ITB-20-044-07 Overspray Solutions LLCC O N T RA C T N O . 20-044-07
MIAMI BEACH
City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: info@overspraysolution.com
March 18, 2020
Wilson Gamboa
Overspray Solutions, LLC.
21444 SW 133"° Avenue
Miami FL, 33177
Ph: 786-592-1863
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (1TB) NO.
2020-044-AY PRE-QUALIFICATION POOL FOR PURCHASE OF PRESSURE
WASHING SERVICES
Dear Mr. Gamboa:
On February 6, 2020, Overspray Solutions, LLC., (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 1TB. The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Binding
Contract, that the approval of the City Manager's recommendation by the Mayor and City
Commission shall constitute a binding Contract between the City and the awarded bidder.
Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission,
at its March 18, 2020 meeting, approved the City Manager's recommendation, pursuant to the
1TB, to prequalify the Contractor to be eligible to provide pressure washing services to the City.
It is important to note the work must be awarded in accordance with the 1TB. 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 Valerie Velez@miamibeachfl.goy 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.goy or (305) 673-7000 ext. 2932.
enis
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.
RESOLUTION NO.
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) 2020-044-AY, TO
ESTABLISH A POOL OF CONTRACTORS TO PROVIDE PRESSURE
WASHING SERVICES, TO EXPEDITE THE SELECTION OF CONTRACTORS
FOR FUTURE PRESSURE WASHING PROJECTS, AND TO SELECT THE
INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT
"A"; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB
OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL PRESSURE
WASHING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER
THE AUTHORITY TO ADD QUALIFIED CONTRACTORS TO THE POOL,
PROVIDED SUCH VENDORS MEET THE REQUIREMENTS OF THE ITB; AND
FURTHER PROVIDING THAT ANY SERVICE ORDER IN EXCESS OF
$100,000 FOR ANY PROJECT SHALL BE SUBJECT TO THE PRIOR
APPROVAL OF THE CITY COMMISSION.
WHEREAS, the City of Miami Beach's previous agreement for pressure washing
services, pursuant to ITB 2014-191-SW, expired on October 21, 2019; and
WHEREAS, on January 8, 2020, the City issued an Invitation to Bid 2020-044-AY (the
"ITB") to establish a successor contract, by means of sealed applications, with qualified
contractors for the establishment of a prequalified pool of pressure washing contractors; and
WHEREAS, on February 6, 2020, bids were received from Dream Clean, Inc. ("Dream
Clean"), Endirt LLC ("Endirt"), USA Sweeping dba Facilities Pro Sweep ("USA Sweeping"),
Green Earth Powerwashing LLC ("Green Earth"), HRT Construction Group, LLC ("HRT"), Jet
Set Company ("Jet Set"), King of Pressure, Inc. ("King of Pressure"), Overspray Solutions, LLC
("Overspray Solutions"), PMC Group Services LLC ("PMC"), Pressure Cleaning Service
Enterprise, Inc. ("Pressure Cleaning Service Enterprise"), Roof Painting by Hartzell ("Hartzell"),
Scrubbers Technology International, LLC ("Scrubbers"), SFM Services, Inc. ("SFM"), The
Pressure Cleaning Man ("Pressure Cleaning Man"), One General Contractors LLC ("One
General"), and VPR Construction Corporation ("VPR"); and
WHEREAS, the ITB stated that following the review of applications, the responsive and
responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for
award; and
WHEREAS, in its due diligence, the Procurement Department found that Dream Clean,
Endirt, USA Sweeping, Green Earth, HRT, King of Pressure, Overspray Solutions, Hartzell,
SFM, Pressure Cleaning Man, One General, and VPR met the requirements of the ITB; and
WHEREAS, the Procurement Department found Jet Set, PMC, Pressure Cleaning
Service Enterprise, and Scrubbers unresponsive; and
WHEREAS, all bidders as listed in Exhibit A attached to this Resolution 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 $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, and service orders exceeding $100,000 will be submitted to the
City Commission for its consideration; and
WHEREAS, to maximize competition among the prequalified contractors, the
Administration is recommending that the ITB remain open, to permit the City Manager to
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) 2020-044-AY, to establish a pool of contractors to provide pressure washing services
to expedite the selection of contractors for future pressure washing projects, and to select the
initial pool of qualified contractors, as set forth in Exhibit "A"; further, authorizing the City
Manager to keep the ITB open for the purpose of prequalifying additional pressure washing
contractors, and delegating to the City Manager the authority to add suppliers to the pool,
provided such vendors meet the requirements of the ITB; and further providing that any
purchase in excess of $100,000 shall be subject to the prior approval of the City Commission.
