HomeMy WebLinkAboutR-97-0317J-97-269
4/30/97
RESOLUTION NO. 9 7 - 317
A RESOLUTION ACCEPTING THE BIDS OF AFTER HOURS
CLEANING SERVICE, INC., FOR THE FURNISHING OF
CUSTODIAL SERVICES, IN AN ANNUAL AMOUNT OF
$81,816.00, FOR THE NORTH AND SOUTH DISTRICT POLICE
STATIONS (GROUP A) AND THE POLICE DEPARTMENT MINI -
STATIONS AND SATELLITE OFFICES (GROUP B) AND
ETCETERA SERVICE, INC., FOR THE FURNISHING OF
CUSTODIAL SERVICES, IN AN ANNUAL AMOUNT OF
$8,846.52, FOR THE FLEET SERVICE CENTER (GROUP C),
FOR A ONE (1) YEAR PERIOD WITH THE OPTION TO EXTEND
FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT A
TOTAL PROPOSED ANNUAL AMOUNT OF $90,662.52;
ALLOCATING FUNDS THEREFOR FROM THE POLICE
DEPARTMENT GENERAL OPERATING BUDGET, ACCOUNT
CODE NO. 001000-290201.6.340 ($81,816.00) AND FROM
THE FLEET SERVICE CENTER OPERATING BUDGET,
ACCOUNT CODE NO. 503001.291301.6.705 ($8,846.52);
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDER
FOR THIS SERVICE, AND THEREAFTER TO EXTEND SAID
CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR
PERIODS AT THE SAME PRICES, TERMS AND CONDITIONS,
PURSUANT TO BID NO. 96-97-033, SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were received on February 24,
1997 for the furnishing of custodial services for the Department of Police; and
WHEREAS, invitations for Bid No. 96-97-033 were mailed to fifty-three (53)
potential bidders and seven (7) bids were received; and
WHEREAS, the Department of Police must provide custodial services for its
properties; and
CITY COMMISSION
MEETING OF
MAY 0 7 1997
Revolution No.
9
WHEREAS, said service includes the furnishing of all labor, materials, equipment
and supervision; and
WHEREAS, funds for this service are available from the Police Department
Operating Budget, Account Code No. 001000.290201.6,340 ($81,816.00) and from the
Fleet Service Center Operating Budget, Account Code No. 503001.291301.6.705
($8,846.52); and
WHEREAS, the City Manager and the Chief of Police recommend that the bids
received from After Hours Cleaning Services, Inc., and Etcetera Service, Inc., be accepted
as the lowest most responsible and responsive bidders;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution
are hereby adopted by reference thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The bids submitted on February 24, 1997 by After Hours Cleaning
Service, Inc., for the furnishing of custodial services, in an annual amount of $81,816.00,
for the North and South District Police Stations (Group A) and the Police Department mini -
stations and satellite offices (Group B) and Etcetera Service, Inc., for the furnishing of
custodial services, in an annual amount of $8,846.52, for the Fleet Service Center, for a
one (1) year period with the option to extend for two (2) additional one (1) year periods, at
a total annual amount of $90,662.52, are hereby accepted, with funds therefor hereby
allocated from the
Police Department
Operating
Budget, Account
Code No.
001000.290201.6.340
($81,816.00) and
from the
Fleet Service Center
Operating
Budget, Account Code No. 503001 ,290402.6.705 ($8,846.52).
2-
97- 317
Section 3. The City Manager is hereby authorized to instruct the Chief
Procurement Officer to issue purchase orders for these services, and thereafter to extend
said contract for two (2) additional one (1) year periods at the same prices, terms and
conditions, in accordance with Bid No. 96-97-033, subject to the availability of funds.
Section 4. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED this 7th
ATTEST;
WALTE J. MAN
CITY CLERK
BUDGETARY & FINANCIAL REVIEW:
� p6z��'
DIPAK PAREKH, DIRECTOR
OFFICE OF BUDGET AND
MANAGEMENT ANALYSIS
day of May 1997.
