Loading...
20-019-20 Greco International Corporation 3-2-2022CONTRACT NO. 20-019-20 We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: nick@grecousa.com January 4, 2022 Nicholas Vergoulias Greco International Corporation 12595 SW 137 Ave Suite 106 Miami, FL 33186 Phone: 305-849-1014 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2020-019-ND TO ESTABLISH A POOL OF PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES. Dear Mr. Vergoulias, Greco International Corporation (the “Contractor”) submitted to the City of Miami Beach, Florida (the “City”) a request to be prequalified for future projects 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 shall constitute a binding Contract between the City and the awarded bidder. This letter shall serve as official notice that, on October 26, 2021, the City Manager, pursuant to Resolution 2020-31160 has approved Greco International Corporation to be eligible to provide painting and waterproofing services to the City. It is important to note the work must be awarded in accordance with the ITB. Further, no services may be performed 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, Adrian Morales Director Property Management Department at AdrianMorales@miamibeachfl.gov or 305-673-7000 ext. 2932. Sincerely, Alex Denis Director Procurement Department AD/ME/AG DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E ATTACHMENT A COMMISSION AWARD MEMO DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E PROCUREMENT DEPARTMENT REQUEST FOR CITY MANAGER APPROVAL 2020-019-ND Requested Action 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. 2020-31160, to add painting and waterproofing contractors to existing prequalified pool of painting and waterproofing contractors. Why is requested action necessary? On February 12, 2020, the City of Miami Beach, Florida (“City”) adopted Resolution No. 2020-31160 (attached) for the establishment of a pool of painting and waterproofing contractors for future painting and waterproofing projects with a contract price of $300,000 or less. The Resolution allows for Administration to continue to accept prequalification applications and delegates to the City Manager the authority to add painting and waterproofing contractors to the pool of prequalified contractors, provided such contractors meet the requirements of the ITB. The Procurement Department has received four (4) additional responsive and responsible applications pursuant to the ITB from: 1) Blue Monkey Flooring & Finishing Contractors, LLC, 2) Greco International Corporation, 3) Lady Painters at Work, LLC, and 4) Quick Painting Group Corp. The Facilities and Fleet Management Department and the Procurement Department staff have determined that the four (4) additional contractors meet the requirements established in the ITB and should be added to the pool of prequalified contractors for painting and waterproofing services. This item seeks the City Manager’s approval, pursuant to authority established in Resolution No. 2020-31160, to add painting and waterproofing contractors to existing painting and waterproofing prequalified contractor pool. Previous Action(s) N/A Authority Resolution 2020-31160, which authorizes the City Manager to keep the ITB active for the purpose of prequalifying additional contractors; and to add new (or remove for non-performance) contractors to the pool, provided such added contractors meet the requirements of the ITB. Fiscal Impact N/A Term 2/11/2020 - 2/10/2023 Attachments Attachment A; Resolution 2020-31160 Approval Dept. Head: Procurement: ACM(s): City Manager: Date: Date: Date: Date: KB DocuSign Envelope ID: CAFBF4AD-84FE-4BE1-BA18-9E64B8ED9E10 10/22/2021 | 7:50 EDT10/22/2021 | 8:09 EDT 10/26/2021 | 2:50 EDT 10/26/2021 | 3:10 EDT DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E RESOLUTION NO. 2020-31160 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) 2020-019-ND, TO ESTABLISH A POOL OF PAINTING AND WATERPROOFING CONTRACTORS TO EXPEDITE THE SELECTION OF CONTRACTORS FOR FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A CONTRACT PRICE OF $300,000 OR LESS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, 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 PAINTING AND WATERPROOFING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. WHEREAS, for approximately five years, the City of Miami Beach has had an agreement for the provision of interior and exterior painting and waterproofing services; and WHEREAS, the current contract expired on October 21, 2019; and WHEREAS, on October 4, 2019, the City issued an Invitation to Bid 2020-019-ND (the ITB") to establish a successor contract, by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of painting and waterproofing contractors; and WHEREAS, on October 25, 2019, bids were received from Abacron LLC ("Abacron"), Cunano Builders Corporation ("Cunano"), Endirt LLC ("Endirt"), Government Business Development LLC ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), I.D. Painting Corp. ("I.D. Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by Hartzell, Inc. ("Hartzell"), and Paint Quest, LLC ("Paint Quest"); and WHEREAS, in its due diligence, the Procurement Department found that Cunano, Endirt, Government Business, Halcyon, I.D. Painting, Inclan, Hartzell, and Paint Quest met the requirements of the ITB; and WHEREAS, all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the ITB; and WHEREAS, when a need arises, the City will seek proposals from all prequalified contractors; and WHEREAS, for service orders up to $300,000, the approval of the City Manager or designee will be required in accordance with the City Manager's existing delegated authority under the City Code; service orders exceeding $300,000 will need to be competitively procured; and WHEREAS, to maximize competition among the prequalified contractors, the Administration is recommending that the ITB remain open, to permit the City Manager to DocuSign Envelope ID: CAFBF4AD-84FE-4BE1-BA18-9E64B8ED9E10DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E prequalify additional contractors as part of the pool, provided that such contractors 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. 