PASSED AND ADOPTED this
day of 2020.
ATTEST:
RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR
APPROVED AS TO
FORM & LANGUAGE
& FOR EX CUTION
3 - -
City Attorney
Date
Re solutions - C7 S
COMMISSION MEMORANDUM
TO:Honorable Mayor and Members of the City C ommission
FR O M:J immy L. Morales, City Manager
DAT E:March 18, 2020
SUB J E C T:A R E S OL UT I ON O F T HE MAYO R A ND C I T Y C OMMI S S I O N OF T HE C I T Y O F MI A MI B EA C H, F L OR I D A,
A C CE P T I NG T HE R E C O MME ND AT I ON O F T HE C I T Y MA NA GE R, P URS UA NT TO I NVI TAT I O N TO B I D (I T B)
2020-044-AY, TO E S TA BL I S H A P OOL O F CO NT RA C TOR S TO P RO VI D E P R ES S URE WA S HI NG S E RVI C E S,
TO E X P E DI T E THE S E L E C T I ON OF CO NTR A CTOR S F O R F UT UR E P R E SS UR E WA S HI NG P R OJ E C T S,
A ND TO S E L E CT T HE I NI T I A L P OO L O F QUA L I F I E D C O NT R A CTO RS , A S SE T F O RT H I N EX HI B I T "A";
F URT HE R, A UT HOR I Z I NG T HE C I TY MA NA GE R TO K EE P T HE I T B O P EN FO R T HE P UR P OS E O F
P R EQ UAL I F YI NG A D D I T I O NAL P RE S S UR E WA S HI NG CO NT RA C TOR S, A ND D E L E GAT I NG TO T HE C I T Y
MANA GE R T HE A UTHO RI T Y TO A D D QUA L I F I E D C ONT R A C TOR S TO T HE PO OL , P RO VI D E D SUC H
V E ND O RS ME E T T HE R E QUI R E ME NT S OF T HE I T B; AND F URT HE R P R OV I DI NG T HAT ANY S E RVI C E
O RD E R I N EX C ES S O F $100,000 F O R A NY PR O J E CT SHA L L BE S UB J E CT TO T HE P R I OR A P P RO VA L O F
T HE CI T Y CO MMI S S I ON.
RE C OM M E ND AT ION
The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager’s
recommendation pertaining to bids received, pursuant to I T B 2020-044-AY, to establish a pool of pressure washing services to
expedite the selection of contractors for future pressure washing projects, and the initial pool of qualified contractors, further,
authorizing the City Manager to keep the I T B open for the purpose of prequalifying additional pressure washing contractors, and
delegating to the C ity Manager the authority to add contractors to the pool.
BACKGROUND/HI STORY
On J anuary 8, 2020, the City issued an I nvitation to B id 2020-044-AY (the “I T B”). The purpose of the I T B is to establish a contract,
by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of pressure washing
contractors. The pre-qualified pool established shall effectively create a source of viable suppliers from which the City may issue
I nvitation to Quotes (I T Qs) for the purchase and delivery of various pressure washing services on an “as needed” basis, during the
term of the contract.
