Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ITB-20-020-01 South Dade Electrical Supply Inc Revised 12-18-2020
CONTRACT NO, 20-020-01 MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 SENT VIA E-MAIL TO: davidt(a)south-dade.com February 27, 2020 David Taylor South Dade Electrical Supply, Inc. 13100 SW 87th Avenue Miami, FL 33176 Phone: 305-238-7131 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2020 -020 -ND, FOR THE PURCHASE OF LIGHT POLES, FIXTURES AND BASES. Dear Mr. Taylor: On October 28, 2019, South Dade Electrical Supply, Inc., (the "contractor") submitted to the City of Miami Beach, Florida (the "City") a bid in response to the above -referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub -Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission at its January 15, 2020 meeting approved the City Manager's recommendation, pursuant to the ITB to pre -qualify a pool of contractors based on manufacturer brands for the Purchase of Light Poles, Fixtures and Bases. For a list of brands that your firm has been pre -qualified for refer to Exhibit A. No goods may be shipped, or services performed (as applicable) until such time as the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelezAmiamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, George Corchado, Public Works Department, at georgecorchado(a�miamibeachfl.gov or (305) 673-7000 ext. 22835. Al:x D', ector Procurement Department AD/ME/AG We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Covetsheet MIAMI BEACH TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: January 15, 2020 Page 1 of 2 Resolutions - C7 0 COMMISSION MEMORANDUM SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2020- 020 -ND, TO ESTABLISH A POOL OF SUPPLIERS FOR THE PURCHASE OF LIGHT POLES, FIXTURES, BASES AND OTHER RELATED LIGHTING AND ELECTRICAL PARTS AND SUPPLIES TO EXPEDITE THE SELECTION OF VENDORS FOR FUTURE PROJECTS, AND APPROVE THE INITIAL POOL OF QUALIFIED SUPPLIERS, FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL SUPPLIERS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE SUPPLIERS TO THE POOL, PROVIDED SUCH VENDORS MEET THE REQUIREMENTS OF THE ITB; AND FURTHER PROVIDING THAT ANY PURCHASE IN EXCESS OF $100,000 SHALL BE SUBJECT TO THE PRIOR APPROVAL OF THE CITY COMMISSION. RECOMMENDATION Adopt the Resolution accepting the recommendation of the City Manager. BACKGROUND/HISTORY On October 7, 2019, the City issued an Invitation to Bid 2020 -020 -ND (the "ITB"). The purpose of the ITB is to establish a contract, by means of sealed applications, with qualified suppliers for the establishment of a prequalified pool of suppliers for the purchase of light poles, fixtures, bases and other related lighting and electrical parts and supplies. The pre -qualified pool established shall effectively create a source of viable suppliers from which the City may issue Invitation to Quotes (ITQs) for the purchase and delivery of various light poles, fixtures, bases and other related lighting and electrical parts and supplies on an "as needed" basis, during the term of the contract. Further, at any time, the City, through the approval of the City Manager, may accept applications and add additional or remove suppliers to the list of prequalified suppliers during the term of the contract. ANALYSIS The ITB was issued on October 7, 2019, with bid opening date of October 28, 2019. The Procurement Department issued bid notices to 4,594 companies utilizing www.bidsync.com website. 42 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of three (3) responses from: DL Trading LLC ("DL Trading"), Rossim International LLC ("Rossim"), and South Dade Electrical Supply, Inc. ("South Dade"). On November 19, 2019 DL Trading notified the City of the withdrawal of their proposal submission, therefore received no further consideration. The ITB stated that following the review of applications, the responsive and responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award. In its due diligence, the Procurement Department found that Rossim and South Dade met the requirements of the ITB. Accordingly, Rossim and South Dade have been deemed responsive, responsible bidders meeting all terms and conditions of the ITB and are recommended for award. The ITB asked that the suppliers provide proof that they are authorized by the manufacturer to sell the proposed brands to the City. South Dade did not provide proof of authorization from the following manufacturers: Akron, Us Precast, Unique Solutions, and Hubell Power Systems, Inc. Therefore, the response pertaining to these brands had to be rejected. The brands that each supplier is authorized to distribute to the City is included in Attachment A. FINANCIAL INFORMATION The funding for this project is as follows: Account(s) 011-0840- 000342-29- 403-521-00- 00-00 Amount(s) $250,000 CONCLUSION I concur with staff that it is in the best interest of the City to have a pool of prequalified suppliers for the purchase of light poles, fixtures, and bases from which proposals can be sought to purchase various light poles, fixtures, bases and other related lighting and electrical parts and supplies on an "as needed" basis. Otherwise, redundant and time-consuming efforts would be required to qualify suppliers each time a need was identified. With a prequalified pool, price quotes can be quickly sought from the prequalified contractors. Further, in order to continue to maximize competition by continuing to add suppliers, I recommend that the period for submitting applications be extended to be consistent with the term of the contract. New applicants that meet the ITB requirements Coversheet Page 2 of 2 will be added to the pool. Suppliers that do not perform well will be removed from the pool. Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the Resolution, accepting the recommendation of the City Manager, pursuant to Invitation to Bid (ITB) No, 2020 -020 -ND, to establish a pool of suppliers for the purchase of light poles, fixtures, bases and other related lighting and electrical parts and supplies to expedite the selection of vendors for future projects, and approve the initial pool of qualified suppliers, as set forth in Exhibit "A" to the Commission Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the ITB open for the purpose of prequalifying additional suppliers, and delegating to the City Manager the authority to add (or remove) suppliers to the pool, provided that the added suppliers meet the requirements of the ITB; and further providing that any purchase in excess of $100,000 shall be subject to the prior approval of the City Commission. Applicable Area Citywide Is this a Resident Right to Know item? No Legislative Tracking Public Works/Procurement ATTACHMENTS: Description n Attachment A n Resolution Does this item utilize G.O. Bond Funds? No ATTACHMENT A MANUFACTURER SOUTH DADE ELECTRICAL SUPPLY, INC. ROSSIM INTERNATIONAL LLC Akron Foundry Company Arcluce V Brooks Products ✓ Culter Hammer ✓ Eaton ✓ Flagpoles, Inc. ✓ GE ✓ Hapco ✓ Holophane ✓ Hubbell Lighting ✓ Hubbell Power Systems, Inc. Inventronics Kim Lighting ✓ King Luminaire ✓ Lithonia Lighting ✓ Louis Poulsen V Mainstreet Lighting ✓ Mean Well NSI Industries ✓ P&K Philips Advance ✓ Philips Gardco ✓ Philips Hadco ✓ Phoenix ✓ Precast Specialties ✓ Selux ✓ Siemens ✓ Square D. Stresscrete ✓ Sylvania ✓ Thomas & Betts ✓ U.S. Precast Unique Solutions Valmont ✓ Other: Electrostart ✓ Disproel ✓ RESOLUTION NO. 2020-31130 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2020 -020 -ND, TO ESTABLISH A POOL OF SUPPLIERS FOR THE PURCHASE OF LIGHT POLES, FIXTURES, BASES . AND OTHER RELATED LIGHTING AND ELECTRICAL PARTS AND SUPPLIES TO EXPEDITE THE SELECTION OF VENDORS FOR FUTURE PROJECTS, AND APPROVE THE INITIAL POOL OF QUALIFIED SUPPLIERS; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL SUPPLIERS, AND DELEGATING TO THE CITY MANAGER. THE AUTHORITY TO ADD OR REMOVE SUPPLIERS TO THE POOL, PROVIDED SUCH VENDORS MEET THE REQUIREMENTS OF THE ITB; AND FURTHER PROVIDING THAT ANY PURCHASE IN EXCESS OF $100,000 SHALL BE SUBJECT TO THE PRIOR APPROVAL OF THE CITY COMMISSION WHEREAS, on October 7, 2019, the City issued an Invitation to Bid 2020 -020 -ND (the "ITB") to establish a contract, by means of sealed applications, with qualified suppliers for the establishment of a prequalified pool of suppliers for the purchase of light poles, fixtures, bases and other related lighting and electrical parts and supplies; and WHEREAS, on October 28, 2019, bids were received from DL Trading LLC ("DL Trading"), Rossim International LLC ("Rossim"), and South Dade Electrical Supply, Inc. ("South Dade"); and WHEREAS, on November 19, 2019 DL Trading notified the City of the withdrawal of their proposal submission, therefore received no further consideration; and WHEREAS, the ITB stated that following the review of applications, the responsive and responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award; and WHEREAS, in its due diligence, the Procurement Department found that Rossim and South Dade met the requirements of the ITB; and WHEREAS, the ITB asked that the suppliers provide proof that they are authorized by the manufacturer to sell the proposed brands to the City; and WHEREAS, South Dade did not provide proof of authorization from certain manufacturers, and the response pertaining to these brands had to be rejected; and WHEREAS, the brands that each supplier is authorized to distribute to the City is included in Attachment "A"; and WHEREAS, when a need arises, the City will seek quotes from all prequalified suppliers for the specific brand required; and WHEREAS, for purchases up to $100,000, the approval of the City Manager or designee will be required in accordance with the City Manager's existing delegated procurement authority under the City Code; purchases exceeding $100,000 will be submitted to the City Commission for its consideration; and WHEREAS, to maximize competition . among the prequalified suppliers, the Administration is recommending that the ITB remain open, to permit the City Manager to prequalify additional suppliers as part of the pool, provided that such vendors meet all of the requirements of the ITB. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF. THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Invitation to Bid (ITB) No. 2020 -020 -ND, to establish a pool of suppliers for the purchase of light poles, fixtures, bases and other related lighting and electrical parts and supplies to expedite the selection of vendors for future projects, and approve the initial pool of qualified suppliers; further, authorizing the City Manager to keep the ITB open for the purpose of prequalifying additional suppliers, and delegating to the City Manager the authority to add or remove suppliers to the pool, provided such vendors meet the requirements of the ITB; and further providing that any purchase in excess of $100,000 shall be subject to the prior approval of the City Commission. /� PASSED AND ADOPTED this /5'day of J Gh111 2020. ATTEST: �27 RA AEL . GR NA 0, CITY CLERK. DAN GELBER, MAYOR F:\PURC\Solicitations12020\2020-020-ND ITB Purchase of Light Poles, Fixtures, and Bases\10 - Commission Award Documents\ITB-2020-020-ND - Resolution.doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION er-,,_t((t City Attorney Date '�r ............ ATTACHMENT B SOLICITATION AND ADDENDUMS A.;AA,A,1BEACH TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A PREQUALIFICATION APPLICATION APPENDIX B ROADMAP PROCEDURES & SPECIAL CONDITIONS DEFINITIONS: Bidder means any firm or individual submitting an application in response to this ITB. The term bidder may be used interchangeably with applicant and proposer. Vendor means any firm or individual that has been pre -qualified to supply goods or services to the City. SECTION 0100 GENERAL INFORMATION & SCOPE OF WORK 1. PURPOSE. The City of Miami Beach is seeking applications from qualified bidders who wish to participate in a pre -qualification pool that will be used to solicit various light poles, fixtures, bases and other related lighting and electrical parts and supplies on as "as needed" basis as specified herein. Interested firms may submit an application indicating its intent to become prequalified for one or more brands, as applicable. All vendors which meet or exceed the criteria established in this solicitation shall be placed on a pre -qualification list that may be accessed by various City departments to obtain price quotations for various light poles, fixtures, bases and other related lighting and electrical parts and supplies. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre -qualified bidders, interested parties must submit a com•lete Bidder Pre -Qualification A•.lication As •endix A). 2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the process that the City will utilize to award work pursuant to the prequalification process. e_(++eC t e42-s1lpn>, ...'c siri4afj,:z�i SUF+tofu.>r FS 44fFf,tl=Yr-ti.•. _-Ffl tel_ for r u©frs Suppa 1%brand. 3. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all correspondence. Procurement Contact: Natalia Del, ado Telephone: 305-673-7000 x26263 Email: nataliadel ado miamibeachfl. ov he City Clerk is to be copied on all communications via e-mail at: RafaelGranado • miamibeachfl.•ov or via facsimile: 786-394-4188. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City Code, the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2), one (1) year renewal terms, providing that the required certification is still valid. 5. ADDITIONAL PREQUALIFIED SUPPLIERS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional suppliers to the list of prequalified firms. 6. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre -qualification status. The City reserves the right to purchase any goods awarded from any resulting agreement, or another governmental contract, or on an as -needed basis through the City's spot market purchase provisions. 7. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for the purchase of goods (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms- and-conditions/) are referenced and incorporated herein. 8. INSURANCE REQUIREMENT. Prior to the issuance of a work order, the successful firm shall furnish and maintain for the duration of the engagement, the following insurance requirements. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. 8.1 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Contractor's insurance. 8.2 Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach clo EXIGIS Insurance Compliance Services. 8.3 Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 8.4 Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH clo EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: certificates-miamibeach@riskworks.com 8.5 Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. BINDING AGREEMENT. By virtue of submitting an application for the City's consideration, the bidder agrees that the application shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval of bidder's application. Further, bidder agrees that, upon approval of the bidder's application a binding Agreement shall be established between the City and the approved contractor and that said agreement shall be governed by any Purchase Order issued by the City, the Standard Terms and Conditions for the Purchase of all Goods (see Section 0100, Sub-section 7) and, finally, the ITB, including all documents released in connection with the ITB, including all appendixes, whether included herein or released under separate cover. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] APPENDIX A Prequalification Application 2020 -020 -ND Purchase of Light Poles, Fixtures, and Bases PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 A/BEACH Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed. If requested information is not applicable, please indicate "N/A" or "None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Applications received electronically, either through email or facsimile, are not acceptable and will be rejected. The City reserves the right to request clarifications or additional information as deemed necessary to evaluate a bidder's qualifications. When clarifications or additional information is requested by the City, bidder will have three (3) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications. However, the initial review of applications shall take place 21 days after issuance of this ITB. Applications submitted after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete the review of each application within 60 days of receipt. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Part A — General Bidder Information. FIRM NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: BIDDER IS: CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) Part B — Category of Product. 1. Identify the brands(s) that the bidder has been authorized to sell by the manufacturer. Select all that apply. MANUFACTURER ✓ MANUFACTURER ✓ Akron Foundry Company Name: Email: Telephone: NSI Industries Arcluce P & K Name: Email: Telephone: Brooks Products Philips Advance Culter Hammer Philips Gardco Eaton Philips Hadco Flagpoles, Inc. Phoenix GE Precast Specialties Hapco Selux Holophane Siemens Hubbell Lighting Square D. Hubbell Power Systems, Inc. Stresscrete Inventronics Sylvania Kim Lighting Thomas & Betts King Luminaire U.S. Precast Lithonia Lighting Unique Solutions Louis Poulsen Valmont Mainstreet Lighting 1Other: Mean Well accessories for which the bidder has been auth 1State anv other brand of liaht poles. fixtures and orized. Part C — Operational & Management Information. 1. Submit the following documents: a. Proof that the bidder has been authorized by the manufacturer(s) for the selected brand(s) to sell these products to the City. 2. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type 3. Provide three (3) clients for which the bidder has provided the referenced products in the last five (5) ears. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 4. Is the bidder currently barred b a overnmental a enc , from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 5. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? YES NO If yes, why? 6. Is an affiliate of the bidder prequalified by the City of Miami Beach for any work? YES NO If yes, state the name of the affiliate? 