Loading...
R25-298 RESOLUTION NO. R25-298 1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AN AGREEMENT WITH PAT'S PUMP & 3 BLOWER, LLC, A SOLE SOURCE VENDOR, FOR THE PURCHASE OF 4 PARTS, EQUIPMENT, AND MAINTENANCE AND REPAIR SERVICES FOR 5 AQUA TECH VAC TRUCKS, IN AN AMOUNT NOT TO EXCEED 6 $108,900.00 ANNUALLY; AND FOR ALL OTHER PURPOSES. ti WHEREAS, the City of Boynton Beach Fleet Maintenance Division operates and maintains 9 Aqua Tech sewer cleaning vacuum trucks that are essential for the proper maintenance and 10 operation of the City's wastewater infrastructure and sanitary sewer system; and WHEREAS, the Aqua Tech sewer cleaning vacuum trucks require specialized parts, 12 equipment, and repair services utilizing proprietary components and technical expertise specific 13 to the original equipment manufacture; and 14 WHEREAS, Pat's Pump & Blower, LLC is the sole authorized distributor and service 15 provider for Aqua Tech equipment in the State of Florida and is the only source capable of 16 providing genuine original equipment manufacturer parts,warranty support, and technical service 17 for all Aqua Tech truck models operated by the City; and 18 WHEREAS, this purchase is being made pursuant to the Sole Source Procurement 19 Exemption outlined in Section X, Alternatives to Formal Sealed Bids, of the procurement policy, 20 which permits sole source services and purchases when it is determined that only one viable 21 source is available; and 22 WHEREAS, Pat's Pump & Blower, LLC has submitted the required documentation to the 23 City, and the Procurement Division has affirmed that the documentation for this purchase meets 24 the criteria for the Sole Source Procurement Exemption; and 25 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 26 best interests of the City's citizens and residents to approve a Sole Source Agreement with Pat's 27 Pump & Blower, LLC for the purchase of parts, equipment, and maintenance and repair services 28 for Aqua Tech Vac Trucks in an amount not to exceed $108,900.00 annually. 29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 30 BEACH, FLORIDA, THAT: 31 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as RESOLUTION NO. R25-298 32 being true and correct and are hereby made a specific part of this Resolution upon adoption. 33 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 34 approve a Sole Source Agreement with Pat's Pump & Blower, LLC for the purchase of parts, 35 equipment, and maintenance and repair services for Aqua Tech Vac Trucks in an amount not to 36 exceed $108,900.00 annually (the "Agreement"), in form and substance similar to that attached as 37 Exhibit A. 38 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 39 authorizes the Mayor to execute any ancillary documents as may be necessary to accomplish the 40 purpose of the Agreement, including any term extensions as provided in the Agreement, provided 41 such documents do not modify the financial or material terms. 42 SECTION 4. The City Clerk shall retain the fully executed Agreement as a public record 43 of the City. A copy of the fully executed Agreement shall be provided to Taralyn Pratt to forward 44 to Pat's Pump & Blower, LLC. 45 SECTION 5. This Resolution shall take effect in accordance with the law. 46 [SIGNATURES ON THE FOLLOWING PAGE] 47 RESOLUTION NO. R25-298 48 PASSED AND ADOPTED this iti-h day of tt-i.e''''N\=)"e/r- 2025. 49 CITY OF BOYNTON BEACH, FLORIDA 50 YES NO 51 Mayor- Rebecca Shelton -P(oSrer*- 52 53 Vice Mayor-Woodrow L. Hay 54 55 Commissioner-Angela Cruz - errl- 56 57 Commissioner-Thomas Turkin 58 59 Commissioner-Aimee Kelley ✓ 60 61 VOTE 3-0 62 A S . 63 64 �� ` Gl/ -<-7 '1�`z' 65 Maylee 0665,us, MPA, ' C Rebecca Shelton 66 City Cler _ Mayor 67 ;<6 .. /�4�% 68 �c<<,..RPORATF•.Fylli APPROVED AS TO FORM: T � 69 (Corporate Seal) $1.-':• SEAL _ sot 70 V! �N�pRPORpTED; i 71 1920 :' aeati 4 - 72 t • \\ •••....•••P Shawna G. Lamb `% FLOR\� - 73 �. - City Attorney �\ F O , P AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND PAT'S PUMP + BLOWER, LLC FOR PARTS AND SERVICES FOR AQUATECH TRUCKS This Agreement is made as of this 19th day of August, 2025, by and between Pat's Pump + Blower, LLC, a Florida Limited Liability Company with a principal address of 2141 W. Church Street, Orlando, Florida 32805, hereinafter referred to as "Vendor," and the City of Boynton Beach, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as "City." In consideration of the mutual benefits, terms, and conditions hereinafter specified, the Parties agree as set forth below. WHEREAS, the City's Fleet department requires original equipment parts, services, warranty and new equipment for the City's sewer cleaning trucks; and WHEREAS,the Vendor is the sole source authorized supplier of parts and services provider