ANALY SIS
The I T B was issued on January 8, 2020, with bid opening date of February 6, 2020. The Procurement Department issued bid
notices to 2,107 companies utilizing www.bidsync.com website. 62 prospective bidders accessed the advertised solicitation. The
notices resulted in the receipt of 16 responses from: Dream Clean, I nc. (“Dream Clean”), E ndirt L L C (“Endirt”), US A Sweeping dba
Facilities Pro Sweep (“USA Sweeping”), Green Earth Powerwashing L L C (“Green Earth”), HRT Construction Group, L L C (“HRT ”),
Jet S et Company (“Jet Set”), King of Pressure, I nc. (“King of Pressure”), Overspray Solutions, L L C (“Overspray Solutions”), P MC
Group Services L L C (“P MC ”), P ressure Cleaning S ervice Enterprise, I nc. (“Pressure Cleaning Service Enterprise”), Roof P ainting
by Hartzell (“Hartzell”), Scrubbers Technology I nternational, L L C (“S crubbers”), S F M Services, I nc. (“S F M”), The Pressure C leaning
Man (“Pressure Cleaning Man”), One General Contractors L L C (“One General”), and V P R Construction Corporation (“V PR”).
The I T B stated that following the review of applications, the responsive and responsible bidder(s) meeting all terms and conditions of
the I T B will be recommended for award. I n its due diligence, the Procurement Department found that Dream Clean, Endirt, US A
Sweeping, Green Earth, HRT, King of Pressure, Overspray Solutions, Hartzell, SF M, Pressure Cleaning Man, One General, and
VP R met the requirements of the I T B. However, J et Set, P MC, Pressure Cleaning Service Enterprise, and S crubbers cannot be
pre-qualified at this time and will be considered in a future award after required information requested has been provided. Accordingly,
all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the I T B and
are recommended for award.
FI NANCI AL INFORMATION
The cost associated with the purchase of pressure washing services is subject to the funds availability approved through the City’s
budgeting process.
CONCL USION
I concur with staf f that it is in the best interest of the City to have a pool of prequalified pressure washing contractors from which
proposals can be sought to quickly deploy a contractor to address an identified pressure washing services need of the City.
Otherwise, redundant and time-consuming efforts would be required to qualify contractors each time a need was identified. I n order to
Otherwise, redundant and time-consuming efforts would be required to qualify contractors each time a need was identified. I n 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 I T B 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 I nvitation to Bid (I T B) 2020-044-AY, to establish a pool of pressure washing
services to expedite the selection of contractors for future pressure washing projects, and the initial pool of qualified contractors, as
set forth in Exhibit “A,” further, authorizing the City Manager to keep the I T B open for the purpose of prequalifying additional pressure
washing contractors, and delegating to the City Manager the authority to add suppliers to the pool; and further providing that any
purchase in excess of $100,000 shall be subject to the prior approval of the City Commission.
Applicable Area
Citywide
Is this a "Residents Right
to Know" ite m, pursuant to
City Code Section 2-14?
Does this ite m utilize G.O.
Bond Funds?
No No
Legislative Tracking
Property Management/Procurement
ATTACHME NTS:
Description
Exhibit A
Resolution
EXHIBIT A
Dream Clean, Inc.
Endirt LLC
USA Sweeping dba Facilities Pro Sweep
Green Earth Powerwashing LLC
HRT Construction Group, LLC
King of Pressure, Inc.
Overspray Solutions, LLC
Roof Painting by Hartzell
SFM Services, Inc.
The Pressure Cleaning Man
One General Contractors LLC
and VPR Construction Corporation
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 36 Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 1
INVITATION TO BID NO. 2020-044-AY
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
January 8, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on
Thursday, February 6, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for
traffic or other delays for which the Proposer is solely responsible.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl.gov
Contact:
Ariu Yudasto
Telephone:
305-673-7 490 ext. 26695
Email:
AriuY udastor miamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential
proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to
P s e tive Bidders" questionnaire with the reason(s) for not submitting a proposal.