2020-019-ND, to establish a pool of painting and waterproofing contractors to expedite the selection of contractors for future painting and waterproofing projects with a contract price of$300, 000 or less; approving the initial pool of qualified contractors, 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 painting and waterproofing contractors, and delegating to the City Manager the authority to add or remove contractors to the pool, provided such contractors meet the requirements of the ITB. PASSED AND ADOPTED this is day of F--br1(472020. ATTEST: 2118'/Bou0 Air-- ---. RAF EL E. RANADO, CITY CLERK DAN GELBER, MAYOR F:\PURC1Solicitations12020\2020-019-ND ITB Painting(Interior and Exterior)and Waterproofing Services\10-Commission Award Documents\ITB-2020- 019-ND-Resolution.doc 4.'.14:i.8..,,:,, 77- 1`.:9k..-...'",,APPROVED AS TO IM(ORP RATED/ - FORM &LANGUAGE 1 " := FOR EXECUTION cH 26,.h. oc.:9.t., k (Z.' 3y't1 City Attorney rt_ps_e Date DocuSign Envelope ID: CAFBF4AD-84FE-4BE1-BA18-9E64B8ED9E10DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Resolutions -C7 H MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: February 12, 2020 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) 2020-019- ND, TO ESTABLISH A POOL OF PAINTING AND WATERPROOFING CONTRACTORS TO EXPEDITE THE SELECTION OF CONTRACTORS FOR FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A CONTRACT PRICE OF $300,000 OR LESS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, 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 PAINTING AND WATERPROOFING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. RECOMMENDATION Adopt the Resolution BACKGROUND/HISTORY For approximately five years, the City of Miami Beach has had an agreement for the provision of interior and exterior painting and waterproofing services. The current contract expired on October 21, 2019. In order to establish a replacement contract, on October 4, 2019, the City issued an Invitation to Bid 2020-019-ND (the "ITB"). The purpose of the ITB is to establish a contract, by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of painting and waterproofing contractors. The pre-qualified pool established shall effectively create a source of viable contractors from which the City may issue Invitation to Quotes (ITQs) for various City painting and waterproofing projects 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 contractors to the list of prequalified contractors during the term of the contract. ANALYSIS Page 287 of 1185 DocuSign Envelope ID: CAFBF4AD-84FE-4BE1-BA18-9E64B8ED9E10DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E The ITB was issued on October 4, 2019, with bid opening date of October 25, 2019. The Procurement Department issued bid notices to 1,828 companies utilizing www.bidsync.com website. 53 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of nine (9) responses from:Abacron LLC ("Abacron"), Cunano Builders Corporation Cunano"), Endirt LLC ("Endirt"), Government Business Development LLC ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), I.D. Painting Corp. ("I.D. Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by Hartzell, Inc. ("Hartzell"), and Paint Quest, LLC ("Paint Quest"). 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 Abacron, Cunano, Endirt, Government Business, Halcyon, I.D. Painting, Inclan, Hartzell, and Paint Quest met the requirements of the ITB. Accordingly, all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the ITB and are recommended for award. FINANCIAL INFORMATION The funding of this project is as follows: Account(s) 520-1720- Amount(s) $60,000$110,000$68,000 000325-29- 413-592-00- 00- 00 520- 1720-000342- 29-413-592- 00-00-00 168- 9964-000342- 29-400-592- 00-00-00 CONCLUSION I concur with staff that it is in the best interest of the City to have a pool of prequalified painting and waterproofing contractors from which proposals can be sought to quickly deploy a contractor to address an identified painting or waterproofing need of the City. Otherwise, redundant and time-consuming efforts would be required to qualify contractors each time a need was identified. In order to continue to maximize competition by continuing to add contractors, 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. Contractors 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. 2020-019-ND, to establish a pool of painting and waterproofing contractors to expedite the selection of contractors for future painting and waterproofing projects not to exceed $300,000, and approve the initial pool of qualified contractors, 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 painting and waterproofing contractors, and delegating to the City Manager the authority to add Page 288 of 1185 DocuSign Envelope ID: CAFBF4AD-84FE-4BE1-BA18-9E64B8ED9E10DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E or remove) contractors to the pool, provided the added contractors meet the requirements of the ITB. Applicable Area Citywide Is this a Resident Right to Does this item utilize G.O. Know item? Bond Funds? No No Legislative Tracking Property Management/Procurement ATTACHMENTS: Description Attachment A Resolution Page 289 of 1185 DocuSign Envelope ID: CAFBF4AD-84FE-4BE1-BA18-9E64B8ED9E10DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 1 Added through CM Approval No. 2020-019-ND ATTACHMENT A Abacron LLC Cunano Builders Corporation Endirt LLC Government Business Development LLC Halcyon Builders, Inc. I.D. Painting Corp. Inclan Painting and Waterproofing, Corp. Roof