Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
20-020-03 Torres Electrical Supply Company Inc Fully Executed Agreement 02-28-2022
DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 Contract no. 20-020-03 MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 SENT VIE E-MAIL TO: ddecorso(a-)-torreselectrical.com February 25, 2022 Don DeCorso Torres Electrical Supply Company, Inc. 3190 SE Dominica Terr. Stuart FL, 34997 Phone: 772-286-5049 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. DeCorso: Torres Electrical Supply Company, 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. This letter shall serve as official notice that, on December 1, 2021, the City Manager, pursuant to Resolution 2020-31130, has approved Torres Electrical Supply Company, Inc. to be pre -qualified 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 award notification, you may contact Valerie Velez, Contract Analyst, Procurement Department, at valerievelez(a-_)miamibeachfl.gov or 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. Thg&p"Y: AIeK L�nis e)211-6 enisE'°° Director 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. DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 ATTACHMENT A MANUFACTURER SOUTH DADE ELECTRICAL SUPPLY, INC. ROSSIM INTERNATIONAL LLC TORRES ELECTRICAL WAGNERS CFT, SUPPLY LLC.1 COMPANY, INC.1 Akron Foundry Company Arcluce ✓ 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 ✓ Wagnersl ✓ 1 Added through CM Approval No. 2020 -020 -ND DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 DocuSign Envelope ID: 2D77427F-D2C2-46DE-BC08-BB6B2BO190CD MIAMIBEACH PROCUREMENT DEPARTMENT Piggyback Approval Award of ITQ Contract Execution Request for Contract Term Renewal Change Order Approval XXX Other: Approval Request approval from the City Manager, pursuant to authority established in Resolution No. 2020-31130, to add suppliers to the existing prequalified pool of light poles, fixtures, bases, and other related lighting and electrical parts and supplies. On January 15, 2020, the City of Miami Beach, Florida ("City") adopted Resolution No. 2020-31130 (attached) for the establishment of a pool of supplies for future purchases of light poles, fixtures, bases, and other related lighting and electrical parts and supplies. The Resolution allows for Administration to continue to accept prequalification applications and delegates to the City Manager the authority to add or remove suppliers to the pool of prequalified suppliers, provided such suppliers meet the requirements of the ITB. The Procurement Department has received two (2) additional responsive and responsible applications pursuant to the ITB from: 1) Torres Electrical Supply Company, Inc., and 2) WaUners CFT, LLC, The Public Works Department and tate Procurement Department staff have determined that the two (2) additional suppliers meet the requirements established in the ITB and should be added to the pool of prequalified suppliers for light poles, fixtures, bases, and other related lighting and electrical parts and supplies. This item seeks tate City Manager's approval, pursuant to authority established in Resolution No, 2020-31130, to add suppliers to the existing light poles, fixtures, bases, and other related lighting and electrical parts and supplies suDolier pool. Resolution 2020-31130, which authorizes the City Manager to keep the ITB active for the purpose of prequalifying additional suppliers; and to add new (or remove for non-performance) suppliers to the pool, provided such added suppliers meet the requirements of the ITB. 1/15/2020 -1/14/2023 Attachment A; resolution 2020-31130 1 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 DccuSign Envelope IES:2D77427F-D2C2-46DE-BC08-BB6B2BD190CD RESOLUTION NO. 2020-31130 A RESOLUTION OF THE MAYOR AND CITY COMIVIISSIOhf CIF 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 'TH'E 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, an 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 Internationai 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 respons ble 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 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 0ocuSlgn Envelope ID. 2D77427F-D2C2-45DE-BC48-BB6132BO19000 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 PTB; and Further providing that any purchase in excess of $100,000 shall be subject to the prier