Loading...
Agenda 02/14/2012 Item #16D12/14/2012 Item 16.D.1. EXECUTIVE SUMMARY Recommendation to award Invitation to Bid "12 -5799 Senior Food Program "; to GA Foods, Inc. to provide home delivered and congregate meal services for activities funded through the Older Americans Act at an estimated annual cost of $360,000. OBJECTIVE: To contract with GA Foods, Inc. to provide home delivered and congregate meal services for the Senior Nutrition. Program. CONSIDERATIONS: Housing, Human and Veteran Services, using funds provided through the Older Americans Act, administers a meal program to benefit senior citizens by providing nutritionally balanced meals, and monthly nutrition education. In addition to the aforementioned services, congregate meal sites offer socialization and activities. The program seeks to encourage-the senior population to remain healthy and active by providing nutritious meals and a venue to engage in social interactions, or to remain independent and safely age in their own homes, thus avoiding costly assisted living facilities. The program serves a total of approximately 70,000 meals each year, where 40,000 meals are served to 200 congregate clients and 30,000 meals are served to 100 homebound clients. Housing, Human and Veteran Services and the Purchasing Department developed the Invitation to Bid ( "ITB ") which included applicable federal and state grant requirement language. The County's Local Vendor Preference language was omitted as this practice is prohibited by the grantor agency. Notices were sent to 124 email addresses and a legal ad was placed in the Naples Daily News on December 12, 2011. Approximately 21 solicitation packages were downloaded; and three (3) bids were presented to the County, with one (1) of the three (3) vendors being declared as non - responsive as described in the attached Bid Tabulation. Vendors were asked to price fifteen (15) standard l options. The purpose of requesting pricing for a total of fifteen (15) standard meal options was to allow Collier County to determine the respondent who had the lowest overall total cost. Vendor Bid Amount GA Foods Service d/b /a GA Foods, Inc. $74.1.7 total price per fifteen (15) standard meal options LowCountry LLC d/b /a Carolina Catering Co $101.42 total price per fifteen (15) standard meal options PurFoods LLC d /b /a Mom's Meals Non - responsive Staff determined that GA Food Service of Pinellas County d/b /a GA Foods, Inc. of St. Petersburg, Florida, was the overall lowest responsive firm. The contract is based on unit pricing and services will be procured through purchase orders. FISCAL IMPACT: The estimated annual cost to provide the services described in the ITB is $360,000. Funds are available through the Older Americans Act grant program within the Human Services Grant Funds (707/708). LEGAL CONSIDERATIONS: This item is legally sufficient and requires a majority vote. - JBW Packet Page -1453- 2/14/2012 Item 16.D.1. GROWTH MANAGEMENT IMPACT: No growth management impacts are associated with this item. RECOMMENDATION: That the Board of County Commissioners award ITB "12 -5799 Senior Food Program" to GA Foods, Inc. and authorize the Chairman to execute a County Attorney approved contract. Prepared By: Heidi Fahnestock, Administrative Supervisor, Housing, Human and Veteran Services Packet Page -1454- COLLIER COUNTY Board of County Commissioners Item Number: 16.D.1. 2/14/2012 Item 16.D.1. Item Summary: Recommendation to award Invitation to Bid "12 -5799 Senior Food Program "; to GA Foods, Inc. to provide home delivered and congregate meal services for activities funded through the Older Americans Act at an estimated annual cost of $360,000. Meeting Date: 2/14/2012 Prepared By Name: FahnestockHeidi Title: Administrative Supervisor,Housing, Human & Veteran Services 1/4/2012 3:17:26 PM Submitted by Title: Administrative Supervisor,Housing, Human & Veteran Services Name: FahnestockHeidi 1/4/2012 3:17:28 PM Approved By Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 1/20/2012 11:13:26 AM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 1/20/2012 11:18:07 AM Name: AlonsoHailey Title: Administrative