Painting by Hartzell, Inc. Paint Quest, LLC Fonsis, LLC Master Rollers Painting, Inc. JCI International, Inc. JAG Painting Contractors, Inc. RJ Spencer Construction LLC All Counties Painting, LLC dba People's Choice Pressure Cleaning and Painting Emenco Corp Florida Service Painting, Inc. dba Service Contracting Solutions Marvi Builders LLC Blue Monkey Flooring & Finishing Contractors, LLC1 Greco International Corporation1 Lady Painters at Work, LLC1 Quick Painting Group Corp.1 DocuSign Envelope ID: CAFBF4AD-84FE-4BE1-BA18-9E64B8ED9E10DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E ATTACHMENT B ADDENDA AND ITB SOLICITATION DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A PREQUALIFICATION APPLICATION APPENDIX B 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. DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK 1. PURPOSE. The City of Miami Beach is seeking applications from painting or painting and waterproofing contractors who wish to participate in a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an “as needed” basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors 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 routine painting and waterproofing services. 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 contractors, interested parties must submit a complete Bidder Pre-Qualification Application (Appendix 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. DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 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 Delgado 305-673-7000 x6263 nataliadelgado@miamibeachfl.gov The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov; 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 FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City will select the prequalified contractor that offers the best combination of services and cost, solely at the discretion of the City. 7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder’s project manager is responsible for monitoring the customer service provided to City by prequalified bidder’s staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E bidder will provide and maintain the highest quality of customer service possible during completion of the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project basis, as specified in each ITQ. 8. 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. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City’s spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City’s Standard Terms and Conditions for Service Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and- conditions/) are referenced and incorporated herein. 10. INSURANCE REQUIREMENT. Insurance requirements will be released as part of an addendum. 11. 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 prequalification status by City Manager or City Commission. Further, bidder agrees that, upon approval of the bidder’s application by the City Manager or City Commission, a binding Agreement shall be established between the City and the approved contractor. The Agreement shall be comprised of the following documents, and in the following order: First, the Purchase Order issued by the City; then, Second, the signed Contractor Service Order; then, Third, the Invitation to Quote (ITQ) awarded to the vendor; then, Fourth the ITB, including all documents released in connection with the ITB, including all appendixes, whether included herein or released under separate cover. In case of default on the part of the Successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E APPENDIX A ________________________________________________________________________ Prequalification Application ________________________________________________________________________ 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Prequalification Application Instructions 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 The City reserves the right to request clarifications or additional informati on 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] DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 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:________________________) DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Part B – Operational & Management Information. 1. 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 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 4. 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? 11. YES NO If yes, why? 5. 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? DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 6. Is the bidder a parent, subsidiary, or holding company for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 7. Is an owner, director, officer, or agent of the bidder affiliated with another company? 12. 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) 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? 11. 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. 9. 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? 11. 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. 10. 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? 11. YES NO If yes, explain. DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 11. 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? 11. YES NO If yes, explain. 12. 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? 11. YES NO If yes, explain. 13. 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? 11. YES NO If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? 12. YES NO If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or agent, an employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownership Name Title Share (%) of Ownership DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 16. 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. 17. 