Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ITB-20-020-02 Rossim International LLC Revised 12-18-2020
CONTRACT NO, 20-020-02 MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 SENT VIE E-MAIL TO: dds(a�corporaciondacar.com February 27, 2020 David Delgado Rossim International, LLC 13800 SW 142nd Ave. Suite 2 Miami FL, 33186 Phone: 305-469-6958 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. Delgado: On October 28, 2019, Rossim International, LLC., (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 ValerieVelez[)miamibeachfl.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(�miamibeachfl.gov or (305) 673-7000 ext. 22835. Th Ale Derys Di -ctor Procurement Department AD/ME/AG We ore committed to providing excellent public service and safely to all who live, work, and ploy in our vibrant, tropical, historic community. ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Coversheet 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 MEMOkANDUM 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 1TB; 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 Does this item utilize G.O. Know item? Bond Funds? No No Legislative Tracking Public Works/Procurement ATTACHMENTS: Description n Attachment A n Resolution 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 ✓ 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 IAMI BEACH 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 cam . lete Bidder Pre -Qualification A • • lication A • • 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. „ r r0V',`,, ut Pir e t y 4rc9I i fi b ;a t i. Appl;r. �t� ar+ 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: Telephone: Email: Natalia Del' ado 305-673-7000 x26263 nataliadel' ado.. miamibeachfl.r'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 c/o 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 c/o 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 MIAMI 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 'Other: Mean Well 1State any other brand of light poles, fixtures 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 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) y Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 4. Is the bidder currently barred b a overnmental aenc , 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, subsidia or holding companyfor 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 misrepresentation to any public agency or entity? YES 1I 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 to ees? YES 1I 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 .6, .tg Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by FEI/EIN Number Florida Limited Liability Company ROSSIM INTERNATIONAL LLC Filing Information Document Number L17000216386 FEI/EIN Number 38-4052133 Date Filed 10/19/2017 Effective Date 10/16/2017 State FL Status ACTIVE Last Event LC AMENDMENT Event Date Filed 12/27/2017 Event Effective Date NONE Principal Address 13800 SW 142 AV UNT 2 MIAMI, FL 33186 Mailing Address 13800 SW 142 AV UNT 2 MIAMI, FL 33186 Registered Agent Name & Address DO NASCIMENTO, ROSA 13800 SW 142 AV UNT 2 MIAMI, FL 33186 Authorized Person(s) Detail Name & Address Title MGR DO NASCIMENTO, ROSA 13800 SW 142 AV UNT 2 MIAMI, FL 33186 Annual Reports Report Year Filed Date 2018 2019 01/16/2018 01/03/2019 Document Images o1/03/2019 -- ANNUAL REPORT 01/16/2018 -- ANNUAL REPORT 12/27/2017 -- LC Amendment 10/19/2017 -- Florida Limited Liability 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 Kc•bbt-44 ROSSIM INTERNATIONAL LLC 13800 SW 142nd Ave, Unit 2, Miami , FI 33186 TLF 305-2516224 / rossimIlc@gmail.com BOMBILLOS LINEA FLUORESCENTE - CONSUMO MASIVO Bombillos Ahorradores de energia con rosca - 120V BOMBILLO AHORRADOR 3U 15W 