for Aquatech trucks services in the State of Florida; and WHEREAS, per the procurement policy, Section X. Alternatives to Formal Seal Bids Allows for Sole Source Services and Purchases; and WHEREAS, the definition of a Sole Source Purchase allows an award for commodities, services, or a construction item without competition when it is determined that there is only one source available. This may include, without limitation, repairs or additions from the original equipment manufacturer, only supplier in the area, franchised or licensed distributor or service, or patented or proprietary item; and WHEREAS, the Vendor has provided the applicable letter to the City that meets the Sole Source Procurement Exemption; and WHEREAS, the City desires to engage Vendor to provide services, training, parts, and warranty services (the "Goods and Services"); and WHEREAS, Vendor has agreed to provide the Goods and Services in accordance with the terms and conditions set forth herein. Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 1 NOW THEREFORE, for and in consideration of the mutual covenants and promises as hereinafter set forth and of the faithful performance of such covenants and conditions, the City and Vendor do hereby agree as follows: 1. GOODS AND SERVICES: Vendor shall provide all services, training, parts, equipment, and labor necessary to provide OEM parts and services on an as-needed basis as further described in detail in Exhibit A and incorporated herein by reference. Vendor shall provide all Goods and Services and perform any Services diligently, carefully, and thoroughly consistent with good business practice. Time shall be of the essence concerning all matters outlined in this Agreement. Vendor shall warrant that the Goods and Services are free from improper workmanship and defective materials for the period specified in each quote. 2. TIME FOR PERFORMANCE: Work under the Agreement shall commence upon the City's issuance of a purchase order to the Vendor. Specific delivery timelines for Goods and Services shall be specified in the purchase order. Vendor shall provide all Goods and perform all Services required pursuant to this Agreement. Time is of the essence for Vendor's performance of the duties, obligations, and responsibilities required by this Agreement. 3. FEE: As compensation for Goods provided and Services rendered by Vendor to the City shall pay the Vendor an annual amount not to exceed One Hundred Eight Thousand Nine Hundred Dollars ($108,900.00) ("Fee"). Fees shall be charged in accordance with the Fee Schedule attached hereto as Exhibit A, and as specified in each quote. The Fee shall be the sole compensation paid to Vendor in connection with the provision of Goods and rendition of the Services and the performance of any and all of its other obligations under this Agreement and shall include any out-of-pocket or other expenses, including travel expenses, incurred by Vendor. 4. TERM: This Agreement shall be for an initial term commencing on August 12, 2025, and shall remain in effect through September 30, 2026 ("Initial Term"), unless otherwise terminated or extended as provided in this Agreement. The Mayor is authorized to execute the term extension amendment(s). If Vendor requests a rate change at the time of any extension, such change shall not become effective until a written amendment is approved by the City Commission and duly executed by the Parties. 5. NOTICES: All Notices to the City shall be in writing by certified mail return receipt requested, or customarily used overnight transmission with proof of delivery, sent to: Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 2 City: Daniel Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/ Facsimile: (561) 742-6090 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/ Facsimile: (561) 742-6090 Vendor: Pat's Pump + Blower, LLC 2141 West Church Street Orlando, FL 32805 Contact: Brandon Yates, General Manager Telephone: (407) 841-7867/ Facsimile (404) 648-2096 Email: BrandonY@PatsPump.com 6. INVOICES AND PAYMENT: Invoices must identify the PO number and should be mailed to: Boynton Beach Finance Department Attn: Accounts Payable P.O. Box 310 Boynton Beach, FL 33425. Invoices for Goods shall show the type and quantity of the Goods and dates(s) of delivery. Invoices for Services shall show the nature of the service, applicable rate, and date(s) of service. Invoices may be submitted after such Goods and Services are delivered; however, all Goods and Services delivered before September 30th of any given year must be invoiced by September 30th of that year.Vendor shall provide a W-9 with the first invoice. Payment shall be made only for Goods and Services actually ordered and received pursuant to this Agreement. The fee shall be paid based on receipt of a proper invoice in accordance with the invoice schedule indicated above. Payment will be made within 45 days of receipt of a proper invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Vendor, either wholly or in part, and no payment shall be construed to be an acceptance of or to relieve Vendor of liability for the defective, faulty, or incomplete rendition of Goods and Services. Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 3 7. TAX EXEMPT: Prices applicable to the City do not include applicable state and local sales, use, and related taxes. The City is exempt from state and local sales and use taxes and shall not be invoiced for the same. Upon request, the City will provide the Vendor with proof of tax-exempt status. 8. SOVEREIGN IMMUNITY: Nothing contained in this Agreement nor contained herein shall be considered nor construed to waive the City's rights and immunities under the common law or section 768.28, Florida Statutes, as may be amended. 9. ATTORNEY'S FEES: In the event that either Party brings suit to enforce the Agreement, each Party shall bear its own attorney's fees and court costs. 10. PUBLIC RECORDS:The City is a public agency subject to Chapter 119, Florida Statutes. The Vendor shall comply with Florida's Public Records Law. Specifically, the Vendor shall: A. Keep and maintain public records required by the City to perform the service when utilizing non-City-owned equipment; B. Upon request from the City's custodian of public records, 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 does not exceed the cost provided in Chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Vendor shall destroy all copies of such confidential and exempt records remaining in its possession once the Vendor transfers the records in its possession to the City; and D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the City, all public records in Vendor's possession. All records stored electronically by Vendor must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 4 CITY CLERK OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CityClerk@bbfl.us 11. SCRUTINIZED COMPANIES - 287.135 AND 215.473: By execution of this Agreement, Vendor certifies that Vendor is not participating in a boycott of Israel.The Vendor further certifies that Vendor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Vendor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Vendor of the City's determination concerning the false certification. The Vendor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Vendor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Vendor does not demonstrate that the City's determination of false certification was made in error, then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 12. E-VERIFY: Vendor shall comply with Section 448.095, Fla. Stat., "Employment Eligibility," including the registration and use of the E-Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall result in termination of this Agreement. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this Agreement is terminated for a violation of the statute by Vendor, Vendor may not be awarded a public contract for a period of one (1) year after the date of termination. 13. DISPUTES: Any disputes that arise between the parties regarding the performance of this Agreement and cannot be resolved through negotiations shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida.This Agreement shall be construed under Florida Law. 14.TERMINATION FOR CONVENIENCE: This Agreement may be terminated by either Party for convenience upon fourteen (14) calendar days of written notice, in which event the Vendor shall be compensated for Goods provided and Services performed through the termination date. Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 5 15.TERMINATION FOR CAUSE: In addition to all other remedies available to the aggrieved Party,this Agreement shall be subject to cancellation by either Party for cause, should the other Party neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) calendar days after receipt by the defaulting Party of written notice of such neglect or failure. 16. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City and its elected and appointed officers, agents, assigns and employees, consultants, separate Vendors, any of their subcontractors, or sub-subcontractors (collectively, "Indemnified Party"), from and against claims, demands, or causes of action whatsoever, and the resulting losses, damages, costs, and expenses, including but not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders, judgments, or decrees, sustained by the Indemnified Party arising out of or resulting from (A) Vendor's performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Vendor's, its agents, employees, subcontractors, participants, and volunteers, and (C) Vendor's failure to take out and maintain insurance as required under this Agreement. Vendor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature against an Indemnified Party, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon. The obligations of this section shall survive indefinitely regardless of termination of the Agreement. If considered necessary by the City and the City Attorney, any sums due Vendor under this Agreement may be retained by the City until all claims subject to this indemnification obligation have been settled or otherwise resolved.Any amount withheld shall not be subject to payment of interest by the City. 17. INSURANCE: At the time of execution of this Agreement, the Vendor shall provide the City with a copy of its Certificate of Insurance reflecting lines of insurance customary and appropriate to the Vendor's business. Please see the City's minimum insurance requirements listed in Exhibit B. The Certificate of Insurance shall name the City of Boynton Beach and its officers, employees, and agents as additional insured. 18. LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to which it is applicable, City shall not be liable or responsible to Vendor beyond the amount remaining due to Vendor under the Agreement, regardless of whether said liability be based in tort, contract, indemnity or otherwise; and in no event shall City be liable to Vendor for punitive or exemplary damages or lost profits or consequential damages. 19. INDEPENDENT CONTRACTOR: The Agreement does not create an employee/employer relationship between the Parties. The Parties intend that Vendor is an independent contractor pursuant to the Agreement and shall not be considered the City's employee Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 6 for any purpose. Vendor shall not have the right to bind City to any obligation not expressly undertaken by City under this Agreement 20. COMPLIANCE WITH LAWS: Vendor hereby warrants and agrees that at all times material to the Agreement, Vendor shall perform its obligations in compliance with all applicable federal, state, and local laws, rules, and regulations, including section 501.171, Florida Statutes. Non-compliance may constitute a material breach of the Agreement. 21. ASSIGNMENT: If this Agreement and any interests granted herein shall be assigned, transferred, or otherwise encumbered under any circumstances by Vendor, Vendor must gain prior written consent from City thirty (30) business days before such transfer. For purposes of this Agreement, any change of ownership of the company shall constitute an assignment that requires the City's approval. Notwithstanding the foregoing, Vendor may, without City's consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement. Vendor shall provide City written notice of any such corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement within thirty (30) calendar days of such event. 22. NO LIEN. The Vendor shall not at any time permit any lien, attachment, or any other encumbrance under the laws of the State of Florida, or otherwise, by any person or persons whomsoever to be filed or recorded against the City, against any City property or money due or to become due for any work done or materials furnished under this Agreement by Vendor. 23. AGREEMENT SUBJECT TO FUNDING: The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 24. NON-EXCLUSIVE: This Agreement is non-exclusive. City may retain additional entities to perform the same or similar work. 25. REPRESENTATION OF AUTHORITY: Vendor represents and warrants that this Agreement constitutes the legal,valid, binding,and enforceable obligation of Vendor and that neither the execution nor performance of this Agreement constitutes a breach of any agreement that Vendor has with any third party or violates applicable law. Vendor further represents and warrants that execution of this Agreement is within Vendor's legal powers, and each individual executing this Agreement on behalf of Vendor is duly authorized by all necessary and appropriate action to do so on behalf of Vendor and does so with full legal authority. 26. RIGHTS IN DOCUMENTS AND WORK: Any and all videos, photographs, documents, materials, data, or other work created by Vendor in connection with performing services, Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 7 whether finished or unfinished ("Documents and Work"), shall be owned by City, and Vendor hereby transfers to City all right, title, and interest, including any copyright or other intellectual property rights, in or to the Documents and Work. Upon expiration or termination of this Agreement, the Documents and Work shall become the property of City and shall be delivered by Vendor to City within seven (7) days after expiration or termination. Any compensation due to Vendor may be withheld until all Documents and Work are received as provided in this Agreement. Vendor shall ensure that the requirements of this section are included in all agreements with all subcontractor(s). 