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 oppo site sex) domestic partners* or to domestic partners of employees? YES 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 18. 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 c ondition of DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E the company . Further, any prequ alifie d contractor , 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: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E APPENDIX B ________________________________________________________________________ Special Conditions ________________________________________________________________________ ITB 2020-019-ND For Citywide Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E SPECIAL CONDITIONS. 1. LICENSE/CERTIFICATION. Prospective bidder shall hold the adequate license or certification to pull all permits necessary to successfully complete the work. 2. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment unt il such time as the service has been completed and a City representative has reviewed and approved the service. 3. GUARANTEE AGAINST DEFECTS. The Contractor shall, in addition to all other guarantees, be responsible for faulty labor and defective material within a period of one (1) year after the date of acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make good without delay, at its own expense, any failure of any part of the work after the City notifies the Contractor of such deficiencies in writing. Any such repair work shall receive a similar guarantee for a similar period of time. Payment in full for the work does not constitute a waiver of guarantee. 4. USE OF PREMISES. The Contractor shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with his/her materials. 5. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the Contractor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 6. PERMIT COSTS. The City will only reimburse the Contractor for the cost of the permits. Proof of cost is required. The City will only reimburse for initial review and one resubmission. Costs associated with additional re-submissions will not be reimbursed. Contractor shall not include permit fees on Cost Proposal Form (Appendix E). Permit costs will be charged to the City separately from the unit cost. All licenses required by municipality, governmental agency, or political subdivision shall be obtained by and paid for by the Contractor. Damages, penalties and/or fines imposed on the City or the Contractor for failure to obtain required licenses or permits shall be borne by the Contractor. 7. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providin g services under this ITB or any resulting Agreement prior to the commencement of said services. No Contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorney’s fees) or claims for injury or damages arising out of its failure to comply with this requirement. DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor’s employee’s from performi ng maintenance on the City's grounds where the employee’s performance or actions are obviously detrimental to the program. Contractor’s personnel must wear photo identification at all times. 8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Contractor will wear a uniform bearing the Contractor’s name. Uniforms must be provided at the Contractor’s expense and may not be charged to the employee or deducted from the employees’ paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 9. MOBILIZATION AND DEMOBILIZATION. It will be the responsibility of the Contractor to cover all costs associated with mobilization and demobilization. Contractor shall include costs for mobilization and demobilization in the unit cost on the Cost Proposal Form (Appendix E). 10. FIELD MEASUREMENTS. Unless specifically instructed otherwise by the City, in writing, the Contractor shall be responsible for the location and layout of all work and shall be responsible for all field measurements that may be required for e xecution of the work. In the case of dimensions, field dimensions, etc. it shall be the Contractor’s responsibility to field measure, obtain and verify same. 11. LIMITATION OF PROJECT. Pursuant to Florida State Statute Section 255.20, a county, municipality, special district as defined in chapter 189, or other political subdivision of the state seeking to construct or improve a public building, structu re, or other public construction works must competitively award to an appropriately licensed contractor each project that is estimated in accordance with generally accepted cost-accounting principles to cost more than $300,000. Projects awarded pursuant to this ITB shall be limited to these thresholds. Painting and Waterproofing projects exceeding $300,000 may not be awarded pursuant this ITB. 12. LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami Beach Code, is only applicable to routine maintenance services. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E BID SUBMITTAL QUESTIONNAIRE This document is a REQUIRED FORM that must be submitted fully completed and submitted. SECTION 1 - SMALL AND DISADVANTAGED BUSINESS CERTIFICATION 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 NO SECTION 2 - LGBT BUSINESS ENTERPRISE CERTIFICATION 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? YES NO SECTION 3 – CODE OF BUSINESS ETHICS 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/ Bidder adopts the City of Miami Beach Code of Business Ethics? YES NO Bidder will submit firm’s Code of Business Ethics within three (3) days of request by the City? YES NO SECTION 4– DRUG FREE WORKPLACE CERTIFICATION The Drug Free Workplace Certification is available at: https://www.miamibeachfl.gov/wp-content/uploads/2019/04/DRUG-FREE-WORKPLACE- CERTIFICATION.pdf 4 4 4 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 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. SECTION 5 – LOBBYIST