approval of the City Commission. PASSED AND ADOPTED this ATTEST; 1/17ko-1 RAFIAEL E. GRANA60, CITY CLERK. P3" day of �'� 2021 DAN GELBER, MAYOR F:IPGRCZallcilabons1202M2020-020-N6 ITB Purchase of USN Pores, Futures, anu Sasesl50 - Commission Awad DutumentshlTD-2024-029-AFD - Rereluliomdoe APPROVED AS TO FOPM & LANGUAGE & FOR EXECUTION C;6",1- City Atlornely Dore ORA I DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 DocuSign Envelope 117: 2[)77427F-D2C2-46DE-BC08-B66B2B0190CD Resalutlon5 - C7 4 MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: January 15, 2020 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CiTY MANAGER, PURSUANTTO 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, 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 THE ADDED SUPPLIERS MEET THE REQUIREMENTS OF THE ITB: AND FURTHER PROVIDING THAT ANY PURCHASE IN EXCESS OF $140,000 SHALL BE SUBJECT TO THE PRIOR APPROVAL OF THE CI TY COMMI SSI ON. RECOMMENDATIgN Adopt the Resolution accepting the recommendation of the City Manager. BACKG1110UN©1HISTORY 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, Wth qualified suppliers for the establishment of a prequalified pool of suppliers for the purchase of light pates, 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, duriN the term of the contract. Further, at any time, the City, through the approval of the City Manager, may accept applications and add additional OF remove suppliers to the list of prequalified suppliers during the term of the contract. Page 779 of 1618 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 Docu:;igii Envelope ID. 2D77427F-L)2C2-466E-BCO -6E6B2BU19UCD ANALYSIS The ITB was issued on October 7, 2019, with bid opening date of October 28, 2419_ The Procurement Department issued bid notices to 4,594 companies utilizing www.bidsyno.com website. 42 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of three (3) responses from: dl_ Trading LLC ("CSL_ Trading'), Rossim International LLC ("Rossim"), and South Dade Electrical Supply, Inc. ("South Dade"). On November 19, 2419 DL Trading notified the City of the withdrawal of their proposal submission, therefore received no further consideration. The ITS stated that following the review of applications, the responsive and responsible bidder(s) meeting all terns and conditions of the ITB wiR 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 Hubei] 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. FINANCIALIdfQ111MATION The funding for this project is as follows: Account(s) 011-0840- Amount(s) $250,0704 0401342-29- 403-521-00- 10"a CONCLM!519N I concur with staff that it is in the best irterest 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 pales, 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 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. 20720 -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 Page 780 of 1618 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 DocuSign Envelope 10: 2D77427F-D2C2-46DE-BC08-BB6B2B0'19DCD set forth in Exhibit "A" to the Commission Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the ITS open for the purpose of prequafifying 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 ITS; and further providing that any purchase in excess of $100,000 shall be subject to the prior approval of the City Commission. Aaolibte Area Citywide fs this a Resident Right to Know item? No LegislaflYe Trackino PubRe Works/Procurement ATTACHMENTS: Description D Attachment A Does this j1prn utilize G.Q. Bend_ Funds? No Page 781 of 1618 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 ATTACH M ENT A MANUFACTURER SOUTH DADE ELECTRICAL SUPPLY, INC. ROSSIM INTERNATIONAL LLC TORRES ELECTRICAL WAGNERS CFT, SUPPLY LLC.1 COMPANY, INC. Akron Foundry Company Arcluce Brooks Products ✓ Culter dammer w' ✓ Eaton ✓ Flagpoles, Inc. ✓ GE ✓ - ✓ Hapco ✓ - Holophane Hubbell Lighting ✓ ✓ - Hubbell Power Systems, Inc. Inventronics Kim Lighting ✓ ✓ King Luminaire Lithonia Lighting ✓ Louis Poufsen Mainstreet Lighting ✓ ✓ Mean Well NSI Industries - ✓ ✓ P & K Philips Advance ✓ Philips Gardco ✓ ✓ Philips Hadco ✓ Phoenix ✓ ✓ Precast Specialties #/ Selux ✓ Siemens ✓ Square D. 5tresscrete *� Sylvania ✓ Thomas & Betts ✓ U.S. Precast Unique Solutions Valmont ✓ Other: Electrostart ✓ Risproel ✓ Wagners' ✓ 1 Added through CM Approval No. 2020 -020 -ND DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 ATTACHMENT B SOLICITATION 1,A10111,11101-9 11111 OTAI DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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. Vender means any firm or individual that has been pre -qualified to supply goods or services to the City. DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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. 