5F0-EOBE-4212-678C-A08EDAA6AD64 Docusign[=nvelope In:FA8F5230-3[3AH-448C-F387G5826811C4590 14.2 INSPECTQR GENERAL AUDIT RIGNTS (A) Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has estabiished the Office of the Inspector General which may,on a random basis,perform reviews,audits, inspecGons and investigatians on ail City cont�acts, throughout the dutation of said cantracts. This random audit is separate and distinct fram any other audit pe�iarmed by or an b�haif of the City. (B} The C?ffice of the Ins{�ector General is authorized to inveskigate City affairs and empowered to review past, pres�nt and proposed City programs, accounts, records, contraGs and transactions. In addition, the Inspector General has the power to subpoena witnesses,administer oaths, require tha production of wilnesses and monitor City projects and programs. Monitoring of an existing City project ar program may includs a report concerning whether the praject is an time, within budget and in conformance with the contraet documents and applicable law. The Inspector General shall have the power to audit,investigate,monitor,aversee,inspect and review operations,activities,perfarmance and prvcurement process including but not limited to project design, bid specifications, (bid/praposal}submitta{s, activities af the Consultant, iEs officers, agents and empfoyees, fobbyists,Cily staff and elect�d o�cials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and aperations af the Office of Inspector General. (Cj llpan ten (10) days wriiten natice to ihe Consu(tant, the Co�suliant shall make all requested records and documents available to tMe Inspector General for inspectfon and copying. The Insp�ctor General is empowered to relain the services of independent private sectar auditars to audit, investigate, manitor, overses, inspect and review operatians activities, performance and procurement process including but not limited to p�oject desig�, bid specifications,(bid/preposal)subrn+ttals, activities of the Cansultant its oKeers, agents and employees, lobbyists, City staff and slected otficials to ensure compliance with the contract documents and to detect fraud and corruption. (n} The Inspectar Generaf shall have the right to inspect and copy all documents anci records in the Consultant's possession, custady or conirol which in the Inspector Generaf's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, propasals and agreements from and with successful subcontractors and suppliers, all project-related correspQndence, memoranda, instructions, financial documents, construction documenis, {bidlproposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts, i�surance proceeds, rebates, or dividends rece3ived, payroll and personnel records and support+ng documentation for the af4resaid documents and records. (E) The Consultani shall make available at its affice at all reasonable times the reco�ds. materEals,and other evidence regarding the acquisition(bid preparation}and perfortnanc,e 7 Docusign Envelope ID:2EFFA5F0-EOBE-4212-878C-A08EDAA6AD64 Docusign Envelope ID:FA8F5'230-38A8-448GB87C-5826811C4590 of this Agreament, for examination, audit, or reproduction, until three(3)years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: i. 1f this Agreemant is complstely or parlially lerminated, the Consultant shall make av�ifab(e recoMs relating to the work terminated until three (3) years after any resulting fina! termination settleme�t; and ii. The Consultant &hall make available records relating to appeals ar to litigatio� or the settlement of claims ansing under or relaUng ta this Agreement until such appeals, litigation, or claims are finally resolved. (F) The provisions in this section shall apply to the Gonsultant,its o�cers,agents,employees, subcontractars and suppliers. The Cansuftant shall ineorporate the provisions in this secti�n in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this Ag�esment. (G) Nathing in this sectian shall impair any independent right to the City to canduct audits or investigative aciivities. The provisions of this seclion are �either intended nor shall they be construed ta impose any liability on the Gity by the Consuftant or third parties. 10.3 ASSIGNMENT TRANSF�R OR SUBCONSUl.71NG Consultant shall nat subcantract, assign,or transfer all or any portion of any wo�k and/or service under this Ag�eement withaut the priar written consent of the City Manager, which consent, if given at ali,shafl be in the Manager's sola judgment and discretiQn. Neither this Agreement, no� any term or provision he�eof, or right hereunder, shall be assignable unless as approved pursuant to this seclion, and any attempt to make such assignment(unless approved)shall be void. 10.4 PUBUC ENTITY CRIMES Prior to commencement of the Services, the Consultant shall file a 5tate of Florida Form PUR 7Q68, Sworn Statement under 5ection 287.133(3){a)Flonda Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NO DISCRIMINATION In cannection with the performance of the Sernces, the Consultant shaN nat exclude from participation in,deny the benefits of,or subject to discriminabon a�yone on lhe grounds�f race, color, national arigin, sex,age, disabiiity, religion, mcome or family status. Additio�ally, Gonsultant shall comply (ully with the C�ty af Miami Beach Human Rights Ordinance, codified in Chapter 62 of tfie Gity Code, as may be amended trom tirne to time, prohibiting discriminatir�n in employment (including independenE contrac#ors}, housing, public accommadations, public services,and in connection with its membership or policies because of actual or perceived race, color, naiional origin, refigion, sex, intersexuality, gender identity, sexual onentation, marital and familial status, age, d�sabiltty, ancestry, height, weight, hair texture and/or hairstyle, domestic partner status, la�or organizat'son membership, tamilial situation, or potitical affiliatian. �3 Docusign Envelope ID:2EFFA5F0-EOBE-4212-B78C-AOSEDAA6AD64 Docusign Envelope ID:FASF5230-3BAB-448C-B87G5826811C4590 'lQ.6 CONFLICT 4F INTEREST Consultant herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code,as may be amended from time to time;and by the City of Miamf Beach Charter and Code, as may be amended from fime to time; both oF which are inco�porated by reference as if fully set forth herein. Consultant covenants that it presently has no inlerest and shall not acqui�e any interest,dmectly or indirectly,which could con(lict in any manner or degree with the performance of the Seroices. Consultant further covenants that in the performance of this Agreement, Consultant shall not employ any person having any such interest. 