E
1 ADDENDUM NO. 1
INVITATION TO BID NO. 2020-044-AY
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
ISSUANCE DATE: JANUARY 8, 2020
APPLICATIONS DUE: JANUARY 29, 2020 @ 3:00 PM
ISSUED BY:
arjuyudasto@miamibeachfl.gov
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.
SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK
1. PURPOSE. The City of Miami Beach is seeking applications from pressure washing contractors who
wish to participate in a pre-qualification pool that will be used to solicit various pressure washing
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 pressure washing 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.
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:
Arju Yudasto 305-673-7490 x26695 arjuyudasto@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 co nsideration. 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 recommendatio n(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
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.
APPENDIX A
________________________________________________________________________
Prequalification
Application
________________________________________________________________________
2020-044-AY
Pressure Washing Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
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]
Part A – General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS:
NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
BIDDER IS:
_____CORPORATION / _____PARTNERSHIP / _____SOLE PROPRIETORSHIP / _____OTHER (If other, specify:________________________)
Part B – 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?
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.
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
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 opposite 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
the company . Further, any preq ualifie 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]
APPENDIX B
________________________________________________________________________
Special Conditions
________________________________________________________________________
ITB 2020-044-AY
Pressure Washing Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
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.
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 execution 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. 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]
2/13/2020 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=471442285L1400…1/2
Department of State / Division of Corporations / Search Records / Detail By Document Number /
Document Number
FEI/EIN Number
Date Filed
Effective Date
State
Status
Detail by FEI/EIN Number
Florida Limited Liability Company
OVERSPRAY SOLUTIONS, LLC.
Filing Information
L14000115983
47-1442285
07/23/2014
07/15/2014
FL
ACTIVE
Principal Address
21444 SW 133rd Ave
Miami, FL 33177
Changed: 01/17/2020
Mailing Address
21444 SW 133rd Ave
Miami, FL 33177
Changed: 01/17/2020
Registered Agent Name & Address
GAMBOA, WILSON L
21444 SW 133rd Ave
Miami, FL 33177
Address Changed: 01/17/2020
Authorized Person(s) Detail
Name & Address
Title CEO
GAMBOA, WILSON
21444 SW 133rd Ave
Miami, FL 33177
Annual Reports
Report Year Filed Date
2018 01/29/2018
D
2/13/2020 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=471442285L1400…2/2
2019 03/01/2019
2020 01/17/2020
Document Images
01/17/2020 -- ANNUAL REPORT View image in PDF format
03/01/2019 -- ANNUAL REPORT View image in PDF format
01/29/2018 -- ANNUAL REPORT View image in PDF format
02/20/2017 -- ANNUAL REPORT View image in PDF format
02/12/2016 -- ANNUAL REPORT View image in PDF format
02/02/2015 -- ANNUAL REPORT View image in PDF format
07/23/2014 -- Florida Limited Liability View image in PDF format
Florida Department of State, Division of Corporations
City of Miami Beach Bid 2020-044-AY
Solicitation 2020-044-AY
PREQUALIFICATION POOL FOR PRESSURE WASHING
SERVICES
Bid Designation: Public
M I A t\i'd B E AC H
City of Miami Beach
1/8/2020 2:05 PM
City of Miami Beach Bid 2020-044-AY
Bid 2020-044-AY
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
Bid Number 2020-044-AY
Bid Title PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
Bid Start Date Jan 8, 2020 4:04:10 PM EST
Bid End Date Jan 29, 2020 3:00:00 PM EST
Bid Contact
ARJU YUDASTO
305-673-7490
ARJUYUDASTO@MIAMIBEACHFL.GOV
Description
PURPOSE . The City of Miami Beach is seeking applications from pressure washing contractors who wish to participate in a pre-
qualification pool that will be used to solicit various pressure washing 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 pressure washing 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).