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. .- I DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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 Delnado 365-673-7000 x26263 natalia 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 Q+ty. 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. 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:I{www.miamibeach fl.govlcity- hal l/procurementlstandard-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 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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, FAJLIA). 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, certifiers 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, ICY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: certificates-miamibeacha@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, DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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] DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 APPENDIX A Prequalification Application 2020 -020 -ND Purchase of Light Pales, Fixtures, and Bases PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 IM I/1-1\ M IBE A CH Ed .r. 6w�,1,",1 r.;.,4�o� 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 "NIA" 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 1155 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 ways 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] DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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 I _PARTNERSHIP I SOLE PROPRIETORSHIP I OTHER If other, specify: DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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 NSI Industries Arcluce P & K Brooks Products Philips Advance Culter Hammer lips Gardco Eaton Phili s Had Flagpoles, Inc. Phoenix GE Precast Spec alties Ha co Selux Holo hane Siemens Hubbell Lighting Square D. Hubbell Power Systems, Inc. Stresscrete Inventronics S Ivania Kim Lighting Thomas & Betts King Luminaire US. Precast Lithonia Lighting___Unique Solutions Louis Poulsen Valmont Mainstreet Lighting 'Other: Mean Well 'State 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 manufacturers) 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 DOW bUlDmit aaaltlonal names on a separate sneet IT Owner FTS ^ Cwnershio raercenta 3. Provide three (3) clients for which the bidder has provided the referenced products in the last five (5) years. Project - Description of Work -_ - Project Reference Email: Telephone: Name: maid: eIe hone; Wil, ®le hone: DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 4. Is the bidder currently barred by a governmental an , from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason�sj 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 (b) years? YES = NO If yes, why? 6. Is an affiliate of the bidder pre ualified by the Cit of Miami Beach for any work? YES In NO If yes, state the name of the affiliate? 7. Is the bidder a parent, subsidia or holding co 71NO for another company? YES 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) DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 9. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES F—] 1Jn 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 tiled; 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 0 NO If yes, explain. DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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 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 oragent, an employee of the City of Miami Beach? YES = NO If yes, state name, title and share of ownershi 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 N0 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 $100,000 to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. k Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? = YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners' or to domestic partners of er7NO s? 0 YES DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Company Provides Company Provides Company does not for Employees with for Employees with Provide Benefit S Ouse$ Domestic Partners 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? F-1 YES 0 Na 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 principals), 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. l he 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: DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 APPENDIX B I-0,ML Lw , tv�-. 