10.7 CONSULTANT'S COMPLtANCE WITH FL,ORIDA PUBI.IC RECORDS LAW (A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statuies, as may be amended from time to time. (B) The term "public records"shall have the meaning set forth in Section 119.011(12), which means all documents, papers, leriers, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ardinance or in cannection with the transaction of official business of the City. (C) Pursuant to Section 119.0701 af the Florida Statutes,if the Consultant meets the definition of"Contractor"as defined in Section 119.0701(1xa), the Consultant shall: (1) Keep and maintain public records required by the City to perform the service; {2) Upon request from the City's custodian of public reco�ds, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that dces not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (3) Ensure that public recards that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as aulhorized by law, for the duration af the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (4) Upon comPletion of the Agreament, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. lf the Consultant transfers all public records to the City upon completion of the Agreement,the Consultant shall destroy any duplicate public records lhat are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps a�d maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be p�ovided to the City,upan request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. (D� REQUEST FOR RECORDS; NONCOMPLIANC�. (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notiiy the Consultant of the request, 9 Docusign Envelope ID:2EFFA5F0-EOBE-4212-878C-A08EDAA6AD64 Docusign Fnvelope ID:FA8F52.30-3f3A6-448C-B87G5826811C4590 and the Consultant mus!provide the records to the City or allow khe records to be inspecled or copied within a reasonable time. (2) Consultant's failure to comply with lhe City's request for records shali constitute a breach of this Agreement, and the City, at its sole discretion, may (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or(3j avail itself of any available remedies at law or in eQwty (3) A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119,1 U (E) CIVlL ACTION. (1) If a civil action is fited against a Consultant to compel production of public records relating to the City's contract for services,the court shall assess and award against the Consullant the reasonable costs of enforcement, includ�ng reasonabls attorneys'fees, if: a. The couR determines that the Consultant unlawtully refused to comply with the pubfic records request within a reasonable time; and b. At least 8 business days before filing the act�on, the ptamtifi prowded writien notice ot the public recoMs request,including a statement that the Consultant has not complied with the request, to the City and to the Consultant. (2) A notice complies with subparagraph (1 xb) if it is sent to the City's custodian of putalic �ecords and to the Consultant at the Consultant's address listed on its contract with the City o� to the Consultant's reg�stered egent Such notices must be sent by comman carrier delivery service or by reg�stered, Global Express Guaranteed,or certified mail,with postage or shipping paid by the sender and wlth evidence of delivery,which may be in an elsctrornc format (3) A Consultant who complies with a public records request w�thin 8 business days after the notice is sent is not liable for the reasonable costs of enforcement �F� IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPL.ICATION OF CHAPTER 119, FLORIDA STATUTES, OR AS TO THE CONSULTANT'S DUTY TO PROVlDE PUBLIC RECORDS REL.ATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECURDS AT: CITY QF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTI4N CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: R.AFAEIGRANADOCaaMIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 FURCE MAJEURE (A) A"Force Ma�eure" event is an event that{i) m fact causes a delay in lhe per(ormance of the Consultant or the City's obHgations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligalion, and (iii) is not due to an intentional act, error, omiss�on, or negligence o( such party, and (iv) could not have 1Q Docusign Envelope ID:2EFFA5F0-EOBE-4212-678C-A08EDAA6AD64 Docusign Envelope ID:FASF5230-3BA8-448C-B87C-5826811C4590 reasonably been foreseen and prepared for by such pa�ty at any tlme prior ta the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, f+res, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent pe�tormance. Force Majeure shal! not include technologicai impassibility, inclement woather, or failure to secure any of the required permits pursuant to the Ag�eement. (B} If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately,upon learning of the occurrence o(the evant or of the commencement oF any such delay, but In any case within fifleen(15) business days thereof, provide notice: (i)of the occurrence of event of Force