120V E27 DAYLIGHT / WARM BOMBILLO AHORRADOR 3U 20W 120V E27 DAYLIGHT / WARM BOMBILLO AHORRADOR 3U 23W 120V E27 DAYLIGHT / WARM BOMBILLO AHORRADOR TWIST 15W 120V E27 DAYLIGHT BOMBILLO AHORRADOR TWIST 20W 120V E27 DAYLIGHT / WARM BOMBILLO AHORRADOR TWIST 23W 120V E27 DAYLIGHT / WARM BOMBILLO AHORRADOR TWIST 32W 120V E27 DAYLIGHT / WARM BOMBILLO AHORRADOR TWIST 45W 120V E27 DAYLIGHT / WARM BOMBILLO AHORRADOR TWIST 65W 120V E27 DAYLIGHT / WARM BOMBILLO AHORRADOR 11W MINI GLOBE DAYLIGHT BOMBILLO AHORRADOR 11W R-20 CFL 64K DAYLIGHT (TIPO PAR) BOMBILLO AHORRADOR 15W R-30 CFL DAYLIGHT (TIPO PAR) BOMBILLO AHORRADOR 15W MINI TRIPLE DAYLIGHT / WARM Tubos Fluorescentes T12 Rapid Start-te heat TUBO F20 D T12 TUBO F40 D T12 Tubos Fluorescentes Circulares TUBO CIRCULAR 22W D TUBO CIRCULAR 32W D JUEGO TUBOS CIRCULAR 22/32W D ROSSIM INTERNATIONAL LLC 13800 SW 142nd Ave, Unit 2, Miami , FI 33186 TLF 305-2516224 / rossimllc@gmail.com 1/ ilk 1 • �• 0 BOMBILLO LUZ MIXTA 160W 220-230V E27 BOMBILLO LUZ MIXTA 250W 220-230V E27 BOMBILLO LUZ MIXTA 250W 220-230V E40 BOMBILLO LUZ MIXTA 500W 220V E40 Bombillos de Mercurio BOMBILLO VAPOR MERCURIO 80W 220V E27 BOMBILLO VAPOR MERCURIO 175W 220V E40 BOMBILLO VAPOR MERCURIO 250W 220V E40 BOMBILLO VAPOR MERCURIO 400W 220V E40 Bombillos de Metal Halide BOMBILLO METAL HALIDE 150W 220V E40 BOMBILLO METAL HALIDE 250W 220V E40 BOMBILLO METAL HALIDE 400W 220V E40 BOMBILLO METAL HALIDE 1000W 220V E40 BOMBILLO METAL HALIDE 2000W 220V E40 IOW Bombillos de Sodio Alta Presibn BOMBILLO VAPOR SODIO 70W OVOIDE E39 BOMBILLO VAPOR SODIO LU 100W E40 BOMBILLO VAPOR SODIO LU 150W 120V (55V) OVOIDE E40 BOMBILLO VAPOR SODIO 150W 220V E40 BOMBILLO VAPOR SODIO 250W 220V E40 BOMBILLO VAPOR SODIO 400W 220V E40 BOMBILLO VAPOR SODIO 1000W 220V E40 K't5b-iv4 ROSSIM INTERNATIONAL LLC 13800 SW 142nd Ave, Unit 2, Miami , FI 33186 TLF 305-2516224 / rossimllc@gmail.com BALASTOS PARA BOMBILLOS DE DESCARGA - ALUMBRADO PUBLICO BALASTOS VAPOR SODIO / METAL HALIDE BALASTOS VAPOR SODIO 100W 120V BALASTOS VAPOR SODIO 150W 120V (55V) BALASTOS VAPOR SODIO 150W 208/240V (100V) BALASTOS VAPOR SODIO 250W 208/240V BALASTOS VAPOR SODIO 400W 208/240V BALASTOS ELECTROSTART - SODIO / METAL HALIDE / MERCURIO BALASTO SODIO / M.H. 70W 220V ELECTROSTART BALASTO SODIO / M.H. 150W 220V ELECTROSTART BALASTO SODIO / M.H. 250W 220V ELECTROSTART BALASTO SODIO 400W 220V ELECTROSTART BALASTO MERCURIO / M.H. 250W 220V ELECTROSTART BALAS TO MERCURIO / M.H. 400W 220V ELECTROSTART ROSSIM INTERNATIONAL LLC 13800 SW 142nd Ave, Unit 2, Miami , FI 33186 TLF 305-2516224 / rossimllc@gmail.com EQUIPOS PARA ILUMINACION HID -KITS ALUMBRADO PUBLICO Arrancadores IIGNITORES IGNITOR DISPROEL SODIO 100 Y 150W / 120V IGNITOR DISPROEL SODIO 150 / 1000W 208/240V IGNITOR LCR 002 - SODIO METAL HALIDE 208/277V IGNITOR LCR002 P - METAL HALIDE 1000W IGNITOR LCR002 A - METAL HALIDE 2000W IGNITOR LCR003 - SODIO METAL HALIDE 480V i CONDENSADORES DISPROEL CONDENSADORES 330 VAC 15 MICROF CONDENSADORES 330 VAC 20 MICROF CONDENSADORES 330 VAC 25 MICROF CONDENSADORES 330 VAC 30 MICROF CONDENSADORES 330 VAC 40 MICROF. CONDENSADORES 330 VAC 50 M/CROF. CONDENSADORES 330 VAC 65 MICROF. CONDENSADORES 330 VAC 100 MICROF. tor Fotocelulas INADISA - STIELETRONICA FOTOCELULA NC 220V (180-240V) FOTOCELULA NC MULTIVOLTAJE 105/305V FOTOCELULA NA MULTIVOLTAJE 105/305V Ro-stsiAtte- ROSSIM INTERNATIONAL LLC 13800 SW 142nd Ave, Unit 2, Miami , Fl 33186 TLF 305-2516224 / rossimIlc@gmail.com HERRAMIENTAS Y SEGURIDAD HERRAMIENTAS NAVAJA PICO'E LORO - KLEIN TOOLS NAV 1550-4 DESTORNILLADOR AISLADO KT 621-10 ALICATE HEAVY DUTY 9" - KLEIN TOOLS HD 213 9NE ALICATE HEAVY DUTY 8" - KLEIN TOOLS HD 213 SNF"— 4111.1111111111111.110 LLAVE AJUSTABLE HEAVY DUTY 12" KLEIN HD 506 12 LLAVE AJUSTABLE HEAVY DUTY 10" KLEIN HD 506 - 10 ESLINGA PARA LINIERO - KLEIN TOOL ST - 5268 - N24 CORREA PARA LINIERO - KLEIN TOOL SKT - 5295-6 TENSORES PARA CABLE 1656-30 - KT TENSORES PARA GUAYA 1604-20 - KT wmArrIPASE 1 GUANTES GOMA DIELEC. 