1 Roadmap Procedures 0 Special Conditions ITB 2020 -020 -ND For the Purchase of Light Pales, Fixtures, and Bases PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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 Oat 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: t . 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] DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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.D.B. Destination. The Bidder shall held 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 CERTIFICATIONIAUTHORIZATION. 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] DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 ATTACHMENT C CONSULTANTS RESPONSE - PROPOSAL DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 DIVISION OF CORPORATIONS i i r JIY!�IrJ! i Uf i r.. �� as uifir•at! SJn�e a/F7urirlri �vrbritr Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Profit Corporation TORRES ELECTRICAL SUPPLY COMPANY, INC. Filing Information Document Number J72635 FEI/EIN Number 57-0528722 Date Filed 05/01/1987 State FL Status ACTIVE Principal Address 3190 SE DOMINICA TERR STUART, FL 34997 Changed: 01/25/2007 Mailing Address PO BOX 1908 STUART, FL 34995 Changed: 01/25/2007 Registered Agent Name & Address TORRES, OSCAR L 3190 SE DOMINICA TERR STUART, FL 34997 Name Changed: 01/09/2018 Address Changed: 01/25/2007 Officer/Director Detail Name & Address Title Secretary, VP ALFONSO-TORRES, VIVIAN L 3190 DOMINICA TERRACE STUART, FL 34997 Title President, Treasurer TORRES. OSCAR L DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 3190 DOMINICA TERRACE STUART, FL 34997 Annual Reports Report Year Filed Date 2019 01/31/2019 2020 05/14/2020 2021 01/12/2021 Document Images 01/12/2021 --ANNUAL REPORT View image in PDF format 05/14/2020 -- ANNUAL REPORT View image in PDF format 01/04/2010 -- ANNUAL REPORT 01/31/2019 -- ANNUAL REPORT View image in PDF format View image in PDF format 01/09/2018 -- ANNUAL REPORT View image in PDF format 01/25/2007 -- ANNUAL REPORT 01/11/2017 -- ANNUAL REPORT View image in PDF format 01/22/2016 -- ANNUAL REPORT View image in PDF format 01/12/2015 -- ANNUAL REPORT View image in PDF format View image in PDF format 01/08/2014 -- ANNUAL REPORT View image in PDF format 01/29/2002 -- ANNUAL REPORT 01/24/2013 -- ANNUAL REPORT View image in PDF format View image in PDF format 01/12/2012 -- ANNUAL REPORT View image in PDF format 01/04/2012 -- ANNUAL REPORT View image in PDF format 01/04/2011 --ANNUAL REPORT View image in PDF format 01/04/2010 -- ANNUAL REPORT View image in PDF format 01/14/2009 -- ANNUAL REPORT View image in PDF format 01/04/2008 -- ANNUAL REPORT View image in PDF format 01/25/2007 -- ANNUAL REPORT View image in PDF format 01/09/2006 -- ANNUAL REPORT View image in PDF format 01/12/2005 -- ANNUAL REPORT View image in PDF format 01/08/2004 -- ANNUAL REPORT View image in PDF format 01/21/2003 -- ANNUAL REPORT View image in PDF format 01/29/2002 -- ANNUAL REPORT View image in PDF format 01/08/2001 --ANNUAL REPORT View image in PDF format 09/18/2000 -- ANNUAL REPORT View image in PDF format 02/19/1999 -- ANNUAL REPORT View image in PDF format 01/20/1998 -- ANNUAL REPORT View image in PDF format 01/15/1997 -- ANNUAL REPORT View image in PDF format 04/23/1996 -- ANNUAL REPORT View image in PDF format 04/17/1995 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 BID SUBMITTAL QUESTIONNAIRE Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami -Dade County that have been certified as Small or Disadvantaged Business by Miami. -Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami -Dade County? YES I_RI NO Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and lesbian Chamber of Commerce (NGLCC). Does bidder possess 'LGBT Business Enterprise Certification by the NGLCC? 