Loading...
Backup Documents 01/13/2015 Item #16D 3 ORIGINAL DOCUMENTS CHECKLIST & ROUTIN SP("� 3 TO ACCOMPANY ALL ORIGINAL DOCUMENTS S ��JJ THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE .., ` . TTORNEY PINK R `UTI S P Routed by Purchasing Department to Office Initials Date the Following Addressee(s) (In routing order) 1. Risk Management Risk I/4) 2. County Attorney Office County Attorney Office S,'/ I/15115 3. BCC Office Board of County -113 Commissioners -ma y 11\5\6 4. Minutes and Records Clerk of Court's Office r-}�,_ `flr\ 1.114(5 l(:3(ph 5. Return to Purchasing Department Purchasing Contact: Diana DeLeon PRIMARY CONTACT INFORMATION Name of Primary Diana De Leon for Brenda Brilhart Phone Number 252-8375 Purchasing Staff January 13,2015 Contact and Date Agenda Date Item was January 13,2015✓ Agenda Item Number 16.D.3✓ Approved by the BCC Type of Document Contract Number of Original 2 Attached Documents Attached PO number or account N/A Solicitation/Contract 15-6373 G.A. Food number if document is NumberNendor Name Service to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? DD 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's DD signature and initials are required. 7. In most cases(some contracts are an exception),an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the 41 m/ BCC,all changes directed by the BCC have been made, and the document is ready fo r the 11. Chairman's signature. 1 6D 3 MEMORANDUM Date: January 22, 2015 To: Diana De Leon, Contracts Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #15-6373 Senior Food Program Services Contractor: G.A. Food Service, Inc. Attached is an original copy of the contract referenced above, (Item #16D3) approved by the Board of County Commissioners on Tuesday, January 13, 2015. The second original contract will be held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 16D3 AGREEMENT 15-6373 for Senior Food Program THIS AGREEMENT, made and entered into on this &il day of Jahukr-y 2015, by and between G.A. Food Service of Pinellas County, Inc. D/B/A G.A. Food Service, Inc., authorized to do business in the State of Florida, whose business address is 12200 32nd Court North, St. Peterburg, Florida 33716, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. COMMENCEMENT. The Contractor shall commence the work upon the issuance of a Purchase Order. 2. CONTRACT TERM. The contract shall be for a period of one (1) year, commencing on Date of Board award. 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. The County shall give the Contractor written notice of the County's intention to renew the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than thirty (30) days prior to the end of the Agreement term then in effect. 3. STATEMENT OF WORK. The Contractor shall provide quality bulk food and site specific or home delivery of pre-packaged meals and services for senior citizens in accordance with the terms and conditions of Bid #15-6373, specifically including Exhibit A "Scope of Work, Specifications and Response Format" and "Additional Requirements," Exhibit B "Grant Agency Requirements", Exhibit C "Granting Agency Forms", Addenda, 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 Parties, in compliance with the County Purchasing Ordinance and Purchasing Procedures in effect at the time such services are authorized. Page 1 of 9 0 1603 4. 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 provided in 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. Payment will be made upon receipt of a proper invoice and upon approval by the CHS Grant Coordinator, or designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 CHS Grant Coordinator or designee, reserves the right to reject payment for hot meals with temperature readings below 140 degrees F and cold meals with temperature readings above 40 degrees F and the County will be reimbursed by the Contractor for the purchase of replacement meals. 4.2 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. 5. 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. Collier County, Florida as a political subdivision of the State of Florida is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. 