Majeure. {ii) ot the nature of the event and the cause thereoF, (i�i) of the anticipated impact on the Agreement,(iv)ot the anticipated period of the delay, and(v)af what course of action such party plans to take in order to miligate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Ma�eure evenf is a condition precedent to allowance of any relief pursuant to this section, hawever, receipt of such nolice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden oi proof of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party hereto shall be liable for its failure to carry out its obligations under ihe Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be o( no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its abligations hefeunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing pertarmance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (D) Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event, causing the suspension of performance, shall not be excused as a result o( such occurrence unless such occu�rence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence o(a Force Ma�eure event shall not be subject to the Force Majeure provisio�s. (E) Nolwithstanding any other provision to the contrary herein, in the event of a Force Majeu�e occurrence, the City may, at the sole discretion of the City Manager, suspend ihe City's payment obligations under the Agreement,and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement tor a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such terminalion. If the Agreement is terminated pursuant to this section, Consultant shall be paid for any Services satisfacto�ily performed up to the date of termination; following which the City shall be discharged trom any and all liabilities,dut�es, a�d terms arising out oi,or by virtue 11 Docusign Envelope ID:2EFFA5F0-EOBE-4212-B78C-A08EDAA6AD64 Doc�sign Env�lope Ip FA8F5230-3HAB-448C-887C-5826811C4590 of,this Agreement. !n no eveM will any condition oF Force Majeure extend this Agreement beyond its stated lerm. 10.9 E-VERIFY {A) To the extent that Consultant provides labo�, supplies, or services under this Agreement, Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility' ("E-Verify Statute"), as may be amended from time to time. Pursuant to ihe E-Verify Statute, commenci�g on January 1, 2021, Consultant shall register with and use the E- Verify system to veri(y the work authorization status vf all newly hired employees during the Term of the Agreement. Additionally, Consultant shall expressly require any subconsultant pertorming work or providing services pursuant to the Agreement to likewise utilize the U.S. Oepartment of Homeland Secu�ty's E-VerHy system to verify the employment eligibility of all new employees hired by the subconsultant. If Consultant enters into a contract with an approved subconsultant,the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Co�sultant shall maintain a copy of such a�davit for the duration of this Agreement or such other extended period as may be required unde�this Agreernent. (B} TERMINATION RIGHTS. (1) If the Cily has a good fafth belief that Consultant has knowingly violated Section 44$.09(1), Flarida Statutes,which prohibits any person from knowingly employing, hiring, recruiting, or referring an a(ien who is not duly authorized to work by the immigrat�on laws o� the Attomey General of the Uniled States, the City shall terminate this Agreement with Consultant for cause, and the City shall thereaKer have or owe no further obligation or tiability to Consultant. (2) If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 10.9(A), but the Consultant othennrise complied with such subsection, the City will promptly notify the Consultanl and order the Consultant to immediately terminate the contract with the subconsultant. Consultant's failure to teRninate a subconsultant shall be an event of defaull under this Agreement, entitling City to terminate this Agreement for cause. (3) A contract terminated under the foregoing Subsection (B)(1) or (B)(2) is not in breach of conlract and may not be considered as such. (4) The Cily or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (B}(1)or {B}{2} no later than 20 calendar days after the datQ on which the contraci was kerminated. (5j If !he City terminates the Agreement with Consultanl under the foregoing Subsection (B)(1), Consultanl may not be awarded a public contract for at least 1 year after the date of tercnination of this Agreement. (6) Consultant is liable for any additional costs incurred by the City as a result of the termination of this Ag�eement under this Sectlon 1�.9. 10.10 CUNSULTANT'S COMIPLIANCE WITH ANTI-NUMAN TRAFFICKING LAWS Consultant agrees to comply with Section 787.06, Florida 5tatutes,as may be amended from time to time, and has executed the Anti-Human Trafficking Affidavit, containing the certification of compliance with anti-human tra�cking laws, as required by Section T87.06(13). Florida Statutes. a copy of which is attached hereto as Exhibit B. 12 Docusign Envelope ID:2EFFA5F0-EOBE-4212-878C-A08EDAA6AD64 Docusign Fnvelope ID FASF5230-3BAR-448C-887G5826811C4590 10.11 PRUHIBITION QN CONTRACTING WiTH A BUSINESS ENGAGING IN A BOYCOTT Consuitant warrants and represents that it is not currentfy engaged in, and will not engage in, a boycott, as defined in Section 2-375 of the City Code. In accordance with Section 2-375.1{2}(a) of the City Code, Consultant hereby certifies that Consultant is not currently engaged in, and For the duration of the Agreement, will not engage in a boycott of Israel. 