27.THIRD-PARTY BENEFICIARIES: Neither Vendor nor City intends to primarily or directly benefit a third party by this Agreement. Therefore, the Parties acknowledge that there are no third-party beneficiaries to this Agreement and that no third party shall be entitled to assert a right or claim against either of them based upon this Agreement. 28. MATERIALITY AND WAIVER OF BREACH: Each requirement, duty, and obligation set forth in this Agreement was bargained for at arm's length and is agreed to by the Parties. Each requirement, duty,and obligation set forth in this Agreement is substantial and important to the formation of this Agreement, and each is, therefore, a material term. City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of this Agreement. To be effective, any waiver must be in writing and signed by an authorized signatory of the Party granting the waiver. 29. COUNTERPARTS AND MULTIPLE ORIGINALS: This Agreement may be executed in multiple originals and may be executed in counterparts, whether signed physically or electronically, each of which shall be deemed to be an original, but all of which, taken together, shall constitute one and the same agreement. 30. NON-DISCRIMINATION: Vendor and any subcontractors shall not discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this Agreement. 31. ENTIRE AGREEMENT. The Agreement between the City and the Vendor with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings, and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. 32. SEVERABILITY. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 8 thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 33. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. 34. COUNTRIES OF CONCERN. The vendor represents that it is and will remain in compliance with Section 286.101, Florida Statutes, for the duration of the term. 35. PUBLIC ENTITY CRIME ACT. Vendor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. Vendor further represents that there has been no determination that it committed a "public entity crime" as defined by Section 287.133, Florida Statutes and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Vendor has been placed on the convicted vendor list. 36. ENTITIES OF FOREIGN CONCERN: The provisions of this section apply only if Vendor or any subcontractor will have access to an individual's personal identifying information under this Agreement. Vendor represents and certifies: (i) Vendor is not owned by the government of a foreign country of concern; (ii) the government of a foreign country of concern does not have a controlling interest in Vendor; and (iii) Vendor is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. On or before the effective date, Vendor and any subcontractor that will have access to personal identifying information shall submit to City executed affidavit(s) under penalty of perjury, in a form approved by City attesting that the entity does not meet any of the criteria in Section 287.138(2), Florida Statutes. Compliance with the requirements of this section is included in the requirements of a proper invoice for purposes of Section 7. Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138, Florida Statutes. (Signatures on following page) Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 9 IN WITNESS OF THE FOREGOING,the parties have set their hands and seals the day and year first written above. CITY OF BOYNTON BEACH,FLORIDA PAT'S PUMP+ • OWER LC ., "Pr / Rebecca Shelton,Mayor 'at's Pump+ : ower, LLC �Dr- a 1 yr(eg Print Name of Authorized Official (;./lear,/ Ad4y dr-- Title Approved as to Form: , 4 6 Shawna G. Lamb,City Attorney (Corporate Seal) Attest/Authenticated: Attested/Authenticated: / Mc rea/Likedel :nature), Witness ,LA 1. tra____- -lime Fer,,„„wi, Mayl=- '- -sus,City Cler Print Name �'?,,pYNTpN` % Pc G�RPOR.A*..(V,I1 1 SEAL ';='% $ . INCORPORATED; $ 1111 •.••.1920 h% FLORO.fr Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 10 EXHIBIT A FEE PROPOSAL Sole Source Agreement 25-086SS—Pat's Pump+Blower,LLC 11 PAT'S PUMP -I- = BLOWER 2141 W. Church St, Orlando, FL 32805 I Office (407) 841-7867 I Fax 407 648-2096 Date: Aug, 12 2025 To: Mr. Rasheed Hosein Supervisor, Fleet Operations Public Works, Fleet Maintenance Re: Sole source parts and service provider for Aquatech trucks This is a contractual agreement where Pat's Pump & Blower LLC will provide parts and services for 1 Year amount of time under these terms: In-house labor $165.00 Field Labor $190.00 Emergency Labor X1.5 In-house or Field rate Parts List less 5% Workmanship warranty 30 days Pat's Pump & Blower, LLC commits to maintain the City of Boynton Beach in the most favored rate category. Addendum #1: 8/12/25 — The terms offered in this contract are extended until the end of the new fiscal year for the federal government 2026. As agreed to by both parties. Start Date: 08/12/25 End Date: 09/30/2026 Respectfully Brandon Yates General Manager Pat's Pump & Blower Phone: 407-841-7867 Fax: 407-648-2096 Email: BrandonY@PatsPump.com SALES-SERVICE- INSTALLATION 2141 West Church Street, Orlando, FL 32805 I Phone: 407-841-7867 I Fax: 407-648-2096 www.PatsPump.com I E-Mail: BrandonY(@RatsPump.com EXHIBIT B INSURANCE REQUIREMENTS The City of Boynton Beach (1._ DIVISION OF RISK MANAGEMENT 100 E.Ocean Avenue Boynton Beach,Florida 33435 `,' f` (P): 561-742-6271 I (F): 561-742-6274 www.boynton-beach.orq C JON ' ��' VENDOR INSURANCE REQUIREMENTS — PROCUREMENT 1. INSURANCE REQUIREMENTS: The successful bidder/contractor/firm or individual entering a resulting contract with the City shall provide, pay for and maintain in full force and affect at all times during the services to be performed the applicable insurance as set forth below.(Proof that insurance meets the City's requirements must be provided prior to providing services to the City of Boynton Beach.) Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than: • $1,000,000 each occurrence • $3,000,000 annual aggregate for Bodily Injury, Personal Injury,and Advertising Injury • $1,000,000 per occurrence for Property Damage • $1,000,000 each occurrence and $2,000,000 project aggregate for Products and Completed Operations Policy must include coverage for Contractual Liability, Independent Contractors. Business Automobile Liability Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. If the Contractor does not own vehicles, the Contractor shall maintain coverage for Hired and Non-Owned Auto Liability,which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. Professional Liability/Malpractice Coverage must be afforded under a Professional/Allied Health/Malpractice Liability policy with limits not less than: • $2,000,000 each occurrence • $3,000,000 annual aggregate Workers' Compensation and Employer's Liability Coverage must be afforded per Chapter 440, Florida Statutes. Any contractor performing work on behalf of the City must provide Workers' Compensation insurance of at least the statutory requirements in addition to Employer's Liability in the amount not less than $1,000,000 per accident. Exceptions and exemptions will be allowed by the City's Risk Management Department,if they are in accordance with Florida Statute. The Contractor and its insurance carrier waive all subrogation rights against the City, a political subdivision of the State of Florida,its officials,employees,and volunteers for all losses or damages.The City requires the policy to be endorsed with WC00 03 13 Waiver of our Right to Recover from others or equivalent. AMERICA'S GATEWAY TO THE GULFSTREAM 12 Contractor must be in compliance with all applicable State and federal workers' compensation laws, including the U.S. Longshore and Harbor Workers' Compensation Act or Jones Act, if applicable. For any Contractor who has exempt status as an individual, the City requires proof of Workers' Compensation insurance coverage for that Contractor's employees,leased employees,volunteers,and any workers performing work in execution of this Contract. If the Contractor has applied for a workers' compensation exemption,the City does not recognize this exemption to extend to the employees of the Contractor. The Contractor is required to provide proof of coverage for their employees, leased employees, volunteers and any workers performing work in execution of this Contract.This applies to all contractors including but not limited to the construction industry. Contractors Pollution Liability Coverage For sudden and gradual occurrences and in an amount not less than $1,000,000 per claim arising out of this Contract, including but not limited to, all hazardous materials identified under the Contract. Contractor must keep insurance in force until the third anniversary of expiration of this Contract or the third anniversary of acceptance of work by the CITY. Property Coverage (Builder's Risk) Coverage must be afforded in an amount not less than 100% of the total project cost, including soft costs, with a deductible of no more than $25,000 each claim. Coverage form shall include, but not be limited to: • All Risk Coverage including Flood and Windstorm with no coinsurance clause • Guaranteed policy extension provision • Waiver of Occupancy Clause Endorsement,which will enable the City to occupy the facility under construction/renovation during the activity • Storage and transport