6. 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. 12200 32nd Court North St. Petersburg, Florida 33716 Attention: Kenneth A. LoBianco, CEO 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 Procurement Services Department 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Joanne Markiewicz, Director, Procurement Services Page 2 of 9 0 1603 Telephone: 239-252-8407 Facsimile: 239-252-6480 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. 7. 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. 8. 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. The County will not be obligated to pay for any permits obtained by Subcontractors/ Subconsultants. 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. 9. 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 receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform the agreed- upon 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. Page 3 of 9 CPC, 1603 In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Contract Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 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 in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. 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. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty- four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. Page 4 of 9 0 1603 13. 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, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, 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 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. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Community and Human Services Department. 15. 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. 16. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Bid #15-6373 specifically including Exhibit A "Scope of Work, Specifications and Response Format" and "Additional Requirements," Exhibit B "Additional Grant Requirements", Exhibit C Grant Agency Forms", Addenda and the attached Exhibit A, "Price Schedule" as attached. 17. SUBJECT 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. Page 5 of 9 CA 16D3 18. 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, as amended, 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. 19. COMPLIANCE WITH LAWS. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with 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; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), and the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3))). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. 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. 20. 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. 21. 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. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with the Purchasing Ordinance and Purchasing Procedures. 23. 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 Page 6 of 9 G 1603 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, Florida Statute. 24. VENUE. 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. 25. CONTRACT STAFFING. Contractor's personnel and management to be utilized for this contract 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 required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the service delivery dates. 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents. The terms of the Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. * * * * * Page 7 of 9 ft 1603 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock,:Clerk of Courts /�� By: IL �,,�f/mot i gilift . t Tom. Dance .. ,Chairperson Dated: t 0104111110 r ow (SEAL)At st as to Chairman's signature only. G.A. Food Service of Pinellas County, Inc. DfB/A G.A. Food Service, Inc. Contractor el LI Ittr' I ' ' By: 4)10,-0-71-4-, 0 4- F rst Witness Signature Rosalind H. Dawson-Contract Administrator Kenneth A.LoBianco,CEO TType/print witness nameT 1'Type/print signature and titleT ■ 'O 4S'ha2d t Second Witness Joyce Sharkey-Receptionist TType/print witness nameT Approved as to Form and Legality: i. Assistant Soo A ttorney rint Name i R Item# Agenda l—i 3-AS Date ----- Date Vr`S,{`� Recd 10 1.uty�a) Page8of9 r1( 1603 Exhibit A Price Schedule 15-6373 Senior Food Program (following this page) Page 9 of 9 it�AU 1603 O) U) 1.0 I,. 