10.12 PROHIBITION�N CONTRAC7ING WITH AN INDIVIQUAL OR ENTITY WHIGH HAS PERFC?RMEO SERYICES FOR COMPENSATION TO A CANDIDATE FOR CITY ELECYEO OFFICE Consultant warrants and rep�esents that, within hva (2} years prior to the Effective Date, Consultant has not received compensation far services performed for a candidate for City elected office, as contemplated by the prahibitions and exceptians of Section 2-379 of the City Code. For the avoidance of doubt, the restrictions on contracting with the City pursuant to Seclion 2- 379 of the City Code shall not applv to the following: , {a) Any individual or entity that provides goods to a candidate for office. (b) Any ind+vidual or entity that provides services to a candidate for office if those same services are regularly perfarmed by the individual or entity in the ordinary course of business for clients or customers other than candidates for affice_ This includes,without iimitation, banks, telephone or internet service p�oviders, printing companies, event venues, restaurants, caterers, transportation providers, and office supply vendors. (c) Any ind+vidual or entity which performs licensed professional services (mcluding for exampfe, legal or accounting services). 10.13 PROHIBITION AGAINST CONTRACTING WITH FOREIGN COUNTRIES OF CONCERN WHEN AN INDIVIDUAL'S PERSONAL IDENTIFYING INFORMATIQN MAY BE AGCESSED INOTE: ONLY INCLUDE IF APPLICABLE] Consultant hereby agrees to comply with Section 287.138, Florida Statutes, as may be amended from time to time, which states that as o(January 1, 2024,a governmental entity may not accept a bid on,a proposal for, or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information (PII), unless the entity provides the governmental antity with an affidavit signed by an o�cer or representative of the entily under penalty of perjury attesting that the entity doss not meet any of the criteria in Paragraphs 2(a}-(c) of Section 287.138, Florida Siatutes:{a)the entity is owned by a government of a foreign country o{ concern; (b) the government of a foreign country of concern has a controlling interest in the entity; or(c) the entity is organized under the laws of or has its principal place of business in a foreign country of concem(each a"Prohibited EnUty"). A foreign country of concern is defined in Sectfon 287.138(1)(c), Florida Statutes, as may be amended from time to time, as the People's Republic of China,the Russian Federation, the Islamic Republic oi Iran, the Democratic People's Ftepublic of Korea,the Republic of Cuba,the Venezuelan regime of Nicolas Maduro,or the Syrian Arab Repubiic, including any agency of or any other entity af s�gnificant controt of such foreign country of concern. Additiona{ly, beginning July 1,2025, a governrnental entity may not extend or renew a contract with a Prohibited Entity. Consultant warrants and represents that it does not fall within the definition ot a Prohibited Entity, and as such, has caused an authorized representative of Consultant to execute the"Prohibition Against Contracting with Entities of Foreign Countries of Concern Affidavit", incorparated herein by reference and attached hereto as Exhibit C. 13 Docusign Envelope ID:2EFFA5F0-EOBE-4212-678C-A08EDAA6AD64 Dor.usign F3welope ID FA8F523Q-38AE3-448GB87C-5826811G4590 s+�cr�oN �� NOTICES AN notices and communicatians in writing required or perm�tted hereunder, shall be delivered persona(ly to the representalives of the Cansuitant and the City listed below or may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, w by a�ationaily�ecognized overnight delivery service. Unti!changed by natice, in writing,ali such notiees�nd commu��ications shall be addressed as faElows: TO CONSt1lTANT: Hydra Service(S), inc. 250 Sp�ingview Commerce Dr. Debary, Flonda 32713 Attn: , eneral Manager TO CITY: City an g�rs icer�� City of Miaml Beach 1700 Convention Cente�Orive Miami Beach, Florida 33139 With a copy to Publie Works Department City of Miami Beach 451 Dade Boulevard Miami Beach, Florida 33139 Notice may also be provided to any other address designated by the pa�ty io receive notice if such altemate address is provided via U.S. certified mail, retum receipt requested, hand delivered,t�r by ovemight delivery. In the event an altemate notice address i&properly provided,notice shall be sent to such alt�arnate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specificaqy provided far by the pa�ty entiUed to notice. Notice sha(1 be deemed given on the date of an acknowledged receipt, or, in all ather cases,on the date ot receipt or refusal. S�CTIUN 1Z MISCELLANEQUS PRC?VISIONS 12.1 CHANGES AND ADpITtQNS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless cantAin�d in a written document executed with the same formality and at equal dignity herewith. 12.2 �EVERABl�ITY If any term or provision af this Agreement is held invalid or unenforc�able, the remainder of this Agreement shall not be affected and every ather tarm and provisian of this Agreement shall be valid and be enforced to the fullest extenk permitted by law. 14 Docusign Envelope ID:2EFFA5F0-EOBE-4212-678C-A08EDAA6AD64 Docusign E.nvelope ID FA8F5230-3BAB-44FSC-887C-5826811C4590 12.3 WAIVEft OF BREACH A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such p�ovision or modification of this Agreement. A party's waiver of any breach of a provision of lh�s Agreement shafl not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 12.4 �OI,�T PREPARATION the parties hereto acknowledge that they have sought and recewed whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and thal the preparation of this Agreement has been a joint effort of the parties,the language has been agreed to by parties to express their mutua{intent and the resulting document shall not,solely as a matter of judicial construction,be construed more sevefely against one of the parties than the other. 12.5 ENTIRETY OF AGREEMENT The City and Consultant agree that this is the entire agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversalions, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. 