REGISTRATION REQUIREMENTS 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. SECTION 6 – NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami_beach/codes/code_of_ordinances?nodeId=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. SECTION 7– FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No. 2016-4012 is available at: https://library.municode.com/fl/miami_beach/codes/code_of_ordinances?nodeId=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. SECTION 8 – PUBLIC ENTITY CRIMES 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. SECTION 9 – VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011- 3748, https://library.municode.com/fl/miami_beach/codes/code_of_ordinances?nodeId=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 best 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: A7075744-09D9-4827-A8F7-2E83CC6EC60E business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, 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? YES NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? YES 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 Representative: Signature of Bidder’s Authorized Representative: Nicholas Vergoulias, Vice President 4 4 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Solicitation 2020-019-ND (OPEN) Pre-Qualification Pool for Painting and Waterproofing Services Bid Designation: Public City of Miami Beach Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 1 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Bid 2020-019-ND (OPEN) Pre-Qualification Pool for Painting and Waterproofing Services Bid Number   2020-019-ND  Bid Title   (OPEN) Pre-Qualification Pool for Painting and Waterproofing Services  Bid Start Date  Sep 3, 2020 4:31:36 PM EDT Bid End Date  Sep 2, 2021 3:00:00 PM EDT Bid Contact   NATALIA DELGADO   305-673-7490   NATALIADELGADO@MIAMIBEACHFL.GOV  Contract Duration  3 years Contract Renewal  2 annual renewals   Prices Good for  Not Applicable Bid Comments 1. PURPOSE . The City of Miami Beach is seeking applications from painting or painting and waterproofing contractors who wish to participate in a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an “as needed” basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors 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 routine painting and waterproofing services. 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 contractors, interested parties must submit a complete Bidder Pre-Qualification Application (Appendix A). 2. 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 Delgado 305-673-7000 x6263 nataliadelgado@miamibeachfl.gov The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov ; or via facsimile: 786-394-4188. Required Vendor Qualifications VENDOR QUALIFICATIONS Item Response Form Item  2020-019-ND-01-01 - Painting (Interior and Exterior) and Waterproofing Services Quantity  1 each Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 2 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Prices are not requested for this item. Delivery Location         City of Miami Beach     No Location Specified        Qty 1 Description LINE ITEMS ARE NOT APPLICABLE TO THIS SOLICITATION Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 3 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A PREQUALIFICATION APPLICATION APPENDIX B 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. Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 4 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK 1.PURPOSE. The City of Miami Beach is seeking applications from painting or painting and waterproofing contractors who wish to participate in a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an “as needed” basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors 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 routine painting and waterproofing services. 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 contractors, interested parties must submit a complete Bidder Pre-Qualification Application (Appendix 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. Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 5 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 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 Delgado 305-673-7000 x6263 nataliadelgado@miamibeachfl.gov The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov; 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 addition to the prequalified pool, as deemed in the best interest of the City, to the City Manager for his consideration. 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 FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 6.AWARDING WORK. When the need for services arises all prequalified contractors that are in good standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City will select the prequalified contractor that offers the best combination of services and cost, solely at the discretion of the City. 7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder’s project manager is responsible for monitoring the customer service provided to City by prequalified bidder’s staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified bidder will provide and maintain the highest quality of customer service possible during completion of the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project basis, as specified in each ITQ. 8.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. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City’s spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City’s Standard Terms and Conditions for Service Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and- conditions/) are referenced and incorporated herein. 10.INSURANCE REQUIREMENT. The vendor shall maintain the below required insurance in effect Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 6 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E prior to awarding the contract and for the duration of the contract. 