of materials, equipment, supplies of any kind whatsoever to be used on or incidental to the project • Equipment Breakdown for cold testing of all mechanized,pressurized,or electrical equipment For installation of property and/or equipment, Contractor must provide Builder's Risk Installation insurance to include coverage for materials or equipment stored at the project site,while in transit,or while stored at a temporary location. Coverage limit must be no less than replacement cost. This policy shall insure the interests of the owner, contractor, and subcontractors in the property against all risk of physical loss and damage, and name the City as a loss payee. This insurance shall remain in effect until the work is completed and the property has been accepted by the City. Insurance Certificate Requirements a. The Contractor shall provide the City with valid Certificates of Insurance (binders re unacceptable) no later than thirty(30) days prior to the start of work contemplated in this Contract. b. The Contractor shall provide a Certificate of Insurance to the City with a thirty (30) day notice of cancellation; ten (10) days' notice if cancellation is for nonpayment of premium. c. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the certificate holder. d. In the event the Contract term goes beyond the expiration date of the insurance policy, the Contractor shall provide the City with an updated Certificate of Insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The City reserves the right to suspend the Contract until this requirement is met. e. The certificate shall indicate if coverage is provided under a claims-made or occurrence form. If any coverage is provided on a claims-made form,the certificate will show a retroactive date, which should be the same date of the initial contract or prior. f. The City shall be named as an Additional Insured on all liability policies,with the exception of Workers' Compensation. AMERICA'S GATEWAY TO THE GLJI,FSTREAM 13 g. The City shall be granted a Waiver of Subrogation on the Contractor's Workers' Compensation insurance policy. h. The Contract,Bid/Contract number, event dates, or other identifying reference must be listed on the certificate. The Certificate Holder should read as follows: City of Boynton Beach Attn: Risk Management 100 E. Ocean Ave Boynton Beach,FL 33435 The Contractor has the sole responsibility for all insurance premiums and shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible,co-insurance penalty,or self- insured retention; including any loss not covered because of the operation of such deductible, co- insurance penalty,self-insured retention,or coverage exclusion or limitation.Any costs for adding the City as an Additional Insured shall be at the Contractor's expense. If the Contractor's primary insurance policy/policies do not meet the minimum requirements, as set forth in this Contract, the Contractor may provide an Umbrella/Excess insurance policy to comply with this requirement. The Contractor's insurance coverage shall be primary insurance as respects to the City, a political subdivision of the State of Florida, its officials, employees, and volunteers. Any insurance or self- insurance maintained by the City,its officials,employees,or volunteers shall be excess of Contractor's insurance and shall be non-contributory. Any exclusions or provisions in the insurance maintained by the Contractor that excludes coverage for work contemplated in this Contract shall be deemed unacceptable and shall be considered breach of contract. All required insurance policies must be maintained until the contract work has been accepted by the City,and/or this Contract is terminated.Any lapse in coverage shall be considered breach of contract. In addition, Contractor must provide confirmation of coverage renewal via an updated certificate should any policies expire prior to the expiration of this Contract.The City reserves the right to review, at any time, coverage forms and limits of Contractor's insurance policies. All notices of any claim/accident(occurrences) associated with this Contract, shall be provided to the Contractor's insurance company and the City's Risk Management office as soon as practical. It is the Contractor's responsibility to ensure that all independent and subcontractors comply with these insurance requirements.All coverages for independent and subcontractors shall be subject to all of the requirements stated herein. Any and all deficiencies are the responsibility of the Contractor. NOTE: These are minimal insurance requirements. Additional insurance, (e.g., Sexual Assault and Molestation, etc.) may be required based upon the type of event, event location, and/or number of participants. Revised 04/25/2025 AMERICA'S GATEWAY TO THE GUJLFSTREAM 14