7itle and paragraph headings are for convenient refe�ence and are not intended to confer any rights or obligations upon the parlies to this Agreement. (REMAINOER OF THIS PAGE LEFT INTENTIONALLY BLANKJ 15 Docusign Envelope ID:2EFFA5F0-EOBE-4212-B78C-A08EDAA6AD64 Docusign Envelope ID:FA8F523U-38A8-448C-887G5826811C4590 IN WfTNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their approp�iate officials, as of the date first entered above FOR CITY: CITY OF MtAMI BEACH, FLORIDA ATTEST: o«�s�9�eaer /l ' � � � G+"�.e By: ��L %� ,_�l:' . ��f�a8�Y�5E'�ranado,City Clerk� Eric T Garpent r, Gi Mana er tY 9 Date 9�30/2025 � 11:01 EDT FUR CONSULTANT HYDRA SERVICE(S), INC. ATTEST: ,----__""'_-- � .,-=' �e%*�. � _ --y—.. BY.�'��� J �TY~ II�� r I�! �r' ��N'���'1GM �LI�f.��.. ��y� ��[... / Prinl Name and Title Pnnt Name and Title Date. APPROVEO AS TO FORM 8 LANGUAGE 8�FOR EXECUTION �� ,��H�t i���t;� �---__.��,�r�l� '�� � CityAttorney(F Date 16 Docusign Envelope ID:2EFFA5F0-EOBE-4212-B78C-AOSEDAA6AD64 Docuslgn Envelope ID:FA8F 5230-3F3A8-448GE387G5826811 C4590 EXHIBIT A SCOPE OF SERVICES Contractor shail sell Suizer submersible pumps (the"Pumps") ta the Gity. Contractor shall also seil related equipment, parts, and software(collectively, "Products"), as needed, to the City. Cantractor shalE provide rsiated services including, without limitation, installatian af the Pumps and perfannance of repairs {the "Product Related Services"), on an as-naeded basis, as determined and requested by the City pursuani to a written purchase order(a Purchase Orde�'}, pursuant to the terms of this Agreement. The sale of Products to the Gity and the provision of the Praduct Related Services shall be calisctively referred to herein as the"Services". DISCOUNTS AND LIST OF FIXED PRICES , _ . _----...._.___ ., ___ __ __. . _ __. Rem Oescriptian_ ` Unit Price/%Discount _._.._. _._ t.._____.. ._,_..�____�..�.------_.. 1 Pumps j 10% _ ._ ___.._.._.._____,__._�___�_.._ ' � a z p��� �a� __a._._____ - �- __ _ . � Hourly Labor Rate for t ' 3 t Repairs � $135.40 Per Hour � _ . _ --- __ �. _ . A Enviranmental Fee ; _ __ _ , , _ . _ _ _ ._..,�__ .,_.____.. , � ` 1 to �0 NP ��� $20 00 Each ` � k __ w. _..y _.._ . .__ _._ = 11 to 50 HP $4Q_00 Each _.__ ___...__ , .._,_ _, __ ,._. . � Greate�than 50 HP � $60.OQ�ach f_ __. _.__._ . ���������b �Lubc�can[s and Materials_ t __._Y._._.��.__._.______^__._ � � 1 to 10 HP _____ - _�.$20.00 Each t 11 ta 5Q MP .�.. $30.Q0 Each � �. __ ._._. ._ _._ __-- Greater Ehan 50 HP $45.00 Each _.,�.... _____.___._._...____�_� �_._v,, 6 fiFlange Dril6ng $Q.00 Each 17 Docusign Envelope ID:2EFFA5F0-EOBE-4212-B78C-A08EDAA6AD64 Docusign Envelope ID FASF5230-3E3AE3-448C-f387C-5826811C4590 ExHieiT s ANTI-HUMAN TRAFFICKING AFFIDAVIT In accordance with Section 787.06 (13), Florida Statutes, the undersigned, on behalf of Consultant hereby attests under penalty of perjury that Consultant does not use coercion for labor or services as defined in Section 787.Q6, Florida Statutes,entitled"Human Trafficking". I understarld lhat I am swearing or affirming under oath to the truthfulness of the claims made in this affidavit and that the punishment for knowingly making a false statement includes fines and/or imprisonment. The undersig�ed is authorized to sxecute this affidavii on behalf of Cqnsultant. CONSULTANT: HYDRA SERVICE (S), INC., an Alabama corporation. o?.S�V S�r�itgli/�w �o.++�tvaC � Name(Title: .,�a t — �►1 L —�(Address) D�G�,.y �� ��7/.3 state ot `OV� �1., County of `��1� The foregoing instrumeni was acknowledged before me by means of LYphysical presence or ❑ online no anzatio this � day of � 202� by �e�.� _._ � 1'� ,as_�a ,oi HYDRA SERVICE (Sj, INC., an Alabama cor oration, known to me to be the person described herein, or who produced _ SG � �_ ___ as identificaUon, and who did/did not take an oath. NOTARY PUBLIC� ` ``,,`��`��������'' �. ��` �.yN• H��S'p'i ,,�. ...�.....� �: ignatu > ` � . �p1'�9y '� ,,� �b���/ � Y ����� �'11n _ld��� ;�+ 'q/B�,�G w� (Print NaMe) M��y ,�,ca; �'if�q,�,'�.......�`'".t 4�+. My commission expires: lU !�. �� �i���511,6;����� 1B Docusign Envelope ID:2EFFA5F0-EOBE-4212-B78C-A08EDAA6AD64 Dowsign Envelope ID:FA8F523�-38AB-448C-B87C-5826811C4590 EXHlBIT C PRt?HIBITION AGAINST GONTI2ACTING WITH FOREIGN COUNTRIES OF CONGERN AFFIDAYlT In accordance wiih Section 287.138, Fiorida Statutes, incorporated herein by r�ference, the undersigned, an behalf of Consultant, her�by attests under penalty of per�ury thnt Consultant C1oes not meet�ny of the follawing criteria in Paragraphs 2{a)-{c�af Section 287 138, Flarida Statutas (a) Consuttant is owned by a government of a foreign country of concern; (b) the government ot a foreign country of cancern has a controlting interest in Consuitant;or(c)Cansultant�s orgarnzed under the laws of or has its principal place of business in a foreign country af concern. I understand that I am swearing or a�rming under oath, under penalties of perjury, to the Eruthfulness of the claims made in this affidavit and that the punishment for knowingly m�king a false statement includes fines and/or imprisonment. The undersigned is authorized to exeGute this affidavit on benalf af Consultant CONSULTAHT: HYORA SERVIeE(S), INC., an Alabama corporation. .��G�� - •�.S~�,�"1t � b✓ GQnt#�i�4.' �'' NamefTitle: ,_,=lx/�? �G dd�ess� ��,�,,y ,F�3���� State of �t�t G�a _ County of ��i lj r�4G1 The foregoing instrum�nt was acknowledged befor�me by means of LD 1�ysical presence or❑ onli e otariz �on, this �v_ day o u_��''___�, 2p2� by ___�� ���c 1/ ,as ,of MYDRA SERVICE (S}, fNC., a� Alabama cor oration, known to me to be th parson described herein, or who produced ���� _ _� as idenUfication, and who didJdid not take an oath. NOTARY PUBLiG: .+.�.�_ nature) �_ ��i�`��.