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 $100,000 per occurrence. 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 $100,000 combined per accident for bodily injury and property damage. 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. 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. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 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. 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: Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 7 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Certificates-miamibeach@riskworks.com 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. 11. 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 prequalification status by City Manager or City Commission. Further, bidder agrees that, upon approval of the bidder’s application by the City Manager or City Commission, a binding Agreement shall be established between the City and the approved contractor. The Agreement shall be comprised of the following documents, and in the following order: First, the Purchase Order issued by the City; then, Second, the signed Contractor Service Order; then, Third, the Invitation to Quote (ITQ) awarded to the vendor; then, Fourth the ITB, including all documents released in connection with the ITB, including all appendixes, whether included herein or released under separate cover. In case of default on the part of the Successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 8 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E APPENDIX A ________________________________________________________________________ Prequalification Application ________________________________________________________________________ 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 9 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Prequalification Application Instructions 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) electronic copy of the application to Natalia Delgado at nataliadelgado@miamibeachfl.gov. 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. Section 3. NON-RESPONSIVENESS Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive applications will not be considered. 1. Prequalification Application (submitted electronically via email. Please refer to Section 1 above). [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 10 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 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:________________________) Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 11 Greco International Corporation Greco Field Services Corporation 12595 SW 137 Avenue Suite 106 Miami Florida 33186 305-252-4633 12595 SW 137 Avenue Suite 106 Miami Florida 33186 Nicholas Vergoulias 305-849-1014 nick@grecousa.com x 25 yrs 25yrs 10 65-0633935 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Part B – Operational & Management Information. 1.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 2.Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3.Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 4.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? 11.YES NO If yes, why? 5.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? Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 12 Nicholas Vergoulias VP Nancy Vergoulias Nathalie Vergoulias x x x VP VP 100% Antonio Bendek P.A. antonio@bendekproperties.com 305-771-1706 Exterior & Interior Painting Painting & Waterproofing Miami Dade College, Ailene Moreno Reyes amoreno3@mdc.edu 786-342-8485 Exterior & Interior Painting Stratwell Real Estate, Jasmine Sanchez jasmine@stratwellrealestate.com 305-403-6430 Exterior and interior painting for various residential and commercial properties. Exterior and interior painting for variousresidential properties. Various campuses and buildings- Painting and Waterproofing of building envelope. DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 6.Is the bidder a parent, subsidiary, or holding company for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 7.Is an owner, director, officer, or agent of the bidder affiliated with another company? 12.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) 8.Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? 11.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. 9.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? 11.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. 10.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? 11.YES NO If yes, explain. Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 13 x x Nicholas Vergoulias Greco Field Services Nancy Vergoulias Greco Field Services Nathalie Vergoulias Greco Field Services x x 11 yrs 11 yrs 11 yrs VP VP VP x Nancy Vergoulias owns and operates Greco International Corp and Greco Field Services.Nicholas Vergoulias manages Greco International and Greco Field Services DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 11.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? 11.YES NO If yes, explain. 12.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? 11.YES NO If yes, explain. 13.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? 11.YES NO If yes, explain. 14.Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? 12.YES NO If yes, explain. 15.Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or agent, an employee of the City of Miami Beach? NO Name Title Share (%) of Ownership Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 14 x x x x x DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E 16.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. 17.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 oppo site sex) domestic partners* or to domestic partners of employees? YES 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 18.