20 KV SALISBURY E216B 20KV GUANTES GOMA DIELEC 10 KV SALISBURY E1148 10KV PRENSA BURNDY Y-35 PRENSA BURNDY MD -6 PRENSA BURNDY MD -7-8 PERTIGAS HASTING S235 ROSSIM INTERNATIONAL LLC 13800 SW 142nd Ave, Unit 2, Miami , FI 33186 TLF 305-2516224 / rossimIlc@gmail.com MATERIALES PARA LINEAS DE DISTRIBUCION AISLADORES CERAMICOS AISLADOR SUSPENSION 7,5 KV AISLADOR SUSPENSION 15 KV - PAS/CHAV AISLADOR SUSPENSION 15 KV - SOC/BOL AISLADOR ESP/GA DE 15 KV AISLADOR ESPIGA DE 22 KV AISLADOR ESPIGA DE 34,5 KV AISLADOR DE CARRETE (PARA PERCHA) Aisladores y Pararrayos Polimericos AISLADOR POLIMERICO 15 KV AISLADOR POLIMERICO 25 KV AISLADOR POLIMERICO 35 KV PARARRAYO POLIMERICO 9 KV PARARRAYO POLIMERICO 15 KV PARARRAYO CERAMICO 12 KV CORTACORRIENTE 15 KV 110 KVBILL 100A CORTACORRIENTE 15/27 KV 125 KVBILL 100A CORTACORRIENTE 34,5 KV 170 KVBILL SECCIONADOR 15 KV 630 AMP 125 KVBILL R4) -S -S-44#4. ROSSIM INTERNATIONAL LLC 13800 SW 142nd Ave, Unit 2, Miami , FI 33186 TLF 305-2516224 / rossimIlc@gmail.com LUMINARIAS Y REFLECTORES LUMINARIAS PARA ALUMBRADO PUBLICO LUMINARIA LUXMATIC FYZD98i - VACIA LUMINARIA LUXMATIC FYZD981 - SODIO 100W LUMINARIA LUXMATIC FYZD98i - SODIO 150W LUMINARIA LUXMATIC FYZD794 - VACIA LUMINARIA LUXMATIC FYZD794- SODIO 250W LUMINARIA LUXMATIC FYZD794 -SODIO 400W LUMINARIA LUXMATIC LS822 - VACIA LUMINARIA LUXMATIC LS822 -SODIO 250W LUMINARIA LUXMATIC LS822 -SODIO 400W REFLECTOR LUXMATIC GT129 - VACIO REFLECTOR LUXMATIC GT129 - SODIO 400W REFLECTOR LUXMATIC GT129 - METAL HALIDEI :-.116 . Ai ROSSIM INTERNATIONAL LLC 13800 SW 142nd Ave, Unit 2, Miami , FI 33186 TLF 305-2516224 / rossimIlc@gmail.com TPD TRANSFORMADORES MONOFASICOS DE DISTRIBUCION TRANSFORMADOR DISTRIBUCION TRANSFORMADOR DISTRIBUCION TRANSFORMADOR DISTRIBUCION TRANSFORMADOR DISTRIBUCION TRANSFORMADOR DISTRIBUCION TRANSFORMADOR DISTRIBUCION TRANSFORMADOR DISTRIBUCION 13.800V 120/240V 15 KVA 13.800V 120/240V 25 KVA 13.800V 120/240V 37,5 KVA 13.800V 120/240V 50 KVA 13.800V 120/240V 75 KVA 13.800V 120/240V 100 KVA 13.800V 120/240V 150 KVA SIN PRECIO REFEERENCIAL.. SOLO BAJO CONSULTA OTROS REGULADORES DE VOLTAJE PUESTAS A TIERRA VERIFICADORES DE TENSION EQUIPOS DE MEDICION CONECTORES PARA LINEAS ROSSIM INTERNATIONAL LLC 13800 SW 142nd Ave, Unit 2, Miami , FI 33186 TLF 305-2516224 / rossimllc@gmail.com TRANSMISION BALIZAS DE DEMARCACION DE ALTURA AISLADORES PARA LINEAS DE TRANSMISION HERRAJES PARA LINEAS DE TRANSMISION EMPALMES OTROS Electronic Articles of Organization L17000216386 FILED 8:00 AM For October 19, 2017 Florida Limited Liability Company Sec. Of State encu Article I The name of the Limited Liability Company is: ROSSIM INTERNATIONAL LLC Article II The street address of the principal office of the Limited Liability Company is: 13800 SW 142 AV UNT 2 MIAMI, . 33186 The mailing address of the Limited Liability Company is: 13800 SW 142 AV UNT 2 MIAMI, . 33186 Article III The name and Florida street address of the registered agent is: ROSA DO NASCIMENTO 13800 SW 142 AV UNT 2 MIAMI, FL. 33186 Having been named as registered agent and to accept service of process for the above stated limited liability company at the place designated in this certificate, I hereby accept the appointment as registered agent and agree to act in this capacity. I further agree to comply with the provisions of all statutes relating to the proper and complete performance of my duties, and I am familiar with and accept the obligations of my position as registered agent. Registered Agent Signature: ROSA DO NASCIMENTO Article IV The