1/8/2020 2:05 PM
City of Miami Beach Bid 2020-044-AY
14-\ iv I BEACH
I\V TATIO\ TO 313 (ITB)
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
2020-044-AY
ISSUANCE DATE: JANUARY 8, 2020
APPLICATIONS DUE: JANUARY 29, 2020 @ 3:00 PM
ISSUED BY:
MIAMIRFACH
ARJU YUDASTO, PROCUREMENT CONTRACTING OFFICER I
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3'd Floor, Miami Beach, FL 33139
305.673.7000 x26695 aduvudastocrmiamibeachfl.gov I www.miamibeachfl.gov
1/8/2020 2:05 PM P. 3
City of Miami Beach Bid 2020-044-AY
MIAMI BEACH
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.
1/8/2020 2:05 PM p. 4
City of Miami Beach Bid 2020-044-AY
SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK
1. PURPOSE. The City of Miami Beach is seeking applications from pressure washing contractors who
wish to participate in a pre-qualification pool that will be used to solicit various pressure washing
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 pressure washing 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 (Ape endix A).
2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the
process that the City will utilize to award work pursuant to the prequalification process.
1 adder submits ao
aPplw.abon io be
prequaiked
revortse to Ities ITS
On an as needed
bias. QV mil room(
OM and OA. tom
hos piequellied
I. Application it restarted
fa compliance with in
requwementt
3 it ladocabon
approved. firm a aft/
b &viol of Imo
pniqueifeS ailhoniad
for WW1* wok
1/8/2020 2:05 PM p. 5
City of Miami Beach
Bid 2020-044-AY
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:
Ar.0 Yudasto 305-673-7490 x26695 arsu udasto • miamibeachfl •ov
he City Clerk is to be copied on all communications via e-mail at: RafaelGranado • miamibeachfl.•ov;
or via facsimile: 786-394-4188.
4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive.
responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award, as
deemed in the best interest of the City, to the City Manager for his consideration. After considering the
staff recommendation for award, the City Manager shall exercise his due diligence and recommend to
the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the
City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or
reject the City Manager's recommendation(s). The City Commission may also reject all bids
received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City
Code, the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or
interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating
to the Contract.
PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF
PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY
MANAGER.
4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2),
one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED 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
1/8/2020 2 05 PM
P 6
City of Miami Beach Bid 2020-044-AY
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 httpsHwww.rniamibeachfl.govicity- 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.
1/8/2020 2:05 PM P. 7
City of Miami Beach Bid 2020-044-AY
APPENDIX A
MIAmIRLACH
Prequalification
Application
2020-044-AY
Pressure Washing Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1/8/2020 2:05 PM P. 8
City of Miami Beach Bid 2020-044-AY
M AM1BEACH
=Au. aimusgallilliMil
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 information as deemed necessary to
evaluate a bidder's qualifications. When clarifications or additional information is requested by the
City. bidder will have three (3) business days to provide, in full, all the requested information. Failure
to provide the information within the prescribed time will delay the review process and may result in
denial of prequalification.
Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications.
However, the initial review of applications shall take place 21 days after issuance of this ITB.
Applications submitted after this date will be reviewed periodically on an on-going basis. The City will
endeavor to complete the review of each application within 60 days of receipt.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
1/8,2020 2 05 PM
City of Miami Beach
Bid 2020-044-AY
Part A — General Bidder Information.
FIRM NAME:
Overspray Solutions, LLC
NO. OF YEARS IN BUSINESS:
7
NO. OF YEARS IN BUSINESS
LOCALLY: 7
NO. OF EMPLOYEES:
4
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
Miami Roof Cleaning Services
FIRM PRIMARY ADDRESS (HEADQUARTERS):
21444 SW 133rd Ave
CITY:
Miami
STATE
FL
ZIP CODE:
33177
TELEPHONE NO.:
786-592-1863
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS.