7"Jul CAROLLO, MAYOR
APPROVED AS TO FORM AND CORRECTNESS:
A. I N S, III
CITY ATT EY
I
W1594:CSK
3-
97-- 317
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO The Honorable Mayor and Members
of the City Commission
FRo Marquez
City Manager
Recommendation:
DATE : APR 2 2 1997
SUBJECT: Proposed Resolution
REFERENCES: Purchase of Custodial
Services;
ENCLOSURES: Bid No. 96-97-033
FILE :
It is respectfully recommended that the award of Bid No. 96-97-033 and a Resolution accepting
'said bid for the provision of Custodial Services be granted to:
1) Group A and Group B: After Hours Cleaning Service, Inc., a Black, Dade County vendor,
located at 1515 NW 167`" Street, #232, Miami, Florida, 33169, whose owners are Joe, Eddy and
Marie Allen, in an annual amount of $81,816.00.
2) Group C: Etcetera Service, Inc., a Female, Dade County vendor, located at 46 NW 105''
Street, Miami, FL, 33150, whose owner is Diana Newbold -Davis, in an annual amount of
$8,846.52.
Funding, in a total amount not to exceed $90,662.52, is to be from the Police Department General
Operating Budget, in the amount of $81,816.00, Account Code 001000.290201.6.340 and the Fleet
Service Center General Operating Budget, in the amount of $8,846.52, Account Code
503001.291301.6.705.
Background
The Police Department is responsible for providing custodial services for its properties. Formal
bids have been received and after review it has been determined that the listed vendors are the low
bidders on the awarded properties. The vendors will be accountable for providing custodial
services within each of the properties. Properties include: Group A which consists of the North
and South District Stations, Group B which consists of all mini -stations and satellite offices and
Group C which is the Fleet Service Center. These services are necessary as the Department does
not have applicable personnel to perform them. Without these services the properties will fall into
an untidy and unsanitary condition.
On January 24`'', 1997, invitations for sealed bids were sent to fifty-three (53) prospective vendors.
Bids were opened on February 24', 1997, with seven (7) responsive vendors.
�__ 97-. 317 1
The Honorable Mayor and Members Bid No.
of the City Commission _ 96-97-033
Amount of Bid: % of Cost Estimate:
$90,662.52 70.4%
Cost Estimate/Budgeted Amount:
$128,812.00
Source of Funds:
Police Department General Operating Budget
Account Code 001000,290201.6.340
Amount: $81,816.00
Fleet Service Center General Operating Budget
Account Code 503001.291301.6.705
Amount: $8,846.52
Minority Representation:
Black
Public Hearings/Notices:
N/A
Assessable Project:
N/A
2 97- 317
6.5 V U BACKGROUND INFOR IA'
dre is to be included with your bid. Do not leave any questions unanswered. When the question
write the word(s) "None", or "Not Applicable", as appropriate. Please print.