Assistant,Domestic Animal Services Date: 1/20/2012 11:44:47 AM Name: GrantKimberley Title: Interim Director, HHVS Date: 1/20/2012 3:33:01 PM Packet Page -1455- Name: AckermanMaria Date: 1/23/2012 12:47:08 PM Name: CarnellSteve Title: Director - Purchasing/General Services,Purchasing Date: 1/23/2012 4:26:42 PM Name: FoordMarlene Title: Grant Development & Mgmt Coordinator, Grants Date: 1/23/2012 5:27:11 PM Name: WhiteJennifer Title: Assistant County Attomey,County Attorney Date: 1/24/2012 11:22:10 AM Name: RamseyMarla Title: Administrator, Public Services Date: 1/31/2012 2:33:16 PM Name: WhiteJennifer Title: Assistant County Attomey,County Attorney Date: 1/31/2012 4:27:21 PM Name: StanleyTherese Title. Management/Budget Analyst, Senior,Office of Management & Budget Date: 2/6/2012 3:04:52 PM Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Management & Budget Date: 2/6/2012 3:05:14 PM Name: KlatzkowJeff Title: County Attorney, Date: 2/6/2012 3:07:59 PM Name: OchsLeo Title: County Manager Date: 2/6/2012 4:13:47 PM Packet Page -1456- 2/14/2012 Item 16.D.1. 2/14/2012 Item 16.D.1. A G R E E M E N T 12-5799 for Senior Food Services THIS AGREEMENT, made and entered into on this day of 2012, by and between GA Food Service of Pinellas County, d.b.a. GA Foods, Inc., authorized to do business in the State of Florida, whose business address is 12200 32nd Court, North, St. Petersburg FL 33716, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County ": WITNESSETH: 1. COMMENCEMENT. The Contractor shall commence the work upon the issuance of a Purchase Order. The contract shall be for a one (1) year period, commencing on the date of Collier County Board approval, and terminating on December 31, 2012. The County may, at its discretion and with the consent of the Contractor, renew the. Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods in accordance with the grant requirements. The County shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide Senior Food Services in accordance with the terms and conditions of Bid #12 -5799, specifically including Exhibit I: Scope of Work, and Exhibit IA: Additional Grant Requirements and the Contractor's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County contract manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price, as per Exhibit A, Price Schedule, attached herein and incorporated by reference. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. Page Y of 9 Packet Page -1457- 2M4F2012 Item 16.D.1. Payment will be made upon receipt of a proper invoice and upon approval by the Contract Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act ". 3.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4. SALES TAX. Contractor shall pay all sales, consumer, use and other similar, taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: G.A. Food Service, Inc. Attn: James J. LoBianco, President 12200 32nd Court, North St. Petersburg, FL 33716 Telephone: (727) 573 -2211 Facsimile: (727) 571 -1652 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasing /GS Director Telephone: 239 - 252 -8371 Facsimile: 239 - 252 -6584 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. Page 2 of 9 Packet Page -1458- 2/14/2012 Item 16.D.1. 6. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 7. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be' processed internally by the County. All non - County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer, with respect to persons employed by the Contractor. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty -four (24) hours after r. ' ;^ ©Ilion; conduct, or - practice, such ;suspension to f continue until the . Contractor further agrees not to commence operation durirEg -the z s t .Pei'i`od`uiitil the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non - performance. 10. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 11. INSURANCE AND BONDS. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. Page 3 of 9 Packet Page -1459- 2/14/2012 Item 16.D.1. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non - Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. D. Umbrella Liability: $2,000,000 Limit to apply in excess of underlying Employer Liability, Commercial General Liability and Automobile Liability E. BONDS. For projects in excess of $200,000, bonds shall be submitted with the executed contract by Contractor, and written for 100% of the Contract award amount, the cost borne by the Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to the County; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. Special Requirements: Collier- County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subContractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other Page 4 of 9 Packet Page -1460- 2/14/2012 Item 16.D.1. rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Housing, Human and Veterans' Services (HHVS) Department. 14. CONFLICT OF INTEREST: Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, Performance and Payment Bonds, ITB #12 -5799 Specifications/ Scope of Services specifically including Exhibit I: Scope of Work, and Exhibit IA: Additional Grant Requirements and any Addenda, and attached Exhibit A, Price Schedule. 16. SUBTECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 17. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County. Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 18. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. Page 5 of 9 Packet Page -1461- 2/14/2012 Item 16.D.1. 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 20. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 21. ADDITIONAL ITEMS /SERVICES. Additional items and/or services may be added to this contract in accordance with the Purchasing Policy. 22. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision - making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision - making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring :mediation under section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 23. KEY PERSONNEL/STAFFING: The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as many people as necessary to complete the project on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. The Contractor shall not change Key Personnel; as identified in the Contractor's proposal, unless the following conditions are met: (1) Proposed replacements have substantially the same or .better qualifications and /or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel Page 6 of 9 Packet Page -1462- 2/14/2012 Item 16.D.1. 24. ORDER OF PRECEDENCE: In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB and/or the Contractor's Proposal, the Contract Documents shall take precedence. In the event of any conflict between the terms of the ITB and the Contractor's Proposal, the language in the ITB would take precedence. ***** * **** *** * * * ****** ****The rest of this page intentionally left blank****'******************** Page 7 of 9 Packet Page -1463- 2/14/2012 Item 16.D.1. ■ IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: Dwight E. Brock, Clerk of Courts By: Dated: (SEAL) First Witness TType/ print witness nameT Second Witness TType /print witness nameT Approved as to form and legal sufficiency: (1j;C7.ounty Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Fred. W. Coyle, Chairman By: Page 8 of 9 Contractor G.A. Food Service, Inc. Signature Typed signature and title Packet Page -1464- 2/14/2012 Item 16.D.1. Price Schedule 12 -5799 Senior Food Services Note: Additional cash discount of 2.25% if payment is made within thirty (30) days. Page 9 of 9 Packet Page -1465- Bulk Food Program Breakfast $ 4.20 1 Bulk Food Program Lunch $ 4.40 2 Pre - packaged Site Specific Program Breakfast $ 4.36 3 Pre- packaged Site Specific Program Lunch $ 4.35 4 w/o all side items pre - packed i.e., bread /butter, dessert Pre - packaged Site Specific Program Lunch $ 4.71 5 w all side items pre - packed i.e., bread /butter, dessert Pre - packaged Home Delivery Program Lunch $ 5.58 6 TWO PACK Pre- packaged Home Delivery Program Lunch $ 5.43 7 FIVE PACK Pre- packaged Home Delivery Program Lunch $ 5.38 8 SEVEN PACK Pre - packaged Home Delivery Program Lunch $ 5.38 9 FOURTEEN PACK DRI Shelf Stable meal packs TWO lunch $ 4.84 10 PACK DRI Shelf Stable meal packs THREE lunch $ 4.84 11 PACK DRI Shelf Stable meal packs FIVE lunch $ 4.89 12 PACK DRI Shelf Stable meal packs SEVEN lunch $ 4.94 13 PACK C1 frozen meal lunch $ 4.79 14 C1 cold meal lunch $ 6.08 15 Note: Additional cash discount of 2.25% if payment is made within thirty (30) days. Page 9 of 9 Packet Page -1465- Program Manager: Heidi Fahnestock Bid Tabulation Procurement Lead: Joanne Markiewicz Senior Food Program 12 -5799 2/14/2012 Item 16.D.1. Solicitations Downloaded: 21 Bids Recived: 3 Opened by: Kathy Mullins Witnessed by: Joanne Markiewicz; 1/12/12 PurFoods LLC dba LowCountry LLC PurFoods LLC dba GA Food Service DBA Carolina of Pinellas Mom's Meals LowCountryLLC of Pinellas Items Description Meal Ankeny, Iowa DBA Carolina County, Inc dba St. Petersburg, FL'- Department of Health License Catering Company Yes Yes Production kitchen location (street address, Naples, FL GA Foods, Inc city, state and zip code) if different from (Non- Responsive) St. Petersburg, FL 1 Bulk Food Program Breakfast Non - Responsive $ 4.87 $ 4.20 2 Bulk Food Program Lunch Non - Responsive $ 5.32 $ 4.40 3 Pre - packaged Site Specific Program Breakfast $ 3.80 $ 5.82 $ 4.36 4 Pre - packaged Site Specific Program w/o Lunch $ 3.40 $ 5.97 $ 4.35 Menu substitution rate for referenced all side items pre-packed i.e., bread /butter, No evidence in clients 5 Pre - packaged Site Specific Program w all Lunch $ 3.80 $ 5.97 $ 4.71 side items pre-packed i.e., bread /butter, 6 Pre - packaged Home Delivery Program Lunch $ 6.75 $ 7.96 $ 5.58 TWO PACK 7 Pre - packaged Home Delivery Program Lunch $ 6.40 $ 7.92 $ 5.43 FIVE PACK 8 Pre - packaged Home Delivery Program Lunch $ 6.25 $ 7.88 $ 5.38 SEVEN PACK 9 Pre - packaged Home Delivery Program Lunch $ 5.00 $ 6.98 $ 5.38 FOURTEEN PACK 10 DRI Shelf Stable meal packs TWO PACK lunch $ 6.00 $ 7.55 $ 4.84 11 DRI Shelf Stable meal packs THREE lunch $ 5.75 $ 7.15 $ 4.84 PACK 12 DRI Shelf Stable meal packs FIVE PACK lunch $ 5.50 $ 7.02 $ 4.89 13 DRI Shelf Stable meal packs SEVEN lunch $ • - 5.25 $ 6.69 $ 4.94 PACK 14 C1 frozen meal lunch $ 3.80 $ 7.33 $ 4.79 15 C1 cold meal lunch $ 3.80 $ 6.99 $ 6.08 TOTAL Non -Res onsive 1 $ 101.42 1 $ 74.17 Opened by: Kathy Mullins Witnessed by: Joanne Markiewicz; 1/12/12 Packet Page -1466- PurFoods LLC dba LowCountry LLC GA Food Service !Nom's Meals DBA Carolina of Pinellas Ankeny, Iowa Catering Company> County, Inc dba Naples', L F GA Foods, Inc } (Non - Responsive) St. Petersburg, FL'- Department of Health License Iowa Inspection Yes Yes Production kitchen location (street address, city, state and zip code) if different from address on Department of Health License Yes; Iowa Same location Yes Evidence of 3 years in business Since 1999 Yes Yes No evidence in Licensed staff registered Dietician Yes materials Yes Inspections and corrections Yes Yes Yes Menu substitution rate for referenced No evidence in clients .01 materials Yes Packet Page -1466- Program Manager: Heidi Fahnestock Bid Tabulation Procurement Lead: Joanne Markiewicz Senior Food Program 12 -5799 2/14/2012 Item 16.D.1. Solicitations Downloaded: 21 Bids Recived: 3 Evidence of ethnic and special needs client meal handling Yes No evidence in materials Yes Description of contingency plan to provide meals in the event of power outages, weather emergencies, etc. Yes No evidence in materials Yes Single point of contact information John Phillips No evidence in materials James LoBianco Attachment 2: Vendor Check List Yes Yes Yes Attachment 3: Vendor Response Form Yes Yes Yes DUNS 17- 7051294 361432508 073215956 CCR/CAGE 5M2N3 6MGB3 1XD30 FTID 412096639 470901474 591485677 Sunbiz.org Registration in process Printed /JM Printed /JM EPLS Printed /JM Printed /JM Printed /JM Attachment 4: Immigration Law Affidavit Yes Yes Yes E-Verifty profile page or MOU No evidence Yes On file in Purchasing and Submitted Everify Registration Number Attachment 5: Vendor Substitute W9 Yes Yes Yes Attachment 6: Insurance and Bonding Yes Yes Yes Attachment 7: Five completed references 6 Completed 1 Completed Submitted a list of 5 (not in the required format Attachment 8: USDA Debarment Form Yes Yes Yes Attachment 9: Specific Legal Authority Yes Yes Yes Addendum 1 Yes Yes Yes Packet Page -1467-