7. Is the bidder a parent, subsidiary, or holding company for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 8. Is an owner, director, officer, or a ent of the bidder affiliated with another company? YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) 9. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 10. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 11. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? YES NO If yes, explain. 12. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was publicly or privately owned? YES NO If yes, explain. 13. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? YES NO If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misre resentation to any public agency or entity? YES NO If yes, explain. 15. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes, explain. 16. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or a ent, an employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownershi p Name Title Share (%) of Ownership 17. Has the bidder, or any officer, director, employee or agent, contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach? YES NO If yes, provide details. 18. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of em lo e'es? YES 1 I NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Company Provides for Employees with Spouses Company Provides for Employees with Domestic Partners Company does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave 19. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? YES NO If yes, which brands. BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management, or financial condition of the company. Further, any prequalified bidder, including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name: Title (must be a principal of the bidder): Signature: Date: APPENDIX B Roadmap Procedures Special Conditions ITB 2020 -020 -ND For the Purchase of Light Poles, Fixtures, and Bases PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 SECTION A — ROADMAP FOR PURCHASES. 1. AUTHORIZED PRE -QUALIFIED BIDDERS. Awarded bidders shall be deemed to be pre -qualified to participate in request for quotes to be initiated by City departments on an as needed basis. 2. QUOTES REQUESTED. When request for quotes are initiated, all prequalified vendors for the specific brand required shall be invited to quote a fixed price and delivery schedule. However, pre- qualified bidders that are not in compliance with any contract or delivery requirement or are otherwise deemed to be non -responsible (at the City's sole discretion) may be barred from submitting quotes. 2.1. SOLE PRE -QUALIFIED BIDDER. When only one vendor has been prequalified for a specific brand, City departments will not be required to attain other quotes. If the quote is determined to be fair and reasonable, then the items will be purchased from the sole prequalified vendor. 3. SELECTION FOLLOWING QUOTES. Quote(s) received will be evaluated by staff and at the City's sole discretion the lowest and best bidder shall be awarded for the specific period or specific purchase. In determining the lowest and best bidder, in addition to price, the following shall be considered: 1. the ability, capacity and skill of the bidder to perform the contract; 2. whether the bidder can perform the contract within the time specified, without delay or interference; 3. the character, integrity, reputation, judgment, experience and efficiency of the bidder; 4. the quality of performance of previous contracts or orders; 5. the previous and existing compliance by the bidder with laws and ordinances relating to the contract. 4. PURCHASE ORDER REQUIREMENT. A Purchase Order will be issued to the pre -qualified bidder selected in accordance with Sub -sections 2 and 3 above. No deliveries will be accepted prior to a Purchase Order being issued. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] SECTION B — SPECIAL CONDITIONS. 1. METHOD OF PAYMENT. Prior to furnishing any goods to the City, the supplier must ensure that it has received a purchase order issued by the Procurement Department. Invoices for payment will be submitted upon receipt and acceptance of goods ordered via a purchase order. Without a purchase order, the supplier is taking a risk that it may not be paid for goods provided, or have payments delayed. No down or partial down payments will be made. Invoices will be subject to verification and approval by the Contract Administrator, or his/her designated representative. 2. SHIPPING TERMS. Prices shall be based on F.O.B. Destination. The Bidder shall hold title to the goods until such time as they are delivered and accepted by an authorized City representative. Freight charges will be added to the invoice. 3. DELIVERY REQUIREMENTS. The Bidder shall enclose a complete packing slip or delivery ticket with any item being delivered in conjunction with this solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the City's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered. 4. BACK ORDER ALLOWANCES. Subject to approval by City's authorized representative. 5. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS. The Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Bidder in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the City by the Bidder are found to be defective or do not conform to specifications: (1) the materials may be returned to the Bidder at the Bidder's expense and the contract cancelled or (2) the City may require the Bidder to replace the materials at the Bidder's expense. 6. MANUFACTURER CERTIFICATION/AUTHORIZATION. For brands from manufacturers that require the seller to be certified, authorized or otherwise approved by the manufacturer, the Successful Bidder shall provide, upon request from the City, the certification, authorization or approval by the manufacturer to sell the required brands. 7. ADDITIONAL BRANDS MAY BE ADDED. Although this solicitation and resultant contract identifies specific brands to be purchased, it is hereby understood and agreed that additional brands may be added to this contract at the option of the City. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] ATTACHMENT C CONSULTANTS RESPONSE - PROPOSAL Florida Department of State org Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by FEI/EIN Number Florida Profit Corporation SOUTH DADE ELECTRICAL SUPPLY, INC. Filing Information Document Number 300280 FEI/EIN Number 59-1109106 Date Filed 12/28/1965 State FL Status ACTIVE Principal Address 13100 S.W. 87TH AVENUE MIAMI, FL 33176 Mailing Address POST OFFICE BOX 560965 MIAMI, FL 33256 Changed: 04/18/2007 Registered Agent Name & Address ELLIOTT, DONALD C 13627 DEERING BAY DRIVE UNIT 704 CORAL GABLES, FL 33158 Name Changed: 04/04/2005 Address Changed: 04/18/2014 Officer/Director Detail Name & Address Title CEOD ELLIOTT, DONALD C 13627 DEERING BAY DRIVE #704 CORAL GABLES, FL 33158 Title VD ELLIOTT, MARINA 3880 S.E 38 LOOP OCALA, FL 34480 Title S, VP ODETTE, ANNETTE M 9854 S. W. 138 STREET MIAMI, FL 33176 Title V ELLIOTT, DONALD CJR. P. O. BOX 563103 MIAMI, FL 33256 Title VP ROBINSON, SABRINA 9251 S. W. 58 TERR. MIAMI, FL 33173 Annual Reports Report Year 2017 2018 2019 Filed Date 04/04/2017 04/09/2018 01/14/2019 Document Images 01/14/2019 -- ANNUAL REPORT 04/09/2018 -- ANNUAL REPORT 04/04/2017 -- ANNUAL REPORT 04/12/2016 -- ANNUAL REPORT 04/13/2015 -- ANNUAL REPORT 04/18/2014 -- ANNUAL REPORT 04/15/2013 -- ANNUAL REPORT 02/06/2012 --ANNUAL REPORT 04/04/2011 --ANNUAL REPORT 02/09/2010 -- ANNUAL REPORT 03/23/2009 -- ANNUAL REPORT 04/29/2008 -- ANNUAL REPORT 04/18/2007 — ANNUAL REPORT 04/03/2006 -- ANNUAL REPORT 04/04/2005 -- ANNUAL REPORT 04/27/2004 -- ANNUAL REPORT 05/05/2003 -- ANNUAL REPORT 10/09/2002 -- REINSTATEMENT 05/01/2002 -- ANNUAL REPORT 04/19/2001 --ANNUAL REPORT 03/09/2000 -- ANNUAL REPORT 09/03/1999 --ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format 05/11/1998 — ANNUAL REPORT 05/14/1997 -- ANNUAL REPORT 05/01/1996 --ANNUAL REPORT 05/01/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State. Division of Corporations City of Miami Beach Bid 2020 -020 -ND APPENDIX A Prequalification Application 2020 -020 -ND Purchase of Light Poles, Fixtures, and Bases PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 10/7/2019 12:26 PM p. 8 City of Miami Beach Bid 2020 -020 -ND I • t o Inst uctlo s Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed. If requested information is not applicable, please indicate "N/A" or "None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Applications received electronically, either through email or facsimile, are not acceptable and will be rejected. The City reserves the right to request clarifications or additional information as deemed necessary to evaluate a bidder's qualifications. When clarifications or additional information is requested by the City, bidder will have three (3) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications. However, the initial review of applications shall take place 21 days after issuance of this ITB. Applications submitted after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete the review of each application within 60 days of receipt. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 10/7/2019 12:26 PM p. 9 City of Miami Beach Part A - General Bidder Information. Bid 2020 -020 -ND FIRM NAME: \ ' V O, /,/, ` 4AAC6 C,if>t, ' i,t) VL j 1 NO. OF YEARS IN BUSINESS: "s�`y�iyV,a.r}t S YEARS I IN AOLF ��(�,/� c NO. OF E QY�ES: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: 49/:, FIRM PRIMARY ADDRESS (HEADQUARTERS): 11' 00 SW (61 i (� G, v� CITY: I l l n �' 'I STATE: OI 0V ZIP CODE: /3 3)1 TELEPHONE NO.: vs 1 iiierp -I Is; TOLL FREE NO.: K FAX NO.: ,.3{� ]` �J J1 cZ a '1 l� FIRM LOCAL ADDRESS: CITY: - I N X(V- STATE: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: TN%o ` i „o( '/ lLeo( ACCOUNT REP TELEPHONE NO.: ti Ur\ 1 2-/('" 1 (.3I 1 ,6e S .»��q 2,ti ? ACCOUNT REP TOLL FREE NO.: Ciir) ACCOUNT REP EMAIL: >k) (a-Q._n /1 A- , '�� ` !� ^� FEDERAL TAX IDENTIFICATION NO.: S C) r t 1 (A i o p' t 1 C BIDDER IS: CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) 10/7/2019 12:26 PM p. 10 City of Miami Beach Bid 2020 -020 -ND Part B - Category of Product. 1. Identify the brands(s) that the bidder has been authorized to sell by the manufacturer. Select all that apply. MANUFACTURER ✓ ✓ ✓ MANUFACTURER NSI Industries P & K ✓ V Akron Foundry Company Arcluce Brooks Products '� Philips Advance ✓ Culter Hammer ✓ Philips Gardco ✓ Eaton ✓ Philips Hadco ✓ Flagpoles, Inc. ✓ Phoenix ✓/- GE ,� Precast Specialties /� Hapco E/ Selux Holophane ✓ Siemens `/- Hubbell Lighting ✓/ Square D. Hubbell Power Systems, Inc. ✓ Stresscrete Inventronics Sylvania - Kim Lighting ✓ Thomas & Betts ./1 King Luminaire King ✓ U.S. Precast ✓r Lithonia Lighting t<,,,- t<,,, -Unique Solutions / Louis Poulsen ✓ Valmont ✓ Mainstreet Lighting ,✓ 1Other: Mean Well 'State any other brand of light poles, fix ures and accessories for which the bidder has been authorized. Part C - Operational & Management Information. 1. Submit the following documents: a. Proof that the bidder has been authorized by the manufacturer(s) for the selected brand(s) to sell these products to the City. 2. Provide the names of each owner (stockholder, sole proprietor, and company, below. Submit additional names on a separate sheet if re Owner Ownership percentage 00 e. Ips1; 1-t .._57) Yo GLd-'� Vl a 1 'Lv t+ `V ' o partner), director, or officer of the g_uired. Directorship/Office type hez3.--a vl et:17) yt w v� ,P 1-' 1.)11-C'C0 G' 3. Provide three (3) clients for which the bidder has provided the referenced products in the last five (5) y kAlo N P) 1M Po fu.r,EC Project Description of Work STOSC Ltak- (1 tit, roject Reference Name: 21O/GIMI6e5 Email: c)111 - itiot.C.04 WOW. e ele hone: 3651 Z)1 — I t t b (IOW AO-6AL 65L 4i 5uksr Ncaovu7 a1/4n in n/d NaKY .tkowt i Name: to0ay.twALic.,, mail: tboptvu.,GI (54045014,N Telephone: 3O C ... o 33 /� 46a (r,�,or W�f"l— VrIY/0 "v("'U' IU t! 644-46a 1►. �( 5 �I �t�F'� `9 �L l���� �,L(��i C1 Ni Name: C 2 /W) 6- 1114, Co 0a4 Email: 1114 0J C.t,'.'7�F. GF+, co i x I --1rjvC S" Telephone: 0 0 Lie. \Pupa f,1 ii1/41-ce We ovd; 1146- -ro (€ mitouciA4V, e A alvitsim, 6fAc - ` l - 314 Afiwi (isws .) okit. c-)1) mN4q,DoikQL12, cam- A-' 10/7/2019 12:26 PM at, Nb p. 11 City of Miami Beach 4. Is the bidder currently barred bY a governmental a enc , m bidding as a prime or subcontractor? L�J YES NO Bid 2020 -020 -ND If yes, state debarment period and the reason(s) for debarment? 5. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated ring the last five (5) years? YES V ( NO If yes, why? 6. Is an affiliate of the bidder pre ualified by the Cit of rami Beach for any work? YES IV I NO If yes, state the name of the affiliate? 7. Is the bidder a parent, subsidiar , or holding coman f another company? YES [ NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 8. Is an owner, director, officer, or a t of the bidder affiliated with another company? YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) p o‘n L'' ,___A -. e) 4- \1-4 14 za yrs 'Sic► eon .art;vici 10/7/2019 12:26 PM p. 12 City of Miami Beach 9. Is the bidder currently the debtor in a bankruptcy case or f le for bankruptcy during the last five (5) years? YES NO Bid 2020 -020 -ND If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued, 10. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 11. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? YES NO If yes, explain. 12. Has the bidder been assessed or paid any fines on an contract during the past five (5) years, whether the project was publicly or privately owned? YES NO If yes, explain. 13. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the busin s activities of a business organization? YES [ NO If yes, explain. 10/7/2019 12:26 PM p. 13 City of Miami Beach Bid 2020 -020 -ND 14. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misre r entation to any public agency or entity? 1 J YES V NO If yes, explain. 15. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes, explain. 16. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or agent, an employeeoft ity of Miami Beach? YES NO If yes, state name, title and share of ownershi p Name Title Share (%) of Ownership 17. Has the bidder, or any officer, director, employee or agent, contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach? i YES I i/ I NO If yes, provide details. 18. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or off r access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES 1 ✓ 1 NO 10/7/2019 12:26 PM p. 14 City of Miami Beach Bid 2020 -020 -ND C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Company Provides for Employees with Spouses Company Provides for Employees with Domestic Partners Company does not Provide Benefit Health // Date: / u Sick Leave V Family Medical Leave ✓ Bereavement Leave V 19. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? YES 741 NO If yes, which brands. j3IDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management, or financial condition of the company. Further, any prequalified bidder, including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name:Title IA A Ate 'K. 01Q4e must be a principa f the bidder): Signat -: Z %/(' , Date: / u 10/7/2019 12:26 PM p. 15 AccuTerm Screen Print - SHIMS 10:38:05 AM 22 Oct 2019 ,Vendor # or Alpha Key AKROaaaaaa E -Mail 1.Alpha 2.Remit 3.Remit 4.Remit 5.Remit 6.Remit 7.Remit 8.Remit Key Name Addr Addr Addr Addr Zip Contact. AKRON ...AKRON FOUNDRY COMPANY ...P 0 BOX 27028 ...AKRON OH 44319-0009 9.Remit Tel 800-275-2535 110.Remit Ext '11.Terms Code8 NET 30 -DAYS '!12.P/0 Name AKRON ELECTRIC INC 413.P/0 Addr C/0 ELECTRICAL MARKETING SERV 14.P/0 Addr 479 MONTGOMERY PLACE 15.P/0 Addr ALTAMONTE SPRINGS FL 32714 Vendor 16.P/0 Addr r, 17 . P/0 Zip 18.Ship Via Code °19. Type MDSE I20.Late DiscountY :ENTER: [A]nother Inquiry, [E]mail [END] to Exit. File Maintenance 21.Customer Code 22.Fed ID # 23.Account # 24.Alt Code 25.NAED # 26.Last Price Sheet 27.Update Old Prices 28.Trade Service Rept Cost. 29.P/O Contact BRAD DUGGAR 30.P/0 Tel 800-824-0079 31.P/0 Ext 32.Fax # 18004456918 33.Mer G/L 4010 34.Frt G/L 4030 35.AP G/L 36.Local Purchasing 37.GST Regist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance 40.RGA Required Inquiry, [U]ser defined flds, [S2] , [S3], AccuTerm Screen Print - SHIMS 10:38:37 AM 22 Oct 2019 endor # or Alpha Key ARCLaaaaaa E -Mail 1.Alpha Key 2 -ARC 2.Remit ARCLUCE NORTH AMERICA INC 3.Remit 333 BUSH STREET STE 2020 4.Remit SAN FRANCISCO, CA 94104 5.Remit 6.Remit 7.Remit 8.Remit Contact 9.Remit Tel 10.Remit Ext 11.Terms Code 12.P/0 Name ARCLUCE NORTH AMERICA INC 13.P/0 Addr C/O INFINITY ARCH. LTG 14.P/0 Addr 2645 EXECUTIVE PARK DR. 15.P/0 Addr WESTON, FL 33331 16.P/0 Addr 17.P/0 Zip 18.Ship Via Code 19.Type MDSE 20.Late DiscountY ENTER: [A]nother Inquiry, [END] to Exit. Name. Addr. Addr. Addr. Addr. Zip 39-029810981 ...8 NET 30 -DAYS [E]mail Inquiry, Vendor File Maintenance 21.Customer Code 22.Fed ID # 23.Account # 24.Alt Code 25.NAED # 26.Last Price Sheet 27.Update Old Prices 28.Trade Service Repl Cost.. 29.P/0 Contact 30.P/0 Tel 954-618-1028 31.P/0 Ext 32.Fax # 33.Mer G/L 4010 34.Frt G/L 4030 35.AP G/L 36.Local Purchasing 37.GST Regist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance... 40.RGA Required [U]ser defined flds, [S2] , [S3], AccuTerm Screen Print - SHIMS 10:38:54 AM 22 Oct 2019 Vendor # or Alpha Key 105 Vendor E -Mail ocastlemed@aol.comuMAIN EMAIL9 1.Alpha Key BROOKS 2.Remit NameOLDCASTLE PRECAST INC 3.Remit AddrPO BOX 842649 4.Remit AddrDALLAS TX 75284-2649 5.Remit AddrACCT# 374200374 6.Remit 7.Remit 8.Remit 9.Remit Addr Zip Contact239-829-8051 Tel >.`'10.Remit Ext 11.Terms Code8 NET 30 -DAYS 12.P/0 Name 13.P/0 Addr 14.P/0 Addr 15.P/0 Addr OLDCASTLE PRECAST INC BROOKS PRODUCTS 7311 N W 77 ST MEDLEY FL 33166 16 . P/0 Addr j17 . P/0 Zip 18.Ship Via Code 19 . Type MDSE 120.Late DiscountY ENTER: [A]nother Inquiry, [E]mail Inquiry, [END] to Exit. File Maintenance 21.Customer Code 22.Fed ID # 23.Account # 24.Alt Code 25.NAED # 26.Last Price Sheet 27.Update Old Prices 28.Trade Service Repl Cost 29.P/0 Contact.SAMANTHA FREDER 30.P/O Tel 305-887-3527 31.P/0 Ext 32.Fax # 33.Mer G/L 34.Frt G/L 4030 35.AP G/L 36.Local Purchasing 37.GST Regist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance 40.RGA Required [U]ser defined flds, [S2] , [S3], 3058877119 4010 AccuTerm Screen Print - SHIMS 10:41:20 AM 22 Oct 2019 .Vendor # or Alpha Key CUTLERaaaa E -Mail 1.Alpha Key 2 -CUT 2.Remit NameCUTLER-HAMMER INC 3.Remit AddrP 0 BOX 905473 CHARLOTTE NC 28290-5473 4.Remit Addr. 5.Remit Addr. 6.Remit Addr. 7.Remit Zip 8.Remit Contact. 9.Remit Tel 412-893-3863 )10.Remit Ext 11.Terms Code62 2% 10TH -or- 25TH PR 12.P/0 Name CUTLER -HAMMER INC 0.3.P/0 Addr C/O POWER AND LTG 1.4.P/0 Addr 115.P/0 Addr 16.P/0 Addr .17.P/0 Zip S18.Ship Via Code 19.Type MDSE ,20.Late DiscountY ENTER: [A]nother Inquiry, [E]mail Inquiry, [END] to Exit. Vendor File Maintenance 21.Customer Code 22.Fed ID # 23.Account # 24.Alt Code 25.NAED # 26.Last Price Sheet 27.Update Old Prices 28.Trade Service Rept Cost 29.P/0 Contact JOHN LOVE 30.P/0 Tel 31.P/0 Ext 32.Fax # 33.Mer G/L 4010 34.Frt G/L 4030 35.AP G/L 36.Local Purchasing 37.GST Regist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance... 40.RGA Required [U]ser defined flds, [S2] , [S3], lJ AccuTerm Screen Print - SHIMS 10:41:53 AM 22 Oct 2019 Vendor # or Alpha Key 136 a E -Mail MichaelDHorning@eaton.com JMIC Vendor File Maintenance 1.Alpha Key C -H 2.Remit NameEATON CORPORATION 3.Remit AddrP 0 BOX 93531 4.Remit AddrCHICAGO IL 60673-3531 5.Remit AddrACCT# 061791 6.Remit Addr... 7.Remit Zip 8.Remit ContactCUST SERV 9.Remit Tel 800-356-1243 10.Remit Ext 11.Terms Code 12.P/0 Name EATON CORPORATION 13.P/0 Addr 7975 NW 154 STREET - STE 410 14.P/0 Addr MIAMI LAKES FL 33016 15.P/0 Addr 16.P/0 Addr VISTA# 039221 17.P/0 Zip 18.Ship Via Code 19.Type STK 20.Late DiscountY ENTER: [A]nother Inquiry, [E]mail Inquiry, [END] to Exit. 21.Customer Code 22.Fed ID # 782113 23.Account # 24.Alt Code 0 25.NAED # 786849 26.Last Price Sheet 782113 27.Update Old Prices 28.Trade Service Rept Cost 29.P/0 Contact.ADRIAN/SANTIAGO 30.P/0 Tel 954-421-4047 31.P/0 Ext 30 32.Fax # 19544213539 33 Mer G/L 4010 34.Frt G/L 4030 35.AP G/L 36. Local Purchasing 800-962-08gist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance 40.RGA Required [U]ser defined flds, [S2] , [S3], AccuTerm Screen Print - SHIMS 10:42:13 AM 22 Oct 2019 Vendor # or Alpha Key FLAGaaaaaa Vendor File Maintenance E -Mail JVASQUEZ@LIGHTWORKSFLORIDA.COM Key FLAG 21.Customer Code Name....FLAG POLE INC 22.Fed ID # Addr....95 GNARLED HOLLOW RD 23.Account # Addr....P 0 BOX 833 24.Alt Code Addr....E SETAUKET NY 11733 25.NAED # Addr. 26.Last Price Sheet 1.Alpha 2.Remit 3.Remit 4.Remit 5.Remit 6.Remit 7.Remit 8.Remit 9.Remit 10.Remit 11. Te rms Zip Contact Tel Ext Code. 12.P/0 Name '13 . P/0 Addr 14.P/0 Addr 15.P/0 Addr 16.P/0 Addr *17.P/0 Zip FLAG POLE INC C/0 LIGHTWORKS 9350 SUNSET DRIVE SUITE 105 MIAMI FL 33173 18.Ship Via Code. 19.Type MDSE 20.Late DiscountY ENTER: [A]nother Inquiry, [END] to Exit. [E]mail Inquiry, 27.Update Old Prices 28.Trade Service Rept Cost. 29.P/0 Contact....JOSE VASQUEZ 30.P/0 Tel 305-456-3520 31.P/0 Ext 32.Fax # 3056768984 33.Mer G/L 4010 34.Frt G/L 4030 35.AP G/L 36.Local Purchasing 37.GST Regist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance 40.RGA Required [U]ser defined flds, [S2] , [S3], AccuTerm Screen Print - SHIMS 10:44:48 AM 22 Oct 2019 ;Vendor # or Alpha Key E-Mail 1.Alpha Key 2 -GEC 2.Remit NameGENERAL ELECTRIC COMPANY 3.Remit AddrGE CONSUMER & INDUSTRIAL AddrP.O. BOX 402497 AddrATLANTA, GA 30384-2497 Addr 1190 Vendor File Maintenance 4.Remit 5.Remit 6.Remit 7.Remit 8.Remit 9.Remit 10.Remit 11.Terms Code. 12.P/0 Name 13.P/0 Addr 14.P/0 Addr 15.P/0 Addr 16.P/0 Addr 17.P/0 Zip 18.Ship Via Code.2 BEST WAY 19.Type MDSE 20.Late DiscountY ENTER: [A]nother Inquiry, [E]mail [END] to Exit. Zip Contact Tel Ext 8 NET 30 -DAYS GENERAL ELECTRIC COMPANY NATIONAL CUST SERV CTR P 0 BOX 4020-2 GLEN ALLEN VA 23058-4020 Inquiry, 21.Customer Code 22.Fed ID # 23.Account # 24.Alt Code 25.NAED # 26.Last Price Sheet 27.Update Old Prices 28 . Trade Service Rept Cost ... 29.P/0 Contact RALPH 30.P/O Tel 944-5823 OFC 31.P/0 Ext 32.Fax # 3055651792 33.Mer G/L 4010 34.Frt G/L 4030 35.AP G/L 36.Local Purchasing 37.GST Regist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance 40.RGA Required [U]ser defined flds, [S2] , [S3], AccuTerm Screen Print - SHIMS 10:45:26 AM 22 Oct 2019 Vendor # or Alpha Key 3864 Vendor File Maintenance E -Mail 1.Alpha Key HAP 2.Remit NameHAPCO ALUMINUM POLE PRODUCTS 3.Remit Addr1785 RELIABLE PARKWAY 4.Remit AddrCHICAGO IL 60686-0017 5.Remit Addr 6.Remit Addr 7.Remit Zip 24210 8.Remit Contact 9.Remit Tel 800-368-7171 10.Remit Ext 11.Terms Code8 NET 30 -DAYS 12.P/0 Name HAPCO ALUMINUM POLE PRODUCTS 13.P/0 Addr C/0 POWER & LIGHTING SYSTEMS 14.P/0 Addr 3832 SHIPPING AVE 15.P/0 Addr MIAMI FL 33146 16.P/0 Addr 17.P/0 Zip 18.Ship Via Code 19.Type MSDE 20.Late DiscountY 21.Customer Code 22.Fed ID # 23.Account # 24.Alt Code 25.NAED # 26.Last Price Sheet 27.Update Old Prices 28.Trade Service Repl Cost.. 29.P/O Contact 30.P/O Tel 305-444-8520 31.P/0 Ext 32 Fax # 3054451948 33.Mer G/L 34.Frt G/L 35.AP G/L 36. Local Purchasing 37.GST Regist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance... 40.RGA Required ENTER: [A]nother Inquiry, [E]mail Inquiry, [U]ser defined flds, [S2] , [S3], [END] to Exit. t12.P/0 Name HOLOPHANE-ACUITY x 13.P/0 Addr ACUITY BRANDS LIGHTING INC 14.P/0 Addr ONE LITHONIA WAY 15.P/0 Addr CONYERS GA 30012 0.6.P/0 Addr 17.P/O Zip '18.Ship Via Code 19.Type MDSE :20.Late DiscountY Vendor # or Alpha Key HOLaaaaaaa E -Mail KENC@SOUTH-DADE.COMuKENC 1.Alpha Key HOL 2.Remit NameACUITY BRANDS INC (A -D) 3.Remit AddrHOLOPHANE-ACUITY 4.Remit AddrP.O. BOX 100863 5.Remit AddrATLANTA GA 30384 6.Remit Addr 7.Remit Zip 8.Remit Contact 9.Remit Tel 770-922-9000 10.Remit Ext 11.Terms Code8 NET 30 -DAYS AccuTerm Screen Print - SHIMS 10:46:30 AM 22 Oct 2019 Vendor File Maintenance 21.Customer Code 22.Fed ID # 23.Account # 24.Alt Code 25.NAED # 748231 26.Last Price Sheet 27.Update Old Prices 28.Trade Service Rept Cost 29.P/O Contact 30.P/O Tel 770-922-9000 31.P/0 Ext 32.Fax # 17703880229 33.Mer G/L 4010 34.Frt G/L 4030 35.AP G/L 36.Local Purchasing 37.GST Regist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance... 40.RGA Required RENTER: [A]nother Inquiry, [E]mail Inquiry, [U]ser defined flds, [S2] , [S3], [END] to Exit. AccuTerm Screen Print - SHIMS 10:47:21 AM 22 Oct 2019 'Vendor # or Alpha Key 4045 E -Mail 1. Alpha 2.Remit 3.Remit 4.Remit 5.Remit 6.Remit 7.Remit 8.Remit 9.Remit Tel 10.Remit Ext 411.Terms Code Key Name Addr Addr Addr Addr Zip Contact. 866-758 COMPASS .HUBBELL LIGHTING (A -D) .P 0 Box 6701 .Attn: Accts Rcvbl .Greenville SC 29606 .COMPASS LIGHTING -0116 Vendor File Maintenance 21.Customer Code 22.Fed ID # 719183 23.Account # 072291 24.Alt Code 25.NAED # 26.Last Price Sheet 27.Update Old Prices 28.Trade Service Repl Cost 29.P/0 Contact 30.P/0 Tel 954-615-0460 31.P/0 Ext 32.Fax # 33.Mer G/L 34.Frt G/L 35.AP G/L 36 Local Purchasing 37.GST Regist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance... 40.RGA Required Inquiry, [U]ser defined fids, [S2] , [S3], ,12.P/0 Name COMPASS LIGHTING (A -D) 9546150474 13.P/0 Addr C/0 SEFL 4010 14.P/0 Addr 3824 SW 30 AVE 4030 15.P/0 Addr FT LAUDERDALE FL 33312 46.P/0 Addr ***DO NOT SHIP AAA COOPER*** 117.P/0 Zip 18.Ship Via Code ,;t19.Type MDSE 20.Late DiscountY ENTER: [A]nother Inquiry, [E]mail [END] to Exit. v AccuTerm Screen Print - SHIMS 10:47:45 AM 22 Oct 2019 1Vendor # or Alpha Key HUBBELL PO Vendor File Maintenance E -Mail 1.Alpha Key ANDERSON 21 Customer Code 2.Remit Name....HUBBELL POWER SYSTEMS 22.Fed ID # X 3.Remit Addr.... 23.Account # 4.Remit Addr.... 24.Alt Code 5.Remit Addr.... 25.NAED # 6.Remit Addr....ANDERSON C & I 26.Last Price Sheet 7.Remit Zip 27 Update Old Prices 8.Remit Contact. 28.Trade Service Rept Cost 9.Remit Tel 29.P/0 Contact.HOMER ALEXANDER :10.Remit Ext 30.P/0 Tel 800-432-4895 11.Terms Code....7 2% 10TH-PROX N -25TH 31.P/0 Ext '112.P/0 Name ANDERSON/HUBBELL ELECTRICAL 32.Fax # 19545740714 13.P/0 Addr C/0 FOX ROWDEN McBRAYER 33.Mer G/L 4010 14.P/0 Addr SUITE 776 34.Frt G/L 4030 15.P/0 Addr DEERFIELD BEACH, FL 33442 35.AP G/L A16.P/O Addr 36.Local Purchasing %17.P/0 Zip 37.GST Regist.#(CDN) 18.Ship Via Code. 38.Accept Backorders Y 19.Type MDSE 39.Cost Group Maintenance.... 20.Late DiscountY 40.RGA Required CENTER: [A]nother Inquiry, [E]mail Inquiry, [U]ser defined flds, [S2] , [S3], [END] to Exit. AccuTerm Screen Print - SHIMS 10:48:02 AM 22 Oct 2019 `;Vendor # or Alpha Key KIM Laaaaa Vendor File Maintenance E -Mail PBINGHAM4268@AOL.COMLPAULA BIN 1.Alpha Key KIM 21.Customer Code 2.Remit Name....HUBBELL/KIM LTG (A -D) 22.Fed ID # 719183 3.Remit Addr....P 0 Box 6701 23.Account # 4.Remit Addr....Attn: Accts Rcvbl 24.Alt Code 5.Remit Addr....Greenville SC 29606 25.NAED # 6.Remit Addr....HUBBELL/KIM LTG 26.Last Price Sheet 7.Remit Zip 27.Update Old Prices 8.Remit Contact.JOLYNN CHITWOOD 28.Trade Service Rept Cost 9.Remit Tel 864-599-6085 29.P/0 Contact 10.Remit Ext 30.P/O Tel 954-615-0460 11.Terms Code....4 1% 10TH-PROX N -30TH 31.P/0 Ext 12.P/0 Name HUBBELL/KIM LTG (A -D) 32.Fax # 9546150474 13.P/0 Addr C/0 SEFL 33.Mer G/L 4010 14.P/0 Addr 3824 SW 30 AVE 34.Frt G/L 4030 15.P/0 Addr FT LAUDERDALE FL 33312 35.AP G/L 16.P/0 Addr ***DO NOT SHIP AAA COOPER*** 36 Local Purchasing 17.P/0 Zip 37.GST Regist.#(CDN) 18.Ship Via Code. 38.Accept Backorders Y 19.Type MDSE 39.Cost Group Maintenance.... 20.Late DiscountY 40.RGA Required ENTER: [A]nother Inquiry, [E]mail Inquiry, [U]ser defined flds, [S2] , [S3], [END] to Exit. U AccuTerm Screen Print - SHIMS 10:48:33 AM 22 Oct 2019 /Vendor # or Alpha Key 2382 Vendor File Maintenance g E -Mail 1.Atpha Key 2.Remit Name... 3.Remit Addr... 4.Remit Addr... 5.Remit Addr 6.Remit Addr... 7.Remit Zip 8.Remit Contact 9.Remit Tel 10.Remit Ext KING .KING LUMINAIRE .PO BOX 266 .JEFFERSON OH 44047 21.Customer Code 22.Fed ID # 23.Account # 24.Alt Code 25.NAED # 26.Last Price Sheet 27.Update Old Prices 28.Trade Service Rept Cost 29.P/0 Contact JOSE 30.P/0 Tel 3058-456-352 11.Terms Code....8 NET 30 -DAYS 31.P/0 Ext 12.P/0 Name KING LUMINAIRE 32.Fax # 3056768984 13.P/0 Addr 1153 STATE ROUTE 46N 33.Mer G/L 4010 14.P/0 Addr JEFFERSON OH 44047 34.Frt G/L 4030 15.P/0 Addr 35.AP G/L 16.P/0 Addr 36.Local Purchasing 17.P/0 Zip 37.GST Regist.#(CDN) 18.Ship Via Code. 38.Accept Backorders Y 19.Type MDSE 39.Cost Group Maintenance.... 20.Late DiscountY 40.RGA Required ENTER: [A]nother Inquiry, [E]mail Inquiry, [U]ser defined flds, [S2] , [S3], [END] to Exit. AccuTerm Screen Print - SHIMS 10:49:00 AM 22 Oct 2019 Vendor # or Alpha Key 244 E -Mail LSANCHEZ@P-LS.COM 1.Alpha Key LITH 2.Remit NameACUITY LIGHTING GROUP 3.Remit AddrP 0 BOX 100863 4.Remit AddrATLANTA GA 30384 5.Remit Addr 6.Remit AddrLITHONIA LIGHTING 7.Remit Zip 8.Remit ContactTERI DAVIS 9.Remit Tel 770-922-9000 10.Remit Ext 2538 11.Terms Code12 1% 10TH-PROX N -25TH 12.P/0 Name LITHONIA LIGHTING 13.P/0 Addr C/0 POWER & LIGHTING SYS 14.P/0 Addr 3832 SHIPPING AVE 15.P/0 Addr MIAMI FL 33146 16.P/0 Addr ACCT# 290926 17.P/0 Zip 18.Ship Via Code 19.Type STK 20.Late DiscountY ENTER: [A]nother Inquiry, [E]mail Inquiry, [END] to Exit. Vendor File Maintenance (A -D) 21.Customer Code 22.Fed ID # 23.Account # 290926 24.Alt Code 25.NAED # 784231 26.Last Price Sheet 27.Update Old Prices 28.Trade Service Repl Cost 29.P/0 Contact.NICK HOYOS 30.P/0 Tel 305-444-8520 31.P/0 Ext 32.Fax # 3054451948 33.Mer G/L 4010 34.Frt G/L 4030 35.AP G/L 36.Local Purchasing 37.GST Regist.#(CDN) 38.Accept Backorders Y 39.Cost Group Maintenance 40.RGA Required [U]ser defined flds, [S2] , [S3], AccuTerm Screen Print - SHIMS 10:49:26 AM 22 Oct 2019 1Vendor # or Alpha Key 1002 Vendor File Maintenance E -Mail CLAUS@INFINITYAL.COMuCLAUS BRI 1.Alpha Key POUL 21.Customer Code 2.Remit Name....LOUIS POULSEN LTG INC 22.Fed ID # 3.Remit Addr....3260 MERIDIAN PARKWAY 23.Account # 4.Remit Addr....FT LAUDERDALE FL 33331 24.Alt Code 5.Remit Addr.... 25.NAED # 6.Remit Addr.... 26.Last Price Sheet { 7.Remit Zip 27.Update Old Prices 8.Remit Contact. 28.Trade Service Rept Cost 9.Remit Tel 29.P/O Contact CLAUS BRIX 10.Remit Ext 30.P/O Tel 954-618-1028 11.Terms Code....31 NET 15 -DAYS 31.P/0 Ext 12.P/0 Name LOUIS POULSEN LTG INC 32.Fax # 13.P/0 Addr C/O INFINITY ARCHITECTURAL LTG 33.Mer G/L 4010 14.P/0 Addr 2900 GLADES CIRCLE, SUITE 1000 34.Frt G/L 4030 15.P/0 Addr WESTON FL 33327 35.AP G/L 16.P/0 Addr 36.Local Purchasing 17.P/0 Zip 37.GST Regist.#(CDN) 18.Ship Via Code. 38.Accept Backorders Y 19.Type MDSE 39.Cost Group Maintenance.... 20.Late DiscountY 40.RGA Required 'ENTER: [A]nother Inquiry, [E]mail Inquiry, [U]ser defined flds, [S2] , [S3], [END] to Exit.