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 c ondition of Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 15 x x x x x x x x DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E the company . Further, any prequ alifie d contractor , 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: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 16 Nicholas Vergoulias VP 08/04/2021 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E APPENDIX B ________________________________________________________________________ Special Conditions ________________________________________________________________________ ITB 2020-019-ND For Citywide Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 17 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E SPECIAL CONDITIONS. 1.LICENSE/CERTIFICATION. Prospective bidder shall hold the adequate license or certification to pull all permits necessary to successfully complete the work. 2. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. 3.GUARANTEE AGAINST DEFECTS. The Contractor shall, in addition to all other guarantees, be responsible for faulty labor and defective material within a period of one (1) year after the date of acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make good without delay, at its own expense, any failure of any part of the work after the City notifies the Contractor of such deficiencies in writing. Any such repair work shall receive a similar guarantee for a similar period of time. Payment in full for the work does not constitute a waiver of guarantee. 4. USE OF PREMISES. The Contractor shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with his/her materials. 5. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the Contractor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 6.PERMIT COSTS. The City will only reimburse the Contractor for the cost of the permits. Proof of cost is required. The City will only reimburse for initial review and one resubmission. Costs associated with additional re-submissions will not be reimbursed. Contractor shall not include permit fees on Cost Proposal Form (Appendix E). Permit costs will be charged to the City separately from the unit cost. All licenses required by municipality, governmental agency, or political subdivision shall be obtained by and paid for by the Contractor. Damages, penalties and/or fines imposed on the City or the Contractor for failure to obtain required licenses or permits shall be borne by the Contractor. 7.BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providin g services under this ITB or any resulting Agreement prior to the commencement of said services. No Contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorney’s fees) or claims for injury or damages arising out of its failure to comply with this requirement. Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 18 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor’s employee’s from performi ng maintenance on the City's grounds where the employee’s performance or actions are obviously detrimental to the program. Contractor’s personnel must wear photo identification at all times. 8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Contractor will wear a uniform bearing the Contractor’s name. Uniforms must be provided at the Contractor’s expense and may not be charged to the employee or deducted from the employees’ paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 9. MOBILIZATION AND DEMOBILIZATION. It will be the responsibility of the Contractor to cover all costs associated with mobilization and demobilization. Contractor shall include costs for mobilization and demobilization in the unit cost on the Cost Proposal Form (Appendix E). 10. FIELD MEASUREMENTS. Unless specifically instructed otherwise by the City, in writing, the Contractor shall be responsible for the location and layout of all work and shall be responsible for all field measurements that may be required for e xecution of the work. In the case of dimensions, field dimensions, etc. it shall be the Contractor’s responsibility to field measure, obtain and verify same. 11.LIMITATION OF PROJECT. Pursuant to Florida State Statute Section 255.20, a county, municipality, special district as defined in chapter 189, or other political subdivision of the state seeking to construct or improve a public building, structu re, or other public construction works must competitively award to an appropriately licensed contractor each project that is estimated in accordance with generally accepted cost-accounting principles to cost more than $300,000. Projects awarded pursuant to this ITB shall be limited to these thresholds. Painting and Waterproofing projects exceeding $300,000 may not be awarded pursuant this ITB. 12.LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami Beach Code, is only applicable to routine maintenance services. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 19 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E Question and Answers for Bid #2020-019-ND - (OPEN) Pre-Qualification Pool for Painting and Waterproofing Services Overall Bid Questions There are no questions associated with this bid.   Bid 2020-019-NDCity of Miami Beach 9/3/2020 2:35 PM p. 20 DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E https://www.icloud.com/message/current/en-us/index.html#view?guid=message%3AINBOX%2F197709 1/2 From: Stephanie Toribio <stephanie@fsmsdc.org> Date: August 31, 2021 at 9 he r e b y g r a n t s to Gr e c o I n t e r n a t i o n a l C o r p o r a t i o n wh o h a s s u c c e s s f u l l y m e t W B E N C ' s s t a n d a r d s a s a W o m e n ' s B u s i n e s s E n t e r p r i s e ( W B E ) . Th i s c e r t i ATTACHMENT D INSURANCE REQUIREMENTS DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E DocuSign Envelope ID: A7075744-09D9-4827-A8F7-2E83CC6EC60E