MYAIV Y OFFICERS:
/President Vice President
.1 e h
Secretary _ l � (� y � ice{ � � C V� Treasurer lJ (�l� f t 1
COMPANY OWNERSHIP:
mD p _ 1.-4� ) 1 P n . LA ;I—_% of ownership
Coil, M I e 2� j—% of ownership
MOW 1 L al It Y� j_�% of ownership
% of ownership
LICENSES:
1. County or Municipal Occupational License No._ 10 03 1 5--- %
(attach copy with bid)
2. Occupational License Classification 7 G Yl , A-[j r 1 CL
3. Occupational License Expiration Date: q - 3 Q - q
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP)
S. Social Security or Federal I.D. No.__ % 4 le 5-4-2 41
EXPERIENCE:
6. Number of Years your organization has been in business:2 �i_ '? V Y-s
7. Number of Years experience BIDDERIPROPOSER (person, principal of fu7n, owner) has had in operation
of the type required by the specifications of the Bid or RFP:
8. Number of Years experience BIDDERIPROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP:
97-- 317 3
.tv",, r torida � Bid No. 96-97-33
VE OR BACKGROUND INFOX MAI 1XN
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY O��F��rFICERS:
President I/t��£ Z/W— A Vice President
Secretary /I Treasurer
COMPANY OWNERSHIP: l
1 j A o1 c / le-(— AliS % of ownership
% of ownership
% of ownership
% of ownership
LICENSES:
1. County or Municipal Occupational License No. c�- b Z �J j — j
(attach copy with bid)
2. Occupational License Classification J7ft I? IA-t�gk'V�I4e4-
3. Occupational License Expiration Date: �P N�-� e,- P-
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. 6 9 ,2 3 6
EXPERIENCE:
6. Number of Years your organization has been in business:
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP:
j
8. Number of Years experience BIDDER/PROPOSER (fain, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP:
9'7- 317 5
BID NUMBER: 96 - 97 - 033 M/WBE
COMMODITY / SERVICE: CUSTODIAL SERVICES
DEPARTMENT/CONTACT PERSON: Mr Mr POLICE DEPT - RQN HAZZARO/BUDGET UNIT
DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE:
The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the
Procurement Management DivisionSPMD). The user department (s) is required to complete all remaining
sections of this form, including the funding source(s), contract value (if applicable), and all other
required approvals prior to forwarding to PMD.
Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form to Finance/PMD,
ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized by PMD to prepare the resolution memo
and the Resolution for submission to the Agenda Office for Commission approval.
Should the department not concur with the recommendation for award, FAX separate justification memo to
PMD immediately. Emergency procurements are exempt.
Contact PAMELA BURNS of the Bid/Contract Section at 416-1905;8 =fiXMXXhould you have
any questions.
APPRO'
TO DEP
BIDRECOM.DOC 2/28/97 PAGE 2 OF 2 PAGES
7
97- .317
BID AWARD RECOMMENDATION FORM
BID NUMBER: 96-97-033 M/WBE COMMODITY/SERVICECustodial Services for the MPD
DEPARTMENT / DIVISION: Miami Police ce Dppartment
TERM OF CONTRACT: one (1) ,year with the extend for 2 additional one (1) yr. periods
NUMBER OF BIDS DISTRIBUTED: 53 NUMBER OF BIDS RECEIVED: 7
METHOD OF AWARD: To the lowest most responsive and responsible bidder(s) based
RECOMMENDED VENDOR(S):
After Hours Cleaning Service
Ftcetera Service, Inc.
STATUS:
Black/Dade Co.
CONTRACT VALUE:
TOTAL: P qo, (b02, sa:
T
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: AFTER HOURS CLEANING: Group_A and Group B . ETCETERA
SERVICE• Group C. Provide general janitorial service,
to include vacuuming, thorough cleaning of bathrooms, mopping, emptying
trash cans, dusting of surfaces (desks, file cabinets, etc.)- This is
necessary to maintain the physical facilities in a neat, clean,
& professional atmosphere
ACCOUNT COOE(S):
in�
DEPARTMENT APPROVAL:
Department Director/
Designee
BUDGETfJMVIEW APPROVAL:
4 _0AV_/.
Dipak Parekh
Director
OTHER FUNDING APPROVALS, IF APPLICABLE:
E
PAGE 2 OF 2 PAGES
PROCUREMET APPROVAL:
r1efjuPcr"oyc"UrementOfficer
.arter
qC
TITLE:
BID TABULATION 96.97-033 M/WBE
CUSTODIAL SERVICES FOR THE
DEPARTMENT OF POLICE
GROUP A
GROUP B
GROUP C
VENDORS
Mr. Clean Reliable Services
212 N.E. 154 Street
Miami, Fla. 33162
Black/Dade Co.
$ 103,776.00
NO BID $
19,980.00
no record of
attendance at
Best's Maintenance and
site visit
Janitorial Service, Inc.
3290 N.W. 29th Street
Miami, Fla. 33142
Female/Dade Co.