Same as above
CITY:
STATE: ZIP CODE
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
Wilson Gamboa
ACCOUNT REP TELEPHONE NO.:
786-592-1863, 786-269-4561
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
info@overspraysolution.com
FEDERAL TAX IDENTIFICATION NO:
47-1442285
BIDDER IS:
CORPORATION / PARTNERSHIP / dSOLE PROPRIETORSHIP / OTHER (If other. specify: )
1/8/2020 2:05 PM
p. 10
City of Miami Beach
Bid 2020-044-AY
Part B — Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
comoanv. below, Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
Wilson Gamboa 100% CEO
2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5)
ears.
Project Description of Work Project Reference
Powerhouse Retail Services
Walgreen's Reactive Services
Clean extrerior walls of thebuildineame:
to remove black and green stains.
Melissa Jefferson
EmaitMelissa.jefferson@powerhouseretail.cc
Telephone: 817-217-4958
Powerhouse Retail Services
Reccuring Services
Provide Pressure cleaningof flat
surfaces using chemical, hot and
cold water on a reccuring basis.
Name:Kelly Strahan
Email: kelly.strahan@powerhouseretial.com
Telephone: 817-682-6119
Name:
Email:
Telephone:
1
m
3. Is the bidder currently barred bgp
i
vernmental a
YES
enc from bidding as a prime or subcontractor?
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?
YES x NO
If yes, why?
5. Is an affiliate of the bidder pre ualified by the Cit of Miami Beach for any work?
YES
NO
If yes, state the name of the affiliate?
1/8/2020 2:05 PM p. 11
Company Type of affiliation (parent or subsidiary) Period of affiliation
City of Miami Beach Bid 2020-044-AY
6. Is the bidder a parent, subsidia , or holding corn an for another company?
YES x NO
If the answer is "yes," identify the company and type of relationship(s), below:
7. Is an owner, director, officer, or agent of the bidder affiliated with another company?
YES x 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?
YES x 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?
YES X 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?
YES X NO
If yes, explain.
1/8/2020 2:05 PM p. 12
City of Miami Beach Bid 2020-044-AY
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?
YES
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?
YES x 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 misre resentation to any public agency or entity?
YES x 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?
YES x NO
x
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
1
@2tran employee of the City of Miami Beach?
YES x NO
If yes, state name, title and share of ownershi
Share (%) of Ownership
1/8/2020 2:05 PM p. 13
Name
P
Title
City of Miami Beach Bid 2020-044-AY
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 X 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?
x 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 errnplyp
l
es?
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 Paid sick days Paid Sick days
Family Medical Leave Other Other
Bereavement Leave PTO PTO
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 x NO
If yes, which brands.
BIDDER AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete. true.
and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes: 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a
notarized statement whenever a change occurs in the ownership, management, or financial condition of
1/8/2020 2:05 PM p. 14
City of Miami Beach Bid 2020-044-AY
1
the company. Further, any prequalified 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:
Wilson Gamboa
Title (must be a principal of the bidder):
CEO
Signa
tu(Vre: zhio.1 . rt- L Q'euitt56,a,
Date:
01/09/2020
V
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
1/8/2020 2:05 PM p. 15
City of Miami Beach Bid 2020-044-AY
APPENDIX B
MIAMI BF ACH
Special Conditions
ITB 2020-044-AY
Pressure Washing Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1/8/2020 2:05 PM p. 16
City of Miami Beach Bid 2020-044-AY
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 providing 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.
1/8/2020 2:05 PM p. 17
City of Miami Beach Bid 2020-044-AY
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 performing 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 execution 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. 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]
1/8/2020 2:05 PM p. 18
Overall Bid Questions
There are no questions associated with this bid.
City of Miami Beach
Bid 2020-044-AY
Question and Answers for Bid #2020-044-AY - PREQUALIFICATION POOL FOR
PRESSURE WASHING SERVICES
1/8/2020 2:05 PM p. 19