01 YES FVT NO Pursuant to City Resolution No.2000-37879, the Bidder shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its response or within three (3) days upon receipt of request. The Code shall, at a minimum, require the Bidder, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County.. Bidder shall submit firm's Code of Business Ethics within three (3) of request by the City. In lieu of submitting Code of Business Ethics, Vendor may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and- procedures/ Badder adopts the City of Miami Beach Code of Business Ethics? 0 YES 0 NO Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? ID YES ID NO The Drug Free Workplace Certification is available at: https://www.miamibeachfI.gov/wp-content/uploads/2019/04/DRUG-FREE-WORKPLACE- CERTIFICATION.pdf DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 By virtue of submitting bid, bidder certifies or affirms it has adopted policies, practices and standards consistent with the City's Drug Free Workplace Certification. This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws. Bidders shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration Requirements. The Non -Discrimination ordinance is available at: https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 2- 375 of the City of Miami Beach City Code, The Fair Chance Ordinance No. 2016-4012 is available at: https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. Please refer to Section 287.133(2)(a), Florida Statutes, available at: https://www.flsenate-.gov/Laws/Statutes/2012/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAG EOR CH2AD ARTVIPR DIV3COPR S2-374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service -disabled veteran business enterprise, and which is within five percent (5%) of the lowest and gest bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 Business concern Owned and controlled by a veteran(s) or a service -disabled veteran business enterprise constitute the lowest bid pursuant to an ITEC, RFP, RFQ, ITN or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service -disabled veteran business enterprise. Is the bidder a service -disabled veteran business enterprise certified by the State of Florida? OYES IFVT NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Government? ID YES IkI NO The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name and Title of Bidder's Authorized Signature of Bidder's Representative: Authorized Repress tine: Don DeCorso Industrial Sales a ) DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 Part A — General Bidder Information. FIRM NAME: Torres Electrical Supply Co., Inc. NC OF YEARS IN BUSINESS 5o NO. OF YEARS IN BUS NESS NO. or EMP�CYEES LOCALLY- WA OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST W YEARS: N/A F)RIi PRIMARY ADDRLSS (HEADDUARTERS), 3190 5E Dominica Terrace TY Stuart STATE: FIL 11P CODE. 34997 TELEPHONENO. 772-286-5049 — — — — — TOLL FREE 140.. $00-433-8694 FAX NO 772-286-5496 F RM LOCAL ADDRESS: N/A CITY STATE ZIP CODE: PRIMARY ACCOUNT REPRESENTAWE FOR THIS ENGAGEMENT: Don DeCorso ACCOUNT REP TELc'PHONE NO. 772-286-5049 ACCOUNT REP TOLL FREE NO. 800-433-8694 ACCOUNT REP EMAIL ddecorso@torreselectricaLcom FEDERAL TAX IDENT'FICATION NO.. 57-0528722 B!DDFR IS: �s X CORPORATION 1 _PARTNERSHIP ( SOLE PROPRIETORSHIP I TOTHER ilf ofer_,_�-,ty DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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 Foundr Comtan � b NSI Industries X _Arcluce P & K X Brooks Products _ Philips Advance X Culler Hammer J _ X Philips Gardco X Eaton X Philips Hadco X Flaurcias, Inc ._ _ X Phoenix _ X GE x Precast S�necialties x Haoco X Selux -W dmcintyre@ainfraserv.com Ho -)o 4,ane - X Siemens elephune: 239-981-2004 Hub6tell Lighting X Square D, Hubbell Power S •stems,, Inc, f Stresscrete X Inventron:cs Sylvania X Kim Lighting X Thomas & Betts X 191!1 Luminaire x I U.S. Precast X i Lithonia Liohtinq x _ Unique Solutions Louis Poulsen X Valmont X Mainstreet Lighting X Other: Many any other brand of lignt poles, fixtures and accessories for which the bidder has been authorized. Part C — Operational & Management Information. 11. 