$ 87,780.00
$ 18,540.00 $
17,424.00
After Hours Cleaning Service
1515 N.W. 167 Street #232
Miami, Fla. 33169
Black/Dade Co.
$ 66,000.00 $ 15,816.00 $
16,500.00
Etcetera Service Inc.
46 N.W. 105 Street
Miami, Fla. 33150
Black/Dade Co.
$ 101,268.00 $ 21,000.00 $
8,846.52
no record of
attendance at
Dexter -Clean Corp.
site visit at Edgewater
10201 Hammocks Blvd.
Miami, fla. 33196
Female/Dade Co.
$ 66,600.00 $ 22,380.00 $
43,200.00
N & K Enterprises Inc.
1495 N.E. 129 Street
N. Miami, Fla. 33161
$ 147,010.32 $ 25,844.78
NO BID
Terry's Extradordinary
2420 N.W. 140 Street
Opa Locka, Fla. 33054
$ 75,000.00 $ 28,880.00
NO BID
Black/ Co.
Approve
Approved by:,�41
y S. Carter Direct esigne
Chie
rocurement Officer
Date: v�/�
Prepared By: Pamela Burns 3/4/97
Group A: North and South Substations
Group B: Mini Stations: Omni, Overtown, N.E., & Edgewater
Marine Patrol, David Herring Center, Mounted Unit
Group C: Fleet Service Center
97- 317 9
CITY OF MIAMI
SUMMARY OF CONTRACTS AWARDED
FOR: CUSTODIAL SERVICES FOR THE MIAMI POLICE DEPARTMENT
AWARDED TO: After Hours Cleaning Service
Etcetera Service, Inc.
TIME PERIOD NUMBER OF BIDS
After Hours Cleaning Service
From: 1997 to Present #96-97-024
#95-96-066
#94-95-017M/W
#94-95-015M/W
Etcetera Service, Inc. ' #93-94169NVW
SUMMARY OF CONTRACTS, DOC
DOLLAR AMOUNTS
$17,796.00
$11,556.00
$ 8,640.00
$ 19,691.00
$96,000.00
97_ 317 11
DID No. s 96-97-033
SATZ 310(2) O1RIN"' FEBRUARY 24, 1997 12:00
IOTA fig_!®MDCA s1 :�
NIR. CLEAN RELIABLE SERVICES
See attached bid
BEST'S MAINTENANCE & JANITORIAL SERV.
ETCETERA SERVICES
DEXTER CLEAN CORP.
AFTER HOURS CLEANING SERVICES
N. & K. ENTERPRISES
We received only
ne copy of the bid which
_F)ep�rtmeUt
TERRYS EXTRA ORDINARY
.See attacneCl
COASTALBUILDING MAINTENENCE
CENTURY BUILDING SERVICES
NEWAY SYSTEMS INC.
MERIDIAN MANAGEMENT CORP.
P [ME SERVICES OF AMERICA
—YM..
VISTA BUILDING MAINTENENCE SERV.
NMI!—_OMM
YMY—�NN_N_—ice___
_
ifs�is.s w—r--s—N
vt
ulters from = ven,1:
received_t;rne�. CifaiY i ��w
��i~rr? ��^'`"
other offer?, s�',i:a:tt+�,� i:Va
�----
00 M• YN
MpM MOM
,.""