�- (Print Nam My commission expires: G ( � 19 Docusign Envelope ID:2EFFA5F0-EOBE-4212-878C-AOSEDAA6AD64 Docusign Envelope IQ FA8F5230-3f3AE3-448C-887G5826817C4590 RESOLUTION NO. 20�5-33660 A RESOLUTION OF THE MAYOR AIVD CITY COMMISSIQN OF THE CITY UF MIAMI BEACH� FLORIDA, AUTH4RIZING THE CITY MANAGER, PURSUANT 70 SECTION 2-391 4F TME CiTY CODE,TO NEGOTIATE AND EXECUTE NEW AGREEMENTS FOR THE PURCHASE OF CITY STANDARQIZED WASTE AND STORMWATER PUMP EQUIPMENT, PARTS, SOFTWARE, ANQ SERVICE FOR THE CITY'S PUMP STATI�NS WITH: (1) XYLEM WATER SOLUTIONS USA, THE SOLE SUPPLIER FOR THE "FLYGT" 6RAND PUMF EQUIPMENT, PARTS, SOFTWARE, AND SERVICE (CURRENT AGREEMENT EXPIRES C?N MAY 11, 2025l; AND {2} HYDRA SERVICE, THE SOLE AUTHORIZED SUPPUER FOR THE "SULZER" BRAND PUMP EQUIPMENT, PARTS, SOFTWARE, AND SERV4CE (GURRENT AGREEMENr EXPIRES (7N MAY 21, 2025}, WITH THE NEW AGREEMENTS HAVING A TERM NOT TO EXCEED FIVE (5} YEARS, COMMENCING RETFCOACTIVELY AS OF THE EXPIRAT{C1N DATES OF TF{E CURRENT AGREEMENTS; AND FURTHER, AU7HORIZiNG PURGHASES OF PUMP EQUIPMENT, PARTS, SQFTWARE AND SERVICES FROM THE FOREGDING VENDORS IN AN AMOUNT NOT TO EXCEED THE AMOUNT APPROPRIATED ANNUALLY FOR 7HESE PRODUCTS THR�UGH THE CITY' S BUDGETING PROCESS FOR EACH FISCAL YEAR. WHEREAS, the City of Miami Beach ("City') Public Warks Department ("Public Works") operates and maintains over 100 submersible pumps;and WHEREAS, the purpvse of these pumps is to: {i� convey wastewater from the City to �rginia 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 af the City Code stipu{ates that when standardization is determineci to be in the best interest of the City, the purchase of goods end services may be negotiated with the written approval af the Gily Manager and subject to City Commission approval for goods and services at amaunts in excess ot the fo�mal bid threshalds established in Section 2-366 of the City Code, which is currently$100,040 00; and WHEREAS, on March 1, 2017, the Mayor and City Commission adopted Resolution No. 2U17-29783 and 2017-29784, authorizing the purchase of Sulzer and Flygt, pump equipment, parts, software, service and refated itenis from Hydra Service, Inc. and Xylem Water Solutions U.5.�1, for the purposes of siandardizing submersibls pumps citywide, in an amount not to exceed $500,OoQ 00 annually from each vendor, for a period of thres years; and WHEREAS, on February 12, 2020, the Mayor and City Commissinn adopted Resoiution No. 2020-31161, appraving and authoriting the City Manager, pursuant to Section 2-391 pf 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 Solutians USA, the sole supplier for the"Flygt"brand pump equipment, parts, software, and service; and (2) Hydra Service, the sole authori2ed supplier for the "Sukzer" brand pump equipment, parts, software, and service, with such agreements having Docusign Envelope ID:2EFFASFO-EOBE-4212-B78C-A08EDAA6AD64 Docusign Envelape ID.FA8F5230-38AQ-448GE3g7C-5g26&11C4590 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 Serv+ce 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 Wate�Solutions USA, the sole supplier for the "Flygt" brand pump equipment, parts, software, and senrice; and (2} Hydra Service, the sole authorized supplier for the "Sulzer" b�and pump equipment, parts, software, and service, with such new agreements having a term not to exceed five (5) years f�om the expiration dates of the current agreements; and further, approving the purchase of pump equiprnent, 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 fiscaf year. NOW, 7HEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF T4iE CITY OF MIAMI BEACN, 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) Xy{em 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 fo�egoing vendors in an amount not to exceed the amount appropriated annually for these products through Ihe City's budgeting process fo�each fiscal year. PASSED and ADOPTED this �! day of_ � _ 2025. ATTEST� G�� . Steven Meiner, Mayor NAY 2 7 1025 Rafael E. G na o, City Clerk _f����8�.�;�,,. s r�. : '" � APPROVED AS TO ; ;iKCo�� ORAIED' � FORM & IANGUAGE ;?y:. '�r '��9�� ..—.��'��' &FOR�XECUTION ,RcN 2�;;= ��N.N�wv...�. S�2 City Attomey i Dote Docusign Envelope ID 2EFFA5F0-EOBE-4212-B78C-A08EDAA6AD64 Docusign Envelope In.Fq8F5230-36A6-448C-887G5826811C4590 Resolutions -C7 N 1VtIAMIBEACH COMM1SS10N MEMORANDUM TO: Honorable Mayor and Members of the City Commissicx� FROM: Eric Carpenter, Ciry Manager DATE: May 24, 2025 TiTLE: A RES4LUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMt BEACH, FLORIDA, APPROVING AND AUTNORIZING THE CITY MANAGER, PURSUANT TO SECTION 2-391 OF THE CITY C;ODE, TO NEGOTIATE AND EXECUTE AGREEM�NTS FOR THE PURCNASE OF CITY STANDARDIZED WASTE AN� STORMWATER PUMP EQUIPMENT, PARTS. SOFTWARE, AND SERVICE FOR THE CITY'S PUMP STATiONS, WI7H {1) XYLEM WATER SOlUT10NS USA, THE SOLE AUTHORIZEO SUPPLIER FOR THE "FLYG7" BRAND PUMP EQUIPMENT, PARTS, SOFTWARE,AND SERVICE; AND (2) HYDRA SERVIC�, THE SOLE AUTHORiZEO SUPPLIER FOR THE "SULZER" BRAND PUMP EQUIPMENT, PARTS, SOF7WARE, AND SERVIGE, WITH SUCH AGREEMENTS HAVING A TERM NOT TO EXCEED FIVE(5)YEARS; FURTHER, AUTHORIZiNG PURCHASES OF PUMP EQUIPMENT, PARTS, SOFIINARE AND SERVECES FROM THE FOREG�iNG VENDORS IN AN AMOUNT NOT TO EXCEED TNE AMOUNT APPROPRIATED ANNUALLY FOR THESE PRODUCTS THROUGH THE C17Y'S BUDGETING PROCESS. RECAMMENDATION The Administration recommends authorizing the negotiation and execution of agreements for the pu�chase of City standardized waste and stormwater pump equipment, parts, software and service for the City's pump stations with(1)Xy{em Water Salutions USA("Xylem"),and (2}Hydra Service ("Hydra"}, for the term not to exceetf frve (5) years, in the not to exceed amount appropriated annuafly for tfiese products through the City's budgeGng process. BACKGROUNDIHISTORY The City of Miami Beach {"Ciry"j Public Works Department ("Public Works") operates and maintains over 100 submersible pumps. The purpose of these pumps is to convey wastewater ftom the City to Virginia Key and the stormwater from Ciry streets. Additionally, these pumps help to mitigate and control flooding cond'+tions in the Ciry during the yearly King Tides. Section 2-391 of the City Code stipulates that, when a standardization is determined ta be in the best interest of the Ciry, the purchase of gaods and services may be negotiated with the w�itten approval of the City Manager,and subject to City Commission approval when the amounts exceed the formal bid thresholds established in Sectio� 2-366. On March 1,2017,the Mayor and City Commission("City Commission")approved Resol�tion No. 2017-29783 and 2017-29784, authorizing the purchase of Sulzer and F{ygt, pump equipment, parts, software, service and related items trom Hydra, and Xyfem, far 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 Febrt�ary 12, 2020, the City Commission approved a�extension to the agreement, (or an additionaf five(5)years, set to expire the end of May 2025, via Resolution 2020-31161. 767 of 2719 Docusign Envelope I0:2EFFA5F0-EOBE-4212-B78C-A08EDAA6AD64 Docusign f nvelopc IQ FA8F5230-3HAF3-448C-887C-5826811C4Ci90 NA SIS Public Worlcs seeks authority to continue to purchase standardized submersible pumps frvm Sulzer and Flygt, as over the years, the equipment has proven to be of exceptional quality and �eliability,provide an expediled repiacement of equipment,and have eiiminated the need ta keep a large inventory from various suppliers. FI ay,�Pum�s 7he City currently has approximately 100 Flygt brand pumps instalted in the City's wastewater and storm water infrastructure that reguires parts and service. Flygt is a brand of submersible pumps, mixers, and iluid ha�citing tecfinology. The City's Procurement Depariment ("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 Manufacture�s Suggested Retail Pnce("MSRP"),for annual sales up to$500,000,a 7.5%percent discount for annual sales from $500,001 to 5750,000, 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 Ag�eement 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 t�as approximate{y 14 Sulzer brand pumps installed in the City's wastewate� and storm waie� infrasVuctu�e that requires parts and service. This brand of submersible pumps is considered high qualiry, durable, and is used by many different municipalities including Miami-Oade and Orange County. Hydra is the sole supplier of Sulzer pump brand products for the City's geographic region. Nydra offers industry long-term experience, strong technical competencies, and continuous innovation, a{bwing them to provide outstanding reliability and pertormance. City staff has negotiated an Agreement with Hydra,esteblishing a 10%percent discount from the MSRP for pumps and parts, for annuai sales, with a five (5) year term from Ihe effective date. Upon mutual agreement oi bott� parties, the Agreement may be reviewed and renewed for an additional five(5)years,under the same terrns,conditions,and pricing,or as otherwise negotiated and agreed upon in writing. Additionally, Pubiic Works has established the slandardization 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 onta the streets. Both vendors have demonstrated the ability ta servic:e the submersible pumps in a timely and expedited manner,with adequate support needed for bng- term operational use of the equipment. Moreover,through this StAndardization,PubfiC WorkS has been abfe to remove previously instal(ed 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 Miliion, has been spent in the purchase of pumps, parts and olher services to ensure the City's wastewater and stormwater pump stations'opt+mal pe�formanCe. 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 #3Q, which included the replacement of obsolete sewer pumps with Flygt submersible pumps (for yea�s this pump station had rema+ned in an "+ncomplete" moralorium status and bui�ding permits for new constructbn denied). 5ince its restoration, the statlon's moratorium status has been lifted. Most recently 5ewer Pump Station#31, located on Washington Avenue and 3rd Street, has also been restored(thP scope included the overhauling of the existing Flygt pumps),was completed without +ssues in an expeditious manner. As a resu�t, the station's downtime during restoration was sig�ificantly�educed. 768 of 2719 Docusign Envelope ID:2EFFA5F0-EOBE-4212-678C-A08EDAA6AD64 Docusign Enwelope ID:FASF5230-38A8-448C-687C-5826811C4590 Overaii, the City's experience +n dealing with Hydra and Xylem has been a pos�t+ve one. Parts are readily available compared 10 other brands, and spare pumps are now in stock for most pump station5. thereby reducing the lead time for delivery of pumps and equipment, bui more �mportanlly, r�ducing pump st�t�on downtime during pump fadures. Flygt is able to perform prt�ventive maintenance of Flygt purnps on-site, wh�ch reduces t�me and cost associated w�th the removal and transportation of pumps to pump shops or other facihties Fioth vendors also offer free traming fo� City technicians (Sulzer recentty pcov+ded personnel traininy to City staff on the operations and maintenance of Sulzer pumpiny equ�pment} The outstanding customer serv�ce provided by Ihese vendofs continues to play a significant�ole in the advances and improvements made to thc City's wastewater ancl stormwater infrastructure. Public Works strongly believes that if the newly established pump standard does not continue. the e(forts and benefits listed above will be lost. The City's wastewater and stormwaler systems have begun to tunction the way they were mtended to operate. As such,the Administration seeks approval to continue to purchase Sulzer and F{ygt equipment, parts, software,service and related items. FISCAL IMPACT STA7EMENT The purchase of Suizer and Flygt equipment will be tunded by Operating Expend+ture accounts No. 425-0420-OQ0343 and 427 047_7-000674 CONCLUSION The Administrat�on recommends authorizing the negotiation and execution of agreements for the purchase of City standardired waste and stormwater pump equipment, parts, software and serv�ce tor the C�ty's purnp stat�ons with (1)Xylem and (2)Hydra, tor the term not to exceed five (5)years, in the not to exceed amount appropriated annualiy for these products tf�rough the City's budgeting process. Applicable Area Cityw�de Is this a "Residents Right to KnQw" item, Is this +tem related to a G.O. Bond pursuant to Citv Code Section 2-17? Proiect? Yes No Deoa�tment Public Works Condensed Title Execule Agmts, Purchase Ci[y Standardized Waste & Stormwater Purnp Eqwpment. PW Previous Action(For Citv Clerk Use OntY► 769 of 2719 Docusign Envelope ID:2EFFA5F0-EOBE-4212-878C-AOSEDAA6AD64 Docusign Envelope ID:FA8F5230-38AB-448C-887G582fi811C4590 r�r ��s� ��-r._ MIAMI BEACH �� . . `.� ��• � . ----- . , a �,. � . �..k'a. ' � .:��-•.. ....."��, , . . � . '� . . N/A Purchase of Sulzer arand Pump[quipment,Parts,So(tware,Services,and Related Items r,' �_ Hydra Service�s),inc.and Xylem Water Solutions U.S.A.,INC Public Works i ;.� � ..w,. ,�� John Norris y.�..n..,» 9/16/2025��:02 FDT David Martinez ', Qnv��I�larin,Q/��6/2025�a 06 EDT w..,..�.> `�t.v- `.e...: '��F..�=K�'' r ..n y �i`.wn'�"�fpi .,........._ . ....,..,. � Type 1-ConVad,amendment,change order,or task order resufting from a procurement-iuued competitive solicitation. x Type 2-Any other contract,amendment,change order,or task order that does not result from a procurement-issued competitive solicitation. Type 3-Independent Con[rector Agreement(ICA) Type 6-Tenant Agreement Type 4-Grent agreements with the City as the recipient Type 7 Inter-governmental agency agreement Type 5-Grant agreements with the Gty as the grantor Type A Other. The City of Miami Beach Public Works Department manages and maintains over 100 submersible pumps that transpor[ water from the City of Miami Beach(the"City")to Virginia Kcy,remove stormwater from City streets,and heip mitigate flooding during the annual King Tides. On March 1, 2017, the Mayor and City Commission adopted Resolutions No. 2017-29783 and 2017-29784, authorizing the purchase of"Sulzer"and"Flygt",pump equipment,parts,software,service,and related items from Hydra Service(s), Inc.and Xylem Water Solutions U.S.A,for the purposes of standardizing submersible pumps citywide for a period of three years. Subsequentiy,on February 12,2020,the Mayor and City Commission adopted Resolution No.2020-31161,approving and authorizing the City Ma�ager, 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. These Agreements were with Xylem Water Solutions USA,the sole supplier for the"Flygt" brand equipment, and Hydra Service(s),the sole authorized supplier for the"Sulzer"brand equipment.The terms of these Agreements were not to exceed five(S)years and expired on May 21, 2025. On May 21, 2025, the Mayor and City Commission adopted Resolution No. 2025-33360, again authorizing the City Manager to negotiate and execute new Agreements with Xylem Water Solutions USA and Hydra Service(s). These agreements,also governed by Section 2-391 of the City Code,are for the continued purchase of standardized"Flygt"and "Sulzer" pump equipment, parts,software,and services.The new Agreements are retroactive to the expiration date of the previous contracts and are valid for a terrn not to exceed five(5)years. Section 2-391,where standardization is deterrnined to be desirable by the Procurement Director,the purchase of goods and services may be conducted through negotiation with the written approval of the City Manager,and subject to City Commission approval for goods and services at an amount in excess of the formal bid thresholds.This process ensures consistency in equipme�t,streamlines procurement, and supports the City's long-term infrastructure goals.Therefore, based on the justification stated herein and pursuant to Resolution No. 2025-33360 that delegated authority to the Manager to execute these Agreements, this item seeks the City Manager's signature in the attached Agreernents. 5 Years N/A 5 ycars GrantFunded: Yes x No State Federal Other. _�___—__. .__..__._ _ _ ___--_... _--- --___- — ---- 1 "Please note fund�ng�isted for this item is subject to the City Ycs x No $450,000 Cummission approval of the FY 2026 Adopted Budget". $205,000 n 2 7-04 7_7-000674-29-4 2 2-000-00-00-00 4 2 5-O420-000343-29-4 21 513-00-UO-00 Docusign Envelope ID:2EFFA5F0-EOBE-4212-678C-A08EDAA6AD64 Docuslgn Envelope ID:FA8F5230-38AB-448GB87G-5826811C4590 1.For cantracts longcr than five years contact the Procurement Department 2.Attech any supportin�explanation needed 3.Budget approvai mdicates approval for the current fiscal year only. Future years are subject to City Commission approval of the annual ado�ted operating budget. City Commission Approved: X Ves No Resolution No.: CC Agenda Item No.: CC Meeting Date: 2025-33660 C7 N May 21,2025 If na,explain why CC approval is not required: Legal Form Approved: X Yes No If no,expiain below why form approval is nat necessary: _ __ _�.__ .______ __._._� �_..____,.._ --,....�-..�,f",� �.:�., ,r �'° �� xa, <,3'�i � ;;� � Proa�rement� a Grants: N�A ' Kristy Bada s ��n.o,�.,�,Gw.�,� 9/15/2025�2:04 E�T Budget: � � � " InformationTechnoiogy: N/A �MT�____� Isadora Gonzales '� slts/2o25�to:56 EDT Bud�et: -»«�� 7ameka Otto Stewart d�Fe Sfwrwrt, (aSA�$J2025�11.59 EDT Risk Management: Fleet&Facilities: W� N/A 4 � Marc Chevalier �.w�.... � May��,�Ct+u�it,Y 9/16/2025�3:00 EDT Human Resources: Other:Review MoniCd Garcia � 9t10/2025(9 42 EDT Theresa Buigas I �6 9/10/2025�1 39 EDT aov.aizs