effective date for this Limited Liability Company shall be: 10/16/2017 Signature of member or an authorized representative Electronic Signature: ROSA DO NASCIMENTO I am the member or authorized representative submitting these Articles of Organization and affirm that the facts stated herein are true. I am aware that false information submitted in a document to the Department of State constitutes a third degree felony as provided for in s.817.155, F.S. I understand the requirement to file an annual report between January 1st and May 1st in the calendar year following formation of the LLC and every year thereafter to maintain "active" status. 001353 Local Business Tax Receipt Miami—Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7235855 BUSINESS NAME/LOCATION ROSSIM INTERNATIONAL LLC 13800 SW 142ND AVE 2 MIAMI FL 33186 OWNER ROSSIM INTERNATIONAL LLC C/O ROSA DO NASCIMENTO Employee(s) 1 RECEIPT NO. RENEWAL 7521821 IJ SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS LBT EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $82.50 10/08/2019 CREDITCARD-20-001959 This Local Business Tax Receipt only confirms paymont of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Mlami-Dado Code Sec 8e-276. For more information, visit www.miamidado.gov/taxcollector 00626 �TREAS "" INTERNALNREVENUEOFESERVICERY CINCINNATI OH 45999-0023 Date of this notice: 11-29-2017 Employer Identification Number: 000626.810731.413051.18126 1 Me 0.423 530 38-4052133 ROSSIM INTERNATIONAL ILC ROSA MARIA DO NASCIMENTO SOLE MBR 13800 SW 142 AV STE 2 MIAMI FL 33186 Form: SS -4 Number of this notice: CP 575 G For assistance you may call us a 1-800-829-4933 IF YOU WRITE, ATTACH THE STUB OF THIS NOTICE. WE ASSIGNED YOU AN EMPLOYER IDENTIFICATION NUMBER Thank you for applying for an Employer Identification Number (EIN). We assigned you EIN 38-4052133. This EIN will identify you, your business accounts, tax returns, and documents, even if you have no employees. Please keep this notice in your permanent records. When filing tax documents, payments, and related correspondence, it is very important that you use your EIN and complete name and address exactly as shown above. Any variation may cause a delay in processing, result in incorrect information in your account, or even cause you to be assigned more than one EIN. If the information is not correct as shown above, please make the correction using the attached tear -off stub and return it to us. A limited liability company CLLC) may file Form 8832, Entity Classification Election, and elect to be classified as an association taxable as a corporation. If the LLC is eligible to be treated as a corporation that meets certain tests and it will be electing S corporation status, it must timely file Form 2553, Election by a Small Business Corporation. The LLC will be treated as a corporation as of the effective date of the S corporation election and does not need to file Form 8832. IMPORTANT REMINDERS: * Keep a copy of this notice in your permanent records. This notice is issued only one time and IRS will not be able to generate a duplicate copy for you. You may give a copy of this document to anyone asking for proof of your EIN. * Use this EIN and your name exactly as they appear at the top of this notice on all your federal tax forms. * Refer to this EIN on your tax -related correspondence and documents. * Provide future officers of your organization with a copy of this notice. Your name control associated with this EIN is ROSS. You will need to provide this information, along with your EIN, if you file your returns electronically. If you have questions about your EIN, you can contact us at the phone number or address listed at the top of this notice. If you write, please tear off the stub at the bottom of this notice and include it with your letter. Thank you for your cooperation. )00626 (IRS USE ONLY) 575G 11-29-2017 ROSS 0 0243864871 SS -4 Keep this part for your records. CP 575 G (Rev. 1-2013 Return this part with any correspondence so we may identify your account. Please correct any errors in your name or address. CP 575 G 0243864871 Your Telephone Number Best Time to Call DATE OF THIS NOTICE: 11-29-2017 ( ) - EMPLOYER IDENTIFICATION NUMBER: 38-4052133 FORM: SS -4 NOBOD INTERNAL REVENUE SERVICE CINCINNATI OH 45999-0023 0460"0.114 111119 1101Uy040114 ROSSIM INTERNATIONAL LLC ROSA MARIA DO NASCIMENTO SOLE MBR 13800 SW 142 AV STE 2 MIAMI FL 33186 City of Miami Beach Bid 2020 -020 -ND Solicitation 2020 -020 -ND Purchase of Light Poles, Fixtures, and Bases Bid Designation: Public 'BEACH City of Miami Beach 10/7/2019 12:26 PM p. 1 Bid Number Bid Title Bid Start Date Bid End Date Bid Contact City of Miami Beach Bid 2020 -020 -ND Bid 2020 -020 -ND Purchase of Light Poles, Fixtures, and Bases 2020 -020 -ND Purchase of Light Poles, Fixtures, and Bases Oct 7, 2019 2:25:32 PM EDT Oct 28, 2019 3:00:00 PM EDT NATALIA DELGADO 305-673-7490 NATALIADELGADO@MIAMIBEACHFL.GOV Required Vendor Qualifications VENDOR QUESTIONNAIRE Description 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 complete Bidder Pre -Qualification Application (Appendix A). 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 Delgado Telephone: Email: 305-673-7000 x26263 nataliadelgado@miamibeachfi.gov The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov ; or via facsimile: 786-394-4188. 1 10/7/2019 12:26 PM p. 2 City of Miami Beach Bid 2020 -020 -ND MIAMI BEACH. 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. 10/7/2019 12:26 PM p. 3 City of Miami Beach Bid 2020 -020 -ND 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 complete Bidder Pre -Qualification A..lication Aspendix 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. 8. Supplier delivers the goods and submits invoice for delivered goods. 5. Lowest responsive prequalified Supplier is issued Purchase Order. 1. Supplier submits Prequalification Application. 4. City issues a request for quote to all prequalified Suppliers for a brand. 2. City reviews and may approve Supplier's Prequalification Application. 3. If application is approved, Supptler is now Prequalified to bid on future pricing requests. 10/7/2019 12:26 PM p. 4 City of Miami Beach 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: Telephone: Email: Natalia Del+ado 305-673-7000 x26263 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. Bid 2020 -020 -ND 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.qov/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 10/7/2019 12:26 PM P. 5 City of Miami Beach Bid 2020 -020 -ND 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 c/o 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 c/o 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. 10/7/2019 12:26 PM p. 6 City of Miami Beach Bid 2020 -020 -ND 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] 10/7/2019 12:26 PM p. 7 City of Miami Beach Bid 2020 -020 -ND APPENDIX A MIAMI BEACH 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 MIAMI BEACH 'al A !le nr• U[' • 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: ROSSIM INTERNATIONAL LLC NO. OF YEARS IN BUSINESS: 2 NO, OF YEARS IN BUSINESS LOCALLY: 2 NO. OF EMPLOYEES: 3 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): 13800 SW 142nd Avenue, Ste 2 CITY: Miami STATE: Florida ZIP CODE: 33186 TELEPHONE NO.: 305-2516224 / 305-4696958 TOLL FREE NO.: FAX NO.: 305-2516224 FIRM LOCAL ADDRESS: 13800 SW 142nd Avenue, Ste 2 CITY: Miami STATE: Florida ZIP CODE: 33186 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: David Delgado ACCOUNT REP TELEPHONE NO.: 305-4696958 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: dds@corporaciondacar.com FEDERAL TAX IDENTIFICATION NO.: 38-4052133 BIDDER IS: x CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: LLC ) 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 ✓ Akron Foundry Company Director NSI Industries SUMINISTRO REFLECTORES Arcluce P & K 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 (Other: x Mean Well accessories for which the bidder has been auth 1State anv other brand of light Doles. fixtures and Electrostart- Bulgaria Disproel -Colombia 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 ROSA DO NASCIMENTO 100% Director Sin Nombre SUMINISTRO REFLECTORES Sin nomhrc Name: MAMPEG- Maria Brito Email: mainpeg@hotmail.om Telephone: 3. Provide three (3) clients for which the bidder has provided the referenced products in the last five (5) y Project Description of Work Project Reference SIN NOMBRE SUMINISTRO IGNITORES Name: CORPORACION DACAR Email: DDS@CORPORACIONDACAR.COM Telephone: +58-212-2384212 Name: ED 15 TRADING - Rafael Espana Email: edcorporacion@gmail.com Telephone: 58-424-1391124 Sin Nombre SUMINISTRO REFLECTORES Sin nomhrc Name: MAMPEG- Maria Brito Email: mainpeg@hotmail.om Telephone: 10/7/2019 12:26 PM p. 11 City of Miami Beach 4. Is the bidder currently barred b a overnmental as enc , from bidding as a prime or subcontractor? 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 during the last five (5) years? YES XX NO If yes, why? 6. Is an affiliate of the bidder prequalified by the Cit of Miami Beach for any work? YES NO If yes, state the name of the affiliate? 7. Is the bidder a parent, subsidia , or holding com an 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 DL TRADING LLC ALLIANCE / consortium 2 YEARS 8. Is an owner, director, officer, or a ent of the bidder affiliated with another company? YES XX 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) 10/7/2019 12:26 PM p. 12 City of Miami Beach 9. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES xx 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 XX 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 xx 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 xx 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 xx 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• resentation to any public agency or entity? YES xx 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 xx 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 ora ent, an employee of the City of Miami Beach? YES xx 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 xx 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 xx 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 ees? YES xx 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 I Date: OCT 25 .2019 Sick Leave "" Family Medical Leave x" Bereavement Leave oc 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 XX 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: DAVID DELGADO Title (must be a principal of the bidder): MANAGER Signature: ,_---_ I Date: OCT 25 .2019 10/7/2019 12:26 PM p. 15 City of Miami Beach Bid 2020 -020 -ND APPENDIX B MIAMI BEACH 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 10/7/2019 12:26 PM p. 16 City of Miami Beach Bid 2020 -020 -ND 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] 10/7/2019 12:26 PM p. 17 City of Miami Beach Bid 2020 -020 -ND 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] 10/7/2019 12:26 PM p. 18 City of Miami Beach Question and Answers for Bid #2020 -020 -ND - Purchase of Light Poles, Fixtures, and Bases Bid 2020 -020 -ND Overall Bid Questions There are no questions associated with this bid. 10/7/2019 12:26 PM p. 19