0) O- 0) 0) N. 00 V �j l0 O) ,- N 0) O) O 0) co to 4 N C C M V V 4 4 4 V V 4 V 0 - L 1. 0•.. d. C. 0 v_0 eS '� N CL .. ER EA ER ER E» ER E» E» EA EA Y N Y_ ((00 ((00 N 2 N 0 m o CO CO a) a) N N c ,_ C c U U U U Na N N N a" 2 a' m � 2 L^ 2.3. N N >s4 CO 0 O < 0 Ur (O0 (00 (00 N0 `) N -o a) -o a) o a) E a) E 0 E a) E n a C O C O O V) (0 U) (0 (o (0 CO o) 0) (I) CO L CO L L 0 N 0 2 CC 2. cc 20 Y E � E a) a) U0 U0 0 U0 ui N ' 'V 'V 0) co Y > y Y CC N 4= N Y 2) v) 2) v) v a n a _ 0 _ o a a e- a e- e- N e- y•- N — N �-- N co Y N co O cN..0 2 >, 2 >. �. U7 N Q .N O N 7 N V' ` In En_ N 0 a) a X N X co X N X �' -o w -o v v) a) co a) En 0 En a) I I U �c 1 1 N Na) 0 = 0 0 N C N C N C N C n N _ n 0 I U U U L m EO )° 0 .O Z+ 0 ••O .4' (0 V Y N U N y to N.. (0 (O N.. (0 N.. N 0 a) a 0 '' I 0 0 - 7 e- 7 O a) 2 N 2 N 22 8 2 7 a .N EO a 3 V L N > V) v) 0 m CO m (Ca m m m aa) < 0 m Q - cn 3 Q 0 O U O U 0 (n E c0 N co N u) N n 0 O O a 0 O .N N 'C \ N .- N m N m N m Q a CC Z Q Q -O 3 N U L.L. 3 (0 co CO. N (0 N .0 N .0 N ' '_ a) O O a) CO -J a O N [r W [ C CO c -• C c = c -C Ni Ni 0 0 x m c Cr Z CO a) >' 0 >' >' '0 .0 > .( .O > e- e- fA 7 R Oy L 0 L 0 0 O 0 O a) 0 _N O 0 I: I N- I co = a 0 En 0 ` N L >O L >O L O L O 1 ■N l y u -0(/) o E d E U. co L V . v > v � � � N 3 N 3 N U Ei N N as (0 m m t m co O N U U d a) 8 d 8 a) U c) U M "- n Y n Y N N ` > > N O ME O U \ Y V \ : \ 0 O N 0 0 O N O N - 0 `i E § >:� > T� >;� I = ' _ ' _ ,- m a) Co O I CO•M a) m °\.. o N � E°- n 3- 3 0) 3 0) 3 0 . 0 0 • 0 -- . - P OI 0 O) 0 0 U) C N C N C co C M v • Cl) 0 '5 I 2 EMO co N 0 N N O_; a n'+J n i. CO Y a Y Y 3 m 3 3 m H co F. m m a) 0. 1 a) co_ a 0 x .,-I • ° r co • ° s ° .0 a � a C7 ) aU 2 � EO 2 ., m �av W 'j co 0 '5 co o CO 0 a) f0 a) as a) Eo a) a N CO m d) l0 L a a a O � C10) > d > � m � co � m � co s v N co .G cY � n.ni a Y a Y Y O „co 0@ NO co O (0 N@ Y N EO Y ` Z (0 N a (0 0 a co w co y co 7 Y M 7 ;Y M O 'Y M O 'Y 0 U O U Q c O < o m < a) 2) CD CC E Cr E Cr E CL' E c --L n v L U '— co• Z, co Z, co u_ co v c .� a) z`(N a) ZCV a"N allo = No allo aN ° 0 O- ?� U 0 c� CL3 ) m 0 C .0 a) LC L 0 .0 0 0 N a`- N 0.� nl a) N Ni '� N co : 0 N co a 0 r CO N N c N V) C (0 C O- U O 'co- O N O O ` N 0 fil a) co N a) o0 f0 a) O N o c0 a) N a) I1 3 a) 0 0 ' a L O v .0 U U co (, 0 0 0 0 U o ._ U . 0)Y 2 -0 3 a)Y 2 U 3 c rn m m Ep (p • yO w c U m c U N• O 0 N 0 0 0 a p O U • 0 0 N 0 •V • OIV O V m N m X z (O (0 7 >, O a) • M e- M .e M 2 v 0_ - v 0_ - 0_ v CL O U CO CO O U CO 0_ Z C7 0_ (0 Ti a a 0 a 0 0 0 0 0 U N C a C C C C C C 0 C CO J co J J J J J J 7 7 — a) m Z TO . 0 w >0 N 0 @ co t a) a) > a) LLl a) N N Y c E a) 0 � 0cn a3 -6 N E Eu- E � E Y E E C (n fn a N@ a aa'i 2 c = R = m = m Q 0 n Q • 2 2 m o); ca a _ 3 co a) ° m rn • rn 0) avi 0)n a Q. a w ° a U. m0 � O aw m0 a45 rn2 mo rn8 ) 2 coo CO CC v V 20_ 10.. D .5 (oCL w 7 (00. aCL Y0_ YU. W w �- _ tL• Li. 9-.0 a ._ a a 0 - v a > 0 a > 0 a > 0 a > Cr cn Y co Y Y -c a) a) a) @ a� m f9 U U (� = U v > > a a a av 92 2 a'o a) E D < E ) < 2T) < 2 mO m CC (o co co o_ cc) a CO co -0 0_ CO •0 .0 CI_ 0 0_ Q_ 0 0_ Q_ 0 4. 0_ 0 u. 0 a o n o E• - N M v E() CC) I,- CO 0) OD (3) 1603 .V CO o ) a- ,.....O 6. L CO U. d d 4) a E t a) u L co a ea ea eft EA &I L a) a) Q N ' Y Li C a Li c 0 N o. CO O a) 2 O a) NO N r/1 0 - Y O N E U N Q 4 ct O .0 U N fV 1 m `m = U 001 o 8 I °) U -o N a) r. 58 a m f0 L N 0 N y. Y ._ - N .0 0 I CL N N a O C O am o- O -C -0 . — N N M C 0 C cn 0 I to co . 0 o - m 2 N 2 `) � 2 aa)) 8 )` ., E co I , m 7,6 Qb N n In V2 0 co a) O Up aa)) cu. Y a) " a m m • N .0 ^ O c) m Q y V Z 0 0 j 30 O Nj O N C C) d N N aU ' gUYQv Y O . N �I eO e CY6. QU a n rn — m I C N Y O a I Y a Y c 01 Z ai Z Z vf°, a air a-,.Ns az Ye C9 a_co U v `a ` Q ^, 2 cu N Na •NQ .. � U a0 c �p p In y co U 1 aUY_ YU t a°) O a�) Y a) = _ a Qv N d a N a) .. Q Z LL O •N 2 O U c0 m N 2 N L > co N N 7 'N0 -C C c0 U L co co s 7 QQ 'o 3 @U c o ou c •c c ,- � � � AMU yV d Z y"� o uai a) o a) in °) C W E , N N X O >+ O z >. C 00 .v) O 'O Q N ` cn 30 p.0 N a 'O .0 ?