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 (slockholder, sole proprietor, and partner)- director, or officer of the company, below. Submit additional names on a separate sheet if required Owner Ownership percentage Directors hipl0f6ce type Oscar L. Torres 100% President 3. Provide three (3) clients for which the bidder has provided the referenced products in the last five (5) years. Project Description of Work Project Reference L. AUM Construction Richard Mendez Roadway Construction m�e rmendezpe@auminc.us Various DOT Projects dephcne 305-456-4848 Carr Construction Construction R6 Sean CarrRoadway scary@carrconstruction.org Various DOT Projects j�F-As jreiekmne 863-824-0409 American Infrastructure Services Mme Doug McIntyre Roadway Construction -W dmcintyre@ainfraserv.com Various DOT Projects elephune: 239-981-2004 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 4. Is the bidder currently barred bernmental a enc , from bidding as a prime or subcontractor? rT YES I x NO It 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? = YESx] NO If yes, why? 6. Is an affiliate of (he bidder pre ualified by the City of Miami Beach for any work? YES F—x-] NO If yes, state the name of the affiliate? 7. Is the bidder a parent, subsidia or holding com an for another company? YES xx 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, ora ent of the bidder affiliated with another company? YES 0 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 Type of affiliation (e.g. affiliation officer. director, owner or employee) DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 9. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES [�X J ILIO 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? u YES 0 NO H yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7case, 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 F—T] 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. DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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 rniRX resentation to any public agency or entity? �jYES ]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 n 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 agent, an employee of the City of Miami Beach? II YES x NO If yes, state name, title_ and share of ownership _ Name Title Share M) of Owners—hip- 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? _ U YES [- x J 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 Miarnii Beach, Florida; and the Contractors 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. *Our company has less than 52 employees A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? = YES 0 No N/A B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners' or to domestic ? mestic partners of em to ees - YES No N/A DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specrfied. Note: some beiefits 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 wiih Sf�ouses Health r Sick Leave FamiJy Medicai Leave Bereavement Leave Company Provides j Company does not for Employees with Provide Benefit Domestic Partners N/A 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 prohioits the purchase of g000s or services sourced in North Carolina and Mississippi, Are any of the products for which the bidder is seeking ,o be prequalified sourced in North Carolina or ?Mississippi? 11 yes, which brands. YES n NO BIDDER AFFIDAVIT The undersigned agrees that slhe: 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 hislher 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: Oscar L. Torres Title (must be a principal of the bidder): _ President Signature. Date Sept. 1, 2021 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 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 Foundr Comoan NSI Industries x _Arcluce �";• l Richard Mendel Brooks Products _ Philips Advance, Gu1ler Hammer X Philips Gardco X k Eaton _ x Philips Hadco x FI ,as, Inc Phoenix X G£ x precast S:Secialtiies LHaaco Selux Ho__jtane x Siemens Hubbell Lighfin 7 X Square D, I Hubbell Power Ssllerns, Inc. Stresscrete Invenlron,cs Sylvania x Kim L-htin�_ ^ x Thomas & Betts Kir Luminaire ,S. Precast LiftmaLiohtin - __ UnigueSalutians Louis Poulsen Valrnont x M instreetJrCfh_ __ X 'Other Many Mean Well : -- - T -- _._ iStare any other brand of tgnt poles. fixtures and accessories for which the bidder has been authorized. Part C — Operational B Management Information. t. 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 DirectorshipOffice type Oscar L. Torres 100% President 3. Provide three (3) clients for which the bidder has provided the referenced products in the last five (5) Years Project ✓ tscripbori of Work Project Reference AVM Construction �";• l Richard Mendel Roadway Construction t-0. rrnendezpe@aumfnc.us Various DOT Projects dcyncrr 305-456-4848 Carr Construction Roadway Construction Sean Carr -e scarre�acarrconstruction.org Various p07 Projects _ ele�tnnN 863-824-0409' American infrastructure Services l�@Wphofts: Doug McIntyre Roadway Construction Tai dmcintyre@ainrraserv.com Various DOT Projects 239-981-2004 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 F :t•N October 5th, 2021 From: Eaton Corporation Deerfield Beach, FL Subject: Authorized Distributors Eaton Corporation 1800 S. Poweriine Road Suite A Deerfield Beach, FL 33442 Tel 954-570.3680 Fax, 954-421-3539 This document recognizes that Torres Electric Supply is authorized and certified to sell Eaton product for the City of Miami Beach. Torres Electric Supply 3190 SE Dominica Terrace Stuart, FL 34997 Tel: (772) 286-5049 Should you require any additional information or have any questions regarding the information contained herein, please do not hesitate to contact us at your earliest convenience. Sincerely, Eaton Corporation DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 Alit It P% IP,P Arnaldo Gasco September 27, 2021 To Whom it May Concern: This letter is intended to confirm that Torres Electrical Supply located at 3190 SE Dominica Terrace Stuart, FL 34997 is an authorized ABB Distributor able sell ABB (formerly GE) electrical equipment & components. Thank you A It It F%IPIP Arnaldo Gasco Account Manager Industrial Connections & Solations, LLC 777 Yamato Road Suite 111 Boca Raton, FL 33431 954-292-8042 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 --A N�p American E L Eiettn LEADER IN L.1C;1 IT1NC; SCaLl1`llOi`'S � LS 4D, September 23, 2021 To whom it may concern, This letter is to certify that Torres Electrical Supply Co, Inc is an authorized distributor of Holophane Lighting, a division of Acuity Brands Lighting. Please feel free to contact me if you need additional information or have any questions. Sincerely, Marite Schwalm Manufacturer Sales Representative Holophane Sales Channel Acuity Brands Lighting, Inc. 3825 Columbus Rd. I Granville, OH 43023 M 305-299-3770 f 866.274-9383 www.holophane.com or www.acuitybrands.com Awily Controls I American Electric Ughting I Holophane I RELOG Wiring I Cyclone Rileiink by Holophane I Sun©ptics I ROAM I DTL Southeast Inside Sales Support- SoutheastSaleSSul2port(a)HOlophane.Cpm Toll Free - 855-898-8038 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 HUBBELL HUBBELL Lighting hubbellllghting.com Date: September 23, 2021 To whom it may concern: Hubbell lighting. Inc. gods to market through distribution and sells its products through a number of'electrical distr•ibulors nationwide, Torres Electrical Supp4v, (account Number 203105), located at 3190 South Dominica Terrace°, Stuart Florida 34997 is one such distributor that is authorized to sell Hubbell Lighting products (KIA1 products included) and has been doing so since Jan 2006. Thank vou, Mark Jordan Regional Sales Manager, Hubbell Lighting nnjordan ajiubbell-1tg.com Hubbell Lighting Mark Jordan 701 Millennium Blvd. Greenville, SC 29607 (c) 770-880-C278 hubbellliighting.com Al FRA I Ir,H71P1r= AFC HOECIUM AREA LIr,HT[NC, BE AC011 PROD iIrr>. COLLIMBIA LIGHTING CONIPASS DEVINE I1GHI ING DUAI.1 ITF HUBBELL BU'ILDINC; A U TO M A1'ICIN HUBBELL INQU_^TRIAL LIGHTING HUBBELL OUTDOOR I IGHTING YIM U61-IT1W, KURT VFRSFN PRESCOLITE PROGRESS LIGHTING SPAULDING LIGHTING SPOR?,SLITER SOLUTIONS STERNER WHITEWAY DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 11 MAIN STREET LIGHTING DATE: October 4, 2021 FROM: MAIN STREET LIGHTING RE: TORRES ELECTRICAL SUPPLY To Whorn It May Concern: Torres Electrical Supply is authorized to sell Main Street Lighting Standard's product line. Sincerely, Bernard McRae Main Street Lighting I(POI fij,,6wii,eI Pirlw IPS 11helow, O/o,, r r256 I .).i(1-7., i--vtiI l.o i?11-`_'.i-.��'lJ rrrr���t��arurrusrr1C{ %�fii� .cu��E DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 N nsi I N D U S T R I E S To Whom It May Concern — October 21, 2021 Please be advised that Torres Electrical Supply of Stuart FL is an Authorized Electrical Distributor for NSI Industries & its Brands: • NSi Industries • Tork- Mechanical & Electronic Timers, Photo Controls • Polaris Insulated Connectors. Torres Electric is a long-standing Distributor in good standing. Should you have any further questions, please feel free to contact NSi Industries, 9730 Northcross Center Court, Huntersville, NC 28078, USA. Ph: 800-321-5847 Respectfully submitted Marc Kirby Gulf Coast Regional Manager NSi Industries NSi Vendor Number: 662381 Tork Vendor Number: 786261 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 S E SCCA L I G H T I N G October 11, 2021 To whonn it may concern: This letter is certify that Torres Electrical Supply Co, Inc. is an authorized distributor of the below listed Manufacturers: 31) Printing 3G Lighting AEC Illumination Corp. Ameron Armco Apure Aichlh Aron Lighting Artificial Sky Beghelli Benjamin Electric Besa Lighting Better Designed Lighting Birchwood Lighting B -K Lighting Bodine Bold Lighting Brightline Calpipe BoJiards Canto USA Casambi CDS Lighting Chloride Circadian Light Color Kinetics Coloronix Composite Materials Technologies ConTech Lighting Dalume Day -Brite CFI Didlight Digital Lumens DimOnOff Eco Lighting Solutions Electric Mirror Electronic Theatre Controls EnergyLite Esse-ci Everbrile Lighting Evergreen Lighting Exporlux FC Llghtmg Feireni Rnetite Fontoche Lighting America Foscanni Gardco Glint Hadco High End Systems rGuzuini In-es.andesign Insight Lighting Intelligent Lighting Controls Intense Ughting Interact Intra -lighting Kinin Lighting Landscape Forms Laurel Illumination L.0 Doane Ledatite LIGHTGLASS LighiGuard Lrghtguwd Systems Lightheaded Lighting Lighting Elements Lighlolier Lira Liton Lodes LOFFKo Group Lucetta Lighting LumaFilm Lumca Lumec Lumen Center Italia Luxxbox Luxycon LVS Metalumen Meteor Lighting Millerberod Mtg. ModoLuce ModuLED MP Lighting Myers Emergency Power Systems Nadarra NAL Lighting Group Neri Novus Optimum Orlon Illuminations Organic Lighting Systems Inc Orgatech Lighting Paramount Industries Peachtree Lighting Philips Controls Phoenix Lighting Platlormatics Point Lighting Prandim Prima Lighting Q•Tran Qualite Sports Lighting Safeology Scott Architectural Lighting Signature Lighting Signtex Inc SILL Sistemalux Slamp Solarfect:ve SolGreen SSL SpecGrade LED Spring City St, Louis Antique Lighting Stonco Studio One Lighting Tala LEC TEKA Illumination Telematics Wireless TGS Sports The Light Source TMB Tokislar Truly Green Solutions UFO Lighting United Lighting Standards UsNo Vice Visianaise Lighting Vann Lighting vyv Wagner Architectural Systems WattStopper WE -EF Williams 737 Shotgun Road Ft. Lauderdale, FL 33326 o: 954.474.9888 1 f: 954.474.9773 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 S E S C 0 L I G H T I N G If you have any questions or need any further information, please do not hesitate to contact Me. Thank you, Craig Grillo SESCQ Lighting Public Sector 0 -954-474-9888 C — 561-324-8866 737 Shotgun Road Ft. Lauderdale, FL 33326 o: 954.474.9888 1 f: 954.474.91773 DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 (-.s LEQVAh?GE Customer 1; 115047 TORRES ELECTRICAI SUFI. CO(VVANY INC 31905.E DOMINICA TERRACE STUART, FL 34997 Dear Customer, MASE Commercial Market Spa Special Price Authorization Quote it 87192679 Effective Dates 09/01/2020 through 12/31/2021 Version Number 332 Document 'mate: 10/23/2021 LEDVANCE LLC 2D0 Balllardvale Street Wilmington, NIA 01881 The attached Price Authorization applies. to MASE COm071erci0l Morket 5pa and its subsidiaries. The p -ire support afforded, hereby applies only to products identified within this letter All Products listed under the "Excluded Lamp Price Schedu `s, are excluded from price support unless otherwise noted. LEDVANCE LLC reserves the aLsolute right to accept, restrict quantities, and / or decline any o,ders / elms that may be placed against I his autnorization. DocuSign Envelope ID: 148B14A6-349C-4692-BC88-05D9255F5BD2 valmont ;V� STRUCTUIZES September 19, 2021 Ms. Wendy Sweeting Lighting Dynamics, Inc. Re: Torres Electrical Dear Wendy, In regards to the above referenced electrical contractor, Torres Electrical is authorized to sell and install Valmont Industries products. Please contact me at 502-708-7302 if you have any questions. Best Regards, Steve McCombs Regional. Sales Manager US Lighting & Traffic - North American Structures Valmont Industries, Inc. North American Structures Valmont Industries, Inc. 17002 North 288", Street i PQ Dox 358 i Valley, NE 68064-0358 USA 402-359-22011800-825-6668 Fax 402-359-62211 valmontstructures.com