savelopes on babslt of
orsoo re 01 `6)
A///SOiiLID WASTE -PROCUREMENT DIVISIOti ®•
(CR Dspsrt'asat)
I
M___
( oput� CSt Clock)
v1 f =' i ZIitI�
f
1 y }`l�l}• / 8
J t ! �`t 1114;•,hRt t r.t'\H.+ )t 1 e
1.14iP1
� � l .1'i i.in JI.i ���•I
I t•, t, jll; r l',I1" I(11 �� �1(111 111.1
it fl
L'
A DDENDI I Nc �. 1
%'IA t, A AN1) !iiF(;LAR NIA11,
Ii11) 'tit,). ()6 9 W i 1,11111WARY 10, IQ9
C'11STODIAL SERV1C'h•S V OR TI-IF
MIAM1 POLICE 1)14'TAE TNIE•:N•1'
A t\1andawrV Pre Bid Conference and Site Visits occut)cd (In January W- i {, 1')e)i• ()nc kit tltc .It, 11 •tecl
nl )he `;pccif caliwin, of the Bid IA)etiment was Ilot vi:,itl:d that dale Clue 1(, sonic i.orlf l"I"lt ;_Iltllln;,
whollel the location etimed or Plot. The F,dgc\vatt.r Mini Ciliation ill :'-I I Biscaync Etlkd. d,ws cX!•,i
and )s Inc ated al that address
A mandator-, ti;t•. \ I;It h)r• the higeNva(ur Mini Stalion will o':,.'m ,III Tile velar, hebruai•) Ilk, OW7 .11
Q 01) ,1 III al the I dgt-%%a1,•r Mill) StMlott at the c(t((1 rthe,,.c• All I,,,tclttr:rl Eiidtler.
10 hC Ian 1)11IQ
All ltn{1 ,.'I , h+RI Il Jll+ tell' dllti site 11)'my hid suilnia wd.
111 r Wl. NIN(, 1)A11. r-41) ( NIF FOR THIS tilt) 11A-+ BY FN ('11AN(JA1 '1111
A tip) 1• BIDS AUF.. I)UV IS *111FSPAY, FF H'kVARY .r l fe}t)" :i b i
HI I: It i:ti•1ti AND (ONI)l ( ON", OF 1I1E HID kt.t\1;11`J 1 EIE ';ANTI
I MS ADDF.NDt );\I IS 10 I;i'. Sk sN-t l) ANI) t)A 11.1) HY ial.l ttllli)f.Rti A"dt) tit ltAtl l'i FL) A:j Pio r ,I I H
ItHA Ill wl I I-t t I if. �10111%4Iti;,I+ )N Ol 1'tZt )F'r )`,•11 5
i)AII-
I -IP11'Ir.lI,41,11II.J, 11„•,I-•t{,•. i .t
I I � h,' ... 'N9•n, ,,,.1� I' .}t itlu 11• ,ni +tl I •:'e �i. . I:' i. i
-• i i �; 4 t r• 1 ;� ` c F t l 1
CITY OF MIAM1
ADVERTISEMENT FOR BID '
Sealed bids will be received by the City of Miami City Clerk at his office located at
City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following:
BID NO.96-97-033 Qualified firms regularly engaged in the provision of Custodial
Services for various locations of the Miami Police Dept., on a
contract basis for one (1) year.
A Mandatory Pre -Bid Conference will take place at the Miami
Police Headquarters located at 400 N.W. 2nd Avenue, Miami,
Lobby area, on Thursday, January 30, 1997 at 9:00 a.m. Site visits
to various locations will occur that date and January 31, 1997.
Failure to attend specific sites shall disqualify any bid submitted
for those locations.
OPENING DATE: 11:30 A.M. February 12, 1997
These bid has been designated as a set aside for Black, Hispanic and Female
vendors certified with the City of Miami's Minority/Women Business Enterprise (M/WBE)
Program. M/WBE firms currently certified with Dade County Public Schools or Metro -
Dade County must be certified with the City's M/WBE program, prior to bid award.
M/WBE certification as a Black, Hispanic or Female vender must be current and valid
at the time of bid opening and proof must be submitted with your bid.
FAILURE TO MEET ABOVE SET ASIDE REQUIREMENTS MAY DEEM YOUR BID NON-
RESPONSIVE.
Detailed specifications for this bid are available upon request at the City of Miami,
Procurement Division, 444 SW 2 Avenue, Sixth Floor, Miami, FI.
33130. Telephone No.
416-1904,
Edward Marquez CITY OF MIAMI
City Manager LOGO
AD.4308
City of Miami
REQUISITION FOR ADVERTISEMENT
This number must
appear in the
advertisement.
INSTRUCTIONS: Please type end attach a coov of the advertisement wilh thi§ r ion.
1. Department:
2. Division:
3. Account Code number:
4. Is this a confirmation:
5. Prepared by:
0�,-!0 1--: t3 i
❑ Yes No
6. Size of advertisement: ,
7. Starting date:
8. Telephone number:
-
9. Number of times this advertisement is to be
10. Type of advertisement:
published: t l c,:.`
Legal ❑ Classified
❑
Display
11. Remarks:
Date(s) of
Invoice No.
Amount
Publication
Advertisement
I T i
lcl
i
:74 >
�!
Pi
y
S' '�
tt
T�
O
1
i
13.
❑ Approved j
❑ Disapproved
Department Director/Designee Date
Approved for Payment
Date
C IGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department
City of Miami, Florida
Bid No. 96-97-33
.0. BID DOCUMENT CHECK LIS.
This is provided to help you conform with all requirements stipulated in this IFB.
YES
6.1.
Bid Information Form - This form must completed and signed for validity of your bid.
YES
6.2
Statement of No Bid (only if applicable)- If you do not intend to submi-i a bid on this
commodity or service, please return this form in the bid envelope on or before bid opening.
If the "Statement of No Bid" form is not completed and returned, your company may be
deleted from the City Miami bidders' list for
of this commodity or service.
YES
6.3.
Insurance Requirements - Acknowledgment of receipt of information on the insurance
requirements for this bid.
YES
6.4.
Price Sheet - To be completed and signed by bidder.
YES
6.5.
Vendor Background Information - This form must be completed in its entirety to verify the
capability of bidder to perform/deliver the services/goods specified in the IFB.
YES
6.6.
Minority/Women Business Affairs Registration Affidavit, if applicable - Must be
completed only if one or more of the owners in the business enterprise is at least 5 1 % owned
by a Black, Hispanic or Female.
YES
6.7.
Minority Status Information Sheet
YES
6.8.
Sample of Affirmative Action Policy for Equal Employment Opportunity
6.9.
Primary Office Location Affidavit , if applicable - Section 18-52.1(h) of the City Code, as
YES
amended, states that the City Commission may offer to a responsible and responsive local
bidder, whose primary office is located in the City of Miami, the opportunity of accepting a
bid at the low bid amount, if the original bid amount submitted by the local bidder does not
exceed 110 percent of the lowest other responsible and responsive bidder. (Must be signed
and notarized by the local bidder, only for use in attesting primary office location).
6.10.
Public Entity Crimes Sworn Statement - "A person or affiliate who has been placed on the
YES
convicted bidder list following a conviction for a public entity crime may not submit a bid on
a contract to provide any goods or services to a public entity, may not submit a bid on a
contract with a public entity for the construction or repair of a public building or public work,
may not submit bids on leases of real property to a public entity, may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a contract with any
public entity, and may not transact business with any public entity in excess of the threshold
amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from
the date of being placed on the convicted bidder list." (Must be signed and notarized).
6.11.
Debarment and Suspension Certificate
YES
6.12.
Vendor Application, if applicable - All prospective bidders should complete a vendor
YES
application for the commodities/services the vendor can regularly suppply to the City. Should
a prospective bidder not be currently listed on the City's vendor/bidder's list, a vendor
application will be enclosed with the bid package. Vendors who have already submitted an
application and secured a vendor number from the City are not required to submit a new,,
vendor application. Should a bidder return a bid or a "No Bid", a fully completed vendor;
m
application should be returned and the information contained therein will be added to thec
r-
City's vendor/bidder's list.
—i_ �1
�r0YEs r
6.13.
Occupational License - All bids shall be accompanied by a copy of your license(s), as_
-r �7
required.
6.14.
Two (2) Letters of Reference ::_ ' c'YES �n
6.15.
Proof of M/WBE Certification -
C
> YESi-;
f kc,
Submitted With Bid