+ C 3 ` of O O c ct � Za � Z N .0 .. QTr LL N m .2 O C !- yU � dCLL CLI 00 2 Cn 7 C = ,— a) ._ I -0 3 N LL c U 2 °) c c C N 7 c IL; a r.: I fn d (n u. O U x = a) O T c N Z n u :? E o c L Ln ca > 7azga co ' W O O O O co n co N CO m 0 N I Q O N N C a p' N C N L O 7 a) 'p a) Q NO N N .c N C1 .0 m m N co N QQ N L I 1-- m 3 •CI- NO N N `" ^ N o m N N I co n -0 . M I o o yy I c 8 E co S t0 a) Q I Q N O rsj co a s c N a N 1 M Y 7 1 -) Y > S Of Lei I U.i N .r... f0 M.. Q N CO O N I a N a y C L ~ C fA N tl`) Q O C ` Y a) >r O C c Y 0) u) .0 Na M CO NY N yz C 3 0m CU (o a� o m ` 0 I 4O '� c 0 U 1 ni c t Q a @ v) y < a c., �.O U Zr) a w O CYj Q C O a) Y �_U •,(n LL N V N c0 Y@ Z (•') N .• O Z O Z c` Q C T V .-.L Y C _ C Q 0:-E fn 3 N N v a U V Y C O C a v Y in Y O U a3 N ( O I Y U O (0 `. C3 7 V N a) Y O J m 1 ^U -o — c - „ .- j= I a Z 8 a 3 m N U L U 3 2) „.,(1) O y • v a) Y N 2 co U —0 2 a) Y t 1 y C o � = M.N . o � >- >- o m m 2 aaa Zm v) . Z>r aZ o I ` E N C Q p �m c a) m O a`) 3 w Y@ 0 a Q O 2. 0030 0 ,- 0 0 n'o c c E a) N a) 'C m _ Q' LI" 0 .` 3 N .0 i_ ./ N to C,„ f0 a) m c ce LL m m N f0 U C y U .,w rnY2Uu. m ~ a) vmU O Z cEt C 0, 026u_ 1:)> = 1— a) -DU_ 3 CL_ LUZLC c0 c0 7 T O N U X o >, > O o O O C co c >. O N V O Cl)0 co O Cl) >. o Cl) .Q OU (na' ZCl) aada (/) d' (/) c) Na NO OacnaZcnaaa zaazaacnao..... R CD L L L U U U C C C C 7 2 7 To CU d a) c E E U O Y w a) U m a .° ma E CUZ d >_ c E "' w L LL a) "0 L (/) J Co - o Y F- U U 0 a_ 0 0 O a. O- E CA FLORIDA 1603 ass DEPARTMENT STATE OF OF BUSINESS AND PROFESSIONAL REGULATION ?T � DIVISION OF HOTELS AND RESTAURANTS 850-487-1395 1940 NORTH MONROE STREET NORTHWOOD CENTRE TALLAHASSEE FL 32399-1015 GA FOOD SERVICE INC GA FOOD SERVICE INC 12200 32ND CT N ST PETERSBURG FL 33716 Congratulations! With this license you become one of the nearly ore million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range i STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants, DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order to NOS4604128 ISSUED 11/12/2014 serve you better. For information about our services,please log onto www.myfloridaiicense.com. There you can find more information NON-SEATING FOOD SERVICE(2010) about our divisions and the regulations that impact you,subscribe GA FOOD SVC OF PINELLAS CO INC to department newsletters and learn more about the Department's GA FOOD SERVICE INC initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, IS LICENSED under the provisions of Ch 509 FS. and congratulations on your new license! Expiration dale DEC 1,2015 L1411120000577 DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DIVISION OF HOTELS AND RESTAURANTS LICENSE NUMBER - - NOS4604128 NBR. OF SEATS: 0 The NON-SEATING FOOD SERVICE (2010) Named below IS LICENSED 4' Under the provisions of Chapter 509 FS Expiration date DEC 1, 2015 . NON- . TRANSFERABLE. ❑ .��•' ❑ GA FOOD SVC OF PINELLAS CO INC •. • • 4, GA FOOD SERVICE INC +� r{-•. 5501 DIVISION DR '+, :• FORT MYERS FL 339055013 _ O `o ISSUED: 11/12/2014 DISPLAY AS REQUIRED BY LAW SEQ# L1411120000577 10412 16D3 / ' ACRD CERTIFICATE OF LIABILITY INSURANCE DATE,2(M(MMIDD/YYYY) 12/12/2014 ‘...../ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMECONT Lisa Kibbey Commercial Lines-(813)639-3000 PHONE FAX (A/C.No.Ext); 813-639-3000 LAIC No):855-299-7117 Wells Fargo Insurance Services USA,Inc. E-MAIL o.com f ll t l cw.Cerre uest wesar ADDRESS: q @ 9 2502 N.Rocky Point Drive,Suite 400 INSURER(S)AFFORDING COVERAGE NAICN Tam FL 33607 Tampa, INSURER A: Liberty Insurance Corporation 42404 INSURED INSURER B: Wausau Underwriters Insurance Company 26042 G.A.Food Services of Pinellas County, Inc. INSURERC: North River Insurance Company 21105 DBA G.A.Food Service Inc INSURER D: Manufacturers Alliance Insurance Company 36897 12200 32nd Court,North INSURER E: St.Petersburg,FL 33716 INSURER F: COVERAGES CERTIFICATE NUMBER: 8482852 REVISION NUMBER: See below THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I TYPE OF INSURANCE ADDLSUBR W POLICY EFF POLICY EXP LIMITS LTR INSD VD POLICY NUMBER IMM/DD/YYYY) (MM/DDIYYYY) X I COMMERCIAL GENERAL LIABILITY 1,000.000 A TB2Z91458863014 03/15/2014 03/15/2015 EACH OCCURRENCE $ CLAIMS-MADE X I OCCUR PREMI SES(ES(RENTED 300.000 DAMA PREMIEa occurrence) $ MED EXP(Any one person) $ 5.000 _1 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2.000,000 X POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG $ 2,000.000 OTHER: B AUTOMOBILE LIABILITY AS2Z91458863024 03/15/2014 03/15/2015 COMccidenBINED t)SINGLE LIMIT S 1,000,000 CO a X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS _,AUTOS _.. X X NON-OWNED PROPERTY DAMAGE $ _ HIRED AUTOS AUTOS (Per accident) x HCPD-ACV x�$1,000 Comp/Coll Deductible -$ C X UMBRELLA LIAR X 1 OCCUR 58110126868 03/15/2014 03/15/2015 EACH OCCURRENCE $ 15,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $ 15,000.000 DED X RETENTION$ 0 $ D WORKERS COMPENSATION 2015750298901 01/01/2015 01/01/2016 X PER ATUTE I EERH AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ '000 OFFICER/MEMBER EXCLUDED? N/A ---- --`-' ----- (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes.describe under 500000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Contract#15-6373"Senior Food Program" Collier County Board of County Commissioners is named as additional insured as it relates to general liability in accordance with the terms and conditions of the policy.30 day notice of cancellation is provided to certificate holder in accordance with the terms and conditions of the policy. CERTIFICATE HOLDER CANCELLATION Collier County BOCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn:Procurement Services Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN p ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamiami Trail East Naples,FL 34112-4901 AUTHORIZED REPRESENTATIVE 9(. 4 The ACORD name and logo are registered marks of ACORD ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) ITfiis certificate replaces cerUficater 8482842 issued on 12'12,2014) 16D3 Policy Number: TB7-Z91-458863-013 Issued by: LIBERTY INSURANCE CORPORATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION OR MATERIAL CHANGE IN COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART Schedule Name: Address: Number of Days: Performance Food Group, Inc. Attn: Risk Department 30 12500 West Creek Parkway Richmond, VA 23238 Collier County BOCC Attn: Purchasing Department 30 3327 East Tamiami Trail Naples, FL 34112 Vistar Corporation or Performance Food c/o Ebix BPO 30 Group Company, LLC Ref#98-1169 and Ref#-98-4694 PO Box 257 Portland, MI USA 48875-0257 We will not cancel this policy nor make changes that reduce the insurance afforded by this policy until written notice of cancellation or reduction has been mailed by certified mail, return receipt requested to those scheduled above at least: 1. 10 days before the effective date of cancellation, if we cancel for non-payment of premium; or 2. the number of days indicated in the Schedule above before the effective date of the cancellation or reduction if we cancel or reduce the insurance afforded by this policy for any other reason. L-D-02-02-05 11 0-2011-L-iberty-Mutual-Group-of-Companies—All-rights-reser-ved. Page-1-of 1 includes copyrighted material of Insurance Services Office, Inc., with its permission. 1603 Policy Number TB7-Z91-458863-013 Issued by LIBERTY INSURANCE CORPORATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Schedule Name of Other Person(s)/ Email Address or Number Days Notice: OrganIzation(s): mailing address: Performance Food Group, Inc. 12500 West Creek Parkway 30 Attn: Risk Department Richmond,VA 23238 Collier County BOCC 3327 East Tamiami Trail 30 Attn: Purchasing Department Naples, FL 34112 Vistar Corporation or Performance PO Box 257 30 Food Group Company, LLC Portland, MI USA 48875 c!o Ebix BPO Ref#98-1169 and Ref#98-4694 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 O 2011 Liberty Mutual Group of Companies.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission.