Loading...
Agenda 07/14/2020 Item #16C11 (RFP #20-7743 "Emergency Catering Services")07/14/2020 EXECUTIVE SUMMARY Recommendation to award an Agreement for Request for Proposal ("RFP") No. 20-7743, "Emergency Catering Services," to AshBritt, Inc., as a primary vendor, Mattison's 41, LLC d/b/a Mattison's Catering, as a secondary vendor, and Tastebuds Custom Catering, Inc., as a tertiary vendor, for county -wide emergency catering services. OBJECTIVE: To obtain emergency catering services to supply bulk and/or boxed food meals, and food supplies to the County's employees and emergency workers before, during, and/or after an emergency or disaster event. CONSIDERATIONS: The Facilities Management Division and Public Utilities Department are responsible for ensuring the County has vendors capable of providing nutritious meals to support part or all of the feeding operation requirements in the event of an emergency or disaster. On March 19, 2020, the Procurement Services Division released RFP No. 20-7743, "Emergency Catering Services," to 6,276 vendors. Interested vendors viewed eighty (80) bid packages, and the County received six proposals by the April 21, 2020 deadline. Staff determined that four respondents are responsive and responsible and found Cotton Culinary, Inc. d/b/a Cotton Commercial USA, Inc. and Arti-Shay's Taste of Soul non -responsive due for not submitting the RFP's required paperwork. A selection committee met on June 26, 2020, scored each of the proposals, ranked the proposals based on the solicitation's criteria, and recommended the selection of a primary, secondary and a tertiary vendor. The vendor's ability to perform and deliver was rated the highest factor in grading and scoring the proposals. Staff recommends awarding RFP No. 20-7743 to AshBritt, Inc., as the primary vendor, Mattison's 41, LLC d/b/a Mattison's Catering, as the secondary vendor, and Tastebuds Custom Catering, Inc., as the tertiary vendor. Respondents: Company Name City County State Final Rank Responsive/ Responsible AshBritt, Inc. Deerfield Beach Broward FL 1 YES/YES Mattison's 41, LLC dba Mattison's Catering Sarasota Sarasota FL 2 YES/YES Tastebuds Custom Catering, Inc. Naples Collier FL 1 3 YES/YES Thierry's, Inc. Miami Miami -Dade FL 4 YES/YES Cotton Culinary, Inc. dba Cotton Commercial USA, Inc. Katy Harris TX NO/YES Arti-Shay's Taste of Soul NO/NO The Agreement has an initial term of three -years effective upon the date of the Board's approval. The County may, at its discretion, and with the consent of the vendors, extend the Agreement for two additional one-year renewal periods. FISCAL IMPACT: There is no fiscal impact as a result of this action. Historically, County departments have spent approximately $900,000.00 during a full activation (Category 4 hurricane); however, this may not be indicative of future buying patterns. Funding will require emergency budget amendments for the Packet Pg. 1818 16.C.11 07/14/2020 declared emergency projects. Typically, these expenses are 100% FEMA reimbursable LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award an Agreement for Request for Proposal No. 20-7743, "Emergency Catering Services," to AshBritt, Inc., as a primary vendor, Mattison's 41, LLC d/b/a Mattison's Catering, as a secondary vendor, and Tastebuds Custom Catering, Inc., as a tertiary vendor, for county -wide emergency catering services, and to authorize the Chairman to sign the attached Agreements. Prepared By: Katie Sibert, Operations Analyst, Facilities Management Division ATTACHMENT(S) 1.20-7743 NORA Initialed (PDF) 2.20-7743 Mattison'sCatering_VendorSigned (PDF) 3.20-7743 Mattison'sCatering_Insurance 7-2-20 (PDF) 4.20-7743 Ashbritt_VendorSigned (PDF) 5.20-7743 TasteBuds_VendorSigned (PDF) 6. [Linked] 20-7743 Ashbritt Proposal (PDF) 7.20-7743_Mattisons_Catering_Proposal (PDF) 8.20-7743 Final Rank (PDF) 9.20-7743 Request for Proposals (RFP) (PDF) 10. [Linked] 20-7743 TasteBuds Proposal combined (PDF) 11. 20-7743 Tastebuds_Insurance 7-6-20 (PDF) 12. 20-7743 Ashbritt_Insurance 7-6-20 (PDF) Packet Pg. 1819 16.C.11 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.11 Doe ID: 12822 Item Summary: Recommendation to award an Agreement for Request for Proposal ("RFP") No. 20-7743, "Emergency Catering Services," to AshBritt, Inc., as a primary vendor, Mattison's 41, LLC dba Mattison's Catering, as a secondary vendor, and Tastebuds Custom Catering, Inc., as a tertiary vendor for County -wide emergency catering services. Meeting Date: 07/14/2020 Prepared by: Title: — Facilities Management Name: Kathleen Sibert 07/02/2020 5:00 PM Submitted by: Title: Director - Facilities Management — Facilities Management Name: Damon Grant 07/02/2020 5:00 PM Approved By: Review: Facilities Management Miguel Carballo Director - Facilities Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Barbara Lance Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Public Utilities Department Dan Rodriguez Additional Reviewer Public Utilities Operations Support AmiaMarie Curry Additional Reviewer Procurement Services Sue Zimmerman Additional Reviewer Public Utilities Department Drew Cody Level 1 Division Reviewer Grants Erica Robinson Level 2 Grants Review Public Utilities Department George Yilmaz Level 2 Division Administrator Review Procurement Services Sandra Herrera Additional Reviewer Grants Carrie Kurutz Additional Reviewer County Attorney's Office Scott Teach Level 2 Attorney Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Budget and Management Office Ed Finn Additional Reviewer Skipped 07/01/2020 1:23 PM Completed 07/02/2020 5:01 PM Completed 07/02/2020 5:03 PM Completed 07/02/2020 5:12 PM Completed 07/02/2020 5:23 PM Completed 07/02/2020 5:33 PM Completed 07/02/2020 5:51 PM Completed 07/02/2020 6:26 PM Completed 07/06/2020 7:32 AM Completed 07/06/2020 7:57 AM Completed 07/06/2020 9:57 AM Completed 07/06/2020 10:20 AM Completed 07/06/2020 10:22 AM Completed 07/06/2020 10:41 AM Completed 07/06/2020 11:02 AM Completed 07/07/2020 9:15 AM Packet Pg. 1820 07/14/2020 County Manager's Office Board of County Commissioners Nick Casalanguida Level 4 County Manager Review Mary,lo Brock Meeting Pending Completed 07/08/2020 9:20 AM 07/14/2020 9:00 AM Packet Pg. 1821 DocuSign Envelope ID: F9AE3C04-EEF3-42AE-9319-E8172B757236 Co ie-r County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7743 Title: Emergency Catering Services Due Date and Time: April 21, 2020 @ 3:00 pm 16.C.11.a Respondents: Company Name City County State Final Rank Responsive/Responsible AshBritt, Inc. Deerfield Beach Broward FL 1 Yes/Yes Mattison's 41, LLC dba Mattison's Catering Sarasota Sarasota FL 2 Yes/Yes Tastebuds Custom Catering, Inc. Naples Collier FL 3 Yes/Yes Thierry's, Inc. Miami Miami -Dade FL 4 Yes/Yes Cotton Culinary, Inc. dba Cotton Commercial USA, Inc. Katy Harris TX No/Yes Arti-Shay's Taste of Soul No/No Utilized Local Vendor Preference: Yes 0 No Recommended Vendor(s) For Award: On March 19, 2020, the Procurement Services Division released Request for Proposal ("RFP") 20-7743 to six thousand two hundred and seventy-six (6,276) vendors for the Emergency Catering Services project. Eighty (80) bid packages were viewed, and-e+gfht-W submittals were received by the April 21, 2020 deadline. S � rnu Four (4) respondents were found to be responsive and responsible, while two (2), Cotton Culinary, Inc. dba Cotton Commercial USA, Inc. and Arti-Shay's Taste of Soul were deemed non -responsive due to not providing the required paperwork. The Selection Committee met on June 26, 2020 and as described in the solicitation documents, the Committee scored each of the proposals and ranked the respondents based on the criteria outlined in the solicitation and recommended selection of a primary, secondary and a tertiary vendor. Staff recommends entering into an agreement with the top three (3) ranked vendors: Primary - AshBritt, Inc. Secondary— Mattison's 41, LLC dba Mattison's Catering Tertiary - Tastebuds Custom Catering, Inc. Contract Driven = Purchase Order Driven = Required Signatures Igned by: I Project Manager: Katie Sibert I 6& 1 IiO V'f U, GU/ LVL i8984F4... E w Packet Pg. 1822 DocuSlgn Envelope ID: F9AE3C04-EEF3-42AE-9319-E8172B757236 16.C.11.a by: Procurement Strategist: Barbara Lance I M4A4&AA, 0� `--- Proc�oer oeedtby ervices Director: CU San ra Fr°eraFS 6/26/2020 Date E w Packet Pg. 1823 16.C.11.b c FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT L # 20-7743 E for Emergency Catering Services THIS AGREEMENT, made and entered into on this day of 2020 by and between Mattison's 41, LLC DBA Mattison's Catering authorized to do business in the State of Florida, whose business address is 7275 South Tamiami Trail Sarasota FL 34231 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing ❑0 upon the date of Board approval ❑ en I and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. 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 two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term 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 prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑m Purchase Order ❑ Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of W Request for Proposal (RFP) ❑ ❑ QtheF ) # 20-7743 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. � The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1824 16.C.11.b c m 3.1 This Agreement contains the entire understanding between the parties and any E modifications to this Agreement shall be mutually agreed upon in writing by the Parties, w in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 r0_1 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): X-FTIM Mr. Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1825 16.C.11.b 4.2 Any County agency may obtain services under this Agreement, provided E sufficient funds are included in their budget(s). uU 4.3 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 the Agreement. 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. ro ... fe. all ether cectc and expo es associated with activities and solicitations undertaken pursuant to 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 # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) f� Packet Pg. 1826 16.C.11.b c m Company Name: Mattison's 41, LLC DBA Mattison's Catering E Address: 7275 South Tamiami Trail w Sarasota FL 34231 M Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Paul Mattison Owner (941) 921-3400 chefpaul mattisons.com / heidir(cD-mattisons.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Damon Grant Division Name: Facilities Management Division Address: 3335 Tamiami Trail East Naples, FL 34112 Administrative Agent/PM: Miguel Carballo, Manager Telephone: (239) 252-7609 E-Mail(s): Miguel.Carballo _colliercountyfl.gov 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. 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. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) '4 Packet Pg. 1827 16.C.11.b c 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 E purpose, or for any purpose in violation of any federal, state, county or municipal u, ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect M 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 o Contractor to be objectionable or improper, the County shall have the right to suspend the N Agreement of the Contractor. Should the Contractor fail to correct any such violation, Z conduct, or practice to the satisfaction of the County within twenty-four (24) hours after a receiving notice of such violation, conduct, or practice, such suspension to continue until U_ 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 ,o County. 10. 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 the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement 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. 0 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. QQ 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. 0■ 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 $1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1828 16.C.11.b MIM • -- --- F-:'^ -1 GGver rr 6hall have minimum lim��f4' Pee elai tt. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. 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 thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) 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 the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, 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. Page 6 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1829 16.C.11.b 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. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 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 AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Al Exhibit A Scope of Services, Exhibit B Fee Schedule, R RFP/ ❑ q&❑ r1theF #20-7743 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and 0 Other Exhibit/Attachment: Federal Contract Provisions and Assurances. 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. 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. 19, 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 Agreement held by the individual and/or firm for cause. 20. 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 Page 7 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017,008 (Ver.1) c m as L a� E w F 11k Packet Pg. 1830 16.C.11.b c 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 w Records Law Chapter 119, including specifically those contractual requirements at F.S. § M 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 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. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1831 16.C.11.b c m 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and w conditions of this solicitation or resultant Agreement to other governmental entities at the M discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. ❑ GLEAN UPI. the PrejeG-t Site GleaR N N O N C 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. y The Contractor shall employ people to work on County projects who are neat, clean, -0 well-groomed and courteous. Subject to the American with Disabilities Act, Contractor r_ shall supply competent employees who are physically capable of performing their >1 employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose r continued employment on Collier County projects is not in the best interest of the County. c 25 INA RRA NTV GGRtFa6teF expFessly waKants that the geeds, nqateFials andieF N r M , Cl)1. lien, O N C E t Page 9 of 17 U Fired Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Q Packet Pg. 1832 16.C.11.b L id by I—eunhyl. payment —Ihe- W M , Of the -faGt N O um eAt6.. Z ' LL lI"ice+ vvaa„LJ. vv....Hv. ......... —._— -- - --I- --- - --- -- . I L O . These wnrr Rtie6 ro in GddmitTinn to these implied � � d E d L 26. ❑ 411 0 c 2 M c 27. ❑ E E 0 N 00 N 44­ GE)RtFaGt9F _r t� L O FeG that will ;+ \\(D /1 0) te the PF9j8Gt. if , 1 agents 9F 1 'L b M kin f-r nil N 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. M 29. CHANGES IN THE WORK. The County shall have the right at any time during the o progress of the Work to increase or decrease the Work. Promptly after being notified of a N change, Contractor shall submit an estimate of any cost or time increases or savings it E Page 10 of 17 t Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Q Packet Pg. 1833 16.C.11.b c foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except E upon modification of the Purchase Order by the County, and the County shall not be liable u, to the Contractor for any increased compensation without such modification. No officer, M employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement o Ordinance and Procedures in effect at the time such modifications are authorized. N 30, 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. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. 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. 33. 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. if MM.- IM .11-1001 Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1834 16.C.11.b c FE� AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County E reserves the right to perform investigations as may be deemed necessary to ensure that w competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet o required services. N . •-• r • •r _ a .- - -• - --. ... Al ORDER OF PRECEDENCE (Grant Funded). 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, except the terms of any 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 County's discretion. 36. 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. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1835 16.C.11.b c County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) E hours of separation may result in a deduction of $500 per incident. u, .. .. - -• ---...... _ - - - - - (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1836 16.C.11.b IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of Courts & COLLIER COUNTY, FLORIDA Comptroller By: (SEAL) Dated: Contractor's Witnesses: Contractor's First Witness kA% NI10.'--)CjCIk- 1Typelprint witness nameT C ntractor's Second Witness TType/print witness na' meT Approved as to Form and Legality: County Attorney Print Name By: Burt L. Saunders . Chairman Mattison's 41. LLC Contractor Mattison's Catering DBA i By: Z Si nature TTypelprint signature and titleT Page 14 of 17 Fixed Term Service Multi -Contractor Agreement 2017.009 (Ver 1) c a� a� a� w Packet Pg. 1837 16.C.11.b Exhibit A L d Scope of Services w 0 following this page (pages 1 through 5 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1838 16.C.11.b RFP #20-7743 "Emergency Catering Services" EXHIBIT A -SCOPE OF SERVICES The terms "Vendor" and "Contractor" shall be used interchangeably throughout this Agreement. Collier County Facilities Management Division is seeking Vendor(s) capable of providing nutritious meals to support part or all of the feeding operation requirements in the event of an emergency or disaster. This contract has been awarded on a Primary, Secondary and Tertiary basis. 1. General: a. When the County declares an emergency or disaster is imminent or in process, the County will contact the Vendor to initiate the emergency catering services. b. No guarantee is expressed or implied as to the quantity of commodities and/or services to be procured c. A County declared disaster may include, but not be limited to, storms, hurricanes, tornadoes, flooding, fires, homeland security activity, major police activity, acts of terrorism, etc. d. Catering requirements shall be based on the severity of the disaster but could range from one designated location in smaller events to over fifteen locations Countywide. as L m E w i. Locations may include, but not be limited to, Collier County Emergency Operations Center, 3 emergency responder staging areas throughout the County, and various emergency shelter locations throughout the County. 0 e. Vendor(s) shall be required to provide and deliver cold box meals to locations within Collier County, as directed by the County. c m E f. Vendors shall be prepared to supply and provide catering services at the Emergency Operations Center () P P PP Y P g g Y P 0 during an extended lock -down period. 0 g. Vendor(s) shall be prepared to supply and provide catering services (when appropriate) to designated N locations throughout the County upon the County's request. N h. Vendor(s) shall include in their proposal their cancellation policy as it pertains to this solicitation. 2. Event Preparation and Response m c P coo a. A 48-hour verbal or written notice for emergency catering services will be given to the Vendor(s) when 0 possible. The notice will include the nature of the emergency, the location(s) requiring the service(s), c type of food and/or meals required, estimated quantity of food required, serving times, name and contact information for the County liaison, and any other relevant information. b. The Vendor(s) shall provide the requested emergency catering services within twenty-four (24) hours after 2 the County issues the notice, unless the County provides a longer response time with the request. Time is N of the essence. _ 0 A c. The County shall provide the Vendor(s) a verbal or written twenty-four (24) hour notice to discontinue a the emergency catering service. The notice will include any clean-up requirements. d. Vendor(s) shall understand normal food and fuel suppliers may be inoperable during the emergency M n service period and utilities such as potable water and electricity may be shut off. The Vendor(s) shall plan N and prepare accordingly to ensure services as requested are met. d E s 0 Exhibit A -Scope of Services __ Q Page 1 of 5 tr Packet Pg. 1839 16.C.11.b 3. Vendor Responsibilities a. The Vendor(s) shall obtain all licenses and / or permits required prior to the start of an emergency service period at no additional expense to the County. CD b. All meals shall be prepared under Federal, State, and Local guidelines governing health and food service E sanitation. If the food is served in and/or from Mobile Food Dispensing Vehicles, the Vendor(s) shall w provide a copy of license and ensure the minimum specifications are maintained as required in section 61C4.0161, Florida Administrative Code. I- https://www.flrules.org/jzateway/chaptei-home.asp?chapter=6 I c-4 N c. The Vendor(s) shall provide all management, supervision, labor, materials, supplies, and any additional equipment needed to establish and operate a food service facility for dispensing food and beverages. Service shall be prompt, efficient, sanitary, and courteous and avoid undue interference with the operations of the facility in which services are being provided. The variety, menu, and appearance of food shall be consistent with food service industry standards. d. The Vendor(s) shall provide adequate number of employees to operate each requested location based on the number of meals being served. The Vendor's employees shall be clean and courteous to the public. Employees must have a current Health Department certification and have completed all required medical requirements. The Vendor(s) shall maintain current health inspection records as applicable to this solicitation. e. The Vendor(s) shall provide proper containers (i.e. microwave -safe for boxed hot meals) and utensils for all meals. Recyclable materials shall be used when commercially available. f. The Vendor(s) shall provide all items required for service, including, but not limited to, dishes, drinkware for hot and cold beverages, utensils, serving utensils, food tables, chafing dishes, beverage dispensers, napkins and condiments in single serve packets. g. The Vendor(s) shall maintain adequate supplies on hand and shall be responsible for re -stocking all supplies. h. The Vendor(s) shall promptly dispose of all refuse and waste material, created by the Vendor's operation, after each meal service. Trash removal and cleaning the service area shall be the Vendor's responsibility. The Vendor(s) is/are prohibited from serving leftovers. Leftovers shall become the property of the County and remain with the County after each meal service. The Vendor(s) shall box up, label and date leftovers and leave in the County refrigerator(s). j. The Vendor(s) shall provide at least two (2) emergency contact telephone numbers that will allow twenty- four (24) hours, seven (7) days per week contact. k. The Vendor(s) shall appoint one of its employees as the primary liaison and key contact for approval by the County during an active event. 4. Meal Requirements a. During an event, the Vendor(s) shall provide a daily menu that includes foods that are visually appealing, appetizing, and nutritionally sound. Three (3) nutritional and well-balanced meals per day (breakfast, lunch and dinner) shall be required upon request of the County. An additional late service meal shall be required for 24-hour emergency operations. In the event of this additional late service, the County will notify the Vendor(s) 24-hours in advance, when possible. b. Each meal served shall include the USDA recommended servings of protein, grains, fruits and vegetables. Breakfast shall consist of a standard portion of protein, fruit and dairy and be served as a hot meal Exhibit A -Scope of Services Q Page 2 of 5 Packet Pg. 1840 16.C.11.b with cold meal choices. ii. Lunch, dinner and late shift meals shall contain an entree of either meat, pasta, or fish and include a salad option. E iii. Vendor(s) shall only be required to provide one entree per meal. w b. All meals shall be a minimum of one and one-half serving size. c. The Vendor(s) shall ensure availability to supply three (3) 16oz. bottles of water per person, per day. d. The Vendor(s) shall provide a choice for special dietary needs upon notice of the special dietary need(s) from the County (i.e. vegetarian, diabetic, kosher, gluten free, etc.). e. Boxed meals shall be appealing and travel well. f. Boxed meals shall include a deli style sandwich, bag of chips, piece of fruit, cookie, napkin and bottle of water. Similar items are acceptable upon approval by the County. g. The Vendor shall provide insulated gel packs for use in boxed meals as appropriate. h. The Vendor shall make available coffee and tea service with cups, sugar, creamer, stirrers, etc. on a 24/7 basis. Coffee (caffeinated and decaffeinated) shall be brewed onsite. Hot water and tea bags shall be made available. i. All materials required to brew and consume the coffee and tea shall be provided by the Vendor, including, but not limited to, coffee maker, coffee filters, cups, sugar, sugar substitute, creamer, flavored creamer, etc. Vendor shall make available at the County's request the following items: soft drinks (cans and / or plastic bottles — regular and diet options), iced tea, juice, milk, lemonade, snacks (chips, crackers, cereal bars, nuts, etc.). 5. Meal Count Process a. The Vendor(s) shall track each meal consumed and shall be responsible for managing the distribution process to ensure each person served is being accounted for and an accurate meal count is provided to the County following each meal. Tracking shall be accomplished through a monitored paper -based signature process or by electronic means. b. The meal.count shall be provided to the County no later than two (2) hours after each meal service is complete. The number of meals counted shall be recorded and reconciled between the County and the Vendor(s) at the end of each meal service. 6. Serving Times a. Pre -event serving times will be established on an event -by -event basis. b. The County anticipates serving times as listed below. The times may change or vary depending on the nature of the disaster and / or emergency event. All times shall be Eastern Time Zone. Breakfast 7:00 AM until 8:30 AM Lunch 11:00 AM until 2:00 PM Dinner 6:00 PM until 8:00 PM Late Shift 12:00 AM until 2:00 AM (box dinner acceptable) Exhibit A -Scope of Services Q Page 3 of 5 Packet Pg. 1841 16.C.11.b 7. All -Inclusive Pricinp_ / Invoicinji a. The Vendor's pricing shall be all-inclusive per meal as outlined in Exhibit B- Fee Schedule. Additional c expense lines on an invoice will be rejected unless pre -approved by an appropriate County Representative. L d b. The Vendor's invoice shall be itemized with the actual meal count and appropriate meal pricing as outlined w in Exhibit B-Fee Schedule of this Agreement. The invoice shall include location, date and time of the ri service(s). SAMPLE MEALS Days 1 thru 3 (example only) Breakfast 4 oz. Scrambled Eggs and Egg Substitute 2 oz. Breakfast Meat I pc. Breakfast Bread (waffle, pancake) or Toast Butter and syrup or jam 12 oz. Coffee, Juice or Milk Snack Lunch Dinner 1 ea. Muffin or Bagel 1 pc. Fresh Whole Fruit Fresh Tossed Salad 4 oz. Protein — Chicken, Beef, Fish, Pork, sandwiches, etc. 4 oz. Starch — pasta, potato, rice 3 oz. Vegetable — fresh/frozen 12 oz. Beverage Fresh Tossed Salad 6 oz. Protein — Chicken, Beef, Fish, Pork, dinner entrees, etc. 4 oz. Starch 3 oz. Vegetable Dessert — Cookie, etc. 12 oz. Beverage By Day 4 the County may begin to transition into remaining frozen items and introduce dry and canned products. The rnenu should become simpler and snacks are dedicated for workers only. Days 5 thru 7 shall be basic and meant to sustain nutrition thru shelf stable products. Day 4 (example only) Breakfast Hard Boiled Egg 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Coffee or Water Snack Lunch "Workers Only" 1 ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips Carrot Sticks or Celery Sticks Exhibit A -Scope of Services Q Page 4 of 5 _.. Packet Pg. 1842 16.C.11.b Dinner Deli Sandwich Chips 12 oz. Beverage 8 oz. Entree — Lasagna, Pasta Bake, Raviolis 3 oz. Frozen or Canned Vegetable 12 oz. Beverage Dessert Day 5 thru 7 (example only) Breakfast 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Water, Coffee if available Snack Lunch Dinner "Workers Only" I ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips 8 oz. Soup or Chili, etc. I pc. Roll or Bread 3 oz. Vegetable — fresh/frozen 12 oz. Beverage 8 oz. Entree — Lasagna, Pasta Bake, Ravioli, Tuna Casserole, etc. 3 oz. Frozen or Canned Vegetable 12 oz. Beverage Exhibit A -Scope of Services Page 5 of 5 m L d w Packet Pg. 1843 16.C.11.b Exhibit B L d Fee Schedule w following this page (pages 1 through Page 16 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1844 16.C.11.b RFP #20-7743 "Emergency Catering Services" EXHIBIT B-FEE SCHEDULE MATTISON's 41, LLC DBA MATTISON'S CATERING (SECONDARY VENDOR) Description Unit of Measure Unit Value Bundled Meal Service (Three Meals Per Day) Three 16oz. Bottles of Water Included Per Person $60.00 Breakfast Service Hot Per Meal $17.00 Lunch Service Hot Per Meal $13.00 Dinner Service Hot Per Meal $32.00 Boxed Meal Per Meal $15.00 Coffee and Tea Service -Per 24-hour period Per Period $8.00 Individual Servicing Soft Drink, Juice, Milk Per can/bottle $3.00 Lemonade, Iced Tea Per Gallon $8.00 Snacks (Chips, Crackers, Cereal Bars, Nuts, etc. Per Package $3.00 Cancellation Fee must be confirmed by Count Per Incident See below* *Meals cancelled within 24 hours will be charged at full price. *Meals cancelled within 24-48 hours will be charged at 50% *Meals cancelled within 48-72 hours will be charged at 25% *Meals cancelled within 72 hours will be charged at 10% Prices shall remain firm for the initial term of this Contract. Exhibit A -Scope of Services Page 1 of 1 as L d E w Packet Pg. 1845 16.C.11.b Other Exhibit/Attachment Description: Federal Contract Provisions and Assurances FN� following this page (pages 1 through 9 ) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) c m L W E 6U Packet Pg. 1846 Collier County 16.C.11.b Solid EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: 0 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards 0 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I - 1 v c d L m E w 3/19/2020 12:49 PM ,o Packet Pg. 1847 Collier County 16.C_11.b Solicit EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 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. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement 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, Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, hh�s://www.epa.gov/smm/comprehensive procurement-guideline-cpg- program Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt, 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180,995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; EXHIBIT I - 2 3/19/2020 12:49 PM v C d L m E w a r� Packet Pg. 1848 Collier County 16.C_11.b Solid EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1,4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 v c d L m E w 3/19/2020 12:49 PM Packet Pg. 1849 Collier County 16.C.11.b Solicit EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. VIII. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I - 4 v c d m E w 3/19/2020 12:49 PM Packet Pg. 1850 Collier County 16.C.11.b Solid v c EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES m E (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth w in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this c section." N Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competentjurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency, Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I - 5 3/19/2020 12:49 PM p, 27 Packet Pg. 1851 Collier County 16.C.11.b Solicit EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document In the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Authorized Signature EXHIBIT I - 6 v c m `m E w 3/19/2020 12:49 PM P• 28 Packet Pg. 1852 Collier County 16.C.11.b Solid EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (t) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR By: S �?c l -t, Name and Title Sol XV � 7(a Iry i rx VVA�k 'Tf t,, , 1, Street Address 1:1--� c r ,r, o -� 4 3�(231 City, State, Zip DUNS Num Date -Z E 2-Q2�7 Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number: 4337DRFLP0000001 EXHIBIT I - 7 v C d L m E w 3/19/2020 12:49 PM Packet Pg. 1853 Collier County 16.C.11.b Solicitation 20-7743 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT „.g.. be vt fed Um;erfaD'e itatum -wii regwre the MPAIto either prc-,rde a raised statement or p,v nde scarce docu-nentatien that validates a A. PRIME VENDOR/CONTRACTOR INFORMATION FRIME Nunn FAINIf MDNUMIEE,P CONTUCT DOLLAR AMOUNT , lSCY1S \CD I scot AA, 7 A F,00'0A<SrFIED0SADi AtRAGED. vmwl Y N�, tS THE ACnIOn Of T)il C.OUTUCT— MINOIAT' OA WO:'EN BVS utSL Et.?EPP.oSE? DBE %((N CONS -AUCTION ? v t1 ;DlErt.11L'V:SEI OF asAsT A S`dAtlO!SAD'rAhTAGED WS)NESS £A CERTIFICATION FROM "I SMALMSINESS PAW Y Fl CO!4ULTAT,CW r N ADMrrS71'.AT10^P ASEROCEDiSLILEDVCTCRAN° We E? V N j OTHER? l N SDB IIA? Y t' j IS TKS SUEI.TISSION A RtMLSiON % Y N> R YES, Rrosio'; FiURtlER 8, IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION Del ►A/WEE SUBCONTRACTOR OR SUtIILI[R 1YIIf OF WORM OR ETHNKM COD[ SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAM! SFIMITY I$tebelow) DOUARQMOU1rT DOLLARS T07ALS C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUbfArrrER DATE TITLE OF SUB#+IrTTiR EMAIL A.004ISS OF FRtM[ SUBMITTEA) TILL PHOT1E NUMBER FAX NUMBER NJTE mat rote.-mat,in is used to trad and raport anhopated DBE o, 1.35E pamapaticn it t:deni.r-tvYSro canmcts Ins anticipated DB[ or ►.tef amount is vc'untar,, and will not become part cf the contractual terms TT s fcrm mist be w�mattd at tme of resoonse to a se'xitation tf and w"I m awarded a Cavnty convaet, the prime A* be asked to update tit irformarol for the;rar co•nu+.iAnce f es "Mmcm CODE Slack An"rican EA eis aniCA"ntan HA NaV•e American NA Subm,wx. As4n Amrican :AA ASiln-PltrkAmerkan APA lion-FAino<Pri WomAnl N1.T.V Ott.,: not of anycerhortriouplirtedl O D. SECTION TO BE COMPLETED BY COLDER COUNTY IACCEVM OVt I DATE I EXHIBIT I - 8 v C d CT L (D E w w c 0 C d I c •L a� r R U to a O N r ttS Cl) 0 N C E t U r P. 3t, Q 3/19/2020 12:49 PM Packet Pg. 1854 16.C-11.b Collier County Solid v c EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES E w LOBBYING CERTIFICATION (To be submitt d_with each bid_or offer exceeding $100.000) The undersigned [Contractor) certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. L ►-C. Contractor (Fi>;m Name j 4- Signature of Contractor s Authorized -Official Name and Title of Contractor's Authorized Official A8 .. ?u`J Date' EXHIBIT I - 9 3/19/2020 12:49 PM Packet Pg. 1855 16.C.11.c MATT41 L-01 CPREMU13050 DATE 0D1YYYY► ACaRO" CERTIFICATE OF LIABILITY INSURANCE 7/11 r1r2ozo 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)I, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. ti IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. ti p If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on N this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). p PRODUCER CONTACT �T NAME: Z Hub International Florida PHONE FAX LEAIC, No, Eml: (407) 894-5431 (AIC, No): ^_ d . ADDRESS: _ LL . IN SURERIS► AFFORDING COVERAGE NAIC tl INSURERA:Southern-Owners Insurance Company 10190 `- INSURED INSURER B: Owners Insurance Company 32700 yr C Mattison's 41 LLC INSURER C : N 7275 South Tamiami Trail INSURER D : E Sarasota, FL 34231 at INSURER E: i INSURER F : t� Q COVERAGES CERTIFICATE NUMBER: REVISION NUMRFR: to 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 TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICMMIQDfrfYYi Y EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 CLAIMS -MADE X OCCUR X 72285984 10/10/2019 1011012020 DAMAGETO a ENence) . $ 300,00 10,00 MED EXP (Any one person) S 1,000,00 PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER, GENERAL AGGREGATE $ 2,000,00 POLICY X JE � X LOC _ PRODUCTS - COMPIOP AGG $ 2,000,00 LIQUOR LIAB 1,000,00 OTHER. $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,00(Ea accident) $ X ANY AUTO 52-552140-00 10/10/2019 10110/2020 BODILY INJURY (Per person) - $ - - - OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ HIRED NON-0WNED PROPERTY AMAGE AUTOS ONLY . AUTOS ONLY {Per acadentg $ PIP 10,00 $ UMBRELLA LIAB OCCUR EACH OCCURRENCE _ $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DIED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY PER H STATUTE ER YIN ANY PROPR I ETORIPARTNERIEXECUTIVE N I A E.L. EACH ACCIDENT $ ppFFkCER1MEMBER EXCLUDED? (Mandatoryln NH) E.L,DISEASE - EA EMPLOYEE S It yyes, describe under - - bESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT S DESCRIPTION OF OPERATIONS f LOCATIONS I VEHICLES IACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Collier County Board of County Commissioners, OR, Board of County Commissioners In Collier County, OR Collier County Government, OR, Collier County included as an additional insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and noncontributory basis if and to the extent required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Packet Pg. 1856 16.C.11.c A� o CERTIFICATE OF LIABILITY INSURANCE DATE( 07/02/2020 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. M IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on ti this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). o PRODUCER CONTACT Kian Ostovar NAME: N Work Comp Specialists PHONE (850) 234-3197 FAx A/C No Ext : A/C, No 0 Z PO Box 9435 E-MAIL kostovar@workcompspecialists.com _ ADDRESS. INSURER(S) AFFORDING COVERAGE NAIC # Panama City Beach FL 32417 INSURERA: FFVA Mutual Insurance 10385 INSURED INSURER B : Mattison's 41 LLC INSURER C : 7275 S. Tamiami Trail INSURER D : INSURER E : Sarasota FL 34231 INSURER F : COVERAGES CERTIFICATE NUMBER: CL19102211302 REVISION NUMBER: 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 LTR TYPE OF INSURANCEADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ —] DAMAGE TO CLAIMS -MADE OCCUR PREM IS Ea occurrence)l $ MED EXP (Any one person) $ PERSONAL &ADV INJURY $ GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑ PRO ❑ LOC JECT PRODUCTS -COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY CMBINED SINGLE LIMIT EaOaccident $ BODILY INJURY (Per person) $ ANYAUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ HCLAIMS-MADE AGGREGATE $ EXCESS LAB DED I I RETENTION $ $ WORKERS COMPENSATION PER X1 A AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N /A 27261 11/15/2019 11/15/2020 STATUTE /� ERH E.L. EACH ACCIDENT 1'000'000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: 20-7743 "Emergency Catering Services" CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1857 16.C.11.d FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7743 for Emerqencv Caterinq Services THIS AGREEMENT, made and entered into on this day of 2020 by and between Ashbritt, Inc. authorized to do business in the State of Florida, whose business address is 565 E. Hillsboro Blvd., Deerfield Beach FL 33441 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing ❑■ upon the date of Board approval ❑ en and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. 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 two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term 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 prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a [■ Purchase Order 0 Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of 0 Request for Proposal (RFP) ❑ ❑ PST ) # 20-7743 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. Al The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 1 �8:1 16.C.11.d c •L a 3.1 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's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. a� E 3.2 FE� The procedure for obtaining Work under this Agreement is outlined in Exhibit A — w Scope of Services attached hereto. 34F-I ❑ OtheN ExhabitlAttaGhMeRti o ■ .. . . - _ .. _ . _ . . . . _ . _ ."N PI I - TO I - 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): ._ -- - -91WWWWW"I", MEN" ❑■ Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1859 16.C.11.d 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 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 the Agreement. 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. �- ... ... - .. .. M. -. .. - .-. M ... .. - .. •� Fe6peR ;tile f^r -11 ^+k-r ^sts and expeRses associated with activities and solicitations undertaken pursuant to 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 # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1 0 16.C.11.d Company Name: AshBritt Inc. Address: 565 E. Hillboro Blvd Deerfield Beach FL 33441 Authorized Agent: Dow Knight, Senior Vice President Attention Name & Title: Matt Gierden Vice President Telephone: (954) 725-6992 E-Mail(s): matt .ashbritt.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Damon Grant Division Name: Facilities Management Division Address: 3335 Tamiami Trail East Naples, FL 34112 Administrative Agent/PM: Miguel Carballo, Manager Telephone: (239) 252-7609 E-Mail(s): Miguel.Carballo _colliercountyfl.gov 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. 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. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 1861 16.C.11.d c 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 E Contractor to be objectionable or improper, the County shall have the right to suspend the "J Agreement of the Contractor. Should the Contractor fail to correct any such violation, cli 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 N the violation is cured. The Contractor further agrees not to commence operation during z° the suspension period until the violation has been corrected to the satisfaction of the County. a. 10. 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 the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement 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. Al 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. W 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 $1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1862 16.C.11.d Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. 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 thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) 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 the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, 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. Page 6 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1863 16.C.11.d c 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 w hereunder is fully and finally barred by the applicable statute of limitations. cli 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of N the County by the Facilities Management Division o 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 AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), FM-1 Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑■ RFP/ ❑ 4-TWF� QtheF #20-7743 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and X Other Exhibit/Attachment: Federal Contract Provisions and Assurances. 17, APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. 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. 19. 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 Agreement held by the individual and/or firm for cause. 20. 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 Page 7 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 1864 16.C.11.d 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)-(b) as stated as follows: a E IF THE CONTRACTOR HAS QUESTIONS REGARDING THE W APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS N AT: Z Communication and Customer Relations Division a 3299 Tamiami Trail East, Suite 102 W Naples, FL 34112-5746 L 0 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 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. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1865 16.C.11.d 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 24. STANDARDS OF CONDUCT: PROJECT MANAGER SUPERVISOR EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. • - -• - - - - - - ---- -- - Page 9 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1866 16.C.11.d at c 'L a) by ca ;d payment U v c m t L E LlJ yy��,,F�� tc e A pppnTo 1 N , O Z 'F. implinrl a.LL •i.+rr•+ These ntinc� '+rn in ar1 r7 ili rt 4n *i-, c+ nn L O 26. ❑ C a� Al E a� L a 3 27. ❑ 0 c E E 0 U a� N N 00 N d fA L C d i 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from a specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the N progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it E Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. I) Q Packet Pg. 1867 16.C.11.d c foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Er Any modifications to this Agreement shall be in compliance with the County Procurement E Ordinance and Procedures in effect at the time such modifications are authorized. "J cl 30. 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 N remain in effect. o 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. 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. 33. 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. Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 1868 16.C.11.d 0 c ❑N AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement 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 Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. cl 35. ❑ ,ROE. t CIF RP�€G€O€P1G€ �n +ho o„on+ of nn�i nnnflin+ ho+pnieeR E)r aFnGr�y„�n +hn +n rrv�c. V ,„ 0 N ai;d/eF the , O take pFesedense. Z FO-1 ORDER OF PRECEDENCE (Grant Funded). 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, except the terms of any 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 County's discretion. 36. 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. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1869 16.C.11.d c County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. c 38. ll...........4i...,..I L --I+4, n 4 �nxi..^+k. r__.nm inn� W ..... .. .. .. • .. - - .... .. ... ..... .. . .. • _ ... . . . .. .. . ... r (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1870 16.C.11.d IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of Courts & COLLIER COUNTY, FLORIDA Comptroller By: By: Burt L. Saunders Chairman (SEAL) Dated: ASHBRITT, INC. Contractor's Witnesses: Contractor D.1 V/O-- By: Lit.1 Contractor's First Witness Signature Dow Knight, Senior Vice President Charlie Knight TType/print signature and titleT Mss nameT nd Witness Dilia Camacho TType/print witness name Approved as to Form and Legality: c a� to County Attorney -0 c as Print Name >. L El CO) ti ti O N C Page 14 of 17 E Fixed Term Service Multi -Contractor Agreement 2017 009 (Ver 1) V CAO Q Packet Pg. 1871 16.C.11.d ❑■ following this page (pages 1 ❑ this exhibit is not applicable Exhibit A Scope of Services through 5 ) Page 15 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1872 16.C.11.d RFP #20-7743 "Emergency Catering Services" EXHIBIT A -SCOPE OF SERVICES The terms "Vendor" and "Contractor" shall be used interchangeably throughout this Agreement. Collier County Facilities Management Division is seeking Vendor(s) capable of providing nutritious meals to support part or all of the feeding operation requirements in the event of an emergency or disaster. This contract has been awarded on a Primary, Secondary and Tertiary basis. 1. General: a. When the County declares an emergency or disaster is imminent or in process, the County will contact the Vendor to initiate the emergency catering services. b. No guarantee is expressed or implied as to the quantity of commodities and/or services to be procured. c. A County declared disaster may include, but not be limited to, storms, hurricanes, tornadoes, flooding, fires, homeland security activity, major police activity, acts of terrorism, etc. d. Catering requirements shall be based on the severity of the disaster but could range from one designated location in smaller events to over fifteen locations Countywide. Locations may include, but not be limited to, Collier County Emergency Operations Center, emergency responder staging areas throughout the County, and various emergency shelter locations throughout the County. e. Vendor(s) shall be required to provide and deliver cold box meals to locations within Collier County, as directed by the County. f. Vendor(s) shall be prepared to supply and provide catering services at the Emergency Operations Centel - during an extended lock -down period. g. Vendor(s) shall be prepared to supply and provide catering services (when appropriate) to designated locations throughout the County upon the County's request. h. Vendor(s) shall include in their proposal their cancellation policy as it pertains to this solicitation. 2. Event Preparation and Response a. A 48-hour verbal or written notice for emergency catering services will be given to the Vendor(s) when possible. The notice will include the nature of the emergency, the location(s) requiring the service(s), type of food and/or meals required, estimated quantity of food required, serving times, name and contact information for the County liaison, and any other relevant information. b. The Vendor(s) shall provide the requested emergency catering services within twenty-four (24) hours after the County issues the notice, unless the County provides a longer response time with the request. Time is of the essence. The County shall provide the Vendor(s) a verbal or written twenty-four (24) hour notice to discontinue the emergency catering service. The notice will include any clean-up requirements. d. Vendor(s) shall understand normal food and fuel suppliers may be inoperable during the emergency service period and utilities such as potable water and electricity may be shut off. The Vendor(s) shall plan and prepare accordingly to ensure services as requested are met. Exhibit A -Scope of Services Page 1 of 5 0 U m as m E w ri ti 0 N Packet Pg. 1873 16.C.11.d 3. Vendor Responsibilities a. The Vendor(s) shall obtain all licenses and / or permits required prior to the start of an emergency service c period at no additional expense to the County. CD b. All meals shall be prepared under Federal, State, and Local guidelines governing health and food service v sanitation. If the food is served in and/or from Mobile Food Dispensing Vehicles, the Vendor(s) shall = provide a copy of license and ensure the minimum specifications are maintained as required in section am 61C4.0161, Florida Administrative Code. `m httos://www.flrules.ora/;zatewav/chapterhome.ast)?chapter=61 c-4 w c. The Vendor(s) shall provide all management, supervision, labor, materials, supplies, and any additional ti equipment needed to establish and operate a food service facility for dispensing food and beverages. c Service shall be prompt, efficient, sanitary, and courteous and avoid undue interference with the operations N of the facility in which services are being provided. The variety, menu, and appearance of food shall be z consistent with food service industry standards. d. The Vendor(s) shall provide adequate number of employees to operate each requested location based on the number of meals being served. The Vendor's employees shall be clean and courteous to the public. Employees must have a current Health Department certification and have completed all required medical requirements. The Vendor(s) shall maintain current health inspection records as applicable to this solicitation. e. The Vendor(s) shall provide proper containers (i.e. microwave -safe for boxed hot meals) and utensils for all meals. Recyclable materials shall be used when commercially available. f. The Vendor(s) shall provide all items required for service, including, but not limited to, dishes, drinkware for hot and cold beverages, utensils, serving utensils, food tables, chafing dishes, beverage dispensers, napkins and condiments in single serve packets. g. The Vendor(s) shall maintain adequate supplies on hand and shall be responsible for re -stocking all supplies. ' h. The Vendor(s) shall promptly dispose of all refuse and waste material, created by the Vendor's operation, after each meal service. Trash removal and cleaning the service area shall be the Vendor's responsibility. The Vendor(s) is/are prohibited from serving leftovers. Leftovers shall become the property of the County N and remain with the County after each meal service. The Vendor(s) shall box up, label and date leftovers N and leave in the County refrigerator(s). 77 j. The Vendor(s) shall provide at least two (2) emergency contact telephone numbers that will allow twenty- c four (24) hours, seven (7) days per week contact. in L O k. The Vendor(s) shall appoint one of its employees as the primary liaison and key contact for approval byCD = the County during an active event. >. 4. Meal Requirements a. During an event, the Vendor(s) shall provide a daily menu that includes foods that are visually appealing, sn appetizing, and nutritionally sound. Three (3) nutritional and well-balanced meals per day (breakfast, lunch and dinner) shall be required upon request of the County. An additional late service meal shall be required for 24-hour emergency operations. In the event of this additional late service, the County will c notify the Vendor(s) 24-hours in advance, when possible. �' b. Each meal served shall include the USDA recommended servings of protein, grains, fruits and vegetables. t 0 Breakfast shall consist of a standard portion of protein, fruit and dairy and be served as a hot meal 2- Exhibit A -Scope of Services a Page 2 of 5 I Packet Pg. 1874 16.C.11.d with cold meal choices. ii. Lunch, dinner and late shift meals shall contain an entree of either meat, pasta, or fish and include a salad option. iii. Vendor(s) shall only be required to provide one entree per meal. b. All meals shall be a minimum of one and one-half serving size. c. The Vendor(s) shall ensure availability to supply three (3) 16oz. bottles of water per person, per day d. The Vendor(s) shall provide a choice for special dietary needs upon notice of the special dietary need(s) from the County (i.e. vegetarian, diabetic, kosher, gluten free, etc.). e. Boxed rneals shall be appealing and travel well. f. Boxed meals shall include a deli style sandwich, bag of chips, piece of fruit, cookie, napkin and bottle of water. Similar items are acceptable upon approval by the County. g. The Vendor shall provide insulated gel packs for use in boxed meals as appropriate. The Vendor shall make available coffee and tea service with cups, sugar, creamer, stirrers, etc. on a 24/7 basis. Coffee (caffeinated and decaffeinated) shall be brewed onsite. Hot water and tea bags shall be made available. i. All materials required to brew and consume the coffee and tea shall be provided by the Vendor, including, but not limited to, coffee maker, coffee filters, cups, sugar, sugar substitute, creamer, flavored creamer, etc. Vendor shall make available at the County's request the following items: soft drinks (cans and / or plastic bottles — regular and diet options), iced tea, juice, milk, lemonade, snacks (chips, crackers, cereal bars, nuts, etc.). 5. Meal Count Process a. The Vendor(s) shall track each meal consumed and shall be responsible for managing the distribution process to ensure each person served is being accounted for and an accurate meal count is provided to the County following each meal. Tracking shall be accomplished through a monitored paper -based signature process or by electronic means. b. The meal count shall be provided to the County no later than two (2) hours after each meal service is complete. The number of meals counted shall be recorded and reconciled between the County and the Vendor(s) at the end of each meal service. 6. Serving Times a. Pre -event serving times will be established on an event -by -event basis. b. The County anticipates serving times as listed below. The times may change or vary depending on the nature of the disaster and / or emergency event. All times shall be Eastern Time Zone. Breakfast 7:00 AM until 8:30 AM Lunch 11:00 AM until 2:00 PM Dinner 6:00 PM until 8:00 PM Late Shift 12:00 AM until 2:00 AM (box dinner acceptable) Exhibit A -Scope of Services Page 3 of 5 aM .E- d W c� m aM Lm E w ri ti 0 N Packet Pg. 1875 16.C.11.d 7. All -Inclusive Pricing / Invoicing a. The Vendor's pricing shall be all-inclusive per meal as outlined in Exhibit B- Fee Schedule. Additional expense lines on an invoice will be rejected unless pre -approved by an appropriate County Representative. L d b. The Vendor's invoice shall be itemized with the actual meal count and appropriate meal pricing as outlined v in Exhibit B-Fee Schedule of this Agreement. The invoice shall include location, date and time of the c service(s). as L d E W SAMPLE MEALS ti Days 1 thru 3 (example only) N Breakfast 4 oz. Scrambled Eggs and Egg Substitute 2 oz. Breakfast Meat 1 pc. Breakfast Bread (waffle, pancake) or Toast Butter and syrup or jam 12 oz. Coffee, Juice or Milk Snack Lunch Dinner 1 ea. Muffin or Bagel 1 pc. Fresh Whole Fruit Fresh Tossed Salad 4 oz. Protein — Chicken, Beef, Fish, Pork, sandwiches, etc. 4 oz. Starch — pasta, potato, rice 3 oz. Vegetable — fresh/frozen 12 oz. Beverage Fresh Tossed Salad 6 oz. Protein — Chicken, Beef, Fish, Pork, dinner entrees, etc. 4 oz. Starch 3 oz. Vegetable Dessert — Cookie, etc. 12 oz. Beverage By Day 4 the County may begin to transition into remaining frozen items and introduce dry and canned products. The menu should become simpler and snacks are dedicated for workers only. Days 5 thru 7 shall be basic and meant to sustain nutrition thru shelf stable products. Day 4 (example only) Breakfast Hard Boiled Egg 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Coffee or Water Snack Lunch "Workers Only" 1 ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips Carrot Sticks or Celery Sticks Exhibit A -Scope of Services Page 4 of 5 Packet Pg. 1876 16.C.11.d Dinner Deli Sandwich Chips 12 oz. Beverage 8 oz. Entree — Lasagna, Pasta Bake, Raviolis 3 oz. Frozen or Canned Vegetable 12 oz. Beverage Dessert Day 5 thru 7 (example only) Breakfast 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Water, Coffee if available Snack Lunch Dinner "Workers Only" I ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips 8 oz. Soup or Chili, etc. I pc. Roll or Bread 3 oz. Vegetable — fresh/frozen 12 oz. Beverage 8 oz. Entree — Lasagna, Pasta Bake, Ravioli, Tuna Casserole, etc. 3 oz. Frozen or Canned Vegetable 12 oz. Beverage Exhibit A -Scope of Services Page 5 of 5 Packet Pg. 1877 16.C.11.d Exhibit B Fee Schedule following this page (pages 1 through Page 16 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) IM EL d y.+ V 0 _ a) IM d E w ri ti 0 N Packet Pg. 1878 16.C.11.d RFP #20-7743 "Emergency Catering Services" EXHIBIT B-FEE SCHEDULE ASHBRITT, INC. (PRIMARY VENDOR) Description Unit of Measure Unit Value Bundled Meal Service (Three Meals Per Day) Three l6oz. Bottles of Water Included Per Person $75.03 Breakfast Service Hot Per Meal $12.30 Lunch Service Hot Per Meal $15.99 Dinner Service Hot Per Meal $20.91 Boxed Meal Per Meal $20.91 Coffee and Tea Service -Per 24-hour period Per Period $8.05 Individual Servicing Soft Drink, Juice, Milk Per can/bottle $1.44 Lemonade, Iced Tea Per Gallon $5.75 Snacks (Chips, Crackers, Cereal Bars, Nuts, etc Per Package $1.85 Cancellation Fee must be confirmed by Count Per Person/ Per Incident $30 Prices shall remain firm for the initial term of this Contract. Exhibit A -Scope of Services Page 1 of 1 Packet Pg. 1879 16.C.11.d Other Exhibit/Attachment Description: Federal Contract Provisions and Assurances JO-1 following this page (pages 1 through 9 ) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg.�1880 16.C.11.d c •L a� r EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES U c FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE E This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal ! J Law requires that the Applicant's contracts relating to the project include certain provisions. cli Per uniform requirements of federal awards (2 CFR Part 200,23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). N Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: 0 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards 0 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I -1 Packet Pg. 1881 16.C.11.d EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 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. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement 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. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa,gov/smm/comprehensive-procurement-guideline-epg- rp oaram Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt, 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt, 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; EXHIBIT I - 2 Packet Pg. 1882 16.C.11.d c •L a� r EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES U (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; E w (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small N Business Administration and the Minority Business Development Agency of the Department o of Commerce; and z (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed EL in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 0 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 r must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: P The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 111. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 Packet Pg. 1883 16.C.11.d EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Vill. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I -4 Packet Pg. 1884 16.C.11.d c •L a� r EXHIBIT I V FEDERAL CONTRACT PROVISIONS AND ASSURANCES L) (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth a in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any E subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this !L section." ri Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local N government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided o by arbitration, if the parties mutually agree, or in a Florida court of competentjurisdiction. z Clean Air Act and Federal Water Pollution Control Act: (over $160,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1362 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I - 5 Packet Pg. 1885 16.C.11.d EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm. I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name AshBritt, Inc. Date 04/15/2020 Authorized Signature & /-- EXHIBIT I - 6 Packet Pg. 1886 16.C.11.d EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR AshBritt, Inc. By: eizA� Signature Dow Knight, Senior Vice President Name and Title 565 E. Hillsboro Blvd. Street Address Deerfield Beach, FI 33441 City, State, Zip 848970893 DUNS Number 04/15/2020 Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number: 4337DRFLP0000001 EXHIBIT I - 7 Packet Pg. 1887 16.C.11.d EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the PRLME to either provvde a re'nsed statement or provide source documentation that validates a I status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FEZ NUN15EA CONTRACT DOLLAR AMOUNT AshBritt, Inc. 65-0364711 TBD IS THE PRIME A FLORIOAdERTIFiED DISADVAUTAGEO, yETERAN 'r '5 THE ACTIVITr OF THIS CONTRACT.- flN MINORITYOA u'OMEN BUS,IIESS ENTERPRISE? DBE? 'V N CONSTRUCTION ?(D&EIMSEAPI8E) OR HAVE A SMALLOISADVANTAGID8USIILESS8ACERTIFICATIONFROMTHESMALL8VSINESS MBE? Y N CONSULTATION? r ADMINISTRATION? ASEAVICEOISABLEOVETERAN? WOE? r N OTHER? 0( N 508 8A? Y N IS THIS SUBMISSION A REVISION?l Y N 1 YES, REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION NIA DBE M/WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE I SU D/SUPPLIER I PERCENT OF CONTRACT VETERAN NAME SPECIALTY IseeBelow] DOLLAR AMOUNT DOLLARS TOTAL C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TTfL.E OF SUBMrrTER Dow Knight 04/15/2020 Senior Vice President EMAILADDRESS OF PRIME SUBMITTER) TELEPHONE NUMBER FAX NUMBER res onse ashbritt.com (954) 725-6992 954 725-6991 NOTE: This information is used to track and report anticipated ose or m5e participation in federally -funded contracts, The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms: This form must be submitted at time of response to a soikitation, 1 and when awarded a County contract, the prime will be asked to update the information for the grant compliance files. fflNlCrr . " CQO[ `. elackAmerican 8A Hispanic American HA NativeAmerican NA Subcont, Asian American SAA 'Asian•PadficAmfican APA. Non -Minority Womenj MAW other: nut cifany other group listedl O 11 D. SECTION TO BE COMPLETED BY COLLIER COUNTY ' 11 OEPA RTMENT NAME I COUIERI011TRACr#I1FB7PFPorPO/PE05 I GRANT PROGRAWCONTRACT BY: CD :) O _ CD I .L t fn a M ti O N C d E L EXHIBIT I - 8 v its a Packet Pg. 1888 16.C.11.d EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exreedina $100.0001 The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congres&in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (Including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. AshBritt, Inc. Contractor (Firm Name) Signature of Contractor's Authorized Official Dow Knight, Senior Vice President Name and Title of Contractor's Authorized Official 04/15/2020 Date EXHIBIT I - 9 Packet Pg. 1889 16.C.11.e FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7743 for Emergency Catering Services THIS AGREEMENT, made and entered into on this day of by and between Tastebuds Custom Catering, Inc. authorized to do business in the State of Florida, whose business address is 1040 Collier Center Way, #10-11, Naples, FL 34110 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ❑O upon the date of Board approval ❑ and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. 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 two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term 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 prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑i Purchase Order ❑ Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of � Request for Proposal (RFP) ❑ ❑ (l+her ) # 20-7743 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. FE-1 The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page i of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) c L d E w Packet Pg. 1890 16.C.11.e 3.1 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's Procurement Ordinance, as amended, and Procurement w Procedures in effect at the time such services are authorized. - 3.2 FE-1 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): ME ot- - - X Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.l ) Packet Pg. 1891 16.C.11.e 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). E w 4.3 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 the Agreement. Any untimely submission of invoices beyond the P7 specified deadline period is subject to non-payment under the legal doctrine of "laches" N as untimely submitted. Time shall be deemed of the essence with respect to the timely z6 submission of invoices under this Agreement. - real associated with activities and solicitations undertaken pursuant to 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 # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 1892 16.C.11.e Company Name: Tastebuds Custom Catering, Inc. c Address: 1040 Collier Center Way, #10-11 Naples, FL 34110 E w Authorized Agent: Gregory Shapiro Attention Name & Title: Telephone: (239) 774--3663 N E-Mail(s): Infop_tastebudscustomcatering.com o All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Damon Grant Division Name: Facilities Management Division Address: 3335 Tamiami Trail East Naples, FL 34112 Administrative Agent/PM: Miguel Carballo, Manager Telephone: (239) 252-7609 E-Mail(s): Miguel.Carballo ,col lie rcountyfl.gov 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. 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. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l ) Packet Pg. 1893 16.C.11.e 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 w 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 o Agreement of the Contractor. Should the Contractor fail to correct any such violation, N conduct, or practice to the satisfaction of the County within twenty-four (24) hours after Z 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 U_ the suspension period until the violation has been corrected to the satisfaction of the County. o 10. 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 the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement 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. W 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. 0 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. 0 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 $1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1894 16.C.11.e triti- w Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. 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 thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) 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 the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, 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. Page 6 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver,1) Packet Pg. 1895 16.C.11.e 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 w 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 o hereunder is fully and finally barred by the applicable statute of limitations. N 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 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 AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Al Exhibit A Scope of Services, Exhibit B Fee Schedule, 0 RFP/ ❑ 4T43�❑ o #20-7743 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and 0 Other Exhibit/Attachment: Federal Contract Provisions and Assurances. 17. APPLICABILITY. Sections corresponding to any checked box ( 0 ) expressly apply to the terms of this Agreement. 18. 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. 19. 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 Agreement held by the individual and/or firm for cause. 20. 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 Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1896 16.C.11.e 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. § w 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA rSTATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 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. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1897� 16.C.11.e 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the w discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. ...... mm� MO. -- Page 9 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 1898 16.C.11.e 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 0 N 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a a) E change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Q Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1899 16.C.11.e foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, w employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. 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. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. 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. 33. 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. .. :17_ . . . - . _ . .. 1 . - - .... . _ . . M. Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1900 16.C.11.e 0 AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement 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 Agreement. The Contractor w shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. P7 FE-1 ORDER OF PRECEDENCE (Grant Funded). 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, except the terms of any 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 County's discretion. 36. 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. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l) Packet Pg. 1901 16.C.11.e County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. am aD 38. ❑ w M v 6 N - . - ...�. . .. -. ..- .-.. . - .. .-. ...-. .. . .. . ' .. . - .. - . . . - ! NJ U1. . .. - . ■ A 1 (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1902 16.C.11.e IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST; Crystal K. Kinzel, Clerk of Courts & Comptroller By: (SEAL) Dated: Contractor's Witnesses, Heather Shapiro k"'Type'print witness naJ01"k me Contractor's Second Witness Diana Rosen I Type/print witness name Al Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: ..%. Burt L. Saunders , Chairman Tastebuds Custom Caterini Contractor By: Inc. Siature P S Apt P Type/print signature and titleT Page ld of 17 Fixed Term Service Multi -Contractor Agreement 2017-008 (Ver. l ) CAO Packet Pg. 1903 16.C.11.e ❑ following this page (pages 1 ❑ this exhibit is not applicable Exhibit A Scope of Services through 5 ) Page 15 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) c a� E w Packet Pg. 1904 16.C.11.e RFP #20-7743 "Emergency Catering Services" EXHIBIT A -SCOPE OF SERVICES The terms "Vendor" and "Contractor" shall be used interchangeably throughout this Agreement. c m Im L Collier County Facilities Management Division is seeking Vendor(s) capable of providing nutritious meals to E support part or all of the feeding operation requirements in the event of an emergency or disaster. This contract has w been awarded on a Primary, Secondary and Tertiary basis. M 1. General: a. When the County declares an emergency or disaster is imminent or in process, the County will contact the Vendor to initiate the emergency catering services. b. No guarantee is expressed or implied as to the quantity of commodities and/or services to be procured c. A County declared disaster may include, but not be limited to, storms, hurricanes, tornadoes, flooding, fires, homeland security activity, major police activity, acts of terrorism, etc. d. Catering requirements shall be based on the severity of the disaster but could range from one designated location in smaller events to over fifteen locations Countywide. Locations may include, but not be limited to, Collier County Emergency Operations Center, emergency responder staging areas throughout the County, and various emergency shelter locations throughout the County. e. Vendor(s) shall be required to provide and deliver cold box meals to locations within Collier County, as directed by the County. f. Vendor(s) shall be prepared to supply and provide catering services at the Emergency Operations Center during an extended lock -down period. g. Vendor(s) shall be prepared to supply and provide catering services (when appropriate) to designated locations throughout the County upon the County's request. h. Vendor(s) shall include in their proposal their cancellation policy as it pertains to this solicitation. 2. Event Preparation and Response -0 a. A 48-hour verbal or written notice for emergency catering services will be given to the Vendor(s) when a_ possible. The notice will include the nature of the emergency, the location(s) requiring the service(s), rn type of food and/or meals required, estimated quantity of food required, serving times, name and contact -'S information for the County liaison, and any other relevant information. CD b. The Vendor(s) shall provide the requested emergency catering services within twenty-four (24) hours after the County issues the notice, unless the County provides a longer response time with the request. Time is m of the essence. c. The County shall provide the Vendor(s) a verbal or written twenty-four (24) hour notice to discontinue ~ M the emergency catering service. The notice will include any clean-up requirements. ti ti d. Vendor(s) shall understand normal food and fuel suppliers may be inoperable during the emergency 0 N service period and utilities such as potable water and electricity may be shut off. The Vendor(s) shall plan m and prepare accordingly to ensure services as requested are met. E s c� Q Exhibit A -Scope of Services Page 1 of 5 Packet Pg. 1905 16.C.11.e 3. Vendor Responsibilities a. The Vendor(s) shall obtain all licenses and / or permits required prior to the start of an emergency service period at no additional expense to the County. b. All meals shall be prepared under Federal, State, and Local guidelines governing health and food service a1 sanitation. If the food is served in and/or from Mobile Food Dispensing Vehicles, the Vendor(s) shall E provide a copy of license and ensure the minimum specifications are maintained as required in section w 61 C4.0161, Florida Administrative Code. https://www.flrules.org/gatewa, /� chapterhome.asp?chapter=61 c-4 c. The Vendor(s) shall provide all management, supervision, labor, materials, supplies, and any additional equipment needed to establish and operate a food service facility for dispensing food and beverages. Service shall be prompt, efficient, sanitary, and courteous and avoid undue interference with the operations of the facility in which services are being provided. The variety, menu, and appearance of food shall be consistent with food service industry standards. d. The Vendor(s) shall provide adequate number of employees to operate each requested location based on the number of meals being served. The Vendor's employees shall be clean and courteous to the public. Employees must have a current Health Department certification and have completed all required medical requirements. The Vendor(s) shall maintain current health inspection records as applicable to this solicitation. e. The Vendor(s) shall provide proper containers (i.e. microwave -safe for boxed hot meals) and utensils for all meals. Recyclable materials shall be used when commercially available. f. The Vendor(s) shall provide all items required for service, including, but not limited to, dishes, drinkware for hot and cold beverages, utensils, serving utensils, food tables, chafing dishes, beverage dispensers, napkins and condiments in single serve packets. g. The Vendor(s) shall maintain adequate supplies on hand and shall be responsible for re -stocking all supplies. h. The Vendor(s) shall promptly dispose of all refuse and waste material, created by the Vendor's operation, after each meal service. Trash removal and cleaning the service area shall be the Vendor's responsibility. i. The Vendor(s) is/are prohibited from serving leftovers. Leftovers shall become the property of the County and remain with the County after each meal service. The Vendor(s) shall box up, label and date leftovers and leave in the County refrigerator(s). a_ j. The Vendor(s) shall provide at least two (2) emergency contact telephone numbers that will allow twenty- CO four (24) hours, seven (7) days per week contact. -0 m k. The Vendor(s) shall appoint one of its employees as the primary liaison and key contact for approval by the County during an active event. m m 4. Meal Requirements a. During an event, the Vendor(s) shall provide a daily menu that includes foods that are visually appealing, appetizing, and nutritionally sound. Three (3) nutritional and well-balanced meals per day (breakfast, lunch and dinner) shall be required upon request of the County. An additional late service meal shall be c required for 24-hour emergency operations. In the event of this additional late service, the County will N notify the Vendor(s) 24-hours in advance, when possible. CD b. Each meal served shall include the USDA recommended servings of protein, grains, fruits and vegetables. c� i. Breakfast shall consist of a standard portion of protein, fruit and dairy and be served as a hot meal a Exhibit A -Scope of Services Page 2 of 5 Packet Pg. 1906 16.C.11.e with cold meal choices. ii. Lunch, dinner and late shift meals shall contain an entr6e of either meat, pasta, or fish and include a salad option. iii. Vendor(s) shall only be required to provide one entr6e per meal. b. All meals shall be a minimum of one and one-half serving size. c. The Vendor(s) shall ensure availability to supply three (3) 16oz. bottles of water per person, per day. d. The Vendor(s) shall provide a choice for special dietary needs upon notice of the special dietary need(s) from the County (i.e. vegetarian, diabetic, kosher, gluten free, etc.). e. Boxed meals shall be appealing and travel well. f. Boxed meals shall include a deli style sandwich, bag of chips, piece of fruit, cookie, napkin and bottle of water. Similar items are acceptable upon approval by the County. g. The Vendor shall provide insulated gel packs for use in boxed meals as appropriate. h. The Vendor shall make available coffee and tea service with cups, sugar, creamer, stirrers, etc. on a 24/7 basis. Coffee (caffeinated and decaffeinated) shall be brewed onsite. Hot water and tea bags shall be made available. i. All materials required to brew and consume the coffee and tea shall be provided by the Vendor, including, but not limited to, coffee maker, coffee filters, cups, sugar, sugar substitute, creamer, flavored creamer, etc. Vendor shall make available at the County's request the following items: soft drinks (cans and / or plastic bottles — regular and diet options), iced tea, juice, milk, lemonade, snacks (chips, crackers, cereal bars, nuts, etc.). 5. Meal Count Process a. The Vendor(s) shall track each meal consumed and shall be responsible for managing the distribution process to ensure each person served is being accounted for and an accurate meal count is provided to the County following each meal. Tracking shall be accomplished through a monitored paper -based signature process or by electronic means. b. The meal count shall be provided to the County no later than two (2) hours after each meal service is complete. The number of meals counted shall be recorded and reconciled between the County and the Vendor(s) at the end of each meal service. 6. Serving Times a. Pre -event serving times will be established on an event -by -event basis. b. The County anticipates serving times as listed below. The times may change or vary depending on the nature of the disaster and / or emergency event. All times shall be Eastern Time Zone. Breakfast 7:00 AM until 8:30 AM Lunch 11:00 AM until 2:00 PM Dinner 6:00 PM until 8:00 PM Late Shift 12:00 AM until 2:00 AM (box dinner acceptable) m IM L E w Q Exhibit A -Scope of Services Page 3 of 5 Packet Pg. 1907 16.C.11.e 7. All -Inclusive Pricing / Invoicing a. The Vendor's pricing shall be all-inclusive per meal as outlined in Exhibit B- Fee Schedule. Additional expense lines on an invoice will be rejected unless pre -approved by an appropriate County Representative. b. The Vendor's invoice shall be itemized with the actual meal count and appropriate meal pricing as outlined in Exhibit B-Fee Schedule of this Agreement. The invoice shall include location, date and time of the service(s). SAMPLE MEALS Days I thru 3 (example only) Breakfast 4 oz. Scrambled Eggs and Egg Substitute 2 oz. Breakfast Meat 1 pc. Breakfast Bread (waffle, pancake) or Toast Butter and syrup or jam 12 oz. Coffee, Juice or Milk Snack Lunch Dinner ea. Muffin or Bagel pc. Fresh Whole Fruit Fresh Tossed Salad 4 oz. Protein — Chicken, Beef, Fish, Pork, sandwiches, etc. 4 oz. Starch — pasta, potato, rice 3 oz. Vegetable — fresh/frozen 12 oz. Beverage Fresh Tossed Salad 6 oz. Protein — Chicken, Beef, Fish, Pork, dinner entrees, etc. 4 oz. Starch 3 oz. Vegetable Dessert — Cookie, etc. 12 oz. Beverage By Day 4 the County may begin to transition into remaining frozen items and introduce dry and canned products The menu should become simpler and snacks are dedicated for workers only. Days 5 thru 7 shall be basic and meant to sustain nutrition thru shelf stable products. Day 4 (example only) Breakfast Hard Boiled Egg 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Coffee or Water Snack Lunch "Workers Only" 1 ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips Carrot Sticks or Celery Sticks Exhibit A -Scope of Services Page 4 of 5 m Im `m E w Packet Pg. 1908 16.C.11.e Deli Sandwich Chips 12 oz. Beverage Dinner d 8 oz. Entree — Lasagna, Pasta Bake, Raviolis m 3 oz. Frozen or Canned Vegetable w 12 oz. Beverage Dessert Day 5 thru 7 (example only) Breakfast 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Water, Coffee if available Snack Lunch Dinner **Workers Only** 1 ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips 8 oz. Soup or Chili, etc. 1 pc. Roll or Bread 3 oz. Vegetable — fresh/frozen 12 oz. Beverage 8 oz. Entree — Lasagna, Pasta Bake, Ravioli, Tuna Casserole, etc. 3 oz. Frozen or Canned Vegetable 12 oz. Beverage Exhibit A -Scope of Services Page 5 of 5 Packet Pg. 1909 16.C.11.e Exhibit B Fee Schedule following this page (pages 1 through Page 16 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) L) c L a� E w Packet Pg. 1910 16.C.11.e RFP #20-7743 "Emergency Catering Services" EXHIBIT B-FEE SCHEDULE TASTEBUDS CUSTOM CATERING, INC. (TERTIARY VENDOR) Description Unit of Measure Unit Value Bundled Meal Service (Three Meals Per Day) Three 16oz. Bottles of Water Included Per Person $68.75 Breakfast Service Hot Per Meal $21.75 Lunch Service Hot Per Meal $24.35 Dinner Service Hot Per Meal $26.75 Boxed Meal Per Meal $15.00 Coffee and Tea Service -Per 24-hour period Per Period $8.00 Individual Servicing Soft Drink, Juice, Milk Per can/bottle $3.00 Lemonade, Iced Tea Per Gallon $8.00 Snacks (Chips, Crackers, Cereal Bars, Nuts, etc Per Package $3.00 Cancellation Fee must be confirmed by Count Per Incident 100% Prices shall remain firm for the initial term of this Contract. aD Im a D E w Exhibit A -Scope of Services Page 1 of 1 Packet Pg. 1911 16.C.11.e Other Exhibit/Attachment Description: Federal Contract Provisions and Assurances ❑ following this page (pages 1 through 9 ) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) L) c L d E W Packet Pg. 1912 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES L d FEDERAL EMERGENCY MANAGEMENT AGENCY E PUBLIC ASSISTANCE w This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200,23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: * 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards * 44 C.F.R. Part 206 The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. it is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DNS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I - 1 Packet Pg. 1913 16.C.11.e EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 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. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement 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. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, httpsJty Viw epa gov/smm/compreherisrve-crocurerr,ent-qr}idelirie-c�)g- proaram Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000, As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F,R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; c a� L d E w EXHIBIT I - 2 Packet Pg. 1914 16.C.11.e EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES L d (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to E permit maximum participation by small and minority businesses, and women's business w enterprises; M (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; N 6 (5) Using the services and assistance, as appropriate, of such organizations as the Small Z Business Administration and the Minority Business Development Agency of the Department a of Commerce; and LL (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. II. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 Packet Pg. 1915 16.C.11.e EXHIBIT I = FEDERAL CONTRACT PROVISIONS AND ASSURANCES a� m VI. The contractor will furnish all information and reports required by Executive Order 11246 of w September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting cli agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. c VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. VIII. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C:. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I - 4 Packet Pg. 1916 16.C.11.e EXHIBIT I c FEDERAL CONTRACT PROVISIONS AND ASSURANCES a� L d (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth w in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by anycli subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." o Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competentjurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I - 5 Packet Pg. 1917 16.C.11.e Collier County Solicitation 20-7743 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name I co ip U1J O Date W l Lt-Z.D Authorized Signature c a� L d E W EXHIBIT I - 6 4/10/2020 7:43 AM Packet Pg. 1918 16.C.11.e _ Collier County Solicitation 20-7743 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR By: Signature Q( i E, , Name d Tlt 1 oL4t) Street Address Naples City, State, Zip 0069Ct DUNS Number L-t - l L(-Z,D Date Sub -Recipient Name: DEM Contract Number: FEMA Project Number: Collier County Board of County Commissioners Z0001 4337DRFLP000000J c a� m E w 4/10/2020 7:43 AM EXHIBIT I - 7 f18� Packet Pg. 191971 Collier County --- .16.C.11.e Solicitation 20-7743 EXHIBIT I 1 V f FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be vitrified. Umverifable statuses will require the PR;Nif to either prcivde a reesed statement or prov,,de source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FED NUMBER CONTRACT DOLLAR AMOUNT Ci5febu4I[o 2t--z8io22:s IS THE PRIMEA I'LORMA-CERTMED DISADVANTLGE'15, `rrERAN y `N tS THE ACTIVITY OF THIS CONTRAC'T,_. MINORITi OR WORIEN BUSINESS ENTERPRISE? DBE; t' rbi CONSTRUCTION ? 'r N DBE'.,/BE iYEE) OR H VE A SMALL DISADYAt,TAUED BUSINESS $A CfRflf!CATION FROM THE SI,IALL BUSINESS h1BE? Y CONSULTATtoN? Y N ADMINISTRATiONI A SERVICE DISABLED VETERAN+ Wet? Y OTHER? I N 50a SA? Y IS T)+S SUBF.SIS5iON A REVISION? Y N if YES, RE'45ION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO 1S A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DBE MIWBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR MNK:ITY CODE SUBJSUPPUER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS TOTALS C. SECTION TO BE COMPLETED BY PRIME VENDOR%CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER 5 _Z'D �Cet,Cl cti ' EMAIL ADDRESS Of PRIME (SUBMI TER.) TELEPHONE NUMBER FAX NUMBER I0(j C Ks As+y,,Alt, '•C> NOTE: Thii information is used to track and report anticipated DBE or meE participation in federalhy-funded contracts The anticipated DBE or NIN amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. 4 and when awarded a County contra^t, the prime vi# be asked to update the information for the Cant conpm?ance fines. ET"NICTTY CODE BtackAmerican BA Hispanic American _ HA Native American NA Subcont. Asian American SAA Asian-Paafit American APA Non-fAinoritir Womeni NMI& Other: not of any other group listed IO D. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME I COLLPER CO'ITRACT O I.fBiRfP or P0lRto5 GRANT PROGRAM/CONTRACT ACCEPTED BY: L -- — I DATE 4) Is `) E w EXHIBIT I - 8 4/10l2020 7:43 AM Packet Pg. 1920 Collier County Solicitation 20-7743 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offeE exceeding S1Q0.QQ01 The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Contractor (Firm Name) Signature of tractor's Authorized Official t ramie wit e of Corftractors Authorized Official -15- -Zo Date EXHIBIT I - 9 4/10/2020 7:43 AM E W Gf'`� Packet Pg. 1921 AshBritt Inc. Response to Collier County, FL RFP# 20-7743 for Emergency Catering Services AshBritt �} T -- Envi ron mental i -14 CAPABILITIES a f, �f :r STATEMENT MISSION As the nation's leader in disaster response and recovery services, the mission of our team is to support communities and help the families in time of need. - VALUES Ensure safety, integrity, commitment to service and teamwork. VISION _ L . Transform the industry through _ innovative and sound initiatives to support all communities with their environmental, infrastructure and sustainability needs. ASH 0RITT.COM Table of Contents ............................................................................................................................................................................................... I TAB 1. COVER LETTER / MANAGEMENT SUMMARY..................................................................................................1 TAB 2. CERTIFIED MINORITY BUSINESS ENTERPRISE.................................................................................................2 TAB 3. EXPERIENCE AND CAPACITY OF THE FIRM......................................................................................................3 TAB 4. PLAN OF APPROACH.....................................................................................................................................4 ■ 1.7.1 PLAN OF APPROACH................................................................................................................................................. 4 ■ 1.7.2TIMELINE...............................................................................................................................................................5 ■ 1.7.3 SAMPLE MENU'S..................................................................................................................................................... 6 Breakfast7 Day Menu............................................................................................................................................ 6 Lunch7 Day Menu.................................................................................................................................................. 7 Snacks..................................................................................................................................................................... 9 Dinner7 Day Menu................................................................................................................................................. 9 - Sample Menu Photographs................................................................................................................................... 11 ■ 1.7.4 MEAL CANCELLATION POLICY.................................................................................................................................. 12 ■ 1.7.5 HEALTH INSPECTION RECORDS................................................................................................................................. 12 ■ 1.7.6 LICENSES AND CERTIFICATES.................................................................................................................................... 14 TAB 5. COST OF SERVICES TO THE COUNTY.............................................................................................................23 TAB 6. VENDOR CHECKLIST AND SIGNED FORMS....................................................................................................24 Ash 3ritt Page ii Environmental Tab 1. Cover Letter /Management Summary ** Please see the following pages for AshBritt's Cover Letter/ Management Summary ** AShBral 0 Environmental Page 11 Cover Letter/ Management Summary Ash9ritt Environmental April 21, 2020 Barbara Lance, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 RE: RFP# 20-7743 for Emergency Catering Services Dear Ms. Lance, AshBritt, Inc. (AshBritt) is the national leader in disaster response and recovery operations and is pleased to respond to Collier County's RFP for Emergency Catering Services. ♦ Recent Experience AshBritt has provided catering and meals ready to eat for multiple clients in the past few years and has summarized a brief overview below. ■ Florida Division of Emergency Management in response to COVID-19 (Catered Meal) ■ Monroe County, FL for Hurricane Irma (Catered Meal) ■ Collier County, FL for Hurricane Irma (Catered Meal) ■ The City of Miami Beach, FL for Hurricane Ike (MRE's) ■ Victoria County, TX for Hurricane Harvey (MRE's) ■ The City of Fort Bend, TX for Hurricane Harvey (MRE's) ■ USACE for Hurricane Katrina (Catered Meal) Hurricane Irma (2017): AshBritt was the disaster response contractor for all of Collier County, Florida, and provided catering services throughout the project. Meals were served for breakfast, lunch, and dinner. These services were provided with our subcontracting partner Silver Lining Catering. AshBritt intends on utilizing them as our partner again for Collier County, FL, if awarded this contract. AshBritt provided Monroe County with twobase camps capable of housing over 1,000 people. Meals were served for breakfast, lunch, and dinner. AshBritt provided a host of other disaster response and recovery related services for this mission as well. These base camps had full amenities for sleeping, wash stations, and bathrooms. Hurricane Harvey (2017): AshBritt completed 13 separate disaster missions throughout the state of Texas in response to Hurricane Harvey, where numerous ancillary services were provided to multiple clients, including meals ready to eat for breakfast, lunch, and dinner. ♦ Financial Strength AshBritt's current bonding capacity is $650,000,000. AshBritt underwrote $100,000,000 during our operation for the United States Army Corps of Engineers (USACE) Hurricane Katrina mission and currently has $50,000,000 of company working capital. w Commitment to Safety AshBritt maintains an excellent safety record. Our Experience Modification Rating is .71. ♦ Local Partners Working with local and regional partners, and with small and minority -owned businesses, is a core corporate value. AshBritt intends on utilizing Silver Lining Catering as our subcontracting partner. We look forward to identifying additional local and regional subcontracting partners if requested. 565 East Hillsboro Boulevard ■ Deerfield Beach, Florida • 33441 Phone (954) 725-6992 - Facsimile (954) 725-6991 ■ Web: www.ashbritt.com • Email: response@ashbritt.com Primary Contact for RFP: Matt Gierden, VP Office: (954) 725-6992 Fax: (954) 725-6991 Toll -Free: (800) 244-5094 Mobile: (239) 229-5829 Email: matt&ashbritt.com Ash iritt Environmental t Corporate Headquarters: 565 East Hillsboro Boulevard Deerfield Beach, FL 33441 Office: (954) 725-6992 Fax: (954) 725-6991 Toll Free: (800) 244-5094 Web: www.ashbritt.com Contact with the Ability to Bind AshBritt: Dow Knight, Sr. Vice President Office: (954) 725-6992 Fax: (954)725-6991 Toll Free: (800) 244-5094 Mobile: (954) 818-4416 Email: dowgashbritt.com AshBritt explicitly accepts all conditions and requirements contained in this RFP. This proposal is valid for a period of (180 days). We appreciate your time and consideration, and we look forward to continuing our relationship as your disaster recovery partner. Sincerely, C& Ili Dow Knight Sr. Vice President 565 East Hillsboro Boulevard ■ Deerfield Beach, Florida • 33441 Phone (954) 725-6992 • Facsimile (954) 725-6991 ■ Web: www.ashbritt.com • Email: response@ashbritt.com Tab 2. Certified Minority Business Enterprise AshBritt's is not a Certified Minority Business Enterprise AshBral 0 Environmental Page 12 Certified Minority Business Enterprise Tab 3. Experience and Capacity of the Firm AshBritt has submitted five (3) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of our proposal. (2) of the reference, forms were unable to be received back in time due to COVID-19. However, we included them as supporting documentation with the project details and client contact information. ** Please see the following pages for AshBritt's Reference Forms ** AshBritt ■ Environmental Page 13 Experience and Capacity of the Firm MN Collier Comity Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7743 Reference Questionnaire for: emergency rooa service (Name of Company Requesting Reference Information) AshBritt Environmental Inc. (Name of Individuals Requesting Reference Information) Name: Daniel R. Rodriquez (Evaluator completing reference questionnaire) Email: Dan.Rodriguez@colliercounty FAX: Company: Collier county PUD (Evaluator's Company completing reference) Telephone: 239-249-1380 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Hurricane IRMA 66 Million Dollars (8,000+ meals served) Completion Date: 03-1-2018 Project Number of Days: 6 Months Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS ***UPDATED JANUARY 28, 2020*** MN Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RFP 20-7743 Reference Questionnaire for: Emergency Catering Services (Name of Company Requesting Reference Information) AshBritt, Inc. (Name of Individuals Requesting Reference Information): Rob Ray Name: Jeff Kelley Company: Orange County, TX (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: jeffkelley@live.com FAX: 221-1108 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Hurricane Ike Project Budget: $16,400,000 (1,000+ meals served) Completion Date: 2/10/2009 Project Number of Days: 140 Days Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS ***UPDATED JANUARY 28, 2020*** C ler CnutKty AdminisiraWe Services Depattment Prowrement Services OMsbn Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RFP 20-7743 Reference Questionnaire for: Emergency Catering Services (Name of Company Requesting Reference Information) AshBritt, Inc. (Name of Individuals Requesting Reference Information) Name: Richard McBrayer (Evaluat r completing ref ence questionnaire). ( yn cgr"'Yety, VCtur'-CA-7k oe'6 Email: rm( 0 O�9 FAX: Company: Victoria County, TX (Evaluator's Company completing reference) 1) 649-8366 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivddual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: hurricane Harvey Recovery Completion Date: 12/12/2017 Project Budget: $5.743,700 (1,664 meals served) Project Number of Days: 106 Days Item Criteria Score must be completed) I Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). r' 3 Quality of work, 4 Quality of consultative advice provided on the project. to 5 Professionalism and ability to manage personnel. O 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. !Q 8 Abiltity to manage risks and unexpected project circumstances. 1 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. (0 10 Overall comfort level with hiring the company in the future (customer satisfaction). d TOTAL SCORE OF ALL ITEMS Lon ...UPDATED JANUARY 28, 2020*** Collier Comity Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RFP 20-7743 Reference Questionnaire for: Emergency Catering Services r (Name of Company Requesting Reference Information) AshBritt, Inc. (Name of Individuals Requesting Reference Information) Name: Martin Senterfitt MPA (Evaluator completing reference questionnaire) Email: senterfift-marti Company: Monroe County, FL (Evaluator's Company completing reference) Telephone: (305 289-6018 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Hurricane Irma Recovery Project Budget: $15,085,900 15,000+meals served) Completion Date: 09/24/2017 Project Number of Days: 14 Days Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS ***UPDATED JANUARY 28, 2020*** MN Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RFP 20-7743 Reference Questionnaire for: Emergency Catering Services r (Name of Company Requesting Reference Information) AshBritt, Inc. (Name of Individuals Requesting Reference Information) Name: John Temperilli (Evaluator completing reference questionnaire) Email: jemperilli FAX: Company: Garner Environmental Services (Evaluator's Company completing reference) T Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: COVID-19 Response Completion Date: 04/19/2020 Project Budget: (12,198+ meals served) Project Number of Days: 22 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS ***UPDATED JANUARY 28, 2020*** MN Collier Comity Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RFP 20-7743 Reference Questionnaire for: Emergency Catering Services r (Name of Company Requesting Reference Information) AshBritt, Inc. (Name of Individuals Requesting Reference Information) Name: Scott Wieghat (Evaluator completing reference questionnaire) Email: Scott.Wi county.gov FAX: Company: Fort Bend County, TX (Evaluator's Company completing reference) Telephone: (281) 342-4513 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Hurricane Harvey Recovery Completion Date: 11 /9/2017 Project Budget: $7,146,000 (4,828 Meals Served) Project Number of Days: 72 Days Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS ***UPDATED JANUARY 28, 2020*** Tab 4. Plan of Approach AF 1.7.1 Plan of Approach The AshBritt Team offers diverse and expandable experience in turn -key operations for food service management and logistical support. We can provide a full scale of kitchen operation of all sizes upon activation. Our food service management staff is certified under the National Restaurant Association SaveSery Program and is capable of meeting the (RFP) requirements for Collier County, FL. to provide full-scale catering services for any event that may impact Collier County. AshBritt will bring an experienced team capable of scaling to meet the mission at hand, our highly skilled project management team is well versed in food service production, distribution, and service. Experts in food production and service, our culinary staff, maintain stringent guidelines and perform standard cross panned procedures in maintaining food temperatures on serving lines. Once activated, we will be able to service the designated delivery locations with our mobile equipment to include refrigerated trucks and portable kitchens. Additional equipment required for emergency catering service will be readily accessible by our vendor, immediately delivering the necessary equipment to our sites. Our broad line food vendor(s) activate refrigerated/freezer trailers in the requested locations with a minimum of the required 7-day menu. Our scheduled labor matrix goes into effect, and our kitchen layout turns into an assembly line. The hot kitchen begins preparing the hot meal menu items scheduled for the day, and the cold kitchen prepares the cold menu items. If boxed meals are required, the Team prepares, packs, and safeguards prepared package meals at our facility until the scheduled delivery time. The dining room layout can include tables and tents that will be set up to create an organized line to feed the county employee and emergency workers quickly and efficiently. If required, AshBritt can activate tents and all the necessary equipment to set up a satellite dine -in facility. Additional staffing levels will be provided to properly feed the buffet style or box lunch style menu. AshBritt's Team of expanding network resources provides limitless capacity and flexibility to manage efficient emergency catering services in multiple locations. Our central commissary will serve as the main hub for food preparations, and additional catering kitchens across South Florida will be available for assistance should the need arise. Proper sanitation procedures will be consistent for both structured and satellite locations' food services. Adhering to local municipal solid waste and recycling trash ordinance, the AshBritt team will ensure clean and compliance disposal services at all facilities services. The Ashbritt Team works closely with federal and state agencies like FEMA and USAC, providing accurate and timely records management on all projects. Within the last 10-years, the AshBritt Team has provided an assortment of emergency catering service to some of our valuable customers: Florida Division of Emergency Management in response to COVID-19 (Catered Meal) (12,198+ meals served) Monroe County, FL for Hurricane Irma (Catered Meal) (15,000+ meals served) Collier County for Hurricane Irma (Catered Meal) (8,000+ meals served) %Ash B r2itt Page 14 Plan of Approach ■ The City of Miami Beach, FL for Hurricane Ike (MRE's) (384 meals served) ■ Victoria County, TX for Hurricane Harvey (MRE's) (1,664 meals served) ■ The City of Fort Bend, TX for Hurricane Harvey (MRE's) (4,828+ meals served) ■ USACE for Hurricane Katrina (Catered Meal) (10,000+ meals served) • Monroe County, FL Meal Project AshBritt provided multiple meal services in response to Hurricane Irma. We provided Monroe County with 2 base camps capable of housing over 1,000 people. Meals were served for breakfast, lunch, and dinner. AshBritt provided a host of other disaster response and recovery related services for this mission as well. These base camps had full amenities for sleeping, wash stations, and bathrooms. (Please see the picture on this page). • Collier County, FL Meal Project AshBritt provided over 8000+ catered meals to Collier County, FL, in response to Hurricane Irma in 2017. The meals provided will be from the same source as provided previously for the County. AV 1.7.2 Timeline Our operational timeline below provides an overview of our work -flow process from service inception to completion, including logistical planning, labor matrix, team meeting, mobilization, and an internal recap of daily activities. HOUR 24 HOUR ACTIVATION TIMELINE 00:00 TEAM MEETING TEAM MEETING EVERY 4TH HOUR 01:00 KITCHEN ASSEMBLY SET AND STARTED 02:00 VENDOR ORDERS PLACED FOOD AND PACKAGING 03:00 TRUCKING SOURCES 04:00 LABOR MATRIX IN PLACE 05:00 TEAM MEETING 06:00 07.00 08:00 09:00 ORDERS ARRIVE I TEAM MEETING 10:00 PRODUCTION BEGINS 11:00 12:00 OFFSITE MOBILIZATION 13:00 TEAM MEETING 14:00 15:00 16:00 17.00 TEAM MEETING 18:00 19:00 20:00 RECAP + FOLLOW UP 21:00 22:00 23:00 24:00 FOOD DELIVERY READY %Ash B r2itt Page 15 Plan of Approach 1.7.3 Sample Menu's AshBritt can offer vegetarian options if required by the County. They are inserted into the current menu for informational purposes only at this time. Breakfast 7 Day Menu CONTINENTAL PORTION ITEM 12oz BEVERAGE -JUICE 2 EACH BREAKFAST BREAD 1 EACH GRANOLA BAR 4oz YOGURT 5oz SUNDAY FRESH FRUIT PORTION ITEM 4oz SCRAMBLED EGGS 2oz SAUSAGE 1 oz PANCAKES 1 EACH BUTTER, SYRUP, OR JAM 12oz BEVERAGE -JUICE M NDAY PORTION ITEM BREAKFAST SANDWICH TO INCLUDE: 2oz BACON 4oz EGG 2 SLICES CHEESE 1 BAGEL 12oz BEVERAGE -MILK TUESDAy PORTION ITEM 6oz HAM EGG CHEESE OMELET 4oz YOGURT 1 EACH MUFFIN 12oz BEVERAGE -JUICE WEDNESDAY PORTION ITEM 4oz SCRAMBLED EGGS 2oz BACON 1 EACH HASH BROWN 1 EACH DANISH 12oz BEVERAGE -JUICE THURSDAY PORTION ITEM 2 EACH HARD BOILED EGGS 3oz BOX OF DRY CEREAL 4oz YOGURT 1 EACH MUFFIN 12oz BEVERAGE -MILK AshBritt I Environmental Page 16 Plan of Approach FRIDAY PORTION 6oz 1 EACH 4oz 12oz SATURDAY PORTION 2oz 4oz 2 SLICES 1 EACH 12oz Lunch 7 Day Menu ITEM HAM EGG CHEESE PEPPER BREAKFAST BURRITO WHOLE FRUIT YOGURT BEVERAGE -JUICE ITEM BREAKFAST SANDWICH TO INCLUDE: BACON EGG CHEESE BISCUIT BEVERAGE -JUICE SUNDAY PORTION ITEM GARDEN SALAD DRESSING ON THE SIDE 5oz SLICED CHICKEN DELI MEAT SANDWICH 4oz PASTA SALAD 3oz CARROTS 1 EACH MAYO AND MUSTARD 12oz BEVERAGE M NDAY PORTION ITEM 5oz CHEESEBURGER LETTUCE AND TOMATO 4oz POTATO SALAD 1 EACH MAYO AND MUSTARD 12oz BEVERAGE TUESDAY PORTION ITEM GARDEN SALAD DRESSING ON THE SIDE 6oz ROASTED BEEF AND CHEDDAR DELI WRAP 4oz PASTA SALAD 3oz CELERY STICKS 12oz BEVERAGE WEDNESDAY PORTION ITEM 6oz CHICKEN CAESAR SALAD DRESSING ON THE SIDE 3oz CUCUMBERS AND CHERRY TOMATOES 1 BAG CHIPS BEVERAGE THURSDAY PORTION ITEM 6oz PRETZEL BUN TURKEY BACON CHEESE 4oz COUSCOUS SALAD 3oz CARROTS 12oz BEVERAGE AshBral I� Environmental Page 17 Plan of Approach FRIDAY PORTION ITEM 3oz CHICKEN EMPANADA 3oz BEEF EMPANADA 3oz PLANTAINS 4oz QUINOA MEDLEY 12oz BEVERAGE SATURDAY PORTION ITEM 6oz SLOPPY JOE 1 ROLL ROLL 3oz GREEN BEANS 4oz COLESLAW 12oz BEVERAGE Please see the following section for Vegan Options that AshBritt can provide if the County requires it. ■ VEGAN OPTION: ■ ROASTED VEGETABLE WRAP ■ WHOLE FRUIT ■ BEVERAGE ■ VEGAN OPTION: ■ ASIAN PEANUT SOBA NOODLE SALAD ■ WHOLE FRUIT ■ BEVERAGE ■ VEGAN OPTION: ■ VEGGIE BLACK BEAN PATTY VEGAN CHEESE ON ROLL ■ FRESH FRUIT ■ BEVERAGE ■ VEGAN OPTION: ■ ITALIAN SALAD DRESSING ON THE SIDE ■ WHOLE FRUIT ■ BEVERAGE ■ VEGAN OPTION: ■ ASIAN PEANUT SOBA NOODLE SALAD ■ WHOLE FRUIT ■ BEVERAGE ■ VEGAN OPTION: ■ QUINOA STUFFED PEPPER ■ BEVERAGE ■ VEGAN OPTION: ■ GRILLED CORN SALAD ■ WHOLE FRUIT ■ BEVERAGE %Ash B r2itt Page 18 Plan of Approach Snacks EVERYDAY PORTION ITEM 1 EACH WHOLE FRUIT GRANOLA BAR, BREAKFAST BREAD, NUTS, DRIED FRUIT, CHEESE, OR 1 EACH CHIPS 12oz BEVERAGE Dinner 7 Day Menu SUNDAY PORTION ITEM GARDEN SALAD DRESSING ON THE SIDE 6oz BBQ PULLED PORK 4oz MAC-N-CHEESE 3oz CORN ON THE COB COOKIES 12oz BEVERAGE M NDAY PORTION ITEM GARDEN SALAD DRESSING ON THE SIDE 4oz SPAGHETTI 6oz MEATBALLS 3oz BROCCOLI BROWNIES 12oz BEVERAGE TUESDAY PORTION ITEM GARDEN SALAD DRESSING ON THE SIDE 6oz BRUSCHETTA CHICKEN 4oz RICE PILAF 3oz GREEN BEANS SLICED CAKE 12oz BEVERAGE WEDNESDAY PORTION ITEM GARDEN SALAD DRESSING ON THE SIDE 6oz ORANGE CHICKEN 4oz FRIED RICE 1 EACH EGG ROLL 12oz BEVERAGE ,1ZiZ61mi THURSDAY PORTION ITEM GARDEN SALAD DRESSING ON THE SIDE 6oz BOLOGNESE 4oz BAKED ZITI 3oz BROCCOLI 12oz BEVERAGE 1 EACH CANNOLI AshBritt I Environmental Page 19 Plan of Approach FRIDAY PORTION ITEM GARDEN SALAD DRESSING ON THE SIDE 6oz CHICKEN MARSALA 4oz FETTUCINE 3oz CARROTS 12oz BEVERAGE BROWNIE SATURDAY PORTION ITEM GARDEN SALAD DRESSING ON THE SIDE 6oz POT ROAST 3oz CARROTS AND ONIONS 4oz POTATOES 12oz BEVERAGE BREAD PUDDING Please see the following section for Vegan Options that AshBritt can provide if the County requires it. ■ VEGAN OPTION: ■ SALISBURY STEAK ■ POTATO ■ GREEN BEANS ■ SAUTEED ONIONS ■ BEVERAGE ■ VEGAN COOKIES ■ VEGAN OPTION: ■ ASIAN TOFU STIR FRY ■ RICE NOODLE ■ BEVERAGE ■ VEGAN BROWNIE ■ VEGAN OPTION: ■ QUINOA LENTIL BURGER ■ POTATOES ■ BEVERAGE ■ VEGAN CAKE ■ VEGAN OPTION: ■ ENCHILADAS ■ MEXICAN RICE ■ BEVERAGE ■ VEGAN COOKIES ■ VEGAN OPTION: ■ QUINOA LENTIL BURGER ■ POTATOES ■ BEVERAGE ■ VEGAN CAKE ■ VEGAN OPTION: ■ SWEET & SOUR CAULIFLOWER ■ VEGETABLE FRIED RICE ■ VEGAN COOKIE ■ BEVERAGE ■ VEGAN OPTION: ■ ZOODLES ■ "MEAT"BALLS ■ BEVERAGE ■ VEGAN CAKE %Ash B r2itt Page 110 Plan of Approach Sample Menu Photographs a vdvlas Ash 'ral Environmental Page 111 Plan of Approach Ash 'ral Environmental Page 111 Plan of Approach 1.7.4 Meal Cancellation Policy AshBritt has a 48-hour meal cancellation policy. 1.7.5 Health Inspection Records dAlervSafe CERTIFICATION DWEL MOORE Far successfully completing the standards set forth for the SwvSofe* Food Protection Manager Certification Examination, which is accredited by the American Notio" Standards Institute (ANS¢Gonference for Food Protection (CFP). 5400 ER EXAM FORM NUMBER 10/23/201 10/23/2023 DATE OF EX , ATiON DATE OF EXPIRATION Local laws apply. ,y— I-1 rmulct for raenilswion recl—emenn tt0655 c Sharman Brown Fxu wl- V;co Nosi&n% N.11—1 Roslauranl.AJ Gan Solutions 99WK951 K � tion,d—.-.AYuu+h bbo�Y GuwrionM.:e. .m Kv Nry '413:ieq�lfpn J.7.SMEatd A}I� irrtn.w<nnaofm Cd"m.>d Io.nL:+:n ;v:.�{7. A4 �I..Y mre�.�cM1! i.< 50-.be by we em...o-t. d f. nvw(r r:wwd NeJavw A.,e«+o.9 ad f<w<dep+ Ila pop plfa tlirc'uJ>wov Nwoak.. w 6. r.yoi,cad w o<r>J. v.1713 Cota.r.A q,e— IlJS Wales h•w. Sre JU)p.aarp.l 606a5d3e3w SwvSd.ertwvw wq Ash 3ral Environmental Page 112 Plan of Approach ServSafe ServSafe° CERTIFICATION MATT LINDER for successfully completing the slondords set forth for Ike ServSofe' Food Protection Monoger Certificotion Exominotion, which is occrediled by the Americon Notional Stondords Institute (ANSIFConference for Food Protection (CFP). 5400 EXAM FORM NUMBER 10/23/2023 DATE OF EXPIRATION ncertificol regyirements Autions 6 mrordo+a.e g�{'. .q!rM�Idwi+Yanw!fgn SIXM.:rd�-..'r..k.4 N G6°i011 (i.�}:`a� 3.2 jwwr/K.AS 46,11.bp«.wd.,n6d41 NOV. Nod i.,w,rona-wdadMac b.p, 1�vtrrd Pe��rv: I�x<aw�. ' xa«dw a I ..tau AshBritt 0 Environmental Page 113 Plan of Approach 1.7. 6 Licenses and Certificates RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY d bIa pr ~r'DD Wi STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES BATISTA, GREGORIO ASHBRITT INC CrdW 3731 SW 47TH AVE SUITE 403 f v DAVIE FL 33314 LICENSE NUMBER: CGC060313�� EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. ■ This is your license. It is unlawful for anyone other than the licensee to use this document. AShBritt 0 Environmental Page 114 Plan of Approach pFT RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY a dbpr �,vs` STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE POLLUTANT STORAGE SYSTEMS CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES NOBLE, JOHN WILLIAM JR ASHBRITT INC 565 E HILLSBORO BLVD `:� kDEERFIELD BEACH FL334417r ". LICENSE NUMBER: PCC0567447= EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. I This is your license. It is unlawful for anyone other than the licensee to use this document. Ash Britt 0 EnvmonmenWl Page 115 Plan of Approach BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 7 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2019 THROUGH SEPTEMBER 30, 2020 DBA: Receipt #:A 89-4074 ASHBRITT INC Business Name: L OTHER TYPES CONTRACTOR Business Type: (POLLUTANT STORAGE CONTR) Owner Name: JOHN WILLIAM NOBLE JR Business Opened:03/06/1996 Business Location: 565 E HILLSBORO BLVD State/County/Cert/Reg:PCC056744 DEERFIELD BEACH Exemption Code: j Business Phone: 954-973-9200 Rooms Seats Employees Machines Professionals 14 For Vending Business Only Numher of Machines• vn...1:.... r....e• Tax Amount Transfer Fee NSF Fee I Penalty Prior Years Collection Cost Total Paid 54.00 0.00 0.00 0.00 0.00 0.00 54.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS I THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is non -regulatory in nature. You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Mailing Address: ASHBRITT INC Receipt #lCP-18-00016671 565 E HILLSBORO BLVD Paid 09/16/2019 54.00 DEERFIELD BEACH, FL 33441 2019 - 2020 AshBral 0 Environmental Page 116 Plan of Approach State of Florida Department of State I certify from the records of this office that ASHBRITT, INC. is a corporation organized under the laws of the State of Florida, filed on October 28, 1992. The document number of this corporation is P92000000600. I further certify that said corporation has paid all fees due this Office through December 31, 2020, that its most recent annual reportlulliform business report was filed on February 3, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution Given nndermy hand and the Great Seal of flee State of Florida at Tallahassee, the Capihxl, this flue Third day ofFebmaay, 2020 Secretary of State T r ackin g Numb or: 2491157498 C C To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. http s:lls ervices. sunb iz. o rg/Filings/C ertificate OfS tatus/C a rtif icateAuthentic ation %AshBrltt Page 117 Plan of Approach .-T-21 Business Tax Office Business Tax Receipt License 150 NE 2nd Ave. 2019-2020 Deerfield Beach, FL 33441 License Number: 20-00028228 Phone: (954)480-4333 V E-mail: web.btr@deerfield-beach.com Deerfield Beach Date Issued: 10/31/2019 Florida Expires: 9/30/2020 ASHBRITT INC Classification: GENERAL CONTRACTOR'S OFFICE 565 E HILLSBORO BLVD Business Location: 565 E HILLSBORO BLVD Service(s): OFFICE: 2 LIC'D CONTRACTORS DEERFIELD BEACH FL 33441 Control Number: 0196350 Tax Amount: $ 58.80 Add. Fees: $ 299.10 1 Penalty: $ 0.00 Total Amount Paid: $357.90 Notice: This Tax Receipt becomes NULL and VOID if ownership, business name, or address changed. Business owner must apply to Business Tax Office for Transfer. -------------------------------------------------------------------------------- Detach and retain for your records Business Tax Receipt 2019-2020 • This Business Tax Receipt represents proof of payment of your Business Tax Fee for the period of October V to September 301n. Please exercise diligence in maintaining this receipt. • Once you have obtained a Deerfield Beach Business Tax Receipt, you will be sent a renewal notice each year beginning July 1st, (90 days prior to expiration) to the address listed on the Receipt. Please check all Receipt information and report any errors to us immediately. The City may impose fines and penalties for failure to renew this Receipt. • Your current Receipt shall be posted so that it is able to be viewed by anyone upon entering your place of business. • If you change your business name, ownership or location, you must apply for a new Tax Receipt. • If you have more than one location, you must obtain a Receipt for each location. • For information on signage regulations, visit the City's website at www.deerfield-beaci-i.com/signagl_,. Increase traffic to your business by participating in the City's Recycling Rewards Program! Residents who recycle on a regular basis are accumulating points to be redeemed for rewards at participating businesses to claim discounts and gift certificates. Participating businesses see increased traffic from this program and those that have a commercial recycling account serviced by the City receive additional rewards. To learn how to have your business become a Rewards Partner, please contact Recycling Perks at infor n recvdingperks.com. For Information on how to set up a commercial recycling account, contact the City's Recycling Division at 954-480-4454. This Receipt does not represent an endorsement or certification of the business listed herein by the City of Deerfield Beach. Ash lritt Page 18 Environmental Plan of Approach Licensee Details Licensee Information Name: Main Address: County: License Mailing: County: LicenseLocation: County: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications Plan Review Risk Level 2 Reduced Oxygen Packaging Alternate Names 4:15: 37 PM 4l-6/2020 MITCH AMSTERDAM & MIKE LINDER (Primary Name) SILVER LINING IN-FLIGHT CATERING (DBA Name) 2059 BLOUNT RD POMPANO BEACH Florida 33069 BROWARD 2059 BLOUNT RD POMPANO BEACH FL 33069 BROWARD 2059 BLOUNT RD POMPANO BEACH FL 33069 BROWARD Permanent Food Service Non -Seating NOS1622869 Cu rrent,Active 12/15/2011 12/01/2020 Qualification Effective 06/23/2011 11/27/2019 O4/24/2019 View Related License Information View License Comolaint View Recent Inspections AshBritt 0 ErA.ro enWl Page 119 Plan of Approach STATE OF FLORIDA DIVISION OF HO] LLS AND RLS]AURANTS UIL:PAIUMLNT OF BUSINLSS AND PROFESSIONAL RLGULAHON wvk,- tr.ili Ilohiclalicelise.coni Food Service Inspection Report This inspection report must be made public upon request per Florida law. Met Inspection Standards during this visit ANY VIOLATIONS noted herein must be corrected by the NEXT UNANNOUNCED inspection unless otherwise stated. Inspection Date: Nov 27, 2019 09:07 - Nov 27, 2019 10:05 License Expiration: December 1, 2020 License Number: 1622869 Rank: NOST Inspection Reason: Routine- Food Owner Name: MITCH AMSTERDAM & MIKE LINDER Business Name: SILVER LINING IN-FLIGHT CATERING Location Address: 2059 BLOUNT RD License Type: Permanent Food Service POMPANO BEACH FL 33069 Telephone Number: 954.917.1020 Number of Units: 0 Reinspection on or After: FOODBORNE ILLNESS RISK FACTORS AND PUBLIC HEALTH INTERVENTIONS 01A Food obtained from approved source IN 07 Unwrapped or PH/TCS food not re -served IN 01 B Food safe and unadulterated; sound condition IN 06A Separating raw animal foods from: each other, RTE foods and IN unwashed produce 01 C Shellstock tags; commingling NIA 08B Food protection during preparation, storage and display OUT 01 D Parasite destruction for raw/undercooked fish NIA 09 Bare hand contact with RTE food; Alternative Operating IN Procedure (AOP) 02A Consumer advisory on raw/undercooked oysters NIA 11 Employee health knowledge; ill/symptomatic IN employee present 02B Consumer advisory on raw/undercooked animal foods IN 12A Hands clean and washed properly; use of hand antiseptic if IN use ofAOP 02C Date marking ready -to -eat (RTE) potentially hazardous 1 time! IN 128 Employee eating, drinking, tasting food, smoking IN temperature control for safety foods 03A Receiving and holding PHrfCS foods cold IN 22 Food -contact surfaces clean and sanitized OUT 03B Receiving and holding PHITCS foods hot IN 31A Handwash sink(s) installed, accessible, not used for OUT other purposes 03C Cooking raw animal foods and plant foods; non -continuous IN 31 B Handwashing supplies and handwash sign provided IN cooking of raw animal foods 03D Cooling PHITCS foods; proper cooling methods NIO 41 Chemicals/toxic substances IN 03E Reheating PHITCS foods for hot holding N10 53A Food manager certification; knowledge/active managerial IN control (except employee health) Time as a Public Health Control NIA 53B State approved food handler training; employee duty specific IN I03F traininglknowledge 03G Reduced oxygen packaging (ROP) and other i NIA I Special Processes PRACTICES GOOD RETAIL 02D Food items properly labeled; original container 35A No presence or breeding of insects/rodentslpests; no live animals 04 Facilities to maintain PHITCS foods at the proper temperature 35B Outer openings protected from insects/pests, rodent proof 05 Food and food equipment thermometers provided 36 Floors, walls, ceilings and attached equipment properly and accurate constructed and clean; rooms and equipment property vented 06 PH/TCS foods properly thawed 38 Lighting provided as required; fixtures shielded or bulbs protected 10 In use food dispensing utensils properly stored 40 Employee personal belongings 13 Clean clothes; hair restraints; jewelry; painted/artificial 42 Cleaning and maintenance equipment fingernails 14 Food -contact and nonfood contact surfaces designed, 43 Complete separation from living/sleeping area/private constructed, maintained, installed, located premise; kitchen restricted - no unauthorized personnel 16 Dishwashing facilities; chemical test kit(s); gauges 45 Fire extinguishing equipment (FOR REPORTING 1. Wash 2. Rinse 3. Sanitize PURPOSES ONLY) November 27, 2019 at 10.05A3 AM EST Location: SILVER LINING IN-FLIGHT CATERING License p: NOST1622859 Inspector. Brack aurggrebe Fccd Service Inspection Report DRPR Form HR 5022-015 - We 61 C-1.002, FAC Scftwere version 6.62 Page: 1 cf 3 AshBritt 0 Environmental Page 120 Plan of Approach STATE OF FLORIDA DIVISION O1 HO"IILLS AND RLS"lAt—RANTS DLTAR�I�MEN I' OF BUSINLSS AND PROFESSIONAL REGULATION wwti�.mvIlk) ridaIice nse.eom 21 Wiping cloths; clean and soiled linens, laundry facilities 46 Exits not blocked or locked (FOR REPORTING PURPOSES ONLY) 23 Non-food contact surfaces clean 47 Electrical wiringloutlets in good repair (FOR REPORTING PURPOSES ONLY) 24 Storage/handling of clean equipment, utensils; air drying 48 Gas appliances: boiler certificate currentlposted (FOR REPORTING PURPOSES ONLY) 25 Single -service and single -use Items 49 Flammable/combustible materials (FOR REPORTING PURPOSES ONLY) 127 Water source safe, hot (100F) and cold under pressure 50 Current license, properly displayed 28 Sewage and waste water disposed properly 51 Other conditions sanitary and safe operation 29 Plumbing installed and maintained; mop sink; water filters; backflow prevention 52 Misrepresentation; misbranding 132 Bathrooms 54 Florida Clean indoor Air Act Compliance C 133 Garbage and refuse; premises maintained 155 Automatic Gratuity Notice Items marked IN are in compliance. Items marked OUT are violations. Specific details of the violations are listed on subsequent pages. Items marked NIA are Not Applicable. Items marked as N/O are Not Observed and were not being conducted at the time of inspection. FOOD TEMPERATURES Bar Area Buffet Line Cook Line Cooked turkey 168°. Vegan fritter 197° cooked potatoes 147° Front Counter Front Line Cooler, cheese 42°. Grilled chicken 41°. Salmon 42° Kitchen Prep Area Reach In Cooler Deli turkey 42°. Sliced cheese 42°. Cut melon 41 ° Reach In Freezer All frozen Steam Table/Bain Marie Storage Area Wait Station Walk In Cooler Turkey 40°. Beef 40°. Cheese 42°. Pork roll 39°. Plant food 40°. Cheese tray 41 ° Walk In Freezer All frozen OTHER ITEMS Certified Food Manager and Date Certified: ZACHARY MANSFIELD 6/24/2015 Manager Certified By: National Restaurant Association Educational Foundation - ServSafe Employees Trained By: Other Approved Corporate Training Sewage: MunicipallUtility Water Source: Municipal Boiler: Unable To View Boiler Jurisdiction and Expiration: Sanitizer Details: Dishwasher (Temperature +1807); Sanitizer Bucket (Quaternary 200ppm); Triple Sink (Quaternary 200ppm) Inspector Comments: ET-IFSEA certificates. Aquaculture letterfor salmon. "Adoption of 2017 FDA Food Code and special process " bulletin provided. Ownership verified. November 27. 2019 at 10.05�43 AM EST Locatio, SILVER LINING IN-FLIGHT CATERING Food Service Inspection RepoA Licerue #: NOST1 622869 DBPR Fontt MR 5022-015 -Rule 61C-1.002, FAC Inspector: Brock Burggrabe Software Version 6.82 page: 2 of 3 AshBritt 0 EnAronmental Page 121 Plan of Approach STATE OF FLORIDA DIVISION OF HOTLLS AND RESTAURANTS DLI'ARI MLN I OF BUSINLSS AND PROF'LSSIONAL RE(jULAHON 1i"-vt.1111 tloi-icialiceii-w.coiii Alink to the Florida Department of Agriculture's Food Recovery Resource Guide is located at' http:l/wcwv.mynoridalfcense.comIDBPR/hotels-rertaura its/forms-publications This report has been provided electronically as requested by the person in charge at the time of inspection. VIOLATIONS OBB45-4 Observed: Caselcontainerlbag of food stored on floor in walk-in freezer. All moved to shelf's. "Corrected On -Site - Priority: Basic 22-22.4 Observed: Encrusted material on can opener blade. Cleaned and sanitized. "Corrected On-Stte" "Repeat Violation" Priority: Intermediate 31A-13-4 Observed: Employee used handwash sink as a dump sink. At prep area 2 hands inks with food debris. Both cleaned and sanitized. "Corrected On -Site" "Repeat Violation" Reference: 5-205.11(B) FC: (B) Using a Handwashing Facility.A handwashing sink may not be used for purposes other than handwashing. Priority: Intermediate ,��-OA Slgnatae of Recipient 2acnary Mansfield Erewlive Chef 9549171020 Nov 27, 201 R 10:05 November 27, 2019 ai 10:05:43 AM EST Location: SILVER LINING IN-FLIGHT CATERING Food Service Inspection Report ❑tense k-, NOST1522869 I]BPR Form HR 5022,015. Rule 51C.1.002, FAC Inspecto, . Brock Sm9grabe Sakware Wrsian0.02 Inspeclor Signature Brock Bbrggrabe Inspeclor 50EO Coconut Creek Parkway Suite A Margate, FL 330e3 950-487-1395 Nov 27, 201910:05 Page_ 303 Ash Iritt Environmental Page 122 Plan of Approach Tab S. Cost of Services to the County Description Unit of Measure Unit Value Bundled Meal Service (Three Meals Per Day) Three 16 oz. Bottles of Water Included Per Person $75.03 Breakfast Service (Hot) Per Meal $12.30 Lunch Service (Hot) Per Meal $15.99 Dinner Service (Hot) Per Meal $20.91 Boxed Meal Per Meal $20.91 Coffee and Tea Service - Per 24-hour Period Per Period $8.05 Individual Serving Soft Drink, Juice, Milk Per can/bottle $1.44 Lemonade, Iced Tea Per Gallon $5.75 Snacks (Chips, Crackers, Cereal Bars, Nuts, etc.) Per Package $1.85 Cancellation Fee must be confirmed b ( Y County) Per Incident $30 per person/ per incident *AshBritt willing to work with county during contract execution to define parameters. � AshBritt ■ Environmental Page 123 Cost of Services to the County Tab 6. Vendor Checklist and Signed Forms ** Please see the following pages for AshBritt's Vendor Checklist and Signed Forms ** Ash nm ral I� Environmental Page 124 Vendor Checklist and Signed Forms Collier County Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. Vendor should checkoff each of the following items: [f General Bid Instructions has been acknowledged and accepted. [Z Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. [� Form 1: Vendor Declaration Statement [� Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. [� Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. [� Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE [� E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. N/A ❑ Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. [� Form 5: Reference Questionnaires form MUST be utilized for each required reference and included with your submittal, or you MAY be DEEMED NON -RESPONSIVE. [� Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. [� Vendor W-9 Form. Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. [✓, The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. [� All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. [v] Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ***UPDATED JANUARV 28, 2020` 00111 r Cuunty Email: Barbara.Lance@colliercountyfl.gov Administrative Services Division Telephone: 239.252.8998 Procurement Services ADDENDUM #1 Date: April 6, 2020 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 — 20-7743 Emergency Catering Services This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: ADDITION: Due to the recent COVID-19 Pandemic, the "Bid Opening" scheduled for 3:00 pm on April 21, 2020, will be held via the below call -in number. If you planned on attending, please call in per the information below: Telephone Bridge Number: (239) 252-7205 Participants Access Code: 212121 If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) AshBritt, Inc. (Name of Firm) 04/15/2020 Date 4/15/2020 Agency Bid Solicitation #20-7743 - Emergency Catering Services RFP CIS a Q & A deadline: Apr 14, 2020 5:00:00 PM EDT Print 4 Questions 0 Unanswered Questions 1. 20-7743 - Emergency Catering Services I do not see a headcount for this request. How many people is this for? I don't see in the RFP how many people, 24 hour response, 3 meals a day - Apr 07, 2020 2:20:44 PM EDT Answer - Apr 09, 2020 11:31:33 AM EDT The head count will solely depend on the scale of the emergency. It could range from 5 people up to 300, depending on the scale of emergency. 2. 20-7743 - Emergency Catering Services We would like to verify the details on submission and due date. It is our understanding the proposal is due online by April 21 at 3pm followed by a phone call? Do we need to snail mail it anywhere or only online submission? Thank you': - Apr 08, 2020 11:58:04 AM EDT Answer -Apr 08, 2020 2:05:24 PM EDT The Bid Closes at 3:00 pm on April 21 st. We only accept electronic Bids, all Bids MUST be uploaded into BidSync only: No hardcopy bids will be accepted. The public is welcome to join the Bid Opening. Due to the Corona Virus, all public meetings have moved to teleconferences. You are welcome to call in but should note the same Bid Tab information will be visible on BidSync. 3. 20-7743 - Emergency Catering Services The RFP says vendor is required to track each meal consumed and provide a count following each meal. It also says vendor's invoice shall be itemized with the "actual" meal count. If County provides vendor with a meal count to prepare for, will they be compensated for what is prepared or only what is consumed by the actual meal count. It also says leftovers are the property of the county, will count be billed for these meals since they are keeping them? Thank you. - Apr 09, 2020 11:21:41 AM EDT Answer -Apr 10, 2020 9:41:28 AM EDT The County agrees to pay for the amount prepared. If a vendor makes 100 meals and we only consume 80 but keep the leftovers, we would pay for the 100 prepared. 4. 20-7743 - Emergency Catering Services Vendor questionnaire - these do not require a signature by the evaluator? - Apr 09, 2020 11:55:02 AM EDT 0 Answer - Apr 09, 2020 12:02:53 PM EDT Signature is not required. The reference questionnaires do need to be completed prior to bid submission. AshBritt, Inc, confirms receipt of Q & A Document By:w Dow Knight, Senior Vice President Date: 04/15/2020 Results Per Page: 5 1 https://app.bidsync.com/bid-detail/agency-bid/2054303 1 /1 CIL C014 ty Administrative Services Departrnent Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 15th day of April , 2020 in the County of Broward , in the State of Florida Firm's Legal Name: AshBritt, Inc. Address: 565 E. Hillsboro Blvd. City, State, Zip Code: Deerfield Beach, FL 33441 Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded P92000000600 65-0364711 OOZ46 Telephone: 954-725-6992 Email: response@ashbritt.com Signature by: key (Typed and written) ow mg it Title: Senior Vice President ***UPDATED JANUARY 28, 2020*** Additional Contact Information Send payments to: AshBritt, Inc. (required if different from Company name used as payee above) Contact name: Christina Demidio Title: Controller Address: 565 E. Hillsboro Blvd. City, State, ZIP Deerfield Beach, F1 33441 Telephone: (954) 725-6992 Email: cdemidio@ashbritt.com Office servicing Collier AshBritt, Inc. County to place orders (required if different from above) Contact name: Matt Gierden Title: Vice President Address: 565 E. Hillsboro Blvd. City, State, ZIP Deerfield Beach, Fl 33441 Telephone: (954) 725-6992 Email: matt@ashbritt.com ***UPDATED JANUARY 28, 2020*** Co e r CO.94"ty Administrative Services Department Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. AshBritt, Inc. Company Name �li✓ Signature Dow Knight. SVP State of Florida County of Broward Print Name and Title The foregoing instrument was acknowledged before me by means of 9 physical presence or ❑ online notarization, this 15th day of April (month), 2020 (year), by Dow Knight (name of Denson acknowledging). (S nat of Notary Publi State of Florida) f ersonally Known OR Produced Identification Type of Identification Produced (Print, Type, or Stamp Commissioned Name of Notary Public) t�Rye Jacqueline Ryan NOTARY PUBLIC .STATE OF FLOR;DA o ' z Comm# GG3212 : a' Expires 4/8/2023 ***UPDATED JANUARY 28, 2020*** cO Y c❑urIty Administrative Services Department Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. AshBritt, Inc. Company Name ��/✓ Signature Dow Knight, SVP _ Print Name and Title State of Florida County of Broward The foregoing instrument was acknowledged before me by means of G physical presence or ❑ online notarization, this 15th day of April (month), 2020 (year), by Dow Knight (name of person acknowledging). Sign V re of Notary Publi State of Florida) Personally Know OR Produced Identification Type of Identification Produced (Print, Type, or Stamp Commissioned Name of Notary Public) Jacqueline Ryan t� NOTARY PUBLIC STATE OF FLORIDA ComnN GG321219 c 1 ' Expires 4/8/2023 ***UPDATED JANUARY 28, 2020*** c0 [,e r C014"ty Administrative Services Department Procurement Services Division Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County N/A ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties of perjury, ! ceruA that the information .shown on this form is correct io mu knowledge. Company Name: AshBritt, Inc. Address in Collier or Lee County: N/A Signature: L61/ Date: 04/ 15/2020 Title: Senior Vice President ***UPDATED JANUARY 28, 2020*** EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: 0 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards 0 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I - 1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 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. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement 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. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https:/Ywww.epa.gov/smm/comprehensive-procurement-guideline-cpa- rp ogram Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; EXHIBIT I - 2 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, when economically Feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VI I. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Vill. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I -4 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competentjurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I - 5 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name AshBritt, Inc. Date 04/15/2020 Authorized Signature & 'Z- EXHIBIT I - 6 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR AshBritt, Inc. By: Signature Dow Knight, Senior Vice President Name and Title 565 E. Hillsboro Blvd. Street Address Deerfield Beach, FI 33441 City, State, Zip 848970893 DUNS Number 04/15/2020 Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number: 4337DRFLP0000001 EXHIBIT I - 7 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT will be ,resifeed. Unverifable statuses will require the PRIME to either provvde a r A"O statement or provide source documentation that •validates a A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FE-D NUMBER CONTRACT DOLLAR AMOUNT AshBritt, Inc. 65-0364711 TBD IS THE PRIME A fLOR1DA-CEIMFED 0ISAD':ANTAC'ED. VSTERAN 'f N S THE.4cTivi7r' OF THIS CONTRACT.._ MINORIT,-OPWOMEY31f4TILS56NiEAPRIst? DBE? 'Y t3 CONSTRUCTION? Y NJ CDBUM5FJWBE] OR h4VE 4 WALL DISADVANTAGED SUSIhESSSBCERTIFICATIONFROM THE SMALL$V51NESS MBE? Y N CONSULrA71ON? Y N A0tl11NISMATKIW ASEMACED1545LEDIXTERAN' *BE? Y N OTHER? �I N 5D8 SA? 'Y N 15THIS SUBr.1155iONAREVISION? 'Y N I FYES, REV SIONPAWBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION NIA DBE fvl,'1NBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNIER Y CODE SU 191SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY Isee Below) I IILI14 AMOUIaT DOLLARS TOTAL C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMFTTER DATE TITLE Of SUBMITTER Dow Knight 04/15/2020 Senior Vice President EMAILADDRESS OF PRIME [SUBMITTERI TELEPHONE NUMBER FAX NUMBER ashbritt.com 1 (954) 725-6992 725-6991 NO-e: Thrs Information is used to track and report anticipated DBE or MBE pWicipation in federally funded contracts The anticpated 0BE or MBE amount Is vof unary and will not become part of the contractual wrtls. This farm must be sUWMed at trine of response to a soiintatron. t and N hen awarded a County contract, the prime will be asked to update the information for the grant compliance files. ETHNICITY coca BlackAmerican BA Hispanic American HA Native American NA Subcont. Asian American :AA Asian -Pacific American APA Nan -Minority Wornenj NFAW Other: not of any other group listedl O I D. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENTNAME I COLLIERLotITRACTirIIFS,PFPorPO1PEO T GRANT PROGRAM?CONTRACT ACCEPTED BY: I DATE I EXHIBIT I - 8 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each-bidor Offer exceeding S140.00g) The undersigned [Contractor] certifies, to the best of his or her knowledge, that 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. AshBritt, Inc. Contractor (Firm Name) Signature of Contractor's Authorized Official Dow Knight, Senior Vice President Name and Title of Contractor's Authorized Official 04/15/2020 Date EXHIBIT I - 9 P1 URANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.Ildfs.com/bocexemptl 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, 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/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; 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. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 3/17/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm AshBritt, Inc. Vendor Signature Ap Print Name Dow Insurance Agency USI Insurance Services, LLC Date 04/15/2020 Agent Name Curtis A. Weaver Jr, Telephone Number (800) 866-6662 Client#: 1095194 ASHBRINC ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1 5/21/2019 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 have ADDITIONAL INSURED provisions or 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC 360 Columbia Drive, Suite 105 West Palm Beach, FL 33409 561 693-0500 CONTACT NAME: Kandi Schmitz PHONE 561-693-0504 FAX (A/CExt : A/c, No : 855-420-6662 a Lo, ADDRESS: kandi.schmitz@usi.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Starr Surplus Lines Insurance Company 13604 INSURED AshBritt, Inc 565 East Hillsboro Blvd INSURER B Starr Indemnity & Liability Company 38318 INSURER C •Federal Insurance Company 20281 Deerfield Beach, FL 33441 INSURER D : INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 CONTRACTOR 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. LT R LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY 100065645191 5/22/2019 05/22/2020 EACH OCCURRENCE $1,000,000 CLAIMS -MADE � OCCUR PREMISES ERENTED .0 rice $100,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY JECT LOC PRODUCTS - COMP/OPAGG $2,000,000 $ OTHER: B AUTOMOBILE LIABILITY SISIPCA08263219 5/22/2019 05/22/202 CMINED Ea acciden SINGLE LIMIT $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ X HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY A UMBRELLA LIAB OCCUR 1000336529191 5/22/2019 05/22/2020 EACH OCCURRENCE $10 000 000 X X AGGREGATE $1 O 00O 000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) N / A 1000002788 05/22/2019 05122/2020 X STATUTE EORH E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 A Pollution 100065645191 05/22/2019 05/22/2020 1,000,000 per loc A Professional 100065645191 05/22/2019 05/22/2020 $1,000,000 per claim C Equipment 06639855 05/22/2019 05/22/2020 See Desc of Operations DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) 10 Days Notice for non payment; 30 Days Notice for all other. General Liability, Professional Liability and Pollution includes Primary & Non - Contributory, Additional Insured and Waiver of Subrogation. Auto policy includes Pollution and Waiver of Subrogation. Workers Compensation includes Waiver of Subrogation. (See Attached Descriptions) ILO] aY I I a PfG\ IIRS III PJ III NJ aG 0L'\C Pf a A AG\ I PJ0 Collier County Board of County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamiami Trail E NAPLES, FL 34112 AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S25712665/M25710949 SKUZP DESCRIPTIONS (Continued from Page 1) Equipment Coverage is $31,616 leased/borrowed or rented $500,000 anyone occurrence, not to exceed, $250,000 on any one item, Including Wind at 5% of the value of the item, subject to a minimum of $2,500 SAGITTA 25.3 (2016/03) 2 of 2 #S25712665/M25710949 Bark of America Merrill Lynch April 15, 2020 To: Collier County, FL Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, FI 34112 Re: ASHBRITT INC 565 E HILLSBORO BLVD DEERFIELD BEACH FL 334413543 I, Kimberly Bryson, a Senior Vice President of Bank of America, N.A. ("Bank of America"), confirm that ASHBRITT INC. maintains balances with Bank of America in the eight figures. ASHBRITT INC. has a Low to Mid Eight Figure Line of Credit Facility with Bank of America that has been handled as agreed. This information is being delivered to you at the request of ASHBRITT INC. Please note that the information set forth in this letter is subject to change without notice, and is provided in strictest confidence to you for this limited purpose and your use only, without any responsibility, guarantee, commitment or liability on the part of Bank of America, its affiliates or any of its or its affiliates' directors, officers or employees. Bank of America cannot provide any credit ratings or opinions of the creditworthiness of Ashbritt, and the above information does not constitute an opinion of Bank of America of the ability of ASHBRITT INC. to successfully perform any obligations under any agreement it may enter into with you, Bank of America or any other entity. Finally, Bank of America undertakes no responsibility to update the information set forth in this letter. If you have any additional questions, please do not hesitate to contact me. vRegards, t� J\G+G12G'�1Z� Di��I�L Senior Vice President Senior Client Manager Commercial Banking Bank of America, N.A. 401 E. Las Olas Blvd., 9th FI Fort Lauderdale, FI 33301 Ph. 954-765-2144 **BOA is unable to send originals at this time due to covid 19 and if anyone needs to confirm the validity of the document, that they may contact Kimberly Bryson, SVP via email or phone** Liberty Mutual. SURETY April 15, 2020 Collier County, FL Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, F134112 Re: AshBritt, Inc. Dear Sir/Madam: Liberty Mutual Surety Marc Davis Field Product Line SR UW 805 S. Wheatley Street, Ste 310 Ridgeland, MS 39157 Phone # 1-800-597-6227 Fax # 1-866-548-7538 It is the privilege of Liberty Mutual Insurance Company to provide surety support for AshBritt, Inc. for the past 10+ years. In the past, AshBritt, Inc. has successfully completed single projects in the $500,000,000. range with an overall program of $650,000,000 US Dollars. Should any projects be awarded to and accepted by AshBritt, Inc. we are prepared to provide the required bonds on their behalf. Our support is conditioned upon completion of the underwriting process, including satisfactory review of contract documents, confirmation of financing and our ongoing review of the operational and financial capacity of AshBritt, Inc. We are pleased to share with you our favorable experience and high regard for AshBritt, Inc. This letter is not an assumption of liability and is issued only as a prequalification reference request from our client. It should be understood that any arrangement for bonds is strictly a matter between AshBritt, Inc. and Liberty Mutual Insurance Company. Liberty Mutual Insurance Company is listed on the U.S. Treasury Department's Listing of Approved Sureties (2005 Department Circular 570). Liberty Mutual Insurance Company is rate A (Excellent) Financial Size Category XV ($2 Billion or greater) by A.M. Best Company. Sincerely, LIBERTY MUTUAL INSURANCE COMPANY Marc Davis Field Product Line SR UW State of Florida Department of State I certify from the records of this office that ASHBRITT, INC. is a corporation organized under the laws of the State of Florida, filed on October 28, 1992. The document number of this corporation is P92000000600. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on February 3, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Third day of February, 2020 *04 Tracking Number: 2491157498CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:Hservices.sunbiz.org/FilingsICertificateOfStatus/C ertificateAuthentication I:urn 9 Request for Taxpayer M—October 2u itl) Identification Number and Certification Q'p✓ oll"I of tho froonuy Inver v l R—m.sdvxc 1 ► Go to www.im.gov/F;onnW9 for instructions and the latest information. 1 Nmw tas shown at your vKonw lax retum). Name b rerµnod on dw mo do rlul Ieavo this lino Wark. AShBritt, Inc. 1 8u"'w%v narnordo .l rded entity name, d ufrerenl from obuvo If Give Form to the requester. Do not se rid to the IRS. 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1 Check only one of the 4 Exempliws (codes apply only to Ikglowing seven boxs. certain entities, not individuals; see insbuc6ons on garde 3): ❑ Indrop dividual/se ptetor or ❑ Clp Cooratien Ef S Corporation ❑ El Trust/estate single -member LLC 9 Exempt payee cede (d any) _ ❑ Limited liability company. Enter the tax classification (C--C corporation, S=S corporation, P=Part nership) ► Not*: Check The appropriate box in the line above for the tax classification of the single -member owner. M not check EXemptim Iroro FATCA reporting LLC it the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (of arty) another LLC that is not disregarded from the owner for U S federal tack purposes Otherwise, a single -member LLC (that is disregardedl from the owner should check the appropriate box for the tax dassiticafon of its owner [f Olher(saeinstruetians)► Aw—ru tents—W—ovUe•ne vsd S Adkkw (rnaki✓.e, street, and apt. or suite no) Se0 *pUlKlnlq. lieglleettr'* 11-1e NMI I*ldfeeS t0ptlt 110 565 E. Hillsboro Blvd. Deerfield Beach, FI 33441 r arrraonl rrnlbkrCrl htto{e�bafaQ Enter your TIN in the appropriate box. Tha TIN provided must match the name given on line 1 to avoid I sear socuft rile 60 backup withholding For individuals, or this this is generally your social security number (Sat). However, fora resident alien, sde proprietor, a disregarded entity, see the instructions for Part I, later For other _ m entities, it is your employer identification number (EIN) If you do not have a number, see How to get a TIN, later or Note: If the account is in more than one name, see the instructions for line 1 Also see What Name and Efrq>roy*riuteattifioatlon "W"b r Number To Give the Requester for guidelines on whose number to enter �1 65 -a3647111 Under penalties of perjury, I certify that: 1 The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U S. citizen or other U S person (defined below); and 4. The FATCA code(s) entered on thisform Of any) indicating that I am exempt from FATCA reporting is correct Certification instructions. You must cross out Rem 2 above R you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estatetransactions, item 2 does not apply For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual refirement arrangement (IRA), and generally, payments other than interest and dividends, you We not required to sign the certificatlon, but you must provide your correct TIN. See the instructions for Part II, later Sight Signature of I Here U.S. porwn► General instr #iII s Section references are to the Internal Revenue Code unless otherwise noted Future developments For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you. or other amount reportable on an information return Examples of information returns include, but are not limited to, the following • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U-S. person Qncluding a resident alien), to provide your correct TIN If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat No, 10231X Form W-9 (Rev. 10-2018) Company ID Number: 143125 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Social Security Administration (SSA), the Department of Homeland Security (DHS) and AshBritt, Inc. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify). E-Verify is a program in which the employment eligibility of all newly hired employees will be confirmed after the Employment Eligibility Verification Form (Form I-9) has been completed. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF THE SSA 1. Upon completion of the Form I-9 by the employee and the Employer, and provided the Employer complies with the requirements of this MOU, SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all newly hired employees and the employment authorization of U.S. citizens. 2. The SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. The SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. The SSA agrees to safeguard the information provided by the Employer through the E- Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by the SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 4. SSA agrees to establish a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 3 Federal Government work days of the initial inquiry. Company ID Number: 143125 5. SSA agrees to establish a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF THE DEPARTMENT OF HOMELAND SECURITY 1. Upon completion of the Form I-9 by the employee and the Employer and after SSA verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct: • Automated verification checks on newly hired alien employees by electronic means, and • Photo verification checks (when available) on newly hired alien employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verify Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify.. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, and U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act and federal criminal laws, and to ensure accurate wage reports to the SSA. 7. DHS agrees to establish a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. Company ID Number: 143125 8. DHS agrees to establish a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non -match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. The Employer agrees to become familiar with and comply with the E-Verify Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The employer agrees that all employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E- Verify. B. Failure to complete a refresher tutorial will prevent the employer from continued use of the program. 5. The Employer agrees to comply with established Form I-9 procedures, with two exceptions: If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2 (b) (1) (B)) can be presented during the Form 1-9 process to establish identity). If an employee presents a DHS Form I-551 (Permanent Resident Card) or Form I-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form I-9. The employer will use the photocopy to verify the photo and to assist the Department with its review of photo non -matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form I-9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, except for the following modified requirements applicable by reason of the Employer's participation in E- Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a Company ID Number: 143125 rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E-Verify ; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $500 and $1,000 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ any employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith on information provided through the confirmation system. DHS reserves the right to conduct Form I-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form I-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form I-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the the SSA verification response has been given. 8. The Employer agrees not to use E-Verify procedures for pre -employment screening of job applicants, support for any unlawful employment practice, or any other use not authorized by this MOU. The Employer must use E-Verify for all new employees and will not verify only certain employees selectively. The Employer agrees not to use E-Verify procedures for re - verification, or for employees hired before the date this MOU is in effect. The Employer understands that if the Employer uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and the immediate termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III.B. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1 (1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification to verify work authorization, a tentative nonconfirmation, or the finding of Company ID Number: 143125 a photo non -match, does not mean, and should not be interpreted as, an indication that the employee is not work authorized. In any of the cases listed above, the employee must be provided the opportunity to contest the finding, and if he or she does so, may not be terminated or suffer any adverse employment consequences until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non -match, then the Employer can find the employee is not work authorized and take the appropriate action. 11. The Employer agrees to comply with section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify, discharging or refusing to hire eligible employees because they appear or sound "foreign", and premature termination of employees based upon tentative nonconfirmations, and that any violation of the unfair immigration -related employment practices provisions of the INA could subject the Employer to civil penalties pursuant to section 274B of the INA and the termination of its participation in E- Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-7688 or 1-800-237-2515 (TDD). 12. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 13. The Employer agrees that it will use the information it receives from the SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of newly -hired employees after completion of the Form I-9. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a (i) (1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to allow DHS and SSA, or their authorized agents or designees, to make periodic visits to the Employer for the purpose of reviewing E-Verify -related records, i.e., Forms I-9, SSA Transaction Records, and DHS verification records, which were created during the Employer's participation in the E-Verify Program. In addition, for the purpose of evaluating E-Verify, the Employer agrees to allow DHS and SSA or their authorized agents or designees, to interview it regarding its experience with E-Verify, to interview employees hired during E-Verify use concerning their experience with the pilot, and to make employment and E-Verify related records available to DHS and the SSA, or their designated agents or designees. Failure to comply with the terms of this paragraph may lead DHS to terminate the Employer's access to E-Verify. Company ID Number: 143125 ARTICLE III REFERRAL OF INDIVIDUALS TO THE SSA AND THE DEPARTMENT OF HOMELAND SECURITY A. REFERRAL TO THE SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a referral letter and instruct the employee to visit an SSA office to resolve the discrepancy within 8 Federal Government work days. The Employer will make a second inquiry to the SSA database using E-Verify procedures on the date that is 10 Federal Government work days after the date of the referral in order to obtain confirmation, or final nonconfirmation, unless otherwise instructed by SSA or unless SSA determines that more than 10 days is necessary to resolve the tentative nonconfirmation.. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO THE DEPARTMENT OF HOMELAND SECURITY 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non -match for an alien who provides a document for which the automated system has transmitted a photo, the employer must print the photo non -match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when Company ID Number: 143125 the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact the Department through its toll -free hotline within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will send a copy of the employee's Form I-551 or Form I- 766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non -match. ARTICLE IV SERVICE PROVISIONS The SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify manual. Even Company ID Number: 143125 without changes to E-Verify, the Department reserves the right to require employers to take mandatory refresher tutorials. Termination by any party shall terminate the MOU as to all parties. The SSA or DHS may terminate this MOU without prior notice if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. The employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, and responses to inquiries under the Freedom of Information Act (FOIA). The foregoing constitutes the full agreement on this subject between the SSA, DHS, and the Employer. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify Operations at 888-464- 4218. Employer AshBritt, Inc. Randi E Milner Name (Please type or print) Title Electronically Signed 08/07/2008 Signature Date Department of Homeland Security — Verification Division Company ID Number: 143125 USCIS Verification Division Name (Please type or print) Title Electronically Signed 08/07/2008 Signature Date Company ID Number: 143125 INFORMATION REQUIRED FOR THE E-VERIFY PROGRAM Information relating to your Company: Company Name: AshBritt, Inc. Company Facility Address: 480 S Andrews Ave Ste 103 Pompano Beach, FL 33069 Company Alternate Address: County or Parish: BROWARD Employer Identification Number: 650364711 North American Industry Classification Systems Code: 238 Parent Company: Number of Employees: 20 to 99 Number of Sites Verified for: 1 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State. FLORIDA 1 site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Rob Ray Telephone Number: (954) 545 - 3535 Fax Number: (954) 545 - 3585 E-mail Address: rray@ashbritt.com Name: Randi E Milner Telephone Number: (954) 545 - 3535 Fax Number: (954) 545 - 3585 E-mail Address: rmilner@ashbritt.com 16.C.11.g Mattison'sz Solicitation 20-7743 Emergency Catering Services C;o)*7ee-r County Mattison's Restaurants & Catering 7275 South Tamiami Trail Sarasota, FL 34240 941-921-3400 c m L W Packet Pg. 1922 Mattison/s 16.C.11.g Evaluation Criteria 1: Cover Letter/Management Summary Executive Summary Founded in 2001, Mattison's specializes in creating one -of -a -kind dining experiences in each of our restaurants and for every catered event. Chef Paul Mattison, executive chef and proprietor of Mattison's is a traditionally trained chef having graduated from the Culinary Institute of America. He has worked in the restaurant industry since 1980. Chef Paul Mattison carefully and strategically built the company one step at a time. He now operates a full -service catering company; three restaurants (Mattison's Forty -One, Mattison's City Grille, and Mattison's Riverwalk Grille); and is the in-house caterer at the Van Wezel Performing Arts Hall. Each restaurant is uniquely themed and caters to its specific neighborhood and clientele. Mattison's is a well -respected culinary institution in the region, capitalizing on our brand is a powerful and invaluable tool. We implement a marketing mix that appeals to our loyal local clientele as well ass the external tourist influx: a strategy that is focused yet flexible enough to target specific marketing needs. Cross promotion within the company widens the spectrum of our marketing opportunities and is continually implemented. To efficiently operate the business, Chef Paul Mattison has assembled a reliable and professional team consisting of a Marketing, Public Relations, and Design Department (including social media and website), Community Outreach Department, Catering Department, Accounting Department, and Restaurant Management Department. Each department stays up-to-date on the latest technology and information — operating in a focused, systematic way to accomplish the daily tasks and grow the company. Mattison's currently employs up to 200 employees during season and maintains 150 employees annually. It is of special importance to note Chef Paul Mattison's admirable initiatives in our community especially involving the area's non-profit and philanthropic organizations. This community activity is Chef Paul's guiding principle and it has earned him an established and solid reputation for collaboration, business creativity, and culinary expertise. Mattison's Catering Company Mattison's Catering Company offer a wide range of catering services, and we have earned a solid reputation of providing excellent service and food quality, procuring fresh and local ingredients whenever possible. Our chefs cook on -site because it is essential that each guest, for each catered event, received the best quality. Mattison's Catering Company also accommodates special dietary needs and styles including vegan, vegetarian, gluten -free, low sodium, low sugar, kosher and kosher -style, organic, and farm to fork. While quality meals are essential, logistics are a top priority. Our professionally trained and certified wedding and event planners attend a variety of certification programs including being professionally trained by the Association of Certified Professional Wedding Consultants (ACPWC). Our support staff goes through a Mattison's training program to master the skills of event coordination and guest service. c as L as E w 1 1 P a 6 c Packet Pg. 1923 Mattisows 16.C.11.g Mattison's Catering Company is a preferred caterer at the most sought after venues on the Florida's a� Gulf Coast and Central Florida, including, but not limited to, the following locations (several of which E are historical buildings with specific procedures and strict regulations for caterers): Bayside Community w Center, Chelsea Center, FSU Center for the Performing Arts, Historic Spanish Point, Mote Marine, New Collee, Phillippi Creek Mansion, Sarasota Garden Club, Sarasota Municipal Auditorium, The John and o Mable Ringling Museum, The Powell Crosley Mansion, and Van Wezel Performing Arts Hall. `„ Mattison's Catering Company is experienced and adept at disaster relief catering. Hurricane Wilma devastated Florida in 2005 and within 24-hours' notice and limited access to supplies, Mattison's Catering set up a functioning catering camp across the state. Our generators powered all the equipment and lights in the kitchen tent and we used three refrigerated tractor -trailers to keep the food fresh. Menus ranged from barbecue ribs, herb roasted chicken, hot wings, and homemade pizza to roasted prime rib, mojo marinated pork tenderloin, marinated shrimp skewers, and lasagna. It was through Chef Paul Mattison's resourceful creativity, along with his professional and dedicated staff, that Mattison's Catering Company prepared and served roughly 5,000 meals a day for two weeks. Mattison's was also the disaster relief caterer of choice after Hurricane Isaac in 2012, Hurricane Irma in 2017, Hurricane Michael in 2018, and Hurricane Hermine in 2019. Mattison's Forty -One Chef Paul Mattison designed this restaurant menu to meet the neighborhood and area market's demand. A delicate balance of his signature items and seasonal specials has earned Mattison's Forty -One multiple local, regional, and state awards for cuisine quality. Mattison's Forty - One has a Mediterranean, elegant flair but is welcoming to casual diners, families, and tourists. Specifically, our restaurant seats 200, the Galleria seats 100, and the terrace seats 30, for a total capacity of 330 guests. The private dining room is able to accommodate a variety of themed dining experiences including wine dinners, cooking classes, special events, corporate meetings, weddings, and social gatherings. Mattison's City Grille Downtown Sarasota Located in the heart of downtown Sarasota, Mattison's City Grille is a local favorite and the place to enjoy relaxed, all outdoor dining (mostly covered). With live music nightly, Mattison's City Grille creates a fun and family -friendly atmosphere, perfect for a casual dining experience for lunch and dinner daily, late night dining, and weekend breakfast and brunch. Mattison's City Grille seats 180 guests and is open seven days a week. Mattison's Riverwalk Grille The Bradenton Riverwalk is a fun place characterized by color and community, and at Mattison's Riverwalk Grille, we're all about capturing that same local flavor. To put it simply, we love what we do, and we work hard to make sure that shows in every dish we serve and every customer we greet. Speaking of our dishes, we're committed to the idea of using sustainable practices and serving only foods that are hormone and antibiotic free. We work with small family farms, and we source a lot of produce and seafood locally. Our food draws a crowd, and our live music gets them dancing, we feature a live band every night. We host many Manatee County locals after their shifts at the hospital, and have booked multiple catered events for the Hospital, Feld Entertainment, and many other local businesses near the Riverwalk. 2 1 P a g e Packet Pg. 1924 16.C.11.g matdson,fs Mattison's at the Van Wezel Located in the Grand Foyer of the 1,736 seat Van Wezel Performing Arts c a� Hall, Mattison's Catering is operating as the pre -show restaurant for the Hall's patrons and is the official on -site caterer and sole liquor concessionaire. Mattison's regularly caters full -service events in E addition to working with other caterers to provide bar services. This professional relationship has been w vital to our mutual success and growth. Mattison's Mission Statement Mattison's is a local, chef -owned restaurant and catering company presenting fresh ingredients, innovative cuisine, and exceptional service while supporting our local farmers, culinary suppliers and the community. Mattison's Catering 7275 South Tamiami Trail Sarasota, FL 34240 Contact: Paul Mattison, Owner Chef aul mattisons.com C: 941-350-2284 Alternate Contact and RFP Contact: Heidi Mapolitano heidir mattisons.com O: 941-921-3400 C: 239-28€1-8661 Paul Mattison, Owner & Executive Chef 3 1 P a g e Packet Pg. 1925 Mattrson's 16.C.11.g Evaluation Criteria 2: Certified Minority Business Enterprise Mattison's is not a Certified Minority Business Enterprise c a� a, a� E w 41 Packet Pg. 1926 MattlSOn/S 16.C.11.g Evaluation Criteria 3: Experience and Capacity of the Firm 1. Project Name Hurricane Dorian 2019 Project Address 4 Sites: 1. St. Augustine/John County Airport, 4900 US Hwy 1 north St Augustine 32095 2. North East Florida Fairground, 543378 US Hwy 1 Callahan 32011, 3. FPL PUTNAM PLANT, 392 US Hwy 17 East Palatka 32131, c as `m E w 4. Flagler Airport, 201 Airport Rd, Palm Coast, FL 32164 Customer Name Florida Power & Light Customer Contact Information: Lynn Dezendorf, 561-702-7813, IynnTj_dezendorf@fpl.com Brief description of work provided and dates of event: Served breakfast, lunch and dinner under a tent in fields using generators and our catering equipment (ovens and turkey burners) Type of Event: Disaster, Hurricane Quantity of People Served: Site 1: 275-500 people; Site 2: 200-300 people; Site 3: 200-300 people; Site 4: 400-525 people Quantity of Meals Served: Site 1: 2,975 meals; Site 2: 1,600 meals; Site 3: 1,600 meals; Site 4: 3,425 meals 2. Project Name: Hurricane Michael 2018 Project Address: 2 Sites: 1. St. Augustine Outlets, SR 16, St. Augustine, FL; 2. 45031 Dixie Avenue, Callahan, FL 32011 Customer Name: Florida Power & Light Customer Contact Information: Lynn Dezendorf, 561-702-7813, IynnJ_dezendorf@fpl.com Brief description of work provided and dates of event: Served breakfast, lunch and dinner under a tent in fields using generators and our catering equipment (ovens and turkey burners) Site 1: October 10-11, 2018; Site: 2: October 10-12, 2018 Type of Event: Disaster, Hurricane Quantity of People Served: Site 1: 300 people; Site: 2: 400 people Quantity of Meals Served: Site 1: 900 meals; Site 2: 2,400 meals 3. Project Name: Hurricane Irma 2017 Project Address: South Florida Fairgrounds, 9067 Southern Blvd, West Palm Beach, FL 33411 Customer Name: Florida Power & Light Customer Contact Information: Lynn Dezendorf, 561-702-7813, Iynn_j_dezendorf@fpl.com Brief description of work provided and dates of event: Served breakfast, lunch and dinner under a tent in fields using generators and our catering equipment (ovens and turkey burners); September 12-22, 2017 Type of Event: Disaster, Hurricane Quantity of People Served: 500-1100 people (varying days) Quantity of Meals Served: 26,550 meals 5 1 P a g , Packet Pg. 1927 Maftison's 16.C.11.g 4. Project Name Hurricane Irma 2017 a, L Project Address: Sarasota County Emergency Operations Center, 6050 Porter Way, Sarasota, FL E 34232 w Customer Name: Sarasota County Customer Contact Information: Helen Reed, 941-444-9858, hreed@scgov.net 0 Brief description of work provided and dates of event: Served breakfast, lunch and dinner c under a tent in fields using generators and our catering equipment (ovens and turkey burners) Z before, during and after the storm; September 9-12, 2017 EL Type of Event: Disaster, Hurricane Quantity of People Served: 500 people o Jq Quantity of Meals Served: 2,000 meals 5. Project Name: Hurricane Irma 2017 — Day After Deliveries (three locations) Project Address: Site 1: Charlotte Airport; Site 2: Ft. Myers Airport; Site 3: Collier Fairgrounds Customer Name: Florida Power & Light Customer Contact Information: Lynn Dezendorf, 561-702-7813, IynnJ_dezendorf@fpl.com Brief description of work provided and dates of event: Delivered boxed meals - breakfast, lunch and dinner after the storm hit; September 11, 2017 Type of Event: Disaster, Hurricane Quantity of People Served: 500 people Quantity of Meals Served: 2,000 meals References Attached. 61Pagc• Packet Pg. 1928 Mattisows 16.C.11.g Evaluation Criteria 4: Plan of Approach m Include approach for providing the services requested, anticipated resources, staffing levels, food delivery and preservation, and equipment. Submit details on process of preparation of meals, w serving of meals, delivery of boxed meals offsite and the ratio of personnel per person being fed. Vendors are requested to provide, in such details, their food preparation locations and facilities. Mattison's project approach for providing disaster feeding and base camp services for Disaster Relief Catering is as follows. Mattison's Catering can mobilize to a designated staging site and be operational within 24 hours. Mattison's will purchase and prepare an adequate quantity of food to serve up to 3 meals per day for the activated period at Collier County's direction as to location and number of personnel to be fed. Mattison's will provide food products that are fresh and wholesome. Mattison's will provide reasonable serving portions according to the enclosed meal plans. Meal portions will be 1-1/2 size of a standard meal size. Mattison's site can handle hot or cold meals as either take out or buffet style. We can set up multiple buffet serving lines. Mattison's will be capable of packaging meals for take-out, packed in hinged 3 compartment containers with disposable cutlery. Mattison's can provide snack packs if required. Mattison's Catering can support multiple dining sites. Currently, we have enough equipment to handle 3 separate sites. If more sites are needed, we can procure additional equipment needed for additional sites within 48 hours. Anticipated resources include food, water, beverages, rentals and equipment for mobile kitchens, dry goods, and labor. Mattison's will utilize company owned and/or leased refrigerated trucks. Mattison's will have more than enough coolers and ice. Mattison's will work under tents to keep all people in a shaded environment and out of the elements as needed. Mattison's will follow all current and applicable federal, state, county, city laws, ordinances, orders, codes, rules and regulations of all authorities having jurisdiction over this type of food service. All food products will be stored at a safe acceptable temperature. The serving lines are equipped to keep food hot or cold. Mattison's will maintain proper serving temperatures throughout the serving periods. Mattison's understands that normal food and fuel suppliers in our area may be closed, without power and unavailable for re -supply. Mattison's will make arrangements for restocking from outside the immediate area. Our plan to restock includes the support of our many loyal national and regional suppliers. Some of these suppliers include Sysco, Performance Food Group, Coca Cola, Water Boy, TG Lee, and many more reliable vendors that can travel. If electricity is not available, we utilize propane and /or gas -powered generators, ovens and kitchen equipment. We have contracts with Propane Ninja, Bradenton Fuel, Suburban Cylinder and others for propane. Additional generators will be rented. Mattison's owns numerous company trucks and leases trucks from a national network of commercial 7 1 P a g e Packet Pg. 1929 Mattison"s 16.C.11.g trucking corporations. We can have employees leave the site and return with more stocking items at any time. L Non -Meal incidentals will be handled as non -contract items and will be approved and authorized by w Collier County before incidentals are supplied. r; Waste and cleaning requirements: Mattison's will maintain high standards of sanitation and will follow all applicable state and federal sanitation regulations. Mattison's will be responsible for daily cleaning and housekeeping in the food preparation and service areas, (including food services equipment, kitchen floors and daily cleaning of tables and chairs after each served meal.) Mattison's will clean the tables with a disinfectant approved for restaurant use and by the Collier County personnel. All refuse and waste material created by Mattison's will be promptly disposed of after each meal or at the request of the site manager, including grey water, cooking oils, by-products, etc. Mattison's will coordinate with Collier County on who will provide roll off containers for garbage and recycling. Breakdown and removal of all equipment and personnel will be handled in a timely fashion. Workforce: Mattison's will provide an adequate number of employees to operate each site. These employees will be clean and courteous while working. Mattison's Chefs and kitchen staff have current health department certifications and will have completed all required instructions and medical requirements. Mattison's will endure that all personnel are in the proper attire including appropriate foot ware. This includes: Mattison's shirts, closed toe shoes, appropriate shorts or pants. Mattison's will provide appropriate personnel to handle the number of meals required. Staffing levels: # of people per meal: 1-500, Mattison's will provide 10-15 staff # of people per meal: 500-1000, Mattison's will provide 15-20 staff # of people per meal: 1000-1500, Mattison's will provide 20-25 staff # of people per meal: >1500, Mattison's will provide 25+ staff Technology and equipment: Mattison's works in tandem with US Tent Rental primarily for all necessary equipment including tents, lighting, generators, tables, chairs, etc. Other rental companies utilized include Rental Depot, Taylor Rentals, Premier Rentals. Portable restrooms will be obtained thru Royal Restrooms, 123 Portable Restrooms, Ron's Jon's and others. Time on Site will be determined by the requirements put forth by Collier County and will be site specific. Site break down: Mattison's will leave the disaster base camp site within the required time limit required. We will coordinate with the site manager to have any dumpsters and receptacles ordered for the site removed with all waste and recycling products. 81Pagc Packet Pg. 1930 16.C.11.g Mattisows 1.7.2 Provide a Proposed timeline showing how your company will mobilize, stage, and provide all required services within twenty-four hours after notice of activation by the County. Mattison's w management team will be monitoring any disaster situation prior to arrival when applicable, i.e. hurricane, fires, etc. Upon receiving the initial call from Collier County, our team will begin preparations. All departments are always equipped with disaster relief preparations list. N Within 1 Hour: Our chef team will notify our food purveyors on products, quantities, and delivery locations. Our purveyors are already equipped with our disaster menu and insurance requirements. Our logistics team will pull all necessary equipment for a full site set up and begin loading our truck(s). Within 4 Hours: All departments are packed and ready to go. Based upon the disaster needs and site availability, our team will begin putting together boxed meals at our location to be delivered or begin driving to site location to set up. Within 6 Hours: Our team will be ready to deliver boxed meals or already arriving at site location. Our site can be built within 2 hours and food preparations can begin. Within 8 Hours: Our team will be set up and ready to serve the required meal and during service will begin preparations for the following meal as needed. 1.7.3 Provide seven (7) days' worth of sample menus that are representative of meals to be served. Meal plans are attached for 14 calendar days of service. These may be repeated for 30 days of service. We are happy to revise these menus upon request. We are happy to offer food for guests with special diets in addition to these attached menus. (1) Breakfast menu should include both a typical continental (cold) breakfast and a typical (buffet) hot breakfast Attached. (2) Lunch and dinner menus should include both box meal and hot (buffet) meals Attached 1.7.4 Provide a copy of your company's meal cancellation policy Mattison's cancellation policy for cancelled meals during disaster catering is as follows. Meals cancelled within 24 hours will be charged at full price. Meals cancelled within 24-48 hours will be charged at 50%. Meals cancelled within 48-72 hours will be charged at 25%. Meals canceled within 72 hours will be charged at 10%. 1.7.5 Provide copies of your Company's current health inspection records Attached. 1.7.6 Provide copies of your Company's licenses and certifications. Attached. 9 1 P a - e Packet Pg. 1931 Storm Menu - Week 1 16.C.11.g Mattison's Catering 941.921.3400 Monday Tuesday Wednesday Thursday Friday Saturday Sunday Breakfast: Breakfast; Breakfast: Breakfast: Breakfast: Breakfast: Breakfast: Eggs, Potatoes, Grits Eggs, Potatoes, Grits Eggs, Potatoes, Grits Eggs, Potatoes, Grits Eggs, Potatoes, Grits Eggs, Potatoes, Grits Eggs, Potatoes, Grits, Bacon, sausage, Bacon, sausage, Bacon, Ham, Bacon, sausage, ham Bacon, sausage, Bacon, Sausage, Ham Bacon, Sausage, Ham dry dry cereal dry cereal dry cereal dry cereal bread/toast, dry cereal dry cereal, muffins, cereal bread/toast, , bread/toast, Biscuit & bread/toast, French bread/toast, Muffins, Biscuit & Gravy, fruit, bread/toast, Biscuit & Biscuit & Gravy ,fruit, fruit, Gravy, fruit, Pancakes toast ,Biscuit & Gravy, Bagels, fruit, Waffles Hash Gravy, fruit, Pancakes Waffles/French Toast Waffles /French Toast fruit or French toast Drinks: Reg. & decafe Drinks: Reg. & Decafe Drinks: Reg. & Decafe Drinks; Reg. & Decafe Drinks: Reg. & Decafe Drinks: Reg. & Decafe Drinks: Reg. & Decafe Coffee, Chocolate reg. Coffee, Chocolate reg. Coffee, Chocolate reg. Coffee, Chocolate reg, Coffee, Chocolate reg. Coffee, Chocolate reg. Coffee, Chocolate reg. Milk, Orange, Milk, Orange, Milk, Orange, Milk, Orange, Grapefruit Milk, Orange, Milk, Orange, Grapefruit, Milk, Orange, Grapefruit Grapefruit & Apple Grapefruit & Apple Grapefruit & Apple & Apple Juice, Water Grapefruit & Apple Apple Juice, Water & Apple Juice, Water Juice, Water Juice, Water Juice, Water (Hot Chocolate if the Juice, Water (Hot Chocolate if the (Hot Chocolate if the (Hot Chocolate if the (Hot Chocolate if the (Hot Chocolate if the weather is cold) (Hot Chocolate if the weather is cold } weather is cold ) weather is cold) weather is cold) weather is cold ) weather is cold ) Lunch: Lunch; Lunch: Lunch: Lunch: lunch. Lunch: Large Sub Sandwiches Fried Chicken, Corn Large Sub Sandwiches 68Q Chicken , Baked Grilled Chicken BBQ Pork & Beef Hamburger & Hot Dog, (Italian Cold Cuts), niblits, (Ham,Turkey,Cheese) beans, Chips, Bread, Sandwich, Green Beans, Sandwich, Baked Beans, Pudding Pack, Chips, Pudding pack, Chips, Garlic Bread, Pudding pack, Chips Piece of fruit and Piece of fruit and Chips,Piece of fruit and Piece of fruit and Piece of fruit and a Piece of fruit and a Piece of fruit and Cookie/ Cake or Candy Cookie/Cake or Candy Cookie/Cake or Candy Cookie/Cake or Candy Cookie/Cake or Candy Cookie/Cake or Candy Cookie/Cake/Candy Drinks: Sodas all types Drinks: Sodas all lypes Drinks: Sodas all types Drinks: Sodas all types Drinks: Sodas all types Drinks: Sodas all types Drinks: Sodas all types Dinner: Dinner: Dinner: Dinner: Dinner: Dinner: Dinner: Barbecue Chicken & Grilled Fish & Steak Meat loaf, Mashed Prime Ribs (16oz), Shrimp & Steak(12oz), Fish & Chicken Lasagna, Ribs, Baked Potato (12oz.) Baked Potato, Potatoes & Gravy, 2 Baked potato, 2 New Potatoes (garlic) Yellow Rice, 2 Vegetables, Tossed 2 Vegetables, Tossed 2 Vegetables, Tossed Vegetables, Tossed Vegetables, Tossed 2 Vegetables, Tossed 2 Vegetables, Soup, Salad, Garlic Bread, Salad, Bread, Dessert Salad, Bread, Desert Salad, Bread, Dessert Salad, Bread, Dessert Salad, Bread, Dessert Bread, Dessert Dessert Drinks: Ice Tea, Drinks: Ice Tea, Drinks: Ice Tea, Drinks: Ice Tea, Drinks: Ice Tea, Drinks: Ice Tea, Drinks: Ice Tea, das - all lemonade, Sodas - all lemonade, Sodas - all lemonade, Sodas - all lemonade, Sodas - all lemonade, Sodas - all Storm Menu - Week 2 1 Decafe types, Reg. & Decafe types, Reg. & Decafe types, Reg. & Decafe types, Reg. & Decafe types, Reg. & Decafe Coffee Coffee 941.921.3400. Mattison's Catering 0 N All Meals: Portions must be large enough to serve 1 Meals. Bring enough containers, silverware packs (knifes, forks, spoon, napkin, soft & pepper) and condiments to pack every meal. if necessary. n: r Q 2019 to current Packet Pg. 1932 16.C.11.g Monday Tuesda Wednesday Thursday Friday Saturday Sunda Breakfast: Breakfast: Breakfast: Breakfast: Breakfast; Breakfast; Breakfast; Eggs, Potatoes, Grits Eggs, Potatoes, Grits Eggs, Potatoes, Grits Eggs, Potatoes, Grits Eggs, Potatoes, Grits Eggs, Potatoes, Grits Eggs, Potatoes, Grits, Bacon, sausage, Bacon, sausage, Bacon, Ham, Bacon, sausage, ham Bacon, sausage, Bacon, Sausage, Ham Bacon, Sausage, Ham dry cereal dry cereal bread/toast, dry cereal bread/toast, dry cereal bread/toast, dry cereal bread/toast, dry cereal, muffins, dry cereal bread/toast, bread/toast, Biscuit & French toast ,Biscuit & Muffins, Bagels, fruit, Biscuit & Gravy, fruit, Biscuit & Gravy, fruit, Biscuit & Gravy ,fruit, , fruit, Gravy, fruit, Pancakes Gravy, fruit Waffles or French toast Hash Pancakes Waffles/French Toast Waffles /French Toast Drinks; Reg. & decafe Drinks: Reg. & Decafe Drinks: Reg. & becafe Drinks; Reg. & becafe Drinks: Reg. & becafe Drinks: Reg. & becafe Drinks: Reg. & becafe Coffee, Chocolate Coffee, Chocolate reg. Coffee, Chocolate reg. Coffee, Chocolate reg. Coffee, Chocolate reg. Coffee, Chocolate reg. Coffee, Chocolate reg. reg. Milk, Orange, Milk, Orange, Grapefruit Milk, Orange, Grapefruit Milk, Orange, Grapefruit Milk, Orange, Grapefruit Milk, Orange, Grapefruit, Milk, Orange, Grapefruit Grapefruit & Apple & Apple Juice, Water & Apple Juice, Water & Apple Juice, Water & Apple Juice, Water Apple Juice, Water & Apple Juice, Water Juice, Water (Hot Chocolate if the (Hot Chocolate if the (Hot Chocolate if the (Hot Chocolate if the Hot Chocolate if the ( (Hot Chocolate if the (Hot Chocolate if the weather is cold) weather is cold) weather is cold) weather is cold) weather is cold) weather is cold ) weather is cold ) Lunch: Lunch: Lunch: lunch: Lunch: Lunch: Lunch: Large Sub Sandwiches Fried Chicken (Thigh, Large Sub Sandwiches Meatball Subs, Fruit Hamburger & Hot bog, BBQ Chicken Sandwich, Pork Chops, Chips, Apple (Italian Cold Cuts), drum and breast) Corn (Ham,Turkey,Cheese) , cup, Chips, Piece of Pudding pack, Chips, Baked beans, Chips Sauce, Roll, Piece of Pudding pack, Chips on Cobb, Bread, Piece of Pudding pack, Chips fruit and Cookie/ Cake Piece of fruit and Piece of fruit and fruit and Cookie/Cake Piece of fruit and a fruit and a Cookie/Cake Piece of fruit and or Candy Cookie/Cake or Candy Cookie/Cake or Candy or Candy Cookie/Cake or Candy or Candy Cookie/Cake/Candy Drinks: Sodas all Drinks: Sodas all types Drinks: Sodas all types Drinks: Sodas all types Drinks: Sodas all types Drinks: Sodas all types Drinks: Sodas all types types Dinner: Dinner: Dinner: Dinner: Dinner: Dinner: Dinner: Turkey & dressing, Pasta & Meatballs, Roast Park, Rice & Thick Cut Ham Steak, Shrimp & Steak(12oz), Baby back Ribs, Prime Ribs (16 oz), Cranberry Sauce, 2 Vegetables, Tossed Beans, 2 Vegetables, Sweet potato, New Potatoes (garlic) Baked Potato Baked Potato Mashed Potato Salad, Garlic Bread, Soup, Bread, Dessert 2 Vegetables, Soup, 2 Vegetables, Tossed 2 Vegetables, Tossed 2 Vegetables, Tossed 2 Vegetables, Tossed Desert Bread, Dessert Salad, Bread, Dessert Salad, Bread, Dessert Salad, Bread, Dessert Salad, Bread, Dessert Drinks: Ice Tea, Drinks: Ice Tea, Drinks: Ice Tea, Drinks: Ice Tea, Drinks: Ice Tea, Drinks: Ice Tea, Drinks: Ice Tea, lemonade, Sodas - all lemonade, Sodas - all lemonade, Sodas - all lemonade, Sodas - all lemonade, Sodas - all lemonade, Sodas - all lemonade, Sodas - all types, Reg. & Decafe types, Reg. & Decafe types, Reg. & becafe types, Reg. & becafe types, Reg. & becafe types, Reg, & becafe types, Reg. & becafe Coffee Coffee Coffee Coffee Coffee Coffee Coffee All Meals: Portions must be large enough to serve 1 3 Meals. Bring enough containers, silverware packs (knifes, forks, spoon, napkin, salt & pepper) and condiments to pack every meal. if necessary. Packet Pg. 1933 16.C.11.g STATE OF FLORIDA DIVISION OF HOTELS AND RESTAURANTS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION r_ www.myfloridaiicense.com L E Food Service Inspection Report w This inspection report must be made public upon request per Florida law. Met Inspection Standards during this visit ANY VIOLATIONS noted herein must be corrected by the NEXT UNANNOUNCED inspection unless otherwise stated. Inspection Date: Mar 11, 2020 15:12 - Mar 11, 2020 16:15 License Expiration: December 1, 2020 License Number: 6805075 Rank: SEAT Inspection Reason: Routine - Food Owner Name: MATTISON'S 41 LLC Business Name: MATTISON'S 41 Location Address: 7275 S TAMIAMI TRL License Type: Permanent Food Service SARASOTA FL 34231 Telephone Number: 941-921-3400 Number of Units: 266 Reinspection on or After: FOODBORNE ILLNESS RISK FACTORS AND PUBLIC HEALTH INTERVENTIONS 01A Food obtained from approved source 1N 07 Unwrapped or PHITCS food not re -served IN 01 B Food safe and unadulterated; sound condition IN 08A Separating raw animal foods from: each other, RTE foods and OUT unwashed produce 01C Shellstock tags; commingling NIA 08B Food protection during preparation, storage and display IN 01 D Parasite destruction for raw/undercooked fish NIA 09 Bare hand contact with RTE food; Alternative Operating IN Procedure (AOP) 02A Consumer advisory on raw/undercooked oysters NIA 11 Employee health knowledge; ill/symptomatic IN employee present 02B Consumer advisory on raw/undercooked animal foods IN 12A Hands clean and washed properly; use of hand antiseptic if OUT use ofAOP 02C Date marking ready -to -eat (RTE) potentially hazardous 1 time/ OUT 12B Employee eating, drinking, tasting food, smoking OUT temperature control for safety foods 03A Receiving and holding PHITCS foods cold 1N 22 Food -contact surfaces clean and sanitized OUT 03B Receiving and holding PHITCS foods hot IN 31A Handwash sink(s) installed, accessible, not used for OUT other purposes 03C Cooking raw animal foods and plant foods; non -continuous IN 31 B Handwashing supplies and handwash sign provided IN cooking of raw animal foods 03D Cooling PHITCS foods; proper cooling methods IN 41 Chemicals/toxic substances IN 03E Reheating PHITCS foods for hot holding IN 53A Food manager certification; knowledge/active managerial IN control (except employee health) 03F Time as a Public Health Control NIA 53B State approved food handler training; employee duty specific OUT training/knowledge 03G Reduced oxygen packaging (ROP) and other NIA Special Processes PRACTICES GOOD RETAIL 02D Food items properly labeled; original container 35A No presence or breeding of insects/rodents/pests: no live animals 04 Facilities to maintain PHITCS foods at the proper temperature 35B Outer openings protected from insects/pests, rodent proof 05 Food and food equipment thermometers provided 36 Floors, walls, ceilings and attached equipment properly OUT and accurate constructed and clean; rooms and equipment properly vented 06 PHITCS foods properly thawed 38 Lighting provided as required; fixtures shielded or bulbs protected 10 In use food dispensing utensils properly stored OUT 40 Employee personal belongings 13 Clean clothes; hair restraints; jewelry; painted/artificial OUT 42 Cleaning and maintenance equipment fingernails 14 Food -contact and nonfood contact surfaces designed, OUT 43 Complete separation from living/sleeping area/private constructed, maintained, installed, located premise; kitchen restricted - no unauthorized personnel 16 Dishwashing facilities; chemical test kit(s); gauges 45 Fire extinguishing equipment (FOR REPORTING 1. Wash 2. Rinse 3. Sanitize PURPOSES ONLI0 March 11, 2D20 at 4,15,12 PM EDT Location, MATTISON'S 41 Food Service+nspection Report License N. SEAT6805075 DBPR Form HR 5022-015 - Rule 51C-1.002, FAC Inspector. Philip Morehead Software Version 6.82 Page 1 of 4 Packet Pg. 1934 16.C.11.g STATE OF FLORIDA DIVISION OF HOTELS AND RESTAURANTS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION www.myfloridalicense.com 21 Wiping cloths; clean and soiled linens; laundry facilities OUT 46 Exits not blocked or locked (FOR REPORTING PURPOSES ONLY) 23 Non-food contact surfaces clean 47 Electrical wiringloutlets in good repair (FOR REPORTING PURPOSES ONLY) 24 Storagelhandling of clean equipment, utensils; air drying 48 Gas appliances; boiler certificate current/posted (FOR REPORTING PURPOSES ONLY) 25 Single -service and single -use items 49 Flammable/combustible materials (FOR REPORTING PURPOSES ONLY) 27 Water source safe, hot (100F) and cold under pressure 50 Current license, properly displayed 28 Sewage and waste water disposed properly 51 Other conditions sanitary and safe operation 29 Plumbing installed and maintained; mop sink; water filters; backflow prevention 52 Misrepresentation; misbranding 32 Bathrooms 54 Florida Clean Indoor Air Act Compliance 33 Garbage and refuse; premises maintained 55 Automatic Gratuity Notice Items marked IN are in compliance. Items marked OUT are violations. Specific details of the violations are listed on subsequent pages. Items marked NIA are Nc Applicable. Items marked as W are Not Observed and were not being conducted at the time of inspection. FOOD TEMPERATURES Bar Area Buffet Line Cook Line corn & peppers (173°F - Cooking); meatballs & marina sauce reheating for 20 minutes on stove (177'F - Reheating); sweet potatoes (196°F - Cooking) Front Counter Front Line Kitchen Prep Area Reach In Cooler raw hamburgers (42°F - Cold Holding); raw pork chops (43°F - Cold Holding); ribs (42°F - Cold Holding); raw chicken (42°F - Cold Holding); raw beef (43°F - Cold Holding); raw ground beef (42°F - Cold Holding); raw shrimp (390F - Cold Holding); raw salmon (38°F - Cold Holding); gumbo (397 - Cold Holding); chicken (40'F - Cold Holding); pot roast (390F - Cold Holding); white rice cooling for 3 hours (51 °F - Cooling); raw duck (&1 °F - Cold Holding); raw scallops (390F - Cold Holding); raw red fish (38°F - Cold Holding); blue cheese (41 OF - Cold Holding) Reach In Freezer Hard Frozen Steam TablelBain Marie tomato soup (158°F - Hot Holding); carrot soup (1517 - Hot Holding); French Onion Soup (1470F - Hot Holding); sweet potatoes (171°F - Hot Holding); mash potatoes (1490F - Hot Holding); onions (1530F - Hot Holding); melted cheese (141°F - Hot Holding) Storage Area Wait Station Walk In Cooler raw beef (42°F - Cold Holding); raw chicken (41 °F - Cold Holding); ribs (38'F - Cold Holding); chicken (40°F - Cold Holding); raw beef (41 OF - Cold Holding); raw pork (40'F - Cold Holding); raw hamburgers (42°F - Cold Holding); chicken salad (41 °F - Cold Holding); ham (40°F - Cold Holding); turkey (41 °F - Cold Holding); raw tuna (40°F - Cold Holding); raw salmon (40°F - Cold Holding); raw grouper (39°F - Cold Holding); raw Iamb chops (41 °F - Cold Holding); pot roast (41 °F - Cold Holding) Walk In Freezer N/A Certified Food Manager and Date Certified OTHER ITEMS Alberto Vazquez 11/2/2017 March 11, 2020 at 4:15.12 PM EDT Location MATT ISON'S 41 Food Service inspection Report License pSFAT6605075 DBPR Form HR 5022-015 - Rule 61C-1.002, FAC Inspector Philip Morehead Software Version 6A2 U L E W Page. 2 of 4 Packet Pg. 1935 16.C.11.g STATE OF FLORIDA DIVISION OF HOTELS AND RESTAURANTS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION www.myfloridalicense.com Manager Certified By: Employees Trained By: Sewage: Water Source: Boiler: Boiler Jurisdiction and Expiration: Sanitizer Details: National Restaurant Association Educational Foundation - ServSafe Florida Restaurant and Lodging Association MunicipaUUtility Municipal No Boiler On Site Dishwasher (Chlorine 100ppm) Inspector Comments: Provided operator with information on food allergen awareness (Form HR 5030-038) and employee health/manager responsibility (Form HR 5030-039 & 101). For the most updated and reliable information and guidance regarding COVID-19 in Florida, please visit the Florida Departmen of Health's dedicated COVID-19 webpage, available at: http://www,floridahealth.gov[diseases-and-conditions/COVID-19/ index.html. Provided operator with Industry Bulletins on the Adoption of 2017 FDA Food Code and Special Processes A link to the Florida Department of Agriculture's Food Recovery Resource Guide is located at: htip:/lwww.myfloridalicense.comlDBPRlhotels-restaurantslforms-publications This report has been provided in printed form as requested by the person in charge at the time of inspection. VIOLATIONS 02C-02-4 Observed: Ready -to -eat, potentially hazardous (timeltemperature control for safety) food prepared onsite and held more than 24 hours not properly date marked. Observed ribs and chicken in walk-in cooler not date marked. Priority: Intermediate 08A-10-4 Observed: Raw animal food stored over ready -to -eat food in reach -in cooler. Observed raw beef over ready to eat ribs in stand up reach -in cooler beside cook line. **Corrected On -Site** Priority: High Priority 08A-21-4 Observed: Raw animal foods not properly separated from one another based upon minimum required cooking temperature in walk-in cooler. Observed raw beef over raw pork in walk-in cooler. **Corrected On -Site** Priority: High Priority 10-20-4 Observed: In -use tongs stored on equipment door handle between uses. Priority: Basic 12A-18-4 Observed: Employee dried hands on clothes/apron/soiled towel after washing. Educated operator on proper hand washing. **Correcty Action Taken** Priority: High Priority 1213-13-4 Observed: Opened employee beverage container in a cold holding unit with food to be served to customers. **Corrected On -Site** Priority: Basic 13-07-4 Observed: Employee wearing jewelry other than a plain ring on their handslarms while preparing food. Priority: Basic 14-41-4 Observed: Walk-in cooler gasket tornlin disrepair and reach -in cooler gaskets. **Repeat Violation** Priority: Basic 21-04-4 Observed: In -use wet wiping cloth/towel used under cutting board. Priority: Basic 22-05-4 Observed: Cutting board(s) stained/soiled. Priority: Intermediate 31A-11-4 Observed: Handwash sink used for purposes other than hand washing as a dump sink. **Repeat Violation** Priority: Intermediate 36-18-4 Observed: Floor tiles cracked, broken or in disrepair under cook line. Priority: Basic 36-32-5 Observed: Ceilinglceiling tile shows damage or is in disrepair. **Repeat Violation** Priority. Basic March 11. 2020 at 4:15:12 PM EDT Location: MATTISON'S 41 Food Service Inspection Report License #. SEAT6805075 DBPR Form HR 5022-015 - Rule 61C-1.002, FAC Inspector Philip Morehead Software Version 6 62 U L E W Page 3 of 4 Packet Pg. 1936 16.C.11.g STATE OF FLORIDA DIVISION OF HOTELS AND RESTAURANTS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION www.myfloridaiicense.com E w 5313-14-5 Observed: Required employee training expired for some employees. To order approved program food safety material, call DBPR contracted provider: Florida Restaurant & Lodging Association (SafeStaff) 866-372-7233, M Priority: Intermediate ti -41A ' Signature of Recipient Vincent Savadel Cook 9419213400 Mar 11. 2020 16:14 March 11, 2020 at 4.15:12 PM EDT Location: MATTISON'S 41 Food Service Inspection Report License #SFAT6805075 DBPR Form HR 5022-015 - Rule 61C-1.002, FAC Inspector Philip Morehead Software Version 6.82 =I Inspector Signature Philip Morehead Inspector 2295 Victoria Avenue, Suite 263D Fort Myers . FL 33901-3884 850-487-1395 Mar 11. 202D 15:05 �aoe 4 of 4 Packet Pg. 1937 STATE OF FLORIDA 16.C.11.g DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ` DIVISION OF HOTELS AND RESTAURANTS 850-487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-1011 a� L I_ Iu V ti MATTISON'S 41 LLC 04 MATTISON'S 41 7275 S TAMIAMI TRL z SARASOTA FL 34231 a u_ L I_ L Q Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range aLr STATE OF FLORIDA from architects to yacht brokers, from boxers to barbeque DEPARTMENT OF BUSINESS AND restaurants, and they keep Florida's economy strong. PROFESSIONAL REGULATION M Every day we work to improve the way we do business in order SEA6805075 ISSUED: 11 /14/2019 � to serve you better. For information about our services, please 0 log onto www.myfloridalicense.com. There you can find more SEATING FOOD SERVICE (2010) information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about MATTISON'S 41 LLC MATTISON'S 41 the Department's initiatives. E Our mission at the Department is: License Efficiently, Regulate E Fairly. We constantly strive to serve you better so that you can c�i serve your customers. Thank you for doing business in Florida, Is LICENSED under 1he provisions of ch sus Fs and congratulations on your new license! EKpuaten dale DEG 1 2020 L1911140000282 N RON DESANTIS, GOVERNOR DETACH HERE STATE OF FLORIDA HALSEY BESHEARS, SECRETARY DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DIVISION OF HOTELS AND RESTAURANTS SEA6805075 I NBR . OF SEATS: 266 The SEATING FOOD SERVICE (2010) Named below IS LIC Under the provision-, Expiration date: DE, MATTISON'S MATTISON'S 7275 S TAMI) SARASOTA NON- TRANSFERABLE. ISSUED: 11/14/2019 DISPLAY AS REQUIRED BY LAW SEQ # L191114000 Packet Pg. 1938 STATE OF FLORIDA 16.C.11.g DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DIV OF ALCOHOLIC BEVERAGES & TOBACCO 850.487.1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 L I_ Iu MATTISONS 41 LLC MATTISONS 41 7275 S TAMIAMI TRAIL SARASOTA FL 34231 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range- STATE OF FLORIDA from architects to yacht brokers, from boxers to barbeque p DEPARTMENT OF BUSINESS AND restaurants, and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order BEV6804160 ISSUED: 03/09/2020 to serve you better. For information about our services, please TOB-DUAL LICENSE to ontowww.myfloridalicense.com. There you can find more RETAILER OF ALCOHOLIC BEVERAGES information about our divisions and the regulations that impact MATTISONS 41 LLC you, subscribe to department newsletters and learn more about MATTISONS 41 the Department's initiatives. CONSUMPTION ON PREMISES ONLY 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 561 Fs. and congratulations on your new license! Expirehon date MAR 31 2021 L2003090001389 DETACH HERE RON DESANTIS, GOVERNOR HALSEY BESHEARS. SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DIV OF ALCOHOLIC BEVERAGES & TOBACCO SERIES TYPE TOBACCO BEV6804160 4COP SFS DUAL LICENSE I ne Kt IAILtK VI- ALUL)HULIU BEVERAGES Named below IS LICENSED Under the provisions of Chapter 561 FS. Expiration date: MAR 31, 2021 CONSUMPTION ON PREMISES ONLY MATTISONS 41 LLC MATTISONS 41 7275 S TAMIAMI TRAIL SARASOTA FL 34231 Av£ PW N.".W.M CANNOT MOVE FROM THIS LOCATION ISSUED: 03/09/2020 DISPLAY AS REQUIRED BY LAW SEQ # L200309000 Packet Pg. — � STATE OF FLORIDA �} DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .. i DIV OF ALCOHOLIC BEVERAGES & TOBACCO 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 MATTISONS 41 LLC MATTISONS CATERING 7275 S TAMIAMI TRAIL SARASOTA FL 34231 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's 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, and congratulations on your new license! RON DESANTIS, GOVERNOR SERTES BEW804306 I 13CT 850.487.1395 - STATE OF FLORIDA s DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION B EV6804308 ISSUED: 03/09/2020 CATERER MATTISONS 41 LLC MATTISONS CATERING CONSUMPTION ON PREMISES ONLY IS LICENSED under the provisions of Ch,566 FS. Expwation die MAR 31 2021 L20030900013W DETACH HERE 16.C.11.g HALSEY BESHEARS, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DIV OF ALCOHOLIC BEVERAGES & TOBACCO I ne t-%i tKEK Named below IS LICENSED+�� Under the provisions of Chapter 565 FS. Expiration date: MAR 31, 2021 =- CONSUMPTION ON PREMISES ONLY MATTISONS MATTISONS 7275 S TAMI/ rj SARASOTA ,*�,\,\\1" a� a� L I_ Iu ISSUED: 0310912020 DISPLAY AS REQUIRED BY LAW SEQ u L2003090001 Packet Pg. 1940 Mattison's 16.C.11.g Evaluation Criteria 5: Cost of Services to the County Description Unit of Measure Unit Value Bundled Meal Service (Three Meals Per Day) Three 16oz Bottles of Water Included Per Person $60.00 Breakfast Service (Hot) Per Meal $17.00 Lunch Service (Hot) Per Meal $13.00 Dinner Service (Hot) Per Meal $32.00 Boxed Meal Per Meal $15.00 Coffee and Tea Service -- Per 24 Hour Period Per Period $8.00 Individual Serving Soft Drink, Juice, Milk Per Can/Bottle $3.00 Lemonade, Iced Tea Per Gallon $8.00 Snacks (Chips, Crackers, Cereal Bars, Nuts, etc) Per Package $3.00 Cancellation Fee (must be confirmed by County) *See above cancellation policy 1.7.4 Per Incident $0.00 as L E w 101DaoF, Packet Pg. 1941 16.C.11.g CA3er C014ftty AdmiisuatW Servxm Depatnent Pfocuremenl SwAcCs Divi&w Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. Vendor should checkoff each of the following Items: ❑ General Bid Instructions has been acknowledged and accepted. ❑ Collier County Purchase Order Terns and Conditions have been acknowledged and accepted. ® Form l : Vendor Declaration Statement ® Form 2: Conflict of Interest Certification ® Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - httn:/rdos_mvflorida.com/. unbiz should be attached with your submittal. ® Vendor MUST be enrolled in the E-Verify -) p, ­;, t % L r i i� at the time of submission of the proposal/bid. ® Form 3: Immigration Affdavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ® E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. ❑ Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. ® Form 5: Reference Questionnaires form MUST be utilized for each required reference and included with your submittal, or you MAY be DEEMED NON-RESPONSNE. ❑ Form G: Grant Provisions and Assurances package in its entirety, If applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. ® Vendor W-9 Form. ® Vendor acknowledges insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. ❑ The Bid Schedule has been completed and attached with your submittal, applicable to bids. ® Copies of all requested licenses and/or certifications to complete the requirements of the project. ® All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ❑ County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. ❑ Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. Q> L E w Packet Pg. 1942 16.C.11.g co w colwty Administrative SeTWOS DepaM)ent Procurement Services Dmsion V C d Form 1: Vendor Declaration Statement E BOARD OF COUNTY COMMISSIONERS w Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _S_ day of _April , 2020� in the County of Sarasota , in the State of _Florida. Firm's Legal Name: Address: City, State, Zip Code Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: Mattison's 41, LLC dba Mattison's Catering 7275 South Tamiami Trail Sarasota, FL 34231 L07000096727 26 - 1114169 941-921-3400 Owner ***UPDATED JANUARY 28, 2020*** Packet Pg. 1943 16.C.11.g Additional Contact Information Send payments to: Same as above (required if different from Company name used as payee U above) Contact name: m E Title: w M Address: ti � 0 N City, State, ZIP 0 z Telephone: a w L O Email: }' c m E Office servicing Collier Same as above County to place orders (required if different from Q above) cc Contact name: -a CU 3 Title: 0 Address: c 0 }, c� City, State, ZIP E E Telephone: 0 Email: 'UPDATED JANUARY 28, 2020' Packet Pg. 1944 16.C.11.g Coder CAMnt1v Adrnintsirabw SerAces Depatmni c�i Grocwement Series Dsa&son U m L Forth 2: Conflict of Interest Certification Affidavit m E w The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: ti Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified c above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical No direction for the procurement) which appears to skew the competition in favor of my firm. Z Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified LL above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: I. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project, and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Company Name Signature 0 U-)w j Print Name and Title Stale of � `�� L �� County of dl N The foregoin instrument was acknowledged befor a by means of�Q'pby ical presence or ❑ online notarization, this day of (month), (year), by name of person acknAvl edging). ( ignature of Notary Publi - 56ate of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) Personalty Known R Produced Identification Type of Identification Produced NdmIW Gtiaanti NOTARY PUBLIC STATE OF FLORIDA Comm# GGW7772 EzOMS 1011412023 Packet Pg. 1945 4/14/2020 Licensee Details Licensee Information Name: Main Address: County: License Mailing: County: LicenseLocation: County: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications No Plan Review Plan Review Risk Level 2 Alternate Names DBPR - MATTISON'S 41 LLC; Doing Business As: MATTISON'S 41, Permanent Food Service 16.C.11.g 12.48.20 PM 41612020 MATTISON'S 41 LLC (Primary Name) MATTISON'S 41 (DBA Name) 7275 S TAMIAMI TRL SARASOTA Florida 34231 SARASOTA 7275 S TAMIAMI TRL SARASOTA FL 34231 SARASOTA 7275 S TAMIAMI TRL SARASOTA FL 34231 SARASOTA Permanent Food Service Seating SEA6805075 Current,Active 11/27/2007 12/01/2020 Qualification Effective 11/27/2007 10/31/2007 03/11/2020 View Related License Information View License Complaint View Recent Inspections 4 L- 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement U c L m E w Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must fl1e:111F:1Mattison's Catering/RFPs/Solicitation 20-7743 Collier County Emergency Catering/Attachments & Forms/DBPR - MATTISON' Packet Pg. 1946 16.C.11.g 2019 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT DOCUMENT# L07000096727 Entity Name: MATTISON'S 41, LLC Current Principal Place of Business: 7275 S. TAMIAMI TRAIL SARASOTA, FL 34231 Current Mailing Address: 7275 S. TAMIAMI TRAIL SARASOTA, FL 34231 FEI Number: 26-1114169 Name and Address of Current Registered Agent: MATTISON, PAUL R 7275 S. TAMIAMI TRAIL SARASOTA, FL 34231 US FILED Mar 29, 2019 Secretary of State 9412917695CC Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: PAUL R. MATTISON 0312912019 Electronic Signature of Registered Agent Authorized Person(s) Detail : Title MGR Name MATTISON, PAUL Address 7275 S. TAMIAMI TRAIL City -State -Zip: SARASOTA FL 34231 Title AUTHORIZED MEMBER Name SANGO,JASON Address 7275 S. TAMIAMI TRAIL City -State -Zip: SARASOTA FL 34231 Date ! hereby certify that the information indicated on this report or supplemental report is !me and accurate and that my electronic signature steal! have the same legal effect as if made under oath; that ! am a managing memher or manager of the limited liability company orlhe receiver or trustee empowered to execute this repod as required by Chapter 605, Ronda Statutes: and that my name appears above, or on an attachment with alf other like empowered. SIGNATURE: PAUL MATTISON MGR 03/29/2019 Electronic Signature of Signing Authorized Person(s) Detail Date U tv N E W Packet Pg. 1947 16.C.11.g 2019 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT DOCUMENT# L10000104617 Entity Name: MATTISON'S CATERING COMPANY, LLC Current Principal Place of Business: 7275 S. TAMIAMI TRAIL SARASOTA, FL 34231 Current Mailing Address: 7275 S. TAMIAMI TRAIL SARASOTA, FL 34231 FEI Number: 45-0600286 Name and Address of Current Registered Agent: MATTISON, PAUL R. 7275 S. TAMIAMI TRAIL SARASOTA, FL 34231 US FILED Mar 29, 2019 Secretary of State 5698156116CC Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: PAUL R. MATTISON 03/29/2019 Electronic Signature of Registered Agent Date Authorized Person(s) Detail Title MGR Name MATTISON, PAUL R Address 1616 BIRCHWOOD ST City -State -Zip: SARASOTA FL 34231 Title AUTHORIZED MEMBER Name SANGO, JASON A Address 7275 S. TAMIAMI TRAIL City -State -Zip: SARASOTA FL 34231 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my eiectronlc signature shall have the same legal effect as if made under oath, that I am a managing member or manager of the limitedflability company or the receiver or trustee empowered to execute this report as required by Chapter 505, Florida Statutes: and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: PAUL MATTISON MGR 03/29/2019 Electronic Signature of Signing Authorized Person(s) Detail Date U c m N E W Packet Pg. 1948 16.C.11.g County Adrruriseative Services Deparimerd Procurement Services Div%K , Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program(Imp_,__.��xv%x-verify.rto�_.-�, at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will he produced at the time of the submission of the Vendor's proposal/hid or within five (S) day of the County s Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSALIBID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. State of-41 0 Y L County of Th r�eg�otn instrument was acknowledged before I (month), (year), by Persona wn OR Produced Identification Type of Identification Produced 5 `5 Company Name Signature o,o HgAta- a� Print Name and Title meansaotfsical presence or © online notarization, this f day (L JM .—====.l ame of person acknowledge -no {Signature of Notary Irubiic - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) Rsuoe G"Mdi itNOTARY PUBLIC STATE OF FLORIDA Comn* GG9jyM2 Expires 11311412023 U C d t3f L m E w Packet Pg. 1949 16.C.11.g E-Verify Welcome TOM WARD Edit Corporate Profile Name and Location Information Company ID Number 1527750 Company Name MATTISONS 41 LLC Doing Business As (DBA) Name MATTISONS 41 DUNS Number Physical Location Address 1 7275 SOUTH TAMIAMI TRAIL Address 2 City SARASOTA State FL Zip Code 34231 Mailing Address Address 1 Address 2 City c E W i- MENU Packet Pg. 1950 16.C.11.g State Zip Code Additional Information Parent Organization View 1 Edit Total Points of Contact 1 View 1 Edit r.r �:6 SECV s �� Last Login: 04/06/2020 02:40 PM USA inn si o �Nfi70.1' U.S. Department of Homeland Security U.S. Citizenship and Immigration Services Enable Permanent Tooltips Accessibility Download Viewers U c m L E w Packet Pg. 1951 16.C.11.g isr County Adntan*Ww Semm Depanrner>t c Procurement cer��CeS C� .,san d Cf Form 4: Vendor Submittal — Local Vendor Preference Certification `m E w (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not he used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ❑ Lee (including Owner(s) or Corporate Officers): If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Hate Certification: Under penalties ofperjgM I certify that the inLrmation shown on this form is correct to my knowledge. Company Name: Address in Collier or Lee County: Signature: — �Jor- PYy�)l"C.Cc.t!�4 L-Q Date: Title: Packet Pg. 1952 16.C.11.g U c m Co ler County Email: Barbara.Lance@colliercauntyft.gov E AdmirbseaWe Services Division Telephone: 239.252.8998 ! u Procurement Services - M ti ADDENDUM # 1 N 6 Date: April b, 2020 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # I — 20-7743 Emergency Catering Services This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: ADDITION: Due to the recent COVID-19 Pandemic, the "Bid Opening" scheduled for 3:00 pm on April 21, 2020, will be held via the below call -in number. If you planned on attending, please call in per the information below: Telephone Bridge Number: (239) 252-7205 Participants Access Code: 212121 If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please si n below and return a copy of this Addendum with your submittal for the above rP enrarl a nitafinn <1 — i t - ;LQ Date y (Name of Firm) Packet Pg. 1953 16.C.11.g co 1er c014.Mty Administrative Services l)epatnent Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACHREOUIRED REFERENCE) Solicitation: Reference Questionnaire for: Disaster Relief Caterin Bid (Name of Company Requesting Reference Information) Mattisons (Name of Individuals Requesting Reference Information) Name:Anne Miller (Evaluator completing reference questionnaire) Email: ammiller(a sepov.net FAX: Company: Sarasota County EM (Evaluator's Company completing reference) 941-225-1088 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selectic of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they ha, previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to 10, wi 10 representing that you were very satisifed (and would hire the fum/individual again) and 1 representing that you were very unsatisfu (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, lea, it blank and the item or form will be scored "0." Project Description: _Disaster Feeding for the EOC Project Budget: Completion Date: Project Number of Days: Item Criteria Score must be completed I Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS d L d E w Packet Pg. 1954 16.C.11.g cow copy U AdMnWr4ve Services Wpwtrrwt Prmuremeit 5eMms Divisim N Form 5 Reference Questionnaire w DONE FORM FOR EACH RE(rUIRED REFERENCEI Solicitation: Disaster Relief Catering Bid Reference Questionnaire for: Mattison's Restaurants & Ca (Name of Company Requesting Reference Information) Heidi Ross Napolitano (Name of Individuals Requesting Reference Information) Name:Anthony Becich Company:Van Wezel Performing Arts Hall/City of Sarasota (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: ov FAX:941-263-6786 941-263-6731 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Completion Date: Project Number of Days: Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 10 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work, 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Packet Pg. 1955 16.C.11.g c lier county Administrative Services Deparhnent Procurement Services Division Form 5 Reference Questionnaire fiISE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: Reference Questionnaire for: Mattison's Restaurants and Catering (Name of Company Requesting Reference Information) Heidi Napolitano (Name of Individuals Requesting Reference Information) Mary Bensel Name: Company: (Evaluator completing reference questv (Evaluator's Company completing reference Van Wezel marybensel@sarasotafl.gov no fax at home Arts Hall/City of Sarasota 941-201-2605 Email: FAX: T Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selectia of firms to perform this project. The Name of the Company Iisted in the Subject above has listed you as a client for which they ha� previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, wi 10 representing that you were very satisifed (and would hire the firntlindividual again) and I representing that you were very unsatisfii (and would never hire the fum/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, lea, it blank and the item or form will be scored "0." Project Description: Project Budget: Completion Date: Project Number of Days: Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 c d L d E w Packet Pg. 1956 16.C.11.g co117er coKNty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: Mattison's Restaraunts and (Name of Company Requesting Reference Information) Heidi. Napolitano (Name of Individuals Requesting Reference Information) Name: Rachel Snyder (Evaluator completing reference questionnaire) Email Company: The Dali Museum (Evaluator's Company completing reference) Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selectiot of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they hav, previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to 10, witl 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfie+ (and would never hire the fnrn/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leav, it blank and the item or form will be scored "0." Project Description: The Dali Museum Anniversary Dinner Completion Date: _3/7/20 Project Budget: _$35,000 Project Number of Days: 2rnonths Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. to 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 U c d i� d E w Packet Pg. 1957 16.C.11.g Corley County Administrative Services Depar went Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: Mattison's Catering (Name of Company Requesting Reference Information) Heidi Napalitano (Naive of Individuals Requesting Reference Information) Name: Rodney J. Alsop (Evaluator completing reference questionnaire) Email: rod@disasterresoureegroup.com FAX: n/a Company: Disaster Resource Group, formerly FPL (Evaluator's Company completing reference) Telephone: 941-212-0496 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in th selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for whic they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale c 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you wer very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in particular area, leave it blank and the item or form will be scored "0." Project Description: Hurricane Disaster Relief Catering_ Project Budget: Completion Date: _Multiple Hurricanes 2004-2014 (Charley, Francis, Jean, Wilma, etc Project Number of Days: Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) l0 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 v C d d E w Packet Pg. 1958 16.C.11.g Form w_9 (Rev. December 2014) Department of the Treasury Internal Revenue Service 1 Name (a8 shown on your Income MATTISON'S 41 LLC Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not send to the IRS, Name is required on this tlne: do 2 Business name/disregarded entity name, it different from MATTISON'S CATERING COMPANY 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: ❑ Individuatlsoie proprietor or ❑ C Corporation ❑ 5 Corporation ❑ Partnership ❑ Trust/estate single -member LLC Q Limited liability company, Enter the tax classllloation (C=C corporation, S=S corporation, P=partnership) ► P Note. For a single -member LLC that Is disregarded, do not check LLC; check the appropriate box in the line above for the tax classification of the single -member owner. ❑ Other (see Instructions) Do- 5 Address (number, street, and apt. or suite no,) 7275 SOUTH TAMIAMI TRAIL $ City, state, and Zip code SARASOTA, FL 34231 7 List account number(s) here Number 4 Exemptions (codes apply only to certain entities, not individuals; see Instructions on page 3): Exempt payee code (a any) Exemption from FATCA reporting code [tt any) Maim to ecavnh rmkftk d 0 44* the u &5 name and address (optional) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (Sag). However, fora resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a r!N on page 3. or Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for Emptoyer idenitcation guidelines on whose number to enter. II r---T---r— Under penalties of perjury, i certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) 1 have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form {If any) indicating that I am exempt from FATCA reporting is correct. Certilfcatfon Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on Dade 3. 'tar' Signature of I , Here U.S, person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it! Is at www.irs.goyltiv9. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an Informat#on return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), Individual taxpayer identification number (I TIN), adoption taxpayer Identilication number (ATIN), or employer Identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of Information returns include, but are not limited to, the following: • Form 1099-INT (Interest eamed or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual lend sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) y Date ► ®-Y, / d ,2 a 1 8 • Form 1098 (home mortgage interest), 109B-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a T11V, you might be subject to backup withholding. Sse What is backup withholding? on page 2. By signing the filted-OW form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be Issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your alto mble share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected Income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information. Cal. No. 1 Mix Form W-9 (Rev. 12-2014) V C d Qd L E w Packet Pg. 1959 Collier County Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government >, Statutory Limits and Requirements m a� Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships w shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fdfs.com/bocexemi) ti 2. ® Employer's Liability $_1,000,000 single limit per occurrence N 6 3. ® Commercial General Bodily Injury and Property Damage Z Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily EL ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. J° 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, 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/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 3/19/2020 12:49 PM Packet Pg. 1960 8. ❑ Performance and Payment Bonds � 16.C.11.g For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for I00•Io of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner, provided, however, the surety shall be ratted 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. Colleen county 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insua use provisions- 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where requ red. This insuance shall be primary and non-contnbutory with respect to any other insurance maintained by, or available for the benefit of, the Additional insured and the Vendor's policy sha11 be endorsed accordingly- 11. ® The Certificate Holder shall be named as Collier County Board of Co�lnnty Commissioners, OR, $card of County Commissioners in Collier County, OR Collier County Govrmment, OR Collier County. The Certificates of hsurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12, ® On all certificates, the Certificate Holder mart read: Collier County Board of County Commlissioners, 3295 Tamiani Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier Cooaty shall procure and maintain Builders Risk hmnance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Pn:miums shall be billed to the project and the Contractor shall not include Builders Risk pn nniums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 3/17/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be requited within five (5) days of the award of this solicitation. The immnance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name - - ]tmmmee Agency S Agent Name 3/19/2020 12AS PM Date r, t Telephone Number.. 0 "1 " 57-7 1-1 ;3 Z0 p. 22 c m isr an w Packet Pg. 1961 Collier County Soli 16.C.11.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR By: Name and Title `i 2'l � Scx.. is t� � 'T�A�iC�.►'y�'�C�� Street Address cTL23 City, State, Zip DUNS Number Date Sub -Recipient Name: DEM Contract Number: FEMA Project Number: Collier County Board of County Commissioners Z0001 4337DRFLP0000001 c m `m E w EXHIBIT I - 7 3/19/2020 12:49 PM Packet Pg. 1962 Collier County 16.C.11.g Solic' EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT r ep be + W*d MruerftlkA* statuses will ft"re me mut to after Pror de a ►evised statement or pro,aide source donnnentmon that validates a I & PRIME VENDOR/CONTRACTOR INFORMATION I PRIME NAME PRIME MD NUMSER CONTT"IT DOLLAR AMOUNT 0-yj Sans -tk PLC 'L�- kLlLAkC'o9 ;TM OWN A fL *41C0T"`lM 09MOL'ArRAGE0, VETLWJ Y N Tmf ACTIVITY Of THrS CaNTRACT_- IiR waMtw W9eaiii Era�i'RM#? Dot? Y N i MiEi OR MA A SMALLOLSADL'AMAGED CDNSTRUMON ? Y N ESSiAWTINUTMfROMTHE SAAUBUSINESS MBE7 Y N CONP/LTATtON% N 6TRATW,' A SE*Wt t)r&UU0 VETERAN- WDE? Y N �Y� OTHER? J Y N SDE ILA' tS Tm Sv1mSS*k A ftM0ON. Y N P TES, Mms*N Numur B. IF MOM K" SUOCOWRACTOR OR SUPPLIER WHO tS A OISM WANTAGED MINOPJ Y, WOMEN -OWNED, SMALL WJSIINESS CONCERN OR SERVICE DISABLED VETERAN, PROW 15 TO COMPLETE THIS NEXT SECTION ON NVWSE VETERAN SLAZ<CCw1 crm Ow SUppum NA&M I TYPE or WORic OR SPECIALTY E7TRY m con IS -Delon) SUR UNWL" DOLLAR AAKKW 96CEM OF CONTRACT DOLLARS TOTALS; C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR OF SulwMA DATE TrrLE Of sSf/7YIfTm {�kAw G ERAAtU ADOAESS 09 MWAE ISUBMWMI TELtPtlOfaE NUaMatt Fi% ML.geaEi c��eF � �v�ci lsc �s.�cn� ��tt-GzL- 3yDC� G(41- Gzt- 3yoLi NOTE "M aftrMKWA u UM W Wadi W report anbap" OU or WE Participation in fedararNAAded 0"vam TAN annowed DU or MDE W1016 It is vWmtary Ind will w become pan of the oantrmctW terms. This form am = be drbmaM in mw of response to a SOLialtalton tf and when awarded a C.Cnhry carom, tlM Prime wM be asked to apdate d * wUw mw"w for the =rant compliance files 6L1ckAmerican N American Hn lrtitae AnWkWu NA SubeaMt. AetaA Arekriean SAA J1em"69t Amencm APA Tion-Mirwrit' Women I OtAer_ not of my ottm troup listed 0 D. SECTION TO BE COMPLETED BY COLLIER COUNTY I DEDAeTMENT NAME I Couirp COhTPACT a IIf6AUR r pO.'RED. I d&AWr eeocaeurr~"Arr EXHIBIT 1- 8 U c m L I_ w 3119/2020 12A9 PM p. 30 Packet Pg. 1963 Collier County Solic 16.C.11.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (Jo be submitted with each bid og offer exceedlau 5100-000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. �%C'►.. �. CrC�-frh Civ. Name and Title of Contractor's Authorized Official Date EXHIBIT I - 9 c m L E Iu 3/19/2020 12:49 PIN Packet Pg. 1964 Collier County Solic 16.C.11.g EXHIBIT i FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: 0 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards 0 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seat, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. U c m `m E w EXHIBIT I - 1 3/19/2020 12:49 PM Packet Pg. 1965 Collier County Solid 16.C.11.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES U m Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance w with the Energy Policy and Conservation Act. 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. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement 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. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cp_q- rP_ ogram Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R, pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; EXHIBIT I - 2 3/19/2020 12:49 PM Packet Pg. 1966 Collier County solic 16.C.11.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES m (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business w enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 3/19/2020 12:49 PM Packet Pg. 1967 Collier County solici 16.C.11.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES m VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or w pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such cli rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Vill. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I - 4 3/19/2020 12:49 PM Packet Pg. 1968 Collier County solic 16.C.11.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES U c m (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these w clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this cli section." r� Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competentjurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its o compliance with the terms of the Agreement for a period of at least five (5) years after final payment is N r made and shall allow the County, FDEM, or its designee's access to such records upon request. E t a EXHIBIT I - 5 3/19/2020 12:49 PM Packet Pg. 1969 Collier County 5olici 16.C.11.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name LiC Date T� E? �Z-rp Authorized Signature c m L E Iu EXHIBIT I - 6 3/19/2020 12A9 PM Packet Pg. 1970 16.C.11.h CoAyer County Adrnlhstr ve Services Dysion procurement Services RFP #: 20-7743 Title: Emergency Catering Services Selection Committee Scoring Sheet (STEP 1) Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their scoring of the proposals. Step 2: The procurement professional will review the mathematically tabulated scores. Step 3: The Committee will determine the number of proposers to bring back for oral presentations. Name of Firm Miguel MiguMigu to CarbaAshBritt, Damon Grant Michael Shaw Lisa Abatemarco Lisa Weinmann Total Scores Final Rank Inc. 80 90 83 82 85 420.00 1 Mattison's 41, LLC dba Mattison's Catering 76 84 71 76 79 386.00 2 Tastebuds Custom Catering, Inc. 70 77 74 86 68 375.00 3 Thierry's Inc. 56 73 64 80 60 333.00 4 Procurement Professional Barbara Lance 612612020 6 N 6 Z IL LL 0 c a� E m a� a M L 3 0 0 c 0 :r 0 c m E E 0 m N N CO N 0 c U- M ti ti 0 N C d E t V R a+ a Page 1 of 1 Packet Pg. 1971 16.C.11.i collier county Administrative Services Department Procurement Services Division i d COLLIER COUNTY u W BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR EMERGENCY CATERING SERVICES SOLICITATION NO.: 20-7743 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 1972 16.C.11.i SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) 20-7743 NUMBER: PROJECT TITLE: EMERGENCY CATERING SERVICES DUE DATE: April 21, 2020 A 3:00 um PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: hllps://www.bidsy!lc.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $900,000.00 during a full activation (Category 4 hurricane); however, this may not be indicative of future buying patterns. BACKGROUND The County is requesting proposals from responsive and responsible vendor(s) to provide catering services, supply bulk and / or boxed food meals, and food supplies to the County's employees and emergency workers before, during, and / or after an emergency or disaster event. FEMA funding may be used, in part, in support of this procurement. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) - one (1) year renewals. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, 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. DETAILED SCOPE OF WORK The Vendor(s), at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Collier County Facilities Management Division is seeking vendor(s) capable of providing nutritious meals to support part or all of the feeding operation requirements in the event of an emergency or disaster. The intent of the County is to award a Primary, Secondary and Tertiary Vendor. 1. General: a. When the County declares an emergency or disaster is imminent or in process, the County will contact the Vendor to initiate the emergency catering services. b. No guarantee is expressed or implied as to the quantity of commodities and/or services to be procured. c. A County declared disaster may include, but not be limited to, storms, hurricanes, tornadoes, flooding, fires, homeland U c m am L am E w a 2 Packet Pg. 1973 16.C.11.i security activity, major police activity, acts of terrorism, etc. d. Catering requirements shall be based on the severity of the disaster but could range from one designated location in smaller events to over fifteen locations Countywide. >% U c i. Locations may include, but not be limited to, Collier County Emergency Operations Center, emergency responder 0 staging areas throughout the County, and various emergency shelter locations throughout the County. `m E e. Vendor(s) shall be required to provide and deliver cold box meals to locations within Collier County, as directed by the w County. V f. Vendor(s) shall be prepared to supply and provide catering services at the Emergency Operations Center during an extended lock -down period. g. Vendor(s) shall be prepared to supply and provide catering services (when appropriate) to designated locations throughout the County upon the County's request. h. Vendor(s) shall include in their proposal their cancellation policy as it pertains to this solicitation. 2. Event Preparation and Response a. A 48-hour verbal or written notice for emergency catering services will be given to the Vendor(s) when possible. The notice will include the nature of the emergency, the location(s) requiring the service(s), type of food and/or meals required, estimated quantity of food required, serving times, name and contact information for the County liaison, and any other relevant information. b. The Vendor(s) shall provide the requested emergency catering services within twenty-four (24) hours after the County issues the notice, unless the County provides a longer response time with the request. Time is of the essence. c. The County shall provide the Vendor(s) a verbal or written twenty-four (24) hour notice to discontinue the emergency catering service. The notice will include any clean-up requirements. d. Vendor(s) shall understand normal food and fuel suppliers may be inoperable during the emergency service period and utilities such as potable water and electricity may be shut off. The Vendor(s) shall plan and prepare accordingly to ensure services as requested are met. 3. Vendor Responsibilities a. The Vendor(s) shall obtain all licenses and / or permits required prior to the start of an emergency service period at no additional expense to the County. b. All meals shall be prepared under Federal, State, and Local guidelines governing health and food service sanitation. If the food is served in and/or from Mobile Food Dispensing Vehicles, the Vendor(s) shall provide a copy of license and ensure the minimum specifications are maintained as required in section 61C4.0161, Florida Administrative Code. W hlWs://www.flrules.org/.a^ tewa /hgpterhome.asp?chapter=61c-4 y M N c. The Vendor(s) shall provide all management, supervision, labor, materials, supplies, and any additional equipment needed a to establish and operate a food service facility for dispensing food and beverages. Service shall be prompt, efficient, o sanitary, and courteous and avoid undue interference with the operations of the facility in which services are being a provided. The variety, menu, and appearance of food shall be consistent with food service industry standards. ,o d. The Vendor(s) shall provide adequate number of employees to operate each requested location based on the number of N 3 meals being served. The Vendor's employees shall be clean and courteous to the public. Employees must have a current CT Health Department certification and have completed all required medical requirements. The Vendor(s) shall maintain current health inspection records as applicable to this solicitation. ti e. The Vendor(s) shall provide proper containers (i.e. microwave -safe for boxed hot meals) and utensils for all meals. N Recyclable materials shall be used when commercially available. m f. The Vendor(s) shall provide all items required for service, including, but not limited to, dishes, drinkware for hot and E cold beverages, utensils, serving utensils, food tables, chafing dishes, beverage dispensers, napkins and condiments in single serve packets. Q g. The Vendor(s) shall maintain adequate supplies on hand and shall be responsible for re -stocking all supplies. Packet Pg. 1974 16.C.11.i h. The Vendor(s) shall promptly dispose of all refuse and waste material, created by the Vendor's operation, after eacn meal service. Trash removal and cleaning the service area shall be the Vendor's responsibility. i. The Vendor(s) is/are prohibited from serving leftovers. Leftovers shall become the property of the County and remain with the County after each meal service. The Vendor(s) shall box up, label and date leftovers and leave in the County refrigerator(s). m aM L d j. The Vendor(s) shall provide at least two (2) emergency contact telephone numbers that will allow twenty-four (24) hours, E seven (7) days per week contact. w k. The Vendor(s) shall appoint one of its employees as the primary liaison and key contact for approval by the County during an active event. 4. Meal Requirements a. During an event, the Vendor(s) shall provide a daily menu that includes foods that are visually appealing, appetizing, and nutritionally sound. Three (3) nutritional and well-balanced meals per day (breakfast, lunch and dinner) shall be required upon request of the County. An additional late service meal shall be required for 24-hour emergency operations. In the event of this additional late service, the County will notify the Vendor(s) 24-hours in advance, when possible. b. Each meal served shall include the USDA recommended servings of protein, grains, fruits and vegetables. i. Breakfast shall consist of a standard portion of protein, fruit and dairy and be served as a hot meal with cold meal choices. ii. Lunch, dinner and late shift meals shall contain an entree of either meat, pasta, or fish and include a salad option. iii. Vendor(s) shall only be required to provide one entree per meal. b. All meals shall be a minimum of one and one-half serving size. c. The Vendor(s) shall ensure availability to supply three (3) 16oz. bottles of water per person, per day. d. The Vendor(s) shall provide a choice for special dietary needs upon notice of the special dietary need(s) from the County (i.e. vegetarian, diabetic, kosher, gluten free, etc.). e. Boxed meals shall be appealing and travel well. f. Boxed meals shall include a deli style sandwich, bag of chips, piece of fruit, cookie, napkin and bottle of water. Similar N items are acceptable upon approval by the County. r g. The Vendor shall provide insulated gel packs for use in boxed meals as appropriate. � W h. The Vendor shall make available coffee and tea service with cups, sugar, creamer, stirrers, etc. on a 24/7 basis. Coffee y (caffeinated and decaffeinated) shall be brewed onsite. Hot water and tea bags shall be made available. N 0 a i. All materials required to brew and consume the coffee and tea shall be provided by the Vendor, including, but not limited a to, coffee maker, coffee filters, cups, sugar, sugar substitute, creamer, flavored creamer, etc. L 0 j. Vendor shall make available at the County's request the following items: soft drinks (cans and / or plastic bottles — regular m and diet options), iced tea, juice, milk, lemonade, snacks (chips, crackers, cereal bars, nuts, etc.). a m 5. Meal Count Process M a. The Vendor(s) shall track each meal consumed and shall be responsible for managing the distribution process to ensure each person served is being accounted for and an accurate meal count is provided to the County following each meal. c Tracking shall be accomplished through a monitored paper -based signature process or by electronic means. CM r c b. The meal count shall be provided to the County no later than two (2) hours after each meal service is complete. The number of meals counted shall be recorded and reconciled between the County and the Vendor(s) at the end of each meal service. z U 2 6. Serving Times Q a. Pre -event serving times will be established on an event -by -event basis. 4 Packet Pg. 1975 16.C.11.i b. The County anticipates serving times as listed below. The times may change or vary depending on the nature or Ine disaster and / or emergency event. All times shall be Eastern Time Zone. Breakfast 7:00 AM until 8:30 AM Lunch 11:00 AM until 2:00 PM Dinner 6:00 PM until 8:00 PM Late Shift 12:00 AM until 2:00 AM (box dinner acceptable) 7. All -Inclusive Pricing / Invoicing a. The Vendor's pricing shall be all-inclusive per meal as quoted on the Cost Schedule. Additional expense lines on an invoice will be rejected unless pre -approved by an appropriate County Representative. b. The Vendor's invoice shall be itemized with the actual meal count and appropriate meal pricing as quoted on the Cost Schedule. The invoice shall include location, date and time of the service(s). SAMPLE MEALS Days 1 thru 3 (example only) Breakfast 4 oz. Scrambled Eggs and Egg Substitute 2 oz. Breakfast Meat 1 pc. Breakfast Bread (waffle, pancake) or Toast Butter and syrup or jam 12 oz. Coffee, Juice or Milk Snack Lunch Dinner 1 ea. Muffin or Bagel 1 pc. Fresh Whole Fruit Fresh Tossed Salad 4 oz. Protein — Chicken, Beef, Fish, Pork, sandwiches, etc. 4 oz. Starch — pasta, potato, rice 3 oz. Vegetable — fresh/frozen 12 oz. Beverage Fresh Tossed Salad 6 oz. Protein — Chicken, Beef, Fish, Pork, dinner entrees, etc. 4 oz. Starch 3 oz. Vegetable Dessert — Cookie, etc. 12 oz. Beverage By Day 4 the County may begin to transition into remaining frozen items and introduce dry and canned products. The menu should become simpler and snacks are dedicated for workers only. Days 5 thru 7 shall be basic and meant to sustain nutrition thru shelf stable products. Day 4 (example only) Breakfast Hard Boiled Egg 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Coffee or Water Snack Lunch "Workers Workers Only* 1 ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips U C O IM L d E W a Carrot Sticks or Celery Sticks Packet Pg. 1976 16.C.11.i Dinner Deli Sandwich Chips 12 oz. Beverage 8 oz. Entr6e — Lasagna, Pasta Bake, Raviolis 3 oz. Frozen or Canned Vegetable 12 oz. Beverage Dessert Day 5 thru 7 (example only) Breakfast 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Water, Coffee if available Snack Lunch Dinner "Workers Workers Only* 1 ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips 8 oz. Soup or Chili, etc. 1 pc. Roll or Bread 3 oz. Vegetable — fresh/frozen 12 oz. Beverage 8 oz. Entr6e — Lasagna, Pasta Bake, Ravioli, Tuna Casserole, etc. 3 oz. Frozen or Canned Vegetable 12 oz. Beverage REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Evaluation Criteria for Development of Shortlist, which will be the basis for short -listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then score and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY' S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: U c m aM `m E W E, e_ N N 0 M 0 a` `o m 3 a m M v ti 0 N C d E M U M a 6 Packet Pg. 1977 16.C.11.i Evaluation Criteria Maximum Points 7 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points m 3. Experience and Capacity of the Finn 35 Points a� 4. Plan of Approach 35 Points 5. Cost of Services to the County 20 Points w TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non -responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points) Provide a cover letter, signed by an authorized officer of the Company, describing the Company's experience and underlying philosophy in providing the services as described and requested in this solicitation. Description should include details such as abilities, capacity, skill, strengths, number of years in business, number of employees, etc. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: EXPERIENCE AND CAPACITY OF THE FIRM (35 Total Points Available) r The County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a a similar nature to this solicitation as a part of their proposal. Provide information on current (within the past ten years) u_ W projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the y form provided. Vendors shall include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. Details for each project o example provided should include: c L. IL a. Project Name p b. Project Address c. Customer Name 44) d. Customer Contact Information a • Point of contact Name, Phone and Email e. Brief description of work provided and dates of event v f. Type of event (i.e. disaster, private, municipal, etc.) ti g. Quantity of people served c h. Quantity of meals served cm r c m E EVALUATION CRITERIA NO.4: PLAN OF APPROACH (35 Total Points Available) U 1.7.1 Provide a detailed Plan of Approach that explains how your company intends to comply with and meet the anticipated Q deliverables as detailed within this solicitation. A detailed Plan of Approach shall include, but not be limited to, approach for providing the services requested, anticipated resources, staffing levels, food delivery and preservation, and Packet Pg. 1978 16.C.11.i equipment. Submit details on process of preparation of meals, serving of meals, delivery of boxed meals offsi e, anci the ratio of personnel per person being fed. Vendor(s) are requested to provide, in such details, their food preparation locations and facilities. 1.7.2Provide a proposed timeline showing how your company will mobilize, stage, and provide all required services within twenty-four hours after notice of activation by the County. 1.7.3Provide seven (7) days' worth of sample menus that are representative of meals to be served. (1) Breakfast menu should include both a typical continental (cold) breakfast and a typical (buffet) hot breakfast (2) Lunch and dinner menus should include both box meal and hot (buffet) meals. 1.7.4Provide a copy of your Company's meal cancellation policy. 1.7.5Provide copies of your Company's current health inspection records. 1.7.6Provide copies of your Company's licenses and certifications. EVALUATION CRITERIA NO. 5: COST OF SERVICES TO THE COUNTY (20 Total Points Available) 1. Provide your meal pricing on the cost schedule below: a. All lines must be completed with a cost to be deemed responsive. Description Unit of Measure Unit Value Bundled Meal Service (Three Meals Per Day) Three 16 oz. Bottles of Water Included Per Person $ Breakfast Service (Hot) Per Meal $ Lunch Service (Hot) Per Meal $ Dinner Service (Hot) Per Meal $ Boxed Meal Per Meal $ Coffee and Tea Service - Per 24-hour Period Per Period $ Individual Serving Soft Drink, Juice, Milk Per can/bottle $ Lemonade, Iced Tea Per Gallon $ Snacks (Chips, Crackers, Cereal Bars, Nuts, etc.) Per Package $ Cancellation Fee (must be confirmed by County) Per Incident $ VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List)**** U c m am `m E w a Packet Pg. 1979 Collier County RFP 20-7743 Proposal for Emergency Catering Services Proposal Outline Submitted by: Tastebuds Custom Catering, Inc. Section 1: Cover Letter & Management Summary Section 2: Certified Minority Business Enterprise - N/A Section 3: Experience and Capacity of the Firm 3.1 Reference Forms and Project Details 1 through 5 Section 4: Plan of Approach & Cancellation Policy 4.1 Sample menus for 7 days 4.2 Most recent Health Inspection Record 4.3 State of Florida Department of Business & Professional Regulation License 4.4 Collier County Business License Section 5: Cost of Services to the County Document Section 6: Required Documents 6.1 Vendor Declaration Statement 6.2 Conflict of Interest Certification 6.3 Proof of Status fro the State of Florida - Division of Corporations 6.4 Immigration Affidavit Certification 6.5 E-Verify Memorandum of Understanding 6.6 Certification for Claiming Status as a Local Business (Collier County Business License copy included in Section 4.4) 6.7 Signed Grant Provisions and Assurances 6.8 Form W-9 6.9 Insurance Requirements Acknowledgement 6.10 Signed Addendum to RFP COVER LETTER AND MANAGEMENT SUMMARY To the Selection Committee for RFP Lo -1 l43 Tastebuds Custom Catering is pleased to submit this proposal for Emergency Catering Services to the Facilities Management Division of Collier County. After reviewing the criteria and needs of the County, we feel that our company would be the perfect fit for this opportunity. Throughout this cover letter and proposal we will demonstrate that our company has the capability, resources, skill, experience and desire to provide Emergency Catering in even the most difficult environments. Tastebuds Custom Catering has been a part of the Naples community since 2008, For the last 12 years, the company has provided a wide variety of catering services. From large scale weddings and corporate affairs, to boxed lunches and grab -and -go cafe items, Tastebuds is proud to serve the most fresh, delicious, as well as healthy options for each client's individual needs and budget. The company is owned and operated as a family business by Greg and Heather Shapiro, but currently employs over 45 full and part time employees. Our team is driven by excellence and a passion for what we create each and every day. Natural and man-made disasters are events that we all hope will never happen, but unfortunately they do. We are in the business of providing life's most necessary importance, food. We feel that when our community is in need, it is not only our calling but our honor to respond in a way that provides people with comfort and sustenance, especially those serving on the front lines of an emergency. The company has had the opportunity to respond and gained experience in many ways over the last 12 years, from hurricanes & fires, to global pandemics. For example, after Hurricane Irma's devastating impact to Florida in 2017, Tastebuds Custom Catering was able to provide meals to the Collier County Emergency Operations Center with less than 24 hours notice starting with breakfast only, and eventually transitioning to 3 meals per day. During the terrible wildfires in 2016, our team prepared and delivered meals to the front lines at an outdoor staging area to our firefighters, setting up a full buffet of nutritious food, a welcome change from pizza and cookies. We have seen our company thrive under the pressure to adapt on short notice and in uncertain conditions for many clients, both public and private, which give us the confidence to submit this proposal. We know we have the ability to prepare and distribute healthy meals proficiently and effectively to those in need in the most difficult of times. Most recently, our company partnered with a local organization during the 2020 Coronavirus global pandemic. We were contacted to provide hundreds of meals to our local hospital employees on short notice. The organization was looking for a reputable company to cook hot and nutritious meals from scratch and deliver them to multiple shifts throughout the day. Our team took tremendous pride in playing a role in again supporting the individuals bravely serving on the front lines in our hospitals. Tastebuds Custom Catering knows that it would be an enormous privilege to be chosen as the company who provides meals for the community we call home, and that has been so good to us. While reviewing our proposal, please do not hesitate to contact the direct contact, Heather Shapiro, Director of Operations, by phone 239-774-3663 or email heather(cDtastebudscustomcatering com. Thank you, Greg Shapiro Owner, President & Executive Chef Tastebuds Custom Catering Work Experience #1 Project Name: Arthrex Employee Meal Program Client Name: Arthrex Contact Info: Jeremy Ray : jeremy.rayarthrex.com : (239) 645-5553 ext.72093 Project Date: January 2018 through December 2019 Project Address: 24301 Walden Center Dr, Bonita Springs, FL 34134 Project Type: Corporate - Private Meal Count: 11,700 total meals Background: From January 2018 through December 2019, Tastebuds Custom Catering provided Arthrex employees with daily buffet lunches for one week per month (Monday through Thursday). These lunches fed 80-120 employees per day and took place at their Bonita Springs office. These means were all served buffet -style in disposable platters and chafers. Highlights: Menu Design, Delivery Method, Additional Projects Menu Design: Arthrex lunch menus were uniquely designed to provide daily nutritious options to all employees while accommodating all dietary requests from Arthrex including daily vegetarian and gluten -free options. Variety is also very important to us at Tastebuds Custom Catering. To avoid repetition, a total of 16 menus were active at any given time and rotated throughout the year. An example weekly menu (4 days) is below. Delivery Method - Tastebuds implemented a turn -key delivery method where all full- time employees were trained on the procedures to safely and efficiently deliver lunches whenever needed. Using company vehicles and pre -designed prep sheets and pack lists, the Tastebuds team was able to deliver and set up all food in only 30 minutes, so employees could begin serving themselves. Tastebuds was required to implement company security requirements to conform with the strict security protocols of the client. The program was ongoing through December 2019 until the Bonita location was moved to the permanent new location of the Arthrex Headquarters which has in an house meal program facilitated internally. Additional Projects: - Throughout this strong relationship,Tastebuds Custom Catering has fulfilled additional catering needs for Arthrex including a buffet lunch on Christmas Eve of 2018, serving more than 200 employees at the Ave Maria offices, and a box lunch drop-off at the Fort Myers office for over 400 guests in April 2018. PACKAGE 1 (served cold) Ham & Swiss Croissant Banh-Mi Sanwich Roasted Vegetable Wrap Whole Fruit Kettle Chips *PACKAGE 2 Caesar Salad Grilled Chicken Summer Vegetable Paella Whole Fruit *PACKAGE 3 Turkey Enchiladas Vegetable Enchiladas Mexican Rice Artisan Simple Salad Whole Fruit *PACKAGE 4 Chicken Kabob Vegetarian Kabob Lemon Rice Greek Salad Whole Fruit **All packages include napkins, disposable plates, forks, knives, disposable chafing dishes and disposable serving ware. Dui i m ��u au vc vci vn.ca —F- u i — u Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCEI Solicitation: Reference Questionnaire for: (Name of Individuals Requesting Reference Information) Name: � 4 // (Evaluator completing reference questionnaire) Email: Company: (Evaluator's Company completing reference) Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; 10 invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Work Experience #2 Project Name: New Years Eve Event 2018 Client Name: Artis Naples Contact Info: Tammy Read : tread@artisnaples.org : (239) 254-2654 Project Address: 5833 Pelican Bay Blvd, Naples, FL 34108 Project Date: 12/31 /2018 Project Type: Corporate- Private Number of Guests: 1200 Background: Tastebuds Custom Catering has been the exclusive catering partner for all internal events and the preferred caterer for all external events at Artis —Naples since 2014. One annual highlight of this partnership has been the New Years Eve celebration held at Artis— Naples for over 1000 guests each year. In 2018, Tastebuds Custom Catering served more than 1200 guests at this event. Highlights: Quantity and Efficiency of Menu Production, Guest Count, Special Event Coordination, Menu Variation Quantity and Efficiency of Menu Production- All hot food was cooked and assembled on -site and all cold food was finished and assembled on -site in a two-hour time window before the event started. Through high levels of communication and organization, Tastebuds was able to produce approximately 10,700 food items within this time frame. Guest Count - Tastebuds was able to serve 1200 guests simultaneously, by duplicating stations throughout the Artis— Naples event spaces. Special Event Coordination - In addition to food production and service, this event required the highest level of communication and coordination between Tastebuds Custom Catering and its partners. This included but was not limited to - specialty decor, specialty rentals, refrigerated truck coordination, lighting needs, and constant timeline adjustment. The combination of consistent communication and flexibility allowed Tastebuds to be prepared and able to execute a flawless event. Menu Variation - Tastebuds Custom Catering's thoughtfully designed menu offered a variety selections to accommodate all guests' preferences as well as dietary needs. Tastebuds was able to put unique twists on classic favorites that created a delicious selection of proteins, seafoods, vegetarian options, and dessert items. Items were individually portioned and presented in elegant disposable dishes. Please see menu below. To illustration variation, the New Year Eve 2017 Menu is also included below. NEW YEARS EVE 2018 MENU American Slider Spaghetti & Meatballs Shrimp Cocktail Bite Truffle Chip & Dip Petite Salmon BLT Lobster Roll Shooter Mini Cheddar Chutney Cheesecake U-Pick Strawberries Triple Chocolate Mini Dessert Mini Champagne Cupcakes NEW YEARS 2017 MENU Shrimp Cocktail Bite Salmon & Caviar Russian Tea Cakes Chicken Sausage Siberian Meatball Russian Pickles Bavarian Pretzel and Mustard Triple Chocolate Mini Dessert Mini White Chocolate an Raspberry Dessert Petite Apple Cakes Dui i m ��u au vc vci vn.ca —F- u i — u Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCEI Solicitation: Reference Questionnaire for: (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Email: Company: (Evaluator's Company completing reference) Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Work Experience #3 Project Name: Hurricane Irma EOC Catering Services Client Name: Collier County Contact Info: Joshua Cashdollar 239-898-0397 Project Date: 9/14/17, 9/16/17, 9/19-9/21 /17 Project Address: 8075 Lely Cultural Pkwy. Naples FL 34113 Project Type: Government Guest Count and Meal Count: 3,250 guests/meals over all days of service Background: We were in the midst of food purchasing for a Red Cross donation when we got the call from Mr. Cashdollar inquiring if we had the ability to prepare and deliver lunch for the Collier County EOC the following day for 600 employees. Knowing we had access to fresh food products, a mobile kitchen setup that we use in our day to day operations, and employees that would be delighted at the opportunity to work we enthusiastically said yes. We delivered our first meal and immediately learned the ropes of best practices to deliver, how to transport food and large coolers up the elevator and how to setup a hot buffet for hundreds in under an hour. After our service that day we were thrilled to have the opportunity to provide lunch again 2 days later. After our second meal service, it was clear to Mr. Cashdollar that using a caterer who had the ability to create unique and balanced menus, and a strong professional team was much more efficient than hiring separate vendors for 3 meals per day. We demonstrated that we were a company that the county could count on and we could be trusted to show up on time, professionally, with hot and fresh food that we had just prepared. We were subsequently asked to provide catering services spanning breakfast, lunch and dinner for the remaining 3 days of the Irma Disaster. This experience with Hurricane Irma taught us so much about Disaster Catering. We learned that we have the flexibility and skill to setup makeshift kitchens using our existing catering equipment and can run a full operation on generators, reliable contacts and using the skills we use everyday in offsite catering. Highlights: Menu Design, Response Time, Additional Services Menu Design: The catering menus we developed in collaboration with Mr. Cashdollar were custom created on a moments notice in response to requests from the EOC employees and a desire for balanced and nutritious meals. For many employees, they were working around the clock and needed good sustenance. We have included below a sample of one day's worth of menus. Response Time - Tastebuds immediately spoke with our local vendors to determine what type of food we could provide. Having a great local connection to local vendors we were able to secure many of the fresh produce, meats and products unavailable to the public at the time.) Additional Services: - Not only did our company provide catering, but we also staffed each meal, serving the EOC employees, keeping the dining area tidy, replenishing beverages to keep a cold variety at all times and cleaning up after the meal service was completed. Sample Menu Hot Breakfast scrambled eggs, bacon & sausage, breakfast potatoes, pancakes with butter & syrup Lunch roasted chicken or gyro meat, pita, tomato cucumber greek salad, warm pita, yogurt dressing Dinner Summer Pork Loin pork loin with mushroom pan sauce, summer squash medley, rice pilaf, mixed greens salad with balsamic dressing, bread 1'4.11 I III II.'!U QUYC VCI "",;. VCNW U I ICI II Procurement Services Division Form 5 Reference Questionnaire Solicitation: =20-7743 Reference Questionnaire for: Tastebuds Custom Catering, Inc. — Heather Shapiro, Director of Operations (Name of Individuals Requesting Reference Information) Name: Joshua Cashdollar, Operations Coordinator (Evaluator completing reference questionnaire) Email: FAX: Formerly Div of Facilities Management Company: Collier County Government (Evaluator's Company completing reference) Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Hurricane Irma Disaster Catering Services Completion Date: 9/21/2017 Project Budget: $37,200 Project Number of Days: 5 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. Professionalism and ability to manage personnel. 10 5 10 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Work Experience #4 Project Name: Memorial Catering Services Client Name: Dignity Memorial - Hodges Funeral Home Contact Info: Sondra Henry: sondra.henry@dignitymemorial.com : (239) 597-3101 Project Date: Ongoing (October 2018 to present) Project Address: 525 111 th Ave N, Naples, FL 34108 Project Type: Private Meal Count: 4322 Total Meals to date Background: Since October 2018, Tastebuds Custom Catering has been the exclusive in-house catering service for all memorial services at Hodges Funeral Home. Highlights: Personalized and Professional Approach, Delivery Flexibility, Variable Guest Counts, Timeliness, Creating Options through Packages Personalized and Professional Approach: Tastebuds Custom Catering has provided a wide range of menu options as well as service styles throughout this partnership. Families work one-on-one with Hodges and or/Tastebuds staff to choose which service style and menu selection best fits their needs. Delivery Flexibility - Families are able to choose between a variety of full -service packages, with food being prepared onsite and service staff available to attend to guests for the duration of the event and drop-off options, which can be delivered on either real decor or disposable platters. Drop off options have been offered at two separate Hodges locations, Naples and Fort Myers. Variable Guest Counts - All packages are easily modified to accommodate any guest count. Timeliness: - Tastebuds Custom Catering requires only a 48 hour window of time to prepare for any Hodges memorial service. Creating Options through Packages - Families are able to choose from a variety of nutritionally balanced packages to provide comfort for them and their guests, each of which can be executed in a full service or drop off style. Packages include both cold and cold option for breakfast, lunch or dinner buffets. Please see menu examples below. **BRUNCH PACKAGE French Toast Bread Pudding Egg Strata Applewood Smoked Bacon Hashbrown Casserole Bagels and Croissants w/ Whipped Butter and Jam Assorted Muffins Seasonal Fruit *Beverages **BUFFET PACKAGE A Artisan Bread Caesar Salad Chicken Provence Vegetable Rice Pilaf Mediterranean Grouper Olive Oil Cake *Beverages **CLASSIC LUNCH (all cold Artisan Simple Salad Chicken Salad Sandwich Harvest Turkey Sandwich Gourmet Cookies *Beverages *Customizable beverage packages are also available including coffees, teas, lemonade, sodas, and more. **All packages include choice of real or disposable flatware and glassware Dui i m ��u au vc vci vn.ca —F- u i — u Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCEI Solicitation: Reference Questionnaire for: (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: (239)597-5825 Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Work Experience #5 Project Name: Country Living Fair Client Name: Stella Show Management Contact Info: Michele Oswald : moswald719QQmail.com : (973) 809-0061 Project Date: September 12-13-14, 2014 Project Address: Ohio Village 800 E 17th Ave. Columbus OH Project Type: Public Meal Count: Approximately 8,775 Background: 2014 was the final year of the company's participation in the Country Living Fair, starting in 2008. The company pursued the Country Living Fair in the early years of the business in an effort to earn revenue in the very slow off season locally in Collier County. The fair saw attendance of over 30,000 people over the course of the 3 day outdoor festival. Tastebuds participation in the fair was as a food vendor selling to the public attendees. In it's first year, Tastebuds setup 1 food booth with 1 point of sale. Throughout the years of attending the fair as a vendor, the operation grew to 5 booths with 9 points of sale, 1 pop up restaurant for sit down dining and a boxed lunch meal program for other vendors and exhibitors. The company served BBQ and Cold items such as salads, sandwiches and wraps. Highlights: Logistics, Staffing, Production and Service, Sample Menu Logistics: Participating in a large event for thousands of people 1,200 miles away took an enormous amount of time planning, preparing and traveling. Locally the company worked with the Columbus Health Department to gather information about required practices for food preparation that might be different from the State of Florida. Vendor amounts were setup with food and supply vendors local to the area. Tastebuds also needed to cook all food onsite so the company spent approximately 1 week in advance of leaving for Ohio to load vehicles and trailers with necessary equipment and materials to start the multi day road trip. Staffing - Due to the event being so large in nature, it required a small army of team members to have a successful event. This meant a key core team with the company traveling to Ohio to manage the various "storefronts" and the individual employees working in each. Locally, we hired up to 40 part time workers to work the event over the 3 day weekend. We accomplished this with partnerships with the Big Ten Employment network and working with many local college students attending Ohio State University. Production and Service: Once the company arrived onsite in Ohio, about 6 days before the event opened, we would initially setup a field kitchen that would operate a central command of sorts for all food to be sold for the 3 day event. Tables, ovens, smokers and equipment would be staged and a portable rented walk in refrigerator would be delivered to house all the raw and fresh products to be prepared. In the days leading up to the opening of the fair, we would receive deliveries of fresh food items from local vendors as well as procure many items ourselves around town. The day before the event saw the most preparation occurring with up to 12 employees working on 1 time cooking BBQ sauce, washing and prepping fresh produce. The service team worked on setting up food booths each with their own unique facade and decor. The operations team worked with the local employees for onsite orientation and training to be ready to serve the public. The day of the start of the event, each booth would be brought their food materials and items to the booth by a designated runner. The booths selling hot items received items hot, cooked by the commissary field kitchen that morning. When a guest would place an order, all orders were made to order and served promptly. Cold menu items were built that morning and served throughout the day, with replenishments coming from the commissary kitchen as needed. The company had to not only prepare enough food to meet the demand of the public but also be very prudent in not over preparing in an effort to minimize waste at the end of the 3 day fair. Sample Menu: Pulled Pork Sandwich hickory smoked pork, hand pulled, served with our signature BBQ sauce, served with one side Pulled Pork Platter hickory smoked pork, hand pulled, served with our signature BBQ sauce, served with Texas toast and 2 sides Cup o Que corn bread muffin base, topped with pulled pork, baked beans, sauce and slaw Sides baked beans signature slaw corn muffin collard greens mac & cheese /1Ui I III II'U QUVV JCI VlI VWVCII U I ICI II Procurement Seriices Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation 20-7743 Reference Questionnaire for: Tastebuds Custom Catering, Inc. - Heather Shapiro, Director of Operations (Name of Individuals Requesting Reference Information) Name: Michele Oswald (Evaluator completing reference questionnaire) Email: m A<Wala ' l 19 @9 60MFAX:VU .� company: Formerly Stella Show Management (Evaluator's Company completing reference) Telephone: (V 3 $�Oq 066 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Country Living Fair- Ohio Completion Date: 9/18/2014 Project Budget: $24,403.27 Project Number of Days: I Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). l O 2 Ability to maintain project schedule (complete on -time or early). / 0 3 Quality of work. /l7 4 Quality of consultative advice provided on the project. ID 5 Professionalism and ability to manage personnel. (0 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) r� 7 Ability to verbally communicate and document information clearly and succinctly. r 8 Abiltity to manage risks and unexpected project circumstances. !� 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS (� PLAN OF APPROACH In the event of a local disaster in which Emergency Catering would be necessary, it's important that the selected vendor has a clear and concise plan as to how they would respond if needed. We will lay out a sample action plan that our company would take should our services be needed during a disaster. It's important to note that not all disasters carry the same level of urgency and preparation, so some of the items below may or may not be necessary depending on the situation. Standard Emergency Operations Plan: The company has a standard emergency operations plan that it would follow upon the impending possibility of a natural disaster. Evaluate Educate Communicate Activate In the event of an oncoming event, we first would evaluate the situation to start documenting what may be required. For example, if a hurricane were approaching, the evaluation phase would typically be 6-10 days out. During the evaluation phase, we would be communicating with our primary contact with the County, watching media, national and local press briefings. Once it was clear that we were indeed being threatened with a disaster, we would then commence to educate ourselves and our team on our emergency plan. We would find out what materials and resources might be in jeopardy and making a list of items that need to be secured and sourced in advance. We would refer to sample menus provided compared to the actual disaster to determine if any options might be unavailable. Understanding that in many disasters, many resources become unavailable or there is a tremendous increase in demand, in the early stages, we would take precautions and do as much as possible to prepare. An example of the preparations we would take are filling all propane tanks, securing gas/fuel for up to 2 weeks after the emergency for all vehicles, and equipment needs, testing all emergency equipment to insure it's in working order, such as generators, ovens, grills, burners, etc. Additionally we would secure refrigerated trucks as early as possible to have on hand during the crisis if electricity was a concern. After doing what we could to prepare, we would then phase to communicate. We would contact our internal management team to establish on call periods over the next several days to be ready when necessary but also allow them to ability to secure any personal needs. We would speak to our regular employees to let them know about our commitment to feeding the community before, during and after a disaster and establish on call period for work should the need arise. We would work together with our trusted vendor partners to secure dry goods, perishables, fresh food, and materials needed. We pride ourselves on utilizing the services of a broad variety of vendors, however, we primarily work with Cheney Brothers with a warehouse in Punta Gorda. Cheney Brothers has shown time and time again that they can be a trusted partners in situations such as these with large warehouses containing the capacity to carry a large amount of goods and products, use of generators to keep items safe and a solid strategic and logistics plan in emergency settings, as demonstrated during Hurricane Irma. Finally, if the time comes when it's time to activate our Emergency Catering Services, we will begin preparation and execution. We would prepare all meals out of our licensed commercial commissary kitchen located at 1040 Collier Center Way #10, Naples FL 34108, unless the space was deemed uninhabitable or unsafe. If this were the case, we would set up a field kitchen in a location other than our catering commissary, as has been required in the past and a normal component for an off premise caterer, such as ourselves. Using the materials we have either already secured or had on standby, we will bring our full and part time employees back to work preparing fresh meals for the County and it's staff. We will deliver the meals to as many locations as necessary and provide the staff to stay onsite for set up, assisting in serving and for clean up. Buffet Meals would be delivered before each meal period allowing us to prepare them as fresh as possible as opposed to delivering multiple meals at one time. For example, delivering breakfast just before breakfast is served, lunch being delivered just before lunch is served, versus delivering breakfast and lunch at the same time in the early morning. Meals will be prepared, cooked and delivered fresh for each time period. The ratio of staff per employee would generally be a minimum of 1-2 staff members onsite for every 100 guests, depending on the meal and what is being served. For boxed meals, these would be dropped off at locations as needed and special boxes or coolers would be used and left onsite to keep the boxed meals at a food safe temperature, with the understanding that many times employees are not always able to stop and eat right away as food is delivered. The direct contact for the company will be in constant communication with the County contact to insure that items being served are being enjoyed by the staff and the company is providing an outstanding service as well as gauging the amount of catering necessary in the coming days or weeks. Food Preparation Location and Facilities: Our catering commissary is over 3,000 square foot of space including preparation, refrigeration and warehouse space. Our commissary is uniquely built out in that it is fully electric, allowing us to 'plug and play' our equipment at even the most remote locations. We have ample refrigeration and freezer space that is built in as well as mobile and individual refrigeration and freezers. Our company also owns an inventory of large coolers which are a great backup for keeping food products at safe temperatures for extended lengths of time. Within our commissary we have mobile ovens, grills, a trailered large smoker/oven and multiple generators. We have ready made hand wash stations that only need hot water to be functional. We have a propane powered water heater that is mobile allowing us to have hot water with any water source. For scenarios when fresh water is not available, we procure large 5 gallon jugs of purified and filtered water to have on hand. Our facility is licensed by the State of Florida DBPR and a copy of our most recent health inspection is attached for reference. We have also included a copy of our Catering License issued by the State of Florida and our Business License issued by Collier County. Sample county activation mobilization From the time the county provides notice of activation, we will move swiftly to follow the company's Emergency Operations Plan detailed above. In the event we are not afforded the liberty of an extended evaluation and education period, we will utilize first any resources on hand using materials that are readily available. For example, if within 24 hours we are unable to receive a fresh food delivery from a large purveyor, we will first attempt to source fresh products at a local retail level. Should this not be available we will utilize any possible food source in the company's standard inventory, for example frozen chicken breasts, dry rice and beans or ready made frozen meals. Generally speaking the company has the ability to get a food delivery from a large purveyor with much less than 24 hours notice, especially with a company such as Cheney Brothers. Should we not be able to get a delivery to our commissary, there is an option to have the items placed on will call and we can drive to the company warehouse in Punta Gorda to secure items ourselves. Proposed 24 hour timeline Hour 1-4 (ex: 12pm-4pm): Culinary team reviews existing inventory and disaster needs to draft menus, order lists, prep sheets for culinary staff. Culinary staff is called in to start work as soon as possible. Operations Team contacts any team members that may be required to be onsite for catering within the time period and lines up staff for the expected duration of the emergency activation. Hour 4-7 (4pm-7pm) : culinary team shops locally if need to procure fresh items, begins rough preparation of food for service the next day. Hours 18-23 (6:00 am - 11:00 am) culinary team reports to commissary to cook hot items, assemble cold items and pack out. Operations team meets onsite at commissary to load materials needed such as plates, flatware, cups, beverages. Once food is cooked and ready, final items are loaded into catering vans to be delivered. Hours 23-24 (11:00 am to 12:OOpm) Caterer drives and delivers food to Emergency Operations center. Team sets up the dining area with disposable chafers to keep food warm, sets up materials, beverages, food. Caterer is ready to serve by 12:OOpm. Cancellation Policy Menu selections, guest count & locations are due to caterer from the County no later than 24 hours in advance. Any cancellation within 24 hours of meal service once the order has been received by the caterer will be billed at 100% of the order to offset the costs of food, materials and labor already expended. Cancelled orders may be delivered to the County or to another location of the County's choice in order to prevent spoilage and the unused items being discarded. me TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 1 Breakfast Hot Option: Egg Strata with aged cheddar and chive (4 oz portion), House made Pork Sausage (2 oz portion), French Toast with Butter & Syrup on side (1 piece per person), Choice of Orange Juice, Apple Juice or Coffee with Half & Half and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Cold Option: Whole fresh seasonal fruit (banana, apple, orange- 1 pc person), Cold Cereal (ex: Cheerios or Raisin Bran) with 2% low fat Milk and Unsweetened Almond Milk, Seasonal Muffin (ex: Bran, Banana Nut or Blueberry) (1 per person) Lunch Hot Option: Lemon Caesar Salad with Croutons & Lemon Vinaigrette on side, Marinaded Grilled Boneless Skinless Chicken Breast (4 oz), Herb Roasted Potatoes (3 oz), Steamed Broccoli with Garlic & Lemon (3 oz), Brewed Un-Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion) & Bottled Water (16 oz per person) Cold Option: Turkey Club Wrap- smoked turkey, lettuce, tomato, cheddar cheese, bacon, wheat wrap, Mayo & Mustard PC packs on side, 1 oz bag of Kettle Chips (sea salt), 1 piece Whole Seasonal Fruit (ex: apple, orange, banana), 1 each Cookie, 1 Napkin & Bottled Water (16 oz per box) Dinner Hot: Simple Salad- romaine, tomato, cucumber, carrot and ranch dressing on side, Mojo Roasted Chicken (6 oz), Yellow Rice with Peas (4 oz), Black Beans (vegetarian) (3 oz), Yeast Rolls (1 per), Chocolate Brownie, Brewed Un-Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion) & Bottled Water (16 oz per person) Con TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH -SAMPLE MENUS DAY 9 Breakfast Hot Option: Egg Casserole with Spinach & Roasted Tomato (4 oz portion), Spiral Cut Ham Steak (2 oz portion), Breakfast Potatoes with Fresh Herbs (2 oz portion), Choice of Orange Juice, Apple Juice or Coffee with Half & Half and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Cold Option: Whole fresh seasonal fruit (banana, apple, orange- 1 pc person), Cold Cereal (ex: Cheerios or Raisin Bran) with 2% low fat Milk and Unsweetened Almond Milk, Bagel or Toast with Butter, Jam or Cream Cheese on side Lunch Hot Option: Artisan Simple Salad with Herb Vinaigrette on side, BBQ Pulled Pork with BBQ sauce and Bread on side (4-6 oz), Baked Mac and Cheese (3 oz), Green Beans (3 oz), Brewed Un- Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion & Bottled Water (16 oz per person) Cold Option: Chicken Salad Sandwich- wheat bread, lettuce, tomato, 1 oz bag of Kettle Chips (sea salt), 1 piece Whole Seasonal Fruit (ex: apple, orange, banana), 1 each Cookie, 1 Napkin & Bottled Water (16 oz per box) Dinner Hot: Caesar Salad- romaine, croutons, parmesan and lemon vinaigrette on side, Meatloaf with Mushroom Sauce on side (6 oz), Baked Mac and Cheese (3 oz), Green Beans (3 oz), Biscuits (1 per), Oatmeal Cookie (1 per), Brewed Un-Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion) & Bottled Water (16 oz per person) TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 3 Breakfast Hot Option: Scrambled Cage -Free Eggs (4 oz portion), Applewood Smoked Bacon (2 oz portion), Buttermilk Pancakes with Butter & Syrup on side (2 piece per person), Choice of Orange Juice, Apple Juice or Coffee with Half & Half and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Cold Option: Mixed Seasonal Berries (ex: strawberry, blueberry) (4 oz portion), Plain Greek Yogurt (3 oz portion), Granola with raisins and flaked coconut Lunch Hot Option: Artisan Simple Salad with Balsamic Dressing on side, Fajita Buffet- warm tortillas, grilled chicken (4 oz), sauteed peppers & onions, shredded cheese, sour cream, salsa, guacamole , Mexican inspired Rice (3 oz), Pinto Beans (3 oz), Brewed Un-Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion) & Bottled Water (16 oz per person Cold Option: Italian Wrap- ham, pepperoni, provolone, lettuce, tomato, banana peppers, wheat wrap, Mayo & Mustard PC packs on side, 1 oz bag of Kettle Chips (sea salt), 1 piece Whole Seasonal Fruit (ex: apple, orange, banana), 1 each Cookie, 1 Napkin & Bottled Water (16 oz per box) Dinner Chopped Salad- romaine, tomato, cucumber, cheddar cheese, bacon and ranch dressing on side, Herb Roasted Chicken (white & dark meat) (6 oz), Buttermilk Mashed Potatoes (3 oz), Broccoli (3 oz) ,Yeast Rolls (1 per), Chocolate Chip Cookies (1 per), Brewed Un-Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion) & Bottled Water (16 oz per person) Mci TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 4 Breakfast Hot (introducing more shelf stable simpler menu items): Crustless Quiche with Cheddar (4 oz portion), Oatmeal with Dried Fruits, Honey and 2% low fat Milk and Unsweetened Almond Milk (dairy will be shelf stable) (4 oz portion), Plain Yogurt with Dried Fruits and Honey (3 oz portion), Coffee with Shelf Stable Creamer and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Lunch Cold (introducing more shelf stable simpler menu items): Ham & Cheese Wrap OR Turkey & Cheese Wrap with lettuce & tomato, Mayo & Mustard PC packs on side, 1 oz Bags of Kettle Chips (sea salt), Whole Seasonal Fruit (ex: apple, orange, banana) (1 pc per), Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) Dinner Hot (introducing more shelf stable simpler menu items): Chicken Pot Pie Casserole (8 oz), Green Beans (3 oz), Chocolate Brownie (1 per), Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 5 Breakfast Breakfast: (introducing only shelf stable menu items): Cold Cereal (ex: Cheerios or Raisin Bran) with 2% low fat Milk and Unsweetened Almond Milk (dairy will be shelf stable), Canned Fruit Medley (3 oz portion), Coffee with Shelf Stable Creamer and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Lunch Lunch (introducing only shelf stable menu items): Seasonal Soup (ex: chicken noodle, beef chili, chicken tortilla) (8 oz), Yeast Roll (1 per), Squash Tomato & Herb saute, Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) Dinner Hot (introducing only shelf stable menu items): Chicken Tortilla Bake (8 oz), Black Beans (vegetarian) (3 oz), Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 6 Breakfast Cold: Oatmeal with Dried Fruits, Honey and 2% low fat Milk and Unsweetened Almond Milk (dairy will be shelf stable) (4 oz portion), Canned Fruit Medley (3 oz portion), Coffee with Shelf Stable Creamer and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Lunch Hot: Egg Noodle Bake- ham, cheddar, parmesan, bread crumb, Yeast Roll (1 per), Broccoli , Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) Dinner Hot: Penne Pasta with Meat Sauce (8 oz), Broccoli (3 oz), Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) MEN TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 7 Breakfast Cold: Cold Cereal (ex: Cheerios or Raisin Bran) with 2% low fat Milk and Unsweetened Almond Milk (dairy will be shelf stable), Canned Fruit Medley (3 oz portion), Coffee with Shelf Stable Creamer and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Lunch Hot: Chili Mac- pasta, beef chili, cheddar cheese, Yeast Roll (1 per), Green Beans, Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) Dinner Hot Dinner: Tamale Pie Casserole (8 oz), Green Beans (3 oz), Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) Each inspection report is a "snapshot" of conditions present at the time of the inspection. By using this search, you are agreeing to our Terms of Use. Licensee Name: Rank: Primary Status: Location Address: TASTEBUDS CUSTOM CATERING Catering Current License Number: CAT2102685 License Expiration Date: 12/01/2020 Secondary Status: Active 1040 COLLIER CENTER WAY #10-11 NAPLES, FL 34110 Inspection Information Inspection Inspection High Intermediate Basic Type Date Result Priority Violations Violations Violations Routine - Met Inspection Standards Food 11/01/2019 During This Visit 0 0 2 More information about inspections. Violations: A summary of the violations found during the inspection are listed below. The department cites violations of Florida's sanitation and safety laws, which are based on the standards of U.S. Food and Drug Administration's Food Code. High Priority violations are those which could contribute directly to a foodborne illness or injury and include items such as cooking, reheating, cooling and hand -washing. Intermediate violations are those which, if not addressed, could lead to risk factors that contribute to foodborne illness or injury. These violations include personnel training, documentation or record keeping and labeling. Basic violations are those which are considered best practices to implement. While most establishments correct all violations in a timely manner (often during the inspection), the division's procedures are designed to compel compliance with all violations through follow-up visits, administration action or closure when necessary. Violation Observation 36-37-4 Basic - Ceiling not smooth, nonabsorbent and easily cleanable in food preparation, food storage, warewashing areas or bathroom in kitchen prep area. "Repeat Violation" 12B-07- Basic - Employee beverage container on a food preparation table or over/next to clean 4 equipment/utensils. Observed employee beverage on clean prep table in kitchen prep area. Operator moved employee beverage to proper storage. 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. RON DESANTIS, GOVERNOR HALSEY BESHEARS, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DIVISION OF HOTELS AND RESTAURANTS CAT2102685 The CATERER (2013) Named below IS LICENSED Under the provisions of Chapter 509 FS. Expiration date: DEC 1, 2020 I/ TASTEBUDS CUSTOM CATERING INC TASTEBUDS CUSTOM CATERING 1040 COLLIER CENTER WAY #10-11 NAPLES FL34110 NON- TRANSFERABLE. ISSUED: 12/01/2019 - DISPLAY AS REQUIRED BY LAW SE0 # L1912010001076 LOCATION: 1040 COLLIER CENTER WAY #10-11 ZONED. INDUSTRIAL BUSINESS PHONE:239-774-3663 STATE OR COUNTY LIC #'. CLASSIFICATION: CATERING CLASSIFICATION CODE: 02000008 v�'�.�R o�.co �y� ' Corp o ati n 1 a 78 �►`a ;IP Q This document is a business tax only. This is not certification that lic1� / It does not permit the licensee to violate any existing regulatory zoning Wvs nor does it exempt the licensee from any other taxes or permits that may be TAX BUSINESS TAX NUMBER: 101308 COLLIER COUNTY BUSINESS COLLIER COUNTY TAX COLLECTOR FLORIDA 34104 VISIT OUR W BSITE AT: www.coll ertax cam THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. (239) 252.2477 TASTEBUDS CUSTOM CATERING, INC )IRO, GREGORY E. COLLIER CENTER WAY #10-11 FS.FL 34110 -THIS TAX IS NON -REFUNDABLE - DATE 09/04/2019 AMOUNT 50.00 RECEIPT WWW-20-00110573 zovw 01w. ;R" Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR EMERGENCY CATERING SERVICES SOLICITATION NO.: 20-7743 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) 20-7743 NUMBER: PROJECT TITLE: EMERGENCY CATERING SERVICES DUE DATE: April 21, 2020 A 3:00 um PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: hllps://www.bidsy!lc.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $900,000.00 during a full activation (Category 4 hurricane); however, this may not be indicative of future buying patterns. BACKGROUND The County is requesting proposals from responsive and responsible vendor(s) to provide catering services, supply bulk and / or boxed food meals, and food supplies to the County's employees and emergency workers before, during, and / or after an emergency or disaster event. FEMA funding may be used, in part, in support of this procurement. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) - one (1) year renewals. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, 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. DETAILED SCOPE OF WORK The Vendor(s), at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Collier County Facilities Management Division is seeking vendor(s) capable of providing nutritious meals to support part or all of the feeding operation requirements in the event of an emergency or disaster. The intent of the County is to award a Primary, Secondary and Tertiary Vendor. 1. General: a. When the County declares an emergency or disaster is imminent or in process, the County will contact the Vendor to initiate the emergency catering services. b. No guarantee is expressed or implied as to the quantity of commodities and/or services to be procured. c. A County declared disaster may include, but not be limited to, storms, hurricanes, tornadoes, flooding, fires, homeland PA security activity, major police activity, acts of terrorism, etc. d. Catering requirements shall be based on the severity of the disaster but could range from one designated location in smaller events to over fifteen locations Countywide. i. Locations may include, but not be limited to, Collier County Emergency Operations Center, emergency responder staging areas throughout the County, and various emergency shelter locations throughout the County. e. Vendor(s) shall be required to provide and deliver cold box meals to locations within Collier County, as directed by the County. f. Vendor(s) shall be prepared to supply and provide catering services at the Emergency Operations Center during an extended lock -down period. g. Vendor(s) shall be prepared to supply and provide catering services (when appropriate) to designated locations throughout the County upon the County's request. h. Vendor(s) shall include in their proposal their cancellation policy as it pertains to this solicitation. 2. Event Preparation and Response a. A 48-hour verbal or written notice for emergency catering services will be given to the Vendor(s) when possible. The notice will include the nature of the emergency, the location(s) requiring the service(s), type of food and/or meals required, estimated quantity of food required, serving times, name and contact information for the County liaison, and any other relevant information. b. The Vendor(s) shall provide the requested emergency catering services within twenty-four (24) hours after the County issues the notice, unless the County provides a longer response time with the request. Time is of the essence. c. The County shall provide the Vendor(s) a verbal or written twenty-four (24) hour notice to discontinue the emergency catering service. The notice will include any clean-up requirements. d. Vendor(s) shall understand normal food and fuel suppliers may be inoperable during the emergency service period and utilities such as potable water and electricity may be shut off. The Vendor(s) shall plan and prepare accordingly to ensure services as requested are met. 3. Vendor Responsibilities a. The Vendor(s) shall obtain all licenses and / or permits required prior to the start of an emergency service period at no additional expense to the County. b. All meals shall be prepared under Federal, State, and Local guidelines governing health and food service sanitation. If the food is served in and/or from Mobile Food Dispensing Vehicles, the Vendor(s) shall provide a copy of license and ensure the minimum specifications are maintained as required in section 61C4.0161, Florida Administrative Code. hlWs://www.flrules.org/.a^ tewa /hgpterhome.asp?chapter=61c-4 c. The Vendor(s) shall provide all management, supervision, labor, materials, supplies, and any additional equipment needed to establish and operate a food service facility for dispensing food and beverages. Service shall be prompt, efficient, sanitary, and courteous and avoid undue interference with the operations of the facility in which services are being provided. The variety, menu, and appearance of food shall be consistent with food service industry standards. d. The Vendor(s) shall provide adequate number of employees to operate each requested location based on the number of meals being served. The Vendor's employees shall be clean and courteous to the public. Employees must have a current Health Department certification and have completed all required medical requirements. The Vendor(s) shall maintain current health inspection records as applicable to this solicitation. e. The Vendor(s) shall provide proper containers (i.e. microwave -safe for boxed hot meals) and utensils for all meals. Recyclable materials shall be used when commercially available. f. The Vendor(s) shall provide all items required for service, including, but not limited to, dishes, drinkware for hot and cold beverages, utensils, serving utensils, food tables, chafing dishes, beverage dispensers, napkins and condiments in single serve packets. g. The Vendor(s) shall maintain adequate supplies on hand and shall be responsible for re -stocking all supplies. h. The Vendor(s) shall promptly dispose of all refuse and waste material, created by the Vendor's operation, after each meal service. Trash removal and cleaning the service area shall be the Vendor's responsibility. i. The Vendor(s) is/are prohibited from serving leftovers. Leftovers shall become the property of the County and remain with the County after each meal service. The Vendor(s) shall box up, label and date leftovers and leave in the County refrigerator(s). j. The Vendor(s) shall provide at least two (2) emergency contact telephone numbers that will allow twenty-four (24) hours, seven (7) days per week contact. k. The Vendor(s) shall appoint one of its employees as the primary liaison and key contact for approval by the County during an active event. 4. Meal Requirements a. During an event, the Vendor(s) shall provide a daily menu that includes foods that are visually appealing, appetizing, and nutritionally sound. Three (3) nutritional and well-balanced meals per day (breakfast, lunch and dinner) shall be required upon request of the County. An additional late service meal shall be required for 24-hour emergency operations. In the event of this additional late service, the County will notify the Vendor(s) 24-hours in advance, when possible. b. Each meal served shall include the USDA recommended servings of protein, grains, fruits and vegetables. i. Breakfast shall consist of a standard portion of protein, fruit and dairy and be served as a hot meal with cold meal choices. ii. Lunch, dinner and late shift meals shall contain an entree of either meat, pasta, or fish and include a salad option. iii. Vendor(s) shall only be required to provide one entree per meal. b. All meals shall be a minimum of one and one-half serving size. c. The Vendor(s) shall ensure availability to supply three (3) 16oz. bottles of water per person, per day. d. The Vendor(s) shall provide a choice for special dietary needs upon notice of the special dietary need(s) from the County (i.e. vegetarian, diabetic, kosher, gluten free, etc.). e. Boxed meals shall be appealing and travel well. f. Boxed meals shall include a deli style sandwich, bag of chips, piece of fruit, cookie, napkin and bottle of water. Similar items are acceptable upon approval by the County. g. The Vendor shall provide insulated gel packs for use in boxed meals as appropriate. h. The Vendor shall make available coffee and tea service with cups, sugar, creamer, stirrers, etc. on a 24/7 basis. Coffee (caffeinated and decaffeinated) shall be brewed onsite. Hot water and tea bags shall be made available. i. All materials required to brew and consume the coffee and tea shall be provided by the Vendor, including, but not limited to, coffee maker, coffee filters, cups, sugar, sugar substitute, creamer, flavored creamer, etc. j. Vendor shall make available at the County's request the following items: soft drinks (cans and / or plastic bottles — regular and diet options), iced tea, juice, milk, lemonade, snacks (chips, crackers, cereal bars, nuts, etc.). 5. Meal Count Process a. The Vendor(s) shall track each meal consumed and shall be responsible for managing the distribution process to ensure each person served is being accounted for and an accurate meal count is provided to the County following each meal. Tracking shall be accomplished through a monitored paper -based signature process or by electronic means. b. The meal count shall be provided to the County no later than two (2) hours after each meal service is complete. The number of meals counted shall be recorded and reconciled between the County and the Vendor(s) at the end of each meal service. 6. Serving Times a. Pre -event serving times will be established on an event -by -event basis. 4 b. The County anticipates serving times as listed below. The times may change or vary depending on the nature of the disaster and / or emergency event. All times shall be Eastern Time Zone. Breakfast 7:00 AM until 8:30 AM Lunch 11:00 AM until 2:00 PM Dinner 6:00 PM until 8:00 PM Late Shift 12:00 AM until 2:00 AM (box dinner acceptable) 7. All -Inclusive Pricing / Invoicing a. The Vendor's pricing shall be all-inclusive per meal as quoted on the Cost Schedule. Additional expense lines on an invoice will be rejected unless pre -approved by an appropriate County Representative. b. The Vendor's invoice shall be itemized with the actual meal count and appropriate meal pricing as quoted on the Cost Schedule. The invoice shall include location, date and time of the service(s). SAMPLE MEALS Days 1 thru 3 (example only) Breakfast 4 oz. Scrambled Eggs and Egg Substitute 2 oz. Breakfast Meat 1 pc. Breakfast Bread (waffle, pancake) or Toast Butter and syrup or jam 12 oz. Coffee, Juice or Milk Snack Lunch Dinner 1 ea. Muffin or Bagel 1 pc. Fresh Whole Fruit Fresh Tossed Salad 4 oz. Protein — Chicken, Beef, Fish, Pork, sandwiches, etc. 4 oz. Starch — pasta, potato, rice 3 oz. Vegetable — fresh/frozen 12 oz. Beverage Fresh Tossed Salad 6 oz. Protein — Chicken, Beef, Fish, Pork, dinner entrees, etc. 4 oz. Starch 3 oz. Vegetable Dessert — Cookie, etc. 12 oz. Beverage By Day 4 the County may begin to transition into remaining frozen items and introduce dry and canned products. The menu should become simpler and snacks are dedicated for workers only. Days 5 thru 7 shall be basic and meant to sustain nutrition thru shelf stable products. Day 4 (example only) Breakfast Hard Boiled Egg 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Coffee or Water Snack Lunch "Workers Workers Only* 1 ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips Carrot Sticks or Celery Sticks Dinner Deli Sandwich Chips 12 oz. Beverage 8 oz. Entr6e — Lasagna, Pasta Bake, Raviolis 3 oz. Frozen or Canned Vegetable 12 oz. Beverage Dessert Day 5 thru 7 (example only) Breakfast 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Water, Coffee if available Snack "Workers Workers Only* 1 ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips Lunch 8 oz. Soup or Chili, etc. 1 pc. Roll or Bread 3 oz. Vegetable — fresh/frozen 12 oz. Beverage Dinner 8 oz. Entr6e — Lasagna, Pasta Bake, Ravioli, Tuna Casserole, etc. 3 oz. Frozen or Canned Vegetable 12 oz. Beverage REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Evaluation Criteria for Development of Shortlist, which will be the basis for short -listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then score and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY' S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: 6 Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Experience and Capacity of the Finn 35 Points 4. Plan of Approach 35 Points 5. Cost of Services to the County 20 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non -responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points) Provide a cover letter, signed by an authorized officer of the Company, describing the Company's experience and underlying philosophy in providing the services as described and requested in this solicitation. Description should include details such as abilities, capacity, skill, strengths, number of years in business, number of employees, etc. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: EXPERIENCE AND CAPACITY OF THE FIRM (35 Total Points Available) The County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on current (within the past ten years) projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the form provided. Vendors shall include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. Details for each project example provided should include: a. Project Name b. Project Address c. Customer Name d. Customer Contact Information • Point of contact Name, Phone and Email e. Brief description of work provided and dates of event f. Type of event (i.e. disaster, private, municipal, etc.) g. Quantity of people served h. Quantity of meals served EVALUATION CRITERIA NO.4: PLAN OF APPROACH (35 Total Points Available) 1.7.1 Provide a detailed Plan of Approach that explains how your company intends to comply with and meet the anticipated deliverables as detailed within this solicitation. A detailed Plan of Approach shall include, but not be limited to, approach for providing the services requested, anticipated resources, staffing levels, food delivery and preservation, and 7 equipment. Submit details on process of preparation of meals, serving of meals, delivery of boxed meals offsite, and the ratio of personnel per person being fed. Vendor(s) are requested to provide, in such details, their food preparation locations and facilities. 1.7.2Provide a proposed timeline showing how your company will mobilize, stage, and provide all required services within twenty-four hours after notice of activation by the County. 1.7.3Provide seven (7) days' worth of sample menus that are representative of meals to be served. (1) Breakfast menu should include both a typical continental (cold) breakfast and a typical (buffet) hot breakfast (2) Lunch and dinner menus should include both box meal and hot (buffet) meals. 1.7.4Provide a copy of your Company's meal cancellation policy. 1.7.5Provide copies of your Company's current health inspection records. 1.7.6Provide copies of your Company's licenses and certifications. EVALUATION CRITERIA NO. 5: COST OF SERVICES TO THE COUNTY (20 Total Points Available) 1. Provide your meal pricing on the cost schedule below: a. All lines must be completed with a cost to be deemed responsive. Description Unit of Measure Unit Value Bundled Meal Service (Three Meals Per Day) Three 16 oz. Bottles of Water Included Per Person $ Breakfast Service (Hot) Per Meal $ Lunch Service (Hot) Per Meal $ Dinner Service (Hot) Per Meal $ Boxed Meal Per Meal $ Coffee and Tea Service - Per 24-hour Period Per Period $ Individual Serving Soft Drink, Juice, Milk Per can/bottle $ Lemonade, Iced Tea Per Gallon $ Snacks (Chips, Crackers, Cereal Bars, Nuts, etc.) Per Package $ Cancellation Fee (must be confirmed by County) Per Incident $ VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List)**** Collier County Solicitation 20-7743 0101 16r C.Atdmy Aornmistahve Services DepartnCrt Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-veudor for any future associated work that is a result of this awarded contract. DJ WITNESS WHEREOF, WE have herpunto subscribed our names on this115 day of i) 20L4in the County of ('Ql1, v , in the State of Flon &a Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number 'CCR # or CAGE Code "Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: 10`%o Cal1,8r Carver Wa-L,,-, 410 Na-Ples �� 3�tlb v Z.lo - 2a l0 2?S 39-11�t -3l TOR F, CbM 4/10/2020 7:43 AM p. 13 Collier County Additional Contact Information Solicitation 20-7743 Send payments to: Wks+-e—bL U t/ (required if different from Company name used as payee above) Contact name: R LW l nit Title: Address: IOLAD City, State, ZIP 1JQI" 'R- 3 tit 1D Telephone: 2-3 — 4-1 t--t — CD 3 Email: Cttr��/0 T -lrr-6 C A.LAt1ylCa4f/1[$•(AM Office servicing Colliery County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: 4/10/2020 7:43 AM p. 14 Collier County Solicitation 20-7743 CioAwr Aarninistrai ve Services Depaiplxxrt Pnq,.�an and °_,rviWS Jrusr.. Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The fum has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. State of epvtAn, County of Col I t ey" The foregoing instrument was acknowledged before me by this )5 day ofApyj1 (month), 7A2-0 (year), by acknowledging). 1 SACAA TROMBLEY +. - flouryPublic - Sure of Florida am Cmissloc of GG 161a10 i., r My Comm Eapi Nov 20. 2021 .. amaea nro.gr Naw.0 ibary Assn. ersonally Known OR Produced Identification Type of Identification Produced W S� Mtn r1 I Company N Sigmature I P(A;;, kjcr Print Name and Title of E3 ysical presence or ❑ online notarization, of of person of (Print, Type, or Stamp Commissioned Name of Notary Public) 4/10/2020 7:43 AM p. 15 DIVISION OF CORPORATIONS Brfr )n OF --j A2- rg / Lai offs'/u! L'Swe ofFlorida lorid r s1 ritwe' Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation TASTEBUDS CUSTOM CATERING, INC. Filing Information Document Number P08000058118 FEI/EIN Number 26-2810225 Date Filed 06/16/2008 Effective Date 07/01 /2008 State FL Status ACTIVE Principal Address 1040 COLLIER CENTER WAY, #10-11 NAPLES, FL 34110 Changed: 07/16/2013 Mailing Address 1040 COLLIER CENTER WAY, #10 NAPLES, FL 34110 Changed: 07/16/2013 Registered Agent Name & Address SHAPIRO, GREGORY EP 700 102ND AVE NORTH NAPLES, FL 34108 Name Changed: 03/24/2009 Address Changed: 03/08/2011 Officer/Director Detail Name & Address Title P SHAPIRO, GREGORY E 700 102ND AVE NORTH KI A I'll rn rl nn A11(1 1 IAI INMr-LCO, rL J+ I U 0 UIV Annual Reports Report Year Filed Date 2017 07/03/2017 2018 06/28/2018 2019 04/16/2019 Document Images 04/16/2019 -- ANNUAL REPORT View image in PDF format 06/28/2018 -- ANNUAL REPORT View image in PDF format 07/03/2017 -- ANNUAL REPORT View image in PDF format 03/28/2016 -- ANNUAL REPORT View image in PDF format 01/09/2015 -- ANNUAL REPORT View image in PDF format 02/21/2014 -- ANNUAL REPORT View image in PDF format 04/03/2013 -- ANNUAL REPORT View image in PDF format 03/21/2012 -- ANNUAL REPORT View image in PDF format 03/08/2011 --ANNUAL REPORT View image in PDF format 06/16/2010 -- ADDRESS CHANGE View image in PDF format 02/02/2010 --ANNUAL REPORT View image in PDF format 03/24/2009 -- ANNUAL REPORT View image in PDF format 06/16/2008 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations Collier County Solicitation 20-7743 co '�. cot�cy Acr1,n511rJwe saNKM JepNt ne 1t ,,>._ en ant seniw: Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (hos://www.e-verify.gov/) at the time of the submission of the Vendor's proposalfbid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act C"INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify, and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. n Company Name Signature ��estJrv, 4,, ' 0. P« 1 Print Name and Title State of nyl ii County of (pi1if! lf The foregoing instrument was acknowled ed before me by me of EI phy ' al presence or ❑ online notarization, this ' — day of per,,,"y"i (month), at), r) ,y b (name of person acknowledging). 1 Cl J� 11iO Y: SAGAN TROM6LEY - Notary Pubtic-State of Florida .�` •' Commission # GG 161610 gn a of No Public - State Florida) NtY Comm Eapres Nov 20. 2021 . Bcnpep nm.p iv. r Nowy Aµn orally Known OR Produced Identification Type of Identification Produced trrwr, type, or stamp Commissioned Name of Notary Public) 4/102020 7:43 AM p. 16 � sect iE-Verfv— or ON a Company ID Number: 1528350 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Tastebuds Custom Catering (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri a�* fo Company ID Number: 1528350 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri fo Company ID Number: 1528350 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri a�* fo Company ID Number: 1528350 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify(@dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri fo Company ID Number: 1528350 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri fo Company ID Number: 1528350 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri fo Company ID Number: 1528350 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect iE-Verfv— or ON a Company ID Number: 1528350 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri fo Company ID Number: 1528350 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri a�* fo Company ID Number: 1528350 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect ifv— ONa� E-Ver 1Ior Company ID Number: 1528350 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 W� ram- . E-Veriff �ylll� o Company ID Number: 1528350 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 W� ram- . E-Veriff �y�N� o Company ID Number: 1528350 Approved by: Employer Tastebuds Custom Catering Name (Please Type or Print) Title Heather Shapiro Signature Date Electronically Signed 04/08/2020 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 04/08/2020 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect ifv— ONa� E-Ver 1Ior Company ID Number: 1528350 Information Required for the E-Verify Program Information relating to your Company: Company Name Tastebuds Custom Catering Company Facility Address 1040 Collier Center Way #10 Naples, FL 34110 Company Alternate Address County or Parish COLLIER Employer Identification Number 262810225 North American Industry Classification Systems Code 722 Parent Company Number of Employees 20 to 99 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 W� ram- . E-Veriff �y�N� o Company ID Number: 1528350 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 W� ram- . E-Veriff �y�N� o Company ID Number: 1528350 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Heather Shapiro Phone Number (239) 774 - 3663 Fax Number Email Address heather@tastebudscustomcatering.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 W� ram- . E-Veriff �y�N� o Company ID Number: 1528350 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Collier County Solicitation 20-7743 coA,� coumly Apmmistr-jtve Smioes Departnwnt N,�,,ani Stn¢es L�nsrn Form 4: Vendor Submittal - Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Flo 'da (Select County if Vendor is described as a Local Business) �J Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in Zcollier County or ❑ Lee County: 2.016 Number of Employees (Including Owner(s) or Corporate Officers): 4 Number of Employees Living in ff Collier County or ETLee (Including Owner(s) or Corporate Officers): �' If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under Penalties of Periurv, i certify that the information shown on this form is correct to my knowledee. Company Name:—TQ-5kJt.kY l WAWr n Cak t(`� Date: 4—IL( Address in Collier or County: 104D QA(i 2/- , Signature: Title: Pros l kLA- 4/10/2020 7:43 AM p, 18 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Freud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I - 1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 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. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement 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. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement' under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-coo- rp ogram Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180,905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; EXHIBIT I - 2 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, _when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. II. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractors commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Vill. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 37013708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I - 4 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competentjurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 a public entity, and may not transact business with any public entity in excess of $25.000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I - 5 Collier County Solicitation 20-7743 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. pp Vendor/Contractor Name Date H - I Lt-Z-D Authorized Signature EXHIBIT I - 6 4/10/2020 7:43 AM p. 29 Collier County solicitation 20-7743 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR 96 D 0 Na9(9:6 -?q(to 0039CI I IA-1 DUNS Number 1 q-2-D Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number: 4337DRFLP000000l EXHIBIT I - 7 4/10/2020 7:43 AM p. 30 Collier County Solicitation 20-7743 EXHIBIT I x FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Will be Verified. UnNereable statuses Will require the PR Kif to NOW prGAOde a Ievlsed statement or Fronde source documentation that a.idates a A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FE O NUMBER CON-RACT C,0- 1g ANNJUNT a-5kri i., C3w6r" t P^ ZIa�ZE310?ZS ISTIC PRIME A RORIDA-CIATIFIED DISADVANTAGt MINCatRY OR WOMEN BUSINESS ENn It"ISE' VUERANY N LB THEACTIVITY OF THIS CONTRA. (DBE K/WBEI OR HAVE A SMALL DISADVANTAGED DBEt. V fN CONSTRUCTION' , BUSINESS" CERTIFICATION FROMTHE SMALLBUSINESS MBE, V CONSULTATON r ADMINISTRATION' A SERVICE DISABLEOVEECRAN' woe, Y OTHER7 SDS BA.. Y IS THtSSUBMISSION A REVISIONS Y N IFYES,REMSIONNUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DOE RA/WBt SUBCONTRACTORDRSUPPLIER TYPEa V/ORKOR ETHNICTTYCODE SUB/SUPPLIER PER'ENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) DOLLARAMOU" DOLIARS C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR 15rw 5-0p.t, I PreolE►*'e 4-1szo I pre 0,I I iE1Eo h�tdo I,JbcAyt,ca1c;K. j 23A-1�K-31�b� n I a NOR: Thu InfomIRMOn is toed to Dark and report wwpatW DBE a MBE participation in federaifY funded mntsacts T1e anticipated DBE or MBE amount is Wluntary and will not become part of the comrMual terms. This form mtm be submitted at time of response to a solcltavon f and when anarded a County contract, the Prime will beasked to update the Information for the Brant cdmpkarKe fi-es. ad AIIIMtpn AIC American Aneron M Ien American EO C AmladOR orhy Women r 16ted it D. SECTION TO BE COMPLETED BY COLDER COUNTY 6^111011 1 - 0 4/10/2020 7:43 AM p. 31 Collier County Solicitation 20-7743 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding S100-0001 The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. EXHIBIT I - 9 4/102020 7:43 AM p. 32 was Form W-9 Request for Taxpayer (Rev. October 2018) Identification Number and Certification Give Form to the Department of the Treasury requester. Do not rn Inteal Revenue Service I"'GO to wwwJ134gov/FomrW9 for instructions and Ma latest information. send to the IRS. t Name (as shown on your income tax return). Name's required on this line; do rwt leave this line blank. Tastebuds Custom Catering, Inc. 2 Business name/disregertled amity name, s drffereM horn above 0 9 Check appropriate box for federal tax clasecaion of the person whose name Is emend on line 1. Check only one of the following seven boxes. 4 Exemptions (codas apply only to certain ,xnkiea, not individuals; see o ❑ Indlvidualisole proprietor or ❑ C Corporation ❑`' S Corporation ❑ Partnership ❑ Trustlestate �tredbns page 3): single -member LLC 0 > '2 ❑ Linked liability company. Enter the tax classification (C--C corporation, S=S Exempt payee code (d arty) ti 3 corporation, P=Partnership) I- Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the Exemption horn FATCA reporting a owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise. a single -member LLC that code (if any) Is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other( etainstructlorls)► y 0 Address (number, street, and apt, or suite no.) See irstmctions. fNWM bccwnn mr,yr,pypil, q•u.51 Requester's name and address (optionag 1040 Collier Center Way s10 e City, state. and ZIP code Naples FL 34110 7 List account number(s) here (optbnag TaXDaVter Identifirafinn N..mn v man Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding, For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later. For other amities, it is your employer identification number (EIN). If you do not have a number. see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also ass What Name and Number To Give the Requester for guidelines on whose number to enter. 811 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellaton of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other man interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. a;_ General Instructions Section references are to the internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.i ,.gov1FO Myi Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN, adoption taxpayer identification number (ATIN, or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Cat. No, 10231X oats► "(—(��— L0 • FOM 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Fpml 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. f/ you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Form W-9(Rev. 10-2019) INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://Uj2s.fldfs.com/bocexempt/ 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, 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/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Collier County Solicitation 20-7743 8. ❑ Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost home by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; 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. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, 012, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 3/17/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name Telephone Number�� 1 ' 1 ��� ' 1 Li 14 4/10/2020 7:43 AM p. 23 Collier County Solicitation 20-7743 COHi1Ly Email: Barbara.Lance@colliercountyfl.gov Adrrunstrative Sefmoes Division Telephone: 239.252.8998 Procurement Services ADDENDUM #1 Date: April 6, 2020 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # 1—20-7743 Emergency Catering Services This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: ADDITION: Due to the recent COVID-19 Pandemic, the "Bid Opening" scheduled for 3:00 pm on April 21, 2020, will be held via the below call -in number. If you planned on attending, please call in per the information below: Telephone Bridge Number: (239) 252-7205 Participants Access Code: 212121 If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. q - I Z� (Signature) Date 4/10/2020 7:43 AM p. 47 Collier County RFP 20-7743 Proposal for Emergency Catering Services Proposal Outline Submitted by: Tastebuds Custom Catering, Inc. Section 1: Cover Letter & Management Summary Section 2: Certified Minority Business Enterprise - N/A Section 3: Experience and Capacity of the Firm 3.1 Reference Forms and Project Details 1 through 5 Section 4: Plan of Approach & Cancellation Policy 4.1 Sample menus for 7 days 4.2 Most recent Health Inspection Record 4.3 State of Florida Department of Business & Professional Regulation License 4.4 Collier County Business License Section 5: Cost of Services to the County Document Section 6: Required Documents 6.1 Vendor Declaration Statement 6.2 Conflict of Interest Certification 6.3 Proof of Status fro the State of Florida - Division of Corporations 6.4 Immigration Affidavit Certification 6.5 E-Verify Memorandum of Understanding 6.6 Certification for Claiming Status as a Local Business (Collier County Business License copy included in Section 4.4) 6.7 Signed Grant Provisions and Assurances 6.8 Form W-9 6.9 Insurance Requirements Acknowledgement 6.10 Signed Addendum to RFP COVER LETTER AND MANAGEMENT SUMMARY To the Selection Committee for RFP Lo -1 l43 Tastebuds Custom Catering is pleased to submit this proposal for Emergency Catering Services to the Facilities Management Division of Collier County. After reviewing the criteria and needs of the County, we feel that our company would be the perfect fit for this opportunity. Throughout this cover letter and proposal we will demonstrate that our company has the capability, resources, skill, experience and desire to provide Emergency Catering in even the most difficult environments. Tastebuds Custom Catering has been a part of the Naples community since 2008, For the last 12 years, the company has provided a wide variety of catering services. From large scale weddings and corporate affairs, to boxed lunches and grab -and -go cafe items, Tastebuds is proud to serve the most fresh, delicious, as well as healthy options for each client's individual needs and budget. The company is owned and operated as a family business by Greg and Heather Shapiro, but currently employs over 45 full and part time employees. Our team is driven by excellence and a passion for what we create each and every day. Natural and man-made disasters are events that we all hope will never happen, but unfortunately they do. We are in the business of providing life's most necessary importance, food. We feel that when our community is in need, it is not only our calling but our honor to respond in a way that provides people with comfort and sustenance, especially those serving on the front lines of an emergency. The company has had the opportunity to respond and gained experience in many ways over the last 12 years, from hurricanes & fires, to global pandemics. For example, after Hurricane Irma's devastating impact to Florida in 2017, Tastebuds Custom Catering was able to provide meals to the Collier County Emergency Operations Center with less than 24 hours notice starting with breakfast only, and eventually transitioning to 3 meals per day. During the terrible wildfires in 2016, our team prepared and delivered meals to the front lines at an outdoor staging area to our firefighters, setting up a full buffet of nutritious food, a welcome change from pizza and cookies. We have seen our company thrive under the pressure to adapt on short notice and in uncertain conditions for many clients, both public and private, which give us the confidence to submit this proposal. We know we have the ability to prepare and distribute healthy meals proficiently and effectively to those in need in the most difficult of times. Most recently, our company partnered with a local organization during the 2020 Coronavirus global pandemic. We were contacted to provide hundreds of meals to our local hospital employees on short notice. The organization was looking for a reputable company to cook hot and nutritious meals from scratch and deliver them to multiple shifts throughout the day. Our team took tremendous pride in playing a role in again supporting the individuals bravely serving on the front lines in our hospitals. Tastebuds Custom Catering knows that it would be an enormous privilege to be chosen as the company who provides meals for the community we call home, and that has been so good to us. While reviewing our proposal, please do not hesitate to contact the direct contact, Heather Shapiro, Director of Operations, by phone 239-774-3663 or email heather(cDtastebudscustomcatering com. Thank you, Greg Shapiro Owner, President & Executive Chef Tastebuds Custom Catering Work Experience #1 Project Name: Arthrex Employee Meal Program Client Name: Arthrex Contact Info: Jeremy Ray : jeremy.rayarthrex.com : (239) 645-5553 ext.72093 Project Date: January 2018 through December 2019 Project Address: 24301 Walden Center Dr, Bonita Springs, FL 34134 Project Type: Corporate - Private Meal Count: 11,700 total meals Background: From January 2018 through December 2019, Tastebuds Custom Catering provided Arthrex employees with daily buffet lunches for one week per month (Monday through Thursday). These lunches fed 80-120 employees per day and took place at their Bonita Springs office. These means were all served buffet -style in disposable platters and chafers. Highlights: Menu Design, Delivery Method, Additional Projects Menu Design: Arthrex lunch menus were uniquely designed to provide daily nutritious options to all employees while accommodating all dietary requests from Arthrex including daily vegetarian and gluten -free options. Variety is also very important to us at Tastebuds Custom Catering. To avoid repetition, a total of 16 menus were active at any given time and rotated throughout the year. An example weekly menu (4 days) is below. Delivery Method - Tastebuds implemented a turn -key delivery method where all full- time employees were trained on the procedures to safely and efficiently deliver lunches whenever needed. Using company vehicles and pre -designed prep sheets and pack lists, the Tastebuds team was able to deliver and set up all food in only 30 minutes, so employees could begin serving themselves. Tastebuds was required to implement company security requirements to conform with the strict security protocols of the client. The program was ongoing through December 2019 until the Bonita location was moved to the permanent new location of the Arthrex Headquarters which has in an house meal program facilitated internally. Additional Projects: - Throughout this strong relationship,Tastebuds Custom Catering has fulfilled additional catering needs for Arthrex including a buffet lunch on Christmas Eve of 2018, serving more than 200 employees at the Ave Maria offices, and a box lunch drop-off at the Fort Myers office for over 400 guests in April 2018. PACKAGE 1 (served cold) Ham & Swiss Croissant Banh-Mi Sanwich Roasted Vegetable Wrap Whole Fruit Kettle Chips *PACKAGE 2 Caesar Salad Grilled Chicken Summer Vegetable Paella Whole Fruit *PACKAGE 3 Turkey Enchiladas Vegetable Enchiladas Mexican Rice Artisan Simple Salad Whole Fruit *PACKAGE 4 Chicken Kabob Vegetarian Kabob Lemon Rice Greek Salad Whole Fruit **All packages include napkins, disposable plates, forks, knives, disposable chafing dishes and disposable serving ware. Dui i m ��u au vc vci vn.ca —F- u i — u Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCEI Solicitation: Reference Questionnaire for: (Name of Individuals Requesting Reference Information) Name: � 4 // (Evaluator completing reference questionnaire) Email: Company: (Evaluator's Company completing reference) Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; 10 invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Work Experience #2 Project Name: New Years Eve Event 2018 Client Name: Artis Naples Contact Info: Tammy Read : tread@artisnaples.org : (239) 254-2654 Project Address: 5833 Pelican Bay Blvd, Naples, FL 34108 Project Date: 12/31 /2018 Project Type: Corporate- Private Number of Guests: 1200 Background: Tastebuds Custom Catering has been the exclusive catering partner for all internal events and the preferred caterer for all external events at Artis —Naples since 2014. One annual highlight of this partnership has been the New Years Eve celebration held at Artis— Naples for over 1000 guests each year. In 2018, Tastebuds Custom Catering served more than 1200 guests at this event. Highlights: Quantity and Efficiency of Menu Production, Guest Count, Special Event Coordination, Menu Variation Quantity and Efficiency of Menu Production- All hot food was cooked and assembled on -site and all cold food was finished and assembled on -site in a two-hour time window before the event started. Through high levels of communication and organization, Tastebuds was able to produce approximately 10,700 food items within this time frame. Guest Count - Tastebuds was able to serve 1200 guests simultaneously, by duplicating stations throughout the Artis— Naples event spaces. Special Event Coordination - In addition to food production and service, this event required the highest level of communication and coordination between Tastebuds Custom Catering and its partners. This included but was not limited to - specialty decor, specialty rentals, refrigerated truck coordination, lighting needs, and constant timeline adjustment. The combination of consistent communication and flexibility allowed Tastebuds to be prepared and able to execute a flawless event. Menu Variation - Tastebuds Custom Catering's thoughtfully designed menu offered a variety selections to accommodate all guests' preferences as well as dietary needs. Tastebuds was able to put unique twists on classic favorites that created a delicious selection of proteins, seafoods, vegetarian options, and dessert items. Items were individually portioned and presented in elegant disposable dishes. Please see menu below. To illustration variation, the New Year Eve 2017 Menu is also included below. NEW YEARS EVE 2018 MENU American Slider Spaghetti & Meatballs Shrimp Cocktail Bite Truffle Chip & Dip Petite Salmon BLT Lobster Roll Shooter Mini Cheddar Chutney Cheesecake U-Pick Strawberries Triple Chocolate Mini Dessert Mini Champagne Cupcakes NEW YEARS 2017 MENU Shrimp Cocktail Bite Salmon & Caviar Russian Tea Cakes Chicken Sausage Siberian Meatball Russian Pickles Bavarian Pretzel and Mustard Triple Chocolate Mini Dessert Mini White Chocolate an Raspberry Dessert Petite Apple Cakes Dui i m ��u au vc vci vn.ca —F- u i — u Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCEI Solicitation: Reference Questionnaire for: (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Email: Company: (Evaluator's Company completing reference) Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Work Experience #3 Project Name: Hurricane Irma EOC Catering Services Client Name: Collier County Contact Info: Joshua Cashdollar 239-898-0397 Project Date: 9/14/17, 9/16/17, 9/19-9/21 /17 Project Address: 8075 Lely Cultural Pkwy. Naples FL 34113 Project Type: Government Guest Count and Meal Count: 3,250 guests/meals over all days of service Background: We were in the midst of food purchasing for a Red Cross donation when we got the call from Mr. Cashdollar inquiring if we had the ability to prepare and deliver lunch for the Collier County EOC the following day for 600 employees. Knowing we had access to fresh food products, a mobile kitchen setup that we use in our day to day operations, and employees that would be delighted at the opportunity to work we enthusiastically said yes. We delivered our first meal and immediately learned the ropes of best practices to deliver, how to transport food and large coolers up the elevator and how to setup a hot buffet for hundreds in under an hour. After our service that day we were thrilled to have the opportunity to provide lunch again 2 days later. After our second meal service, it was clear to Mr. Cashdollar that using a caterer who had the ability to create unique and balanced menus, and a strong professional team was much more efficient than hiring separate vendors for 3 meals per day. We demonstrated that we were a company that the county could count on and we could be trusted to show up on time, professionally, with hot and fresh food that we had just prepared. We were subsequently asked to provide catering services spanning breakfast, lunch and dinner for the remaining 3 days of the Irma Disaster. This experience with Hurricane Irma taught us so much about Disaster Catering. We learned that we have the flexibility and skill to setup makeshift kitchens using our existing catering equipment and can run a full operation on generators, reliable contacts and using the skills we use everyday in offsite catering. Highlights: Menu Design, Response Time, Additional Services Menu Design: The catering menus we developed in collaboration with Mr. Cashdollar were custom created on a moments notice in response to requests from the EOC employees and a desire for balanced and nutritious meals. For many employees, they were working around the clock and needed good sustenance. We have included below a sample of one day's worth of menus. Response Time - Tastebuds immediately spoke with our local vendors to determine what type of food we could provide. Having a great local connection to local vendors we were able to secure many of the fresh produce, meats and products unavailable to the public at the time.) Additional Services: - Not only did our company provide catering, but we also staffed each meal, serving the EOC employees, keeping the dining area tidy, replenishing beverages to keep a cold variety at all times and cleaning up after the meal service was completed. Sample Menu Hot Breakfast scrambled eggs, bacon & sausage, breakfast potatoes, pancakes with butter & syrup Lunch roasted chicken or gyro meat, pita, tomato cucumber greek salad, warm pita, yogurt dressing Dinner Summer Pork Loin pork loin with mushroom pan sauce, summer squash medley, rice pilaf, mixed greens salad with balsamic dressing, bread 1'4.11 I III II.'!U QUYC VCI "",;. VCNW U I ICI II Procurement Services Division Form 5 Reference Questionnaire Solicitation: =20-7743 Reference Questionnaire for: Tastebuds Custom Catering, Inc. — Heather Shapiro, Director of Operations (Name of Individuals Requesting Reference Information) Name: Joshua Cashdollar, Operations Coordinator (Evaluator completing reference questionnaire) Email: FAX: Formerly Div of Facilities Management Company: Collier County Government (Evaluator's Company completing reference) Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Hurricane Irma Disaster Catering Services Completion Date: 9/21/2017 Project Budget: $37,200 Project Number of Days: 5 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. Professionalism and ability to manage personnel. 10 5 10 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Work Experience #4 Project Name: Memorial Catering Services Client Name: Dignity Memorial - Hodges Funeral Home Contact Info: Sondra Henry: sondra.henry@dignitymemorial.com : (239) 597-3101 Project Date: Ongoing (October 2018 to present) Project Address: 525 111 th Ave N, Naples, FL 34108 Project Type: Private Meal Count: 4322 Total Meals to date Background: Since October 2018, Tastebuds Custom Catering has been the exclusive in-house catering service for all memorial services at Hodges Funeral Home. Highlights: Personalized and Professional Approach, Delivery Flexibility, Variable Guest Counts, Timeliness, Creating Options through Packages Personalized and Professional Approach: Tastebuds Custom Catering has provided a wide range of menu options as well as service styles throughout this partnership. Families work one-on-one with Hodges and or/Tastebuds staff to choose which service style and menu selection best fits their needs. Delivery Flexibility - Families are able to choose between a variety of full -service packages, with food being prepared onsite and service staff available to attend to guests for the duration of the event and drop-off options, which can be delivered on either real decor or disposable platters. Drop off options have been offered at two separate Hodges locations, Naples and Fort Myers. Variable Guest Counts - All packages are easily modified to accommodate any guest count. Timeliness: - Tastebuds Custom Catering requires only a 48 hour window of time to prepare for any Hodges memorial service. Creating Options through Packages - Families are able to choose from a variety of nutritionally balanced packages to provide comfort for them and their guests, each of which can be executed in a full service or drop off style. Packages include both cold and cold option for breakfast, lunch or dinner buffets. Please see menu examples below. **BRUNCH PACKAGE French Toast Bread Pudding Egg Strata Applewood Smoked Bacon Hashbrown Casserole Bagels and Croissants w/ Whipped Butter and Jam Assorted Muffins Seasonal Fruit *Beverages **BUFFET PACKAGE A Artisan Bread Caesar Salad Chicken Provence Vegetable Rice Pilaf Mediterranean Grouper Olive Oil Cake *Beverages **CLASSIC LUNCH (all cold Artisan Simple Salad Chicken Salad Sandwich Harvest Turkey Sandwich Gourmet Cookies *Beverages *Customizable beverage packages are also available including coffees, teas, lemonade, sodas, and more. **All packages include choice of real or disposable flatware and glassware Dui i m ��u au vc vci vn.ca —F- u i — u Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCEI Solicitation: Reference Questionnaire for: (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: (239)597-5825 Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Work Experience #5 Project Name: Country Living Fair Client Name: Stella Show Management Contact Info: Michele Oswald : moswald719QQmail.com : (973) 809-0061 Project Date: September 12-13-14, 2014 Project Address: Ohio Village 800 E 17th Ave. Columbus OH Project Type: Public Meal Count: Approximately 8,775 Background: 2014 was the final year of the company's participation in the Country Living Fair, starting in 2008. The company pursued the Country Living Fair in the early years of the business in an effort to earn revenue in the very slow off season locally in Collier County. The fair saw attendance of over 30,000 people over the course of the 3 day outdoor festival. Tastebuds participation in the fair was as a food vendor selling to the public attendees. In it's first year, Tastebuds setup 1 food booth with 1 point of sale. Throughout the years of attending the fair as a vendor, the operation grew to 5 booths with 9 points of sale, 1 pop up restaurant for sit down dining and a boxed lunch meal program for other vendors and exhibitors. The company served BBQ and Cold items such as salads, sandwiches and wraps. Highlights: Logistics, Staffing, Production and Service, Sample Menu Logistics: Participating in a large event for thousands of people 1,200 miles away took an enormous amount of time planning, preparing and traveling. Locally the company worked with the Columbus Health Department to gather information about required practices for food preparation that might be different from the State of Florida. Vendor amounts were setup with food and supply vendors local to the area. Tastebuds also needed to cook all food onsite so the company spent approximately 1 week in advance of leaving for Ohio to load vehicles and trailers with necessary equipment and materials to start the multi day road trip. Staffing - Due to the event being so large in nature, it required a small army of team members to have a successful event. This meant a key core team with the company traveling to Ohio to manage the various "storefronts" and the individual employees working in each. Locally, we hired up to 40 part time workers to work the event over the 3 day weekend. We accomplished this with partnerships with the Big Ten Employment network and working with many local college students attending Ohio State University. Production and Service: Once the company arrived onsite in Ohio, about 6 days before the event opened, we would initially setup a field kitchen that would operate a central command of sorts for all food to be sold for the 3 day event. Tables, ovens, smokers and equipment would be staged and a portable rented walk in refrigerator would be delivered to house all the raw and fresh products to be prepared. In the days leading up to the opening of the fair, we would receive deliveries of fresh food items from local vendors as well as procure many items ourselves around town. The day before the event saw the most preparation occurring with up to 12 employees working on 1 time cooking BBQ sauce, washing and prepping fresh produce. The service team worked on setting up food booths each with their own unique facade and decor. The operations team worked with the local employees for onsite orientation and training to be ready to serve the public. The day of the start of the event, each booth would be brought their food materials and items to the booth by a designated runner. The booths selling hot items received items hot, cooked by the commissary field kitchen that morning. When a guest would place an order, all orders were made to order and served promptly. Cold menu items were built that morning and served throughout the day, with replenishments coming from the commissary kitchen as needed. The company had to not only prepare enough food to meet the demand of the public but also be very prudent in not over preparing in an effort to minimize waste at the end of the 3 day fair. Sample Menu: Pulled Pork Sandwich hickory smoked pork, hand pulled, served with our signature BBQ sauce, served with one side Pulled Pork Platter hickory smoked pork, hand pulled, served with our signature BBQ sauce, served with Texas toast and 2 sides Cup o Que corn bread muffin base, topped with pulled pork, baked beans, sauce and slaw Sides baked beans signature slaw corn muffin collard greens mac & cheese /1Ui I III II'U QUVV JCI VlI VWVCII U I ICI II Procurement Seriices Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation 20-7743 Reference Questionnaire for: Tastebuds Custom Catering, Inc. - Heather Shapiro, Director of Operations (Name of Individuals Requesting Reference Information) Name: Michele Oswald (Evaluator completing reference questionnaire) Email: m A<Wala ' l 19 @9 60MFAX:VU .� company: Formerly Stella Show Management (Evaluator's Company completing reference) Telephone: (V 3 $�Oq 066 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Country Living Fair- Ohio Completion Date: 9/18/2014 Project Budget: $24,403.27 Project Number of Days: I Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). l O 2 Ability to maintain project schedule (complete on -time or early). / 0 3 Quality of work. /l7 4 Quality of consultative advice provided on the project. ID 5 Professionalism and ability to manage personnel. (0 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) r� 7 Ability to verbally communicate and document information clearly and succinctly. r 8 Abiltity to manage risks and unexpected project circumstances. !� 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS (� PLAN OF APPROACH In the event of a local disaster in which Emergency Catering would be necessary, it's important that the selected vendor has a clear and concise plan as to how they would respond if needed. We will lay out a sample action plan that our company would take should our services be needed during a disaster. It's important to note that not all disasters carry the same level of urgency and preparation, so some of the items below may or may not be necessary depending on the situation. Standard Emergency Operations Plan: The company has a standard emergency operations plan that it would follow upon the impending possibility of a natural disaster. Evaluate Educate Communicate Activate In the event of an oncoming event, we first would evaluate the situation to start documenting what may be required. For example, if a hurricane were approaching, the evaluation phase would typically be 6-10 days out. During the evaluation phase, we would be communicating with our primary contact with the County, watching media, national and local press briefings. Once it was clear that we were indeed being threatened with a disaster, we would then commence to educate ourselves and our team on our emergency plan. We would find out what materials and resources might be in jeopardy and making a list of items that need to be secured and sourced in advance. We would refer to sample menus provided compared to the actual disaster to determine if any options might be unavailable. Understanding that in many disasters, many resources become unavailable or there is a tremendous increase in demand, in the early stages, we would take precautions and do as much as possible to prepare. An example of the preparations we would take are filling all propane tanks, securing gas/fuel for up to 2 weeks after the emergency for all vehicles, and equipment needs, testing all emergency equipment to insure it's in working order, such as generators, ovens, grills, burners, etc. Additionally we would secure refrigerated trucks as early as possible to have on hand during the crisis if electricity was a concern. After doing what we could to prepare, we would then phase to communicate. We would contact our internal management team to establish on call periods over the next several days to be ready when necessary but also allow them to ability to secure any personal needs. We would speak to our regular employees to let them know about our commitment to feeding the community before, during and after a disaster and establish on call period for work should the need arise. We would work together with our trusted vendor partners to secure dry goods, perishables, fresh food, and materials needed. We pride ourselves on utilizing the services of a broad variety of vendors, however, we primarily work with Cheney Brothers with a warehouse in Punta Gorda. Cheney Brothers has shown time and time again that they can be a trusted partners in situations such as these with large warehouses containing the capacity to carry a large amount of goods and products, use of generators to keep items safe and a solid strategic and logistics plan in emergency settings, as demonstrated during Hurricane Irma. Finally, if the time comes when it's time to activate our Emergency Catering Services, we will begin preparation and execution. We would prepare all meals out of our licensed commercial commissary kitchen located at 1040 Collier Center Way #10, Naples FL 34108, unless the space was deemed uninhabitable or unsafe. If this were the case, we would set up a field kitchen in a location other than our catering commissary, as has been required in the past and a normal component for an off premise caterer, such as ourselves. Using the materials we have either already secured or had on standby, we will bring our full and part time employees back to work preparing fresh meals for the County and it's staff. We will deliver the meals to as many locations as necessary and provide the staff to stay onsite for set up, assisting in serving and for clean up. Buffet Meals would be delivered before each meal period allowing us to prepare them as fresh as possible as opposed to delivering multiple meals at one time. For example, delivering breakfast just before breakfast is served, lunch being delivered just before lunch is served, versus delivering breakfast and lunch at the same time in the early morning. Meals will be prepared, cooked and delivered fresh for each time period. The ratio of staff per employee would generally be a minimum of 1-2 staff members onsite for every 100 guests, depending on the meal and what is being served. For boxed meals, these would be dropped off at locations as needed and special boxes or coolers would be used and left onsite to keep the boxed meals at a food safe temperature, with the understanding that many times employees are not always able to stop and eat right away as food is delivered. The direct contact for the company will be in constant communication with the County contact to insure that items being served are being enjoyed by the staff and the company is providing an outstanding service as well as gauging the amount of catering necessary in the coming days or weeks. Food Preparation Location and Facilities: Our catering commissary is over 3,000 square foot of space including preparation, refrigeration and warehouse space. Our commissary is uniquely built out in that it is fully electric, allowing us to 'plug and play' our equipment at even the most remote locations. We have ample refrigeration and freezer space that is built in as well as mobile and individual refrigeration and freezers. Our company also owns an inventory of large coolers which are a great backup for keeping food products at safe temperatures for extended lengths of time. Within our commissary we have mobile ovens, grills, a trailered large smoker/oven and multiple generators. We have ready made hand wash stations that only need hot water to be functional. We have a propane powered water heater that is mobile allowing us to have hot water with any water source. For scenarios when fresh water is not available, we procure large 5 gallon jugs of purified and filtered water to have on hand. Our facility is licensed by the State of Florida DBPR and a copy of our most recent health inspection is attached for reference. We have also included a copy of our Catering License issued by the State of Florida and our Business License issued by Collier County. Sample county activation mobilization From the time the county provides notice of activation, we will move swiftly to follow the company's Emergency Operations Plan detailed above. In the event we are not afforded the liberty of an extended evaluation and education period, we will utilize first any resources on hand using materials that are readily available. For example, if within 24 hours we are unable to receive a fresh food delivery from a large purveyor, we will first attempt to source fresh products at a local retail level. Should this not be available we will utilize any possible food source in the company's standard inventory, for example frozen chicken breasts, dry rice and beans or ready made frozen meals. Generally speaking the company has the ability to get a food delivery from a large purveyor with much less than 24 hours notice, especially with a company such as Cheney Brothers. Should we not be able to get a delivery to our commissary, there is an option to have the items placed on will call and we can drive to the company warehouse in Punta Gorda to secure items ourselves. Proposed 24 hour timeline Hour 1-4 (ex: 12pm-4pm): Culinary team reviews existing inventory and disaster needs to draft menus, order lists, prep sheets for culinary staff. Culinary staff is called in to start work as soon as possible. Operations Team contacts any team members that may be required to be onsite for catering within the time period and lines up staff for the expected duration of the emergency activation. Hour 4-7 (4pm-7pm) : culinary team shops locally if need to procure fresh items, begins rough preparation of food for service the next day. Hours 18-23 (6:00 am - 11:00 am) culinary team reports to commissary to cook hot items, assemble cold items and pack out. Operations team meets onsite at commissary to load materials needed such as plates, flatware, cups, beverages. Once food is cooked and ready, final items are loaded into catering vans to be delivered. Hours 23-24 (11:00 am to 12:OOpm) Caterer drives and delivers food to Emergency Operations center. Team sets up the dining area with disposable chafers to keep food warm, sets up materials, beverages, food. Caterer is ready to serve by 12:OOpm. Cancellation Policy Menu selections, guest count & locations are due to caterer from the County no later than 24 hours in advance. Any cancellation within 24 hours of meal service once the order has been received by the caterer will be billed at 100% of the order to offset the costs of food, materials and labor already expended. Cancelled orders may be delivered to the County or to another location of the County's choice in order to prevent spoilage and the unused items being discarded. me TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 1 Breakfast Hot Option: Egg Strata with aged cheddar and chive (4 oz portion), House made Pork Sausage (2 oz portion), French Toast with Butter & Syrup on side (1 piece per person), Choice of Orange Juice, Apple Juice or Coffee with Half & Half and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Cold Option: Whole fresh seasonal fruit (banana, apple, orange- 1 pc person), Cold Cereal (ex: Cheerios or Raisin Bran) with 2% low fat Milk and Unsweetened Almond Milk, Seasonal Muffin (ex: Bran, Banana Nut or Blueberry) (1 per person) Lunch Hot Option: Lemon Caesar Salad with Croutons & Lemon Vinaigrette on side, Marinaded Grilled Boneless Skinless Chicken Breast (4 oz), Herb Roasted Potatoes (3 oz), Steamed Broccoli with Garlic & Lemon (3 oz), Brewed Un-Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion) & Bottled Water (16 oz per person) Cold Option: Turkey Club Wrap- smoked turkey, lettuce, tomato, cheddar cheese, bacon, wheat wrap, Mayo & Mustard PC packs on side, 1 oz bag of Kettle Chips (sea salt), 1 piece Whole Seasonal Fruit (ex: apple, orange, banana), 1 each Cookie, 1 Napkin & Bottled Water (16 oz per box) Dinner Hot: Simple Salad- romaine, tomato, cucumber, carrot and ranch dressing on side, Mojo Roasted Chicken (6 oz), Yellow Rice with Peas (4 oz), Black Beans (vegetarian) (3 oz), Yeast Rolls (1 per), Chocolate Brownie, Brewed Un-Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion) & Bottled Water (16 oz per person) Con TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH -SAMPLE MENUS DAY 9 Breakfast Hot Option: Egg Casserole with Spinach & Roasted Tomato (4 oz portion), Spiral Cut Ham Steak (2 oz portion), Breakfast Potatoes with Fresh Herbs (2 oz portion), Choice of Orange Juice, Apple Juice or Coffee with Half & Half and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Cold Option: Whole fresh seasonal fruit (banana, apple, orange- 1 pc person), Cold Cereal (ex: Cheerios or Raisin Bran) with 2% low fat Milk and Unsweetened Almond Milk, Bagel or Toast with Butter, Jam or Cream Cheese on side Lunch Hot Option: Artisan Simple Salad with Herb Vinaigrette on side, BBQ Pulled Pork with BBQ sauce and Bread on side (4-6 oz), Baked Mac and Cheese (3 oz), Green Beans (3 oz), Brewed Un- Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion & Bottled Water (16 oz per person) Cold Option: Chicken Salad Sandwich- wheat bread, lettuce, tomato, 1 oz bag of Kettle Chips (sea salt), 1 piece Whole Seasonal Fruit (ex: apple, orange, banana), 1 each Cookie, 1 Napkin & Bottled Water (16 oz per box) Dinner Hot: Caesar Salad- romaine, croutons, parmesan and lemon vinaigrette on side, Meatloaf with Mushroom Sauce on side (6 oz), Baked Mac and Cheese (3 oz), Green Beans (3 oz), Biscuits (1 per), Oatmeal Cookie (1 per), Brewed Un-Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion) & Bottled Water (16 oz per person) TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 3 Breakfast Hot Option: Scrambled Cage -Free Eggs (4 oz portion), Applewood Smoked Bacon (2 oz portion), Buttermilk Pancakes with Butter & Syrup on side (2 piece per person), Choice of Orange Juice, Apple Juice or Coffee with Half & Half and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Cold Option: Mixed Seasonal Berries (ex: strawberry, blueberry) (4 oz portion), Plain Greek Yogurt (3 oz portion), Granola with raisins and flaked coconut Lunch Hot Option: Artisan Simple Salad with Balsamic Dressing on side, Fajita Buffet- warm tortillas, grilled chicken (4 oz), sauteed peppers & onions, shredded cheese, sour cream, salsa, guacamole , Mexican inspired Rice (3 oz), Pinto Beans (3 oz), Brewed Un-Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion) & Bottled Water (16 oz per person Cold Option: Italian Wrap- ham, pepperoni, provolone, lettuce, tomato, banana peppers, wheat wrap, Mayo & Mustard PC packs on side, 1 oz bag of Kettle Chips (sea salt), 1 piece Whole Seasonal Fruit (ex: apple, orange, banana), 1 each Cookie, 1 Napkin & Bottled Water (16 oz per box) Dinner Chopped Salad- romaine, tomato, cucumber, cheddar cheese, bacon and ranch dressing on side, Herb Roasted Chicken (white & dark meat) (6 oz), Buttermilk Mashed Potatoes (3 oz), Broccoli (3 oz) ,Yeast Rolls (1 per), Chocolate Chip Cookies (1 per), Brewed Un-Sweetened Ice Tea with Sweeteners & Fresh Lemon on side (12 oz portion) & Bottled Water (16 oz per person) Mci TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 4 Breakfast Hot (introducing more shelf stable simpler menu items): Crustless Quiche with Cheddar (4 oz portion), Oatmeal with Dried Fruits, Honey and 2% low fat Milk and Unsweetened Almond Milk (dairy will be shelf stable) (4 oz portion), Plain Yogurt with Dried Fruits and Honey (3 oz portion), Coffee with Shelf Stable Creamer and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Lunch Cold (introducing more shelf stable simpler menu items): Ham & Cheese Wrap OR Turkey & Cheese Wrap with lettuce & tomato, Mayo & Mustard PC packs on side, 1 oz Bags of Kettle Chips (sea salt), Whole Seasonal Fruit (ex: apple, orange, banana) (1 pc per), Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) Dinner Hot (introducing more shelf stable simpler menu items): Chicken Pot Pie Casserole (8 oz), Green Beans (3 oz), Chocolate Brownie (1 per), Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 5 Breakfast Breakfast: (introducing only shelf stable menu items): Cold Cereal (ex: Cheerios or Raisin Bran) with 2% low fat Milk and Unsweetened Almond Milk (dairy will be shelf stable), Canned Fruit Medley (3 oz portion), Coffee with Shelf Stable Creamer and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Lunch Lunch (introducing only shelf stable menu items): Seasonal Soup (ex: chicken noodle, beef chili, chicken tortilla) (8 oz), Yeast Roll (1 per), Squash Tomato & Herb saute, Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) Dinner Hot (introducing only shelf stable menu items): Chicken Tortilla Bake (8 oz), Black Beans (vegetarian) (3 oz), Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 6 Breakfast Cold: Oatmeal with Dried Fruits, Honey and 2% low fat Milk and Unsweetened Almond Milk (dairy will be shelf stable) (4 oz portion), Canned Fruit Medley (3 oz portion), Coffee with Shelf Stable Creamer and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Lunch Hot: Egg Noodle Bake- ham, cheddar, parmesan, bread crumb, Yeast Roll (1 per), Broccoli , Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) Dinner Hot: Penne Pasta with Meat Sauce (8 oz), Broccoli (3 oz), Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) MEN TASTEBUDS CUSTOM CATERING SOLICITATION 20-7743 PLAN OF APPROACH - SAMPLE MENUS DAY 7 Breakfast Cold: Cold Cereal (ex: Cheerios or Raisin Bran) with 2% low fat Milk and Unsweetened Almond Milk (dairy will be shelf stable), Canned Fruit Medley (3 oz portion), Coffee with Shelf Stable Creamer and Sweeteners (12 oz portion) & Bottled Water (16 oz per person) Lunch Hot: Chili Mac- pasta, beef chili, cheddar cheese, Yeast Roll (1 per), Green Beans, Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) Dinner Hot Dinner: Tamale Pie Casserole (8 oz), Green Beans (3 oz), Canned Soft Drinks (12 oz portion) & Bottled Water (16 oz per person) Each inspection report is a "snapshot" of conditions present at the time of the inspection. By using this search, you are agreeing to our Terms of Use. Licensee Name: Rank: Primary Status: Location Address: TASTEBUDS CUSTOM CATERING Catering Current License Number: CAT2102685 License Expiration Date: 12/01/2020 Secondary Status: Active 1040 COLLIER CENTER WAY #10-11 NAPLES, FL 34110 Inspection Information Inspection Inspection High Intermediate Basic Type Date Result Priority Violations Violations Violations Routine - Met Inspection Standards Food 11/01/2019 During This Visit 0 0 2 More information about inspections. Violations: A summary of the violations found during the inspection are listed below. The department cites violations of Florida's sanitation and safety laws, which are based on the standards of U.S. Food and Drug Administration's Food Code. High Priority violations are those which could contribute directly to a foodborne illness or injury and include items such as cooking, reheating, cooling and hand -washing. Intermediate violations are those which, if not addressed, could lead to risk factors that contribute to foodborne illness or injury. These violations include personnel training, documentation or record keeping and labeling. Basic violations are those which are considered best practices to implement. While most establishments correct all violations in a timely manner (often during the inspection), the division's procedures are designed to compel compliance with all violations through follow-up visits, administration action or closure when necessary. Violation Observation 36-37-4 Basic - Ceiling not smooth, nonabsorbent and easily cleanable in food preparation, food storage, warewashing areas or bathroom in kitchen prep area. "Repeat Violation" 12B-07- Basic - Employee beverage container on a food preparation table or over/next to clean 4 equipment/utensils. Observed employee beverage on clean prep table in kitchen prep area. Operator moved employee beverage to proper storage. 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. RON DESANTIS, GOVERNOR HALSEY BESHEARS, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DIVISION OF HOTELS AND RESTAURANTS CAT2102685 The CATERER (2013) Named below IS LICENSED Under the provisions of Chapter 509 FS. Expiration date: DEC 1, 2020 I/ TASTEBUDS CUSTOM CATERING INC TASTEBUDS CUSTOM CATERING 1040 COLLIER CENTER WAY #10-11 NAPLES FL34110 NON- TRANSFERABLE. ISSUED: 12/01/2019 - DISPLAY AS REQUIRED BY LAW SE0 # L1912010001076 LOCATION: 1040 COLLIER CENTER WAY #10-11 ZONED. INDUSTRIAL BUSINESS PHONE:239-774-3663 STATE OR COUNTY LIC #'. CLASSIFICATION: CATERING CLASSIFICATION CODE: 02000008 v�'�.�R o�.co �y� ' Corp o ati n 1 a 78 �►`a ;IP Q This document is a business tax only. This is not certification that lic1� / It does not permit the licensee to violate any existing regulatory zoning Wvs nor does it exempt the licensee from any other taxes or permits that may be TAX BUSINESS TAX NUMBER: 101308 COLLIER COUNTY BUSINESS COLLIER COUNTY TAX COLLECTOR FLORIDA 34104 VISIT OUR W BSITE AT: www.coll ertax cam THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. (239) 252.2477 TASTEBUDS CUSTOM CATERING, INC )IRO, GREGORY E. COLLIER CENTER WAY #10-11 FS.FL 34110 -THIS TAX IS NON -REFUNDABLE - DATE 09/04/2019 AMOUNT 50.00 RECEIPT WWW-20-00110573 zovw 01w. ;R" Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR EMERGENCY CATERING SERVICES SOLICITATION NO.: 20-7743 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) 20-7743 NUMBER: PROJECT TITLE: EMERGENCY CATERING SERVICES DUE DATE: April 21, 2020 A 3:00 um PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: hllps://www.bidsy!lc.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $900,000.00 during a full activation (Category 4 hurricane); however, this may not be indicative of future buying patterns. BACKGROUND The County is requesting proposals from responsive and responsible vendor(s) to provide catering services, supply bulk and / or boxed food meals, and food supplies to the County's employees and emergency workers before, during, and / or after an emergency or disaster event. FEMA funding may be used, in part, in support of this procurement. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) - one (1) year renewals. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, 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. DETAILED SCOPE OF WORK The Vendor(s), at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Collier County Facilities Management Division is seeking vendor(s) capable of providing nutritious meals to support part or all of the feeding operation requirements in the event of an emergency or disaster. The intent of the County is to award a Primary, Secondary and Tertiary Vendor. 1. General: a. When the County declares an emergency or disaster is imminent or in process, the County will contact the Vendor to initiate the emergency catering services. b. No guarantee is expressed or implied as to the quantity of commodities and/or services to be procured. c. A County declared disaster may include, but not be limited to, storms, hurricanes, tornadoes, flooding, fires, homeland PA security activity, major police activity, acts of terrorism, etc. d. Catering requirements shall be based on the severity of the disaster but could range from one designated location in smaller events to over fifteen locations Countywide. i. Locations may include, but not be limited to, Collier County Emergency Operations Center, emergency responder staging areas throughout the County, and various emergency shelter locations throughout the County. e. Vendor(s) shall be required to provide and deliver cold box meals to locations within Collier County, as directed by the County. f. Vendor(s) shall be prepared to supply and provide catering services at the Emergency Operations Center during an extended lock -down period. g. Vendor(s) shall be prepared to supply and provide catering services (when appropriate) to designated locations throughout the County upon the County's request. h. Vendor(s) shall include in their proposal their cancellation policy as it pertains to this solicitation. 2. Event Preparation and Response a. A 48-hour verbal or written notice for emergency catering services will be given to the Vendor(s) when possible. The notice will include the nature of the emergency, the location(s) requiring the service(s), type of food and/or meals required, estimated quantity of food required, serving times, name and contact information for the County liaison, and any other relevant information. b. The Vendor(s) shall provide the requested emergency catering services within twenty-four (24) hours after the County issues the notice, unless the County provides a longer response time with the request. Time is of the essence. c. The County shall provide the Vendor(s) a verbal or written twenty-four (24) hour notice to discontinue the emergency catering service. The notice will include any clean-up requirements. d. Vendor(s) shall understand normal food and fuel suppliers may be inoperable during the emergency service period and utilities such as potable water and electricity may be shut off. The Vendor(s) shall plan and prepare accordingly to ensure services as requested are met. 3. Vendor Responsibilities a. The Vendor(s) shall obtain all licenses and / or permits required prior to the start of an emergency service period at no additional expense to the County. b. All meals shall be prepared under Federal, State, and Local guidelines governing health and food service sanitation. If the food is served in and/or from Mobile Food Dispensing Vehicles, the Vendor(s) shall provide a copy of license and ensure the minimum specifications are maintained as required in section 61C4.0161, Florida Administrative Code. hlWs://www.flrules.org/.a^ tewa /hgpterhome.asp?chapter=61c-4 c. The Vendor(s) shall provide all management, supervision, labor, materials, supplies, and any additional equipment needed to establish and operate a food service facility for dispensing food and beverages. Service shall be prompt, efficient, sanitary, and courteous and avoid undue interference with the operations of the facility in which services are being provided. The variety, menu, and appearance of food shall be consistent with food service industry standards. d. The Vendor(s) shall provide adequate number of employees to operate each requested location based on the number of meals being served. The Vendor's employees shall be clean and courteous to the public. Employees must have a current Health Department certification and have completed all required medical requirements. The Vendor(s) shall maintain current health inspection records as applicable to this solicitation. e. The Vendor(s) shall provide proper containers (i.e. microwave -safe for boxed hot meals) and utensils for all meals. Recyclable materials shall be used when commercially available. f. The Vendor(s) shall provide all items required for service, including, but not limited to, dishes, drinkware for hot and cold beverages, utensils, serving utensils, food tables, chafing dishes, beverage dispensers, napkins and condiments in single serve packets. g. The Vendor(s) shall maintain adequate supplies on hand and shall be responsible for re -stocking all supplies. h. The Vendor(s) shall promptly dispose of all refuse and waste material, created by the Vendor's operation, after each meal service. Trash removal and cleaning the service area shall be the Vendor's responsibility. i. The Vendor(s) is/are prohibited from serving leftovers. Leftovers shall become the property of the County and remain with the County after each meal service. The Vendor(s) shall box up, label and date leftovers and leave in the County refrigerator(s). j. The Vendor(s) shall provide at least two (2) emergency contact telephone numbers that will allow twenty-four (24) hours, seven (7) days per week contact. k. The Vendor(s) shall appoint one of its employees as the primary liaison and key contact for approval by the County during an active event. 4. Meal Requirements a. During an event, the Vendor(s) shall provide a daily menu that includes foods that are visually appealing, appetizing, and nutritionally sound. Three (3) nutritional and well-balanced meals per day (breakfast, lunch and dinner) shall be required upon request of the County. An additional late service meal shall be required for 24-hour emergency operations. In the event of this additional late service, the County will notify the Vendor(s) 24-hours in advance, when possible. b. Each meal served shall include the USDA recommended servings of protein, grains, fruits and vegetables. i. Breakfast shall consist of a standard portion of protein, fruit and dairy and be served as a hot meal with cold meal choices. ii. Lunch, dinner and late shift meals shall contain an entree of either meat, pasta, or fish and include a salad option. iii. Vendor(s) shall only be required to provide one entree per meal. b. All meals shall be a minimum of one and one-half serving size. c. The Vendor(s) shall ensure availability to supply three (3) 16oz. bottles of water per person, per day. d. The Vendor(s) shall provide a choice for special dietary needs upon notice of the special dietary need(s) from the County (i.e. vegetarian, diabetic, kosher, gluten free, etc.). e. Boxed meals shall be appealing and travel well. f. Boxed meals shall include a deli style sandwich, bag of chips, piece of fruit, cookie, napkin and bottle of water. Similar items are acceptable upon approval by the County. g. The Vendor shall provide insulated gel packs for use in boxed meals as appropriate. h. The Vendor shall make available coffee and tea service with cups, sugar, creamer, stirrers, etc. on a 24/7 basis. Coffee (caffeinated and decaffeinated) shall be brewed onsite. Hot water and tea bags shall be made available. i. All materials required to brew and consume the coffee and tea shall be provided by the Vendor, including, but not limited to, coffee maker, coffee filters, cups, sugar, sugar substitute, creamer, flavored creamer, etc. j. Vendor shall make available at the County's request the following items: soft drinks (cans and / or plastic bottles — regular and diet options), iced tea, juice, milk, lemonade, snacks (chips, crackers, cereal bars, nuts, etc.). 5. Meal Count Process a. The Vendor(s) shall track each meal consumed and shall be responsible for managing the distribution process to ensure each person served is being accounted for and an accurate meal count is provided to the County following each meal. Tracking shall be accomplished through a monitored paper -based signature process or by electronic means. b. The meal count shall be provided to the County no later than two (2) hours after each meal service is complete. The number of meals counted shall be recorded and reconciled between the County and the Vendor(s) at the end of each meal service. 6. Serving Times a. Pre -event serving times will be established on an event -by -event basis. 4 b. The County anticipates serving times as listed below. The times may change or vary depending on the nature of the disaster and / or emergency event. All times shall be Eastern Time Zone. Breakfast 7:00 AM until 8:30 AM Lunch 11:00 AM until 2:00 PM Dinner 6:00 PM until 8:00 PM Late Shift 12:00 AM until 2:00 AM (box dinner acceptable) 7. All -Inclusive Pricing / Invoicing a. The Vendor's pricing shall be all-inclusive per meal as quoted on the Cost Schedule. Additional expense lines on an invoice will be rejected unless pre -approved by an appropriate County Representative. b. The Vendor's invoice shall be itemized with the actual meal count and appropriate meal pricing as quoted on the Cost Schedule. The invoice shall include location, date and time of the service(s). SAMPLE MEALS Days 1 thru 3 (example only) Breakfast 4 oz. Scrambled Eggs and Egg Substitute 2 oz. Breakfast Meat 1 pc. Breakfast Bread (waffle, pancake) or Toast Butter and syrup or jam 12 oz. Coffee, Juice or Milk Snack Lunch Dinner 1 ea. Muffin or Bagel 1 pc. Fresh Whole Fruit Fresh Tossed Salad 4 oz. Protein — Chicken, Beef, Fish, Pork, sandwiches, etc. 4 oz. Starch — pasta, potato, rice 3 oz. Vegetable — fresh/frozen 12 oz. Beverage Fresh Tossed Salad 6 oz. Protein — Chicken, Beef, Fish, Pork, dinner entrees, etc. 4 oz. Starch 3 oz. Vegetable Dessert — Cookie, etc. 12 oz. Beverage By Day 4 the County may begin to transition into remaining frozen items and introduce dry and canned products. The menu should become simpler and snacks are dedicated for workers only. Days 5 thru 7 shall be basic and meant to sustain nutrition thru shelf stable products. Day 4 (example only) Breakfast Hard Boiled Egg 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Coffee or Water Snack Lunch "Workers Workers Only* 1 ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips Carrot Sticks or Celery Sticks Dinner Deli Sandwich Chips 12 oz. Beverage 8 oz. Entr6e — Lasagna, Pasta Bake, Raviolis 3 oz. Frozen or Canned Vegetable 12 oz. Beverage Dessert Day 5 thru 7 (example only) Breakfast 4 oz. Dry Cereal or Hot Cereal 3 oz. Canned Fruit and or Yogurt 8 oz. Water, Coffee if available Snack "Workers Workers Only* 1 ea. Granola Bar, Cheese, Dried Fruit or Bag of Chips Lunch 8 oz. Soup or Chili, etc. 1 pc. Roll or Bread 3 oz. Vegetable — fresh/frozen 12 oz. Beverage Dinner 8 oz. Entr6e — Lasagna, Pasta Bake, Ravioli, Tuna Casserole, etc. 3 oz. Frozen or Canned Vegetable 12 oz. Beverage REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Evaluation Criteria for Development of Shortlist, which will be the basis for short -listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then score and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY' S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: 6 Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Experience and Capacity of the Finn 35 Points 4. Plan of Approach 35 Points 5. Cost of Services to the County 20 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non -responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points) Provide a cover letter, signed by an authorized officer of the Company, describing the Company's experience and underlying philosophy in providing the services as described and requested in this solicitation. Description should include details such as abilities, capacity, skill, strengths, number of years in business, number of employees, etc. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: EXPERIENCE AND CAPACITY OF THE FIRM (35 Total Points Available) The County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on current (within the past ten years) projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the form provided. Vendors shall include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. Details for each project example provided should include: a. Project Name b. Project Address c. Customer Name d. Customer Contact Information • Point of contact Name, Phone and Email e. Brief description of work provided and dates of event f. Type of event (i.e. disaster, private, municipal, etc.) g. Quantity of people served h. Quantity of meals served EVALUATION CRITERIA NO.4: PLAN OF APPROACH (35 Total Points Available) 1.7.1 Provide a detailed Plan of Approach that explains how your company intends to comply with and meet the anticipated deliverables as detailed within this solicitation. A detailed Plan of Approach shall include, but not be limited to, approach for providing the services requested, anticipated resources, staffing levels, food delivery and preservation, and 7 equipment. Submit details on process of preparation of meals, serving of meals, delivery of boxed meals offsite, and the ratio of personnel per person being fed. Vendor(s) are requested to provide, in such details, their food preparation locations and facilities. 1.7.2Provide a proposed timeline showing how your company will mobilize, stage, and provide all required services within twenty-four hours after notice of activation by the County. 1.7.3Provide seven (7) days' worth of sample menus that are representative of meals to be served. (1) Breakfast menu should include both a typical continental (cold) breakfast and a typical (buffet) hot breakfast (2) Lunch and dinner menus should include both box meal and hot (buffet) meals. 1.7.4Provide a copy of your Company's meal cancellation policy. 1.7.5Provide copies of your Company's current health inspection records. 1.7.6Provide copies of your Company's licenses and certifications. EVALUATION CRITERIA NO. 5: COST OF SERVICES TO THE COUNTY (20 Total Points Available) 1. Provide your meal pricing on the cost schedule below: a. All lines must be completed with a cost to be deemed responsive. Description Unit of Measure Unit Value Bundled Meal Service (Three Meals Per Day) Three 16 oz. Bottles of Water Included Per Person $ Breakfast Service (Hot) Per Meal $ Lunch Service (Hot) Per Meal $ Dinner Service (Hot) Per Meal $ Boxed Meal Per Meal $ Coffee and Tea Service - Per 24-hour Period Per Period $ Individual Serving Soft Drink, Juice, Milk Per can/bottle $ Lemonade, Iced Tea Per Gallon $ Snacks (Chips, Crackers, Cereal Bars, Nuts, etc.) Per Package $ Cancellation Fee (must be confirmed by County) Per Incident $ VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List)**** Collier County Solicitation 20-7743 0101 16r C.Atdmy Aornmistahve Services DepartnCrt Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-veudor for any future associated work that is a result of this awarded contract. DJ WITNESS WHEREOF, WE have herpunto subscribed our names on this115 day of i) 20L4in the County of ('Ql1, v , in the State of Flon &a Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number 'CCR # or CAGE Code "Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: 10`%o Cal1,8r Carver Wa-L,,-, 410 Na-Ples �� 3�tlb v Z.lo - 2a l0 2?S 39-11�t -3l TOR F, CbM 4/10/2020 7:43 AM p. 13 Collier County Additional Contact Information Solicitation 20-7743 Send payments to: Wks+-e—bL U t/ (required if different from Company name used as payee above) Contact name: R LW l nit Title: Address: IOLAD City, State, ZIP 1JQI" 'R- 3 tit 1D Telephone: 2-3 — 4-1 t--t — CD 3 Email: Cttr��/0 T -lrr-6 C A.LAt1ylCa4f/1[$•(AM Office servicing Colliery County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: 4/10/2020 7:43 AM p. 14 Collier County Solicitation 20-7743 CioAwr Aarninistrai ve Services Depaiplxxrt Pnq,.�an and °_,rviWS Jrusr.. Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The fum has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. State of epvtAn, County of Col I t ey" The foregoing instrument was acknowledged before me by this )5 day ofApyj1 (month), 7A2-0 (year), by acknowledging). 1 SACAA TROMBLEY +. - flouryPublic - Sure of Florida am Cmissloc of GG 161a10 i., r My Comm Eapi Nov 20. 2021 .. amaea nro.gr Naw.0 ibary Assn. ersonally Known OR Produced Identification Type of Identification Produced W S� Mtn r1 I Company N Sigmature I P(A;;, kjcr Print Name and Title of E3 ysical presence or ❑ online notarization, of of person of (Print, Type, or Stamp Commissioned Name of Notary Public) 4/10/2020 7:43 AM p. 15 DIVISION OF CORPORATIONS Brfr )n OF --j A2- rg / Lai offs'/u! L'Swe ofFlorida lorid r s1 ritwe' Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation TASTEBUDS CUSTOM CATERING, INC. Filing Information Document Number P08000058118 FEI/EIN Number 26-2810225 Date Filed 06/16/2008 Effective Date 07/01 /2008 State FL Status ACTIVE Principal Address 1040 COLLIER CENTER WAY, #10-11 NAPLES, FL 34110 Changed: 07/16/2013 Mailing Address 1040 COLLIER CENTER WAY, #10 NAPLES, FL 34110 Changed: 07/16/2013 Registered Agent Name & Address SHAPIRO, GREGORY EP 700 102ND AVE NORTH NAPLES, FL 34108 Name Changed: 03/24/2009 Address Changed: 03/08/2011 Officer/Director Detail Name & Address Title P SHAPIRO, GREGORY E 700 102ND AVE NORTH KI A I'll rn rl nn A11(1 1 IAI INMr-LCO, rL J+ I U 0 UIV Annual Reports Report Year Filed Date 2017 07/03/2017 2018 06/28/2018 2019 04/16/2019 Document Images 04/16/2019 -- ANNUAL REPORT View image in PDF format 06/28/2018 -- ANNUAL REPORT View image in PDF format 07/03/2017 -- ANNUAL REPORT View image in PDF format 03/28/2016 -- ANNUAL REPORT View image in PDF format 01/09/2015 -- ANNUAL REPORT View image in PDF format 02/21/2014 -- ANNUAL REPORT View image in PDF format 04/03/2013 -- ANNUAL REPORT View image in PDF format 03/21/2012 -- ANNUAL REPORT View image in PDF format 03/08/2011 --ANNUAL REPORT View image in PDF format 06/16/2010 -- ADDRESS CHANGE View image in PDF format 02/02/2010 --ANNUAL REPORT View image in PDF format 03/24/2009 -- ANNUAL REPORT View image in PDF format 06/16/2008 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations Collier County Solicitation 20-7743 co '�. cot�cy Acr1,n511rJwe saNKM JepNt ne 1t ,,>._ en ant seniw: Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (hos://www.e-verify.gov/) at the time of the submission of the Vendor's proposalfbid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act C"INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify, and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. n Company Name Signature ��estJrv, 4,, ' 0. P« 1 Print Name and Title State of nyl ii County of (pi1if! lf The foregoing instrument was acknowled ed before me by me of EI phy ' al presence or ❑ online notarization, this ' — day of per,,,"y"i (month), at), r) ,y b (name of person acknowledging). 1 Cl J� 11iO Y: SAGAN TROM6LEY - Notary Pubtic-State of Florida .�` •' Commission # GG 161610 gn a of No Public - State Florida) NtY Comm Eapres Nov 20. 2021 . Bcnpep nm.p iv. r Nowy Aµn orally Known OR Produced Identification Type of Identification Produced trrwr, type, or stamp Commissioned Name of Notary Public) 4/102020 7:43 AM p. 16 � sect iE-Verfv— or ON a Company ID Number: 1528350 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Tastebuds Custom Catering (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri a�* fo Company ID Number: 1528350 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri fo Company ID Number: 1528350 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri a�* fo Company ID Number: 1528350 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify(@dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri fo Company ID Number: 1528350 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri fo Company ID Number: 1528350 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri fo Company ID Number: 1528350 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect iE-Verfv— or ON a Company ID Number: 1528350 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri fo Company ID Number: 1528350 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ON E-Veri a�* fo Company ID Number: 1528350 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect ifv— ONa� E-Ver 1Ior Company ID Number: 1528350 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 W� ram- . E-Veriff �ylll� o Company ID Number: 1528350 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 W� ram- . E-Veriff �y�N� o Company ID Number: 1528350 Approved by: Employer Tastebuds Custom Catering Name (Please Type or Print) Title Heather Shapiro Signature Date Electronically Signed 04/08/2020 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 04/08/2020 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect ifv— ONa� E-Ver 1Ior Company ID Number: 1528350 Information Required for the E-Verify Program Information relating to your Company: Company Name Tastebuds Custom Catering Company Facility Address 1040 Collier Center Way #10 Naples, FL 34110 Company Alternate Address County or Parish COLLIER Employer Identification Number 262810225 North American Industry Classification Systems Code 722 Parent Company Number of Employees 20 to 99 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 W� ram- . E-Veriff �y�N� o Company ID Number: 1528350 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 W� ram- . E-Veriff �y�N� o Company ID Number: 1528350 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Heather Shapiro Phone Number (239) 774 - 3663 Fax Number Email Address heather@tastebudscustomcatering.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 W� ram- . E-Veriff �y�N� o Company ID Number: 1528350 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Collier County Solicitation 20-7743 coA,� coumly Apmmistr-jtve Smioes Departnwnt N,�,,ani Stn¢es L�nsrn Form 4: Vendor Submittal - Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Flo 'da (Select County if Vendor is described as a Local Business) �J Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in Zcollier County or ❑ Lee County: 2.016 Number of Employees (Including Owner(s) or Corporate Officers): 4 Number of Employees Living in ff Collier County or ETLee (Including Owner(s) or Corporate Officers): �' If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under Penalties of Periurv, i certify that the information shown on this form is correct to my knowledee. Company Name:—TQ-5kJt.kY l WAWr n Cak t(`� Date: 4—IL( Address in Collier or County: 104D QA(i 2/- , Signature: Title: Pros l kLA- 4/10/2020 7:43 AM p, 18 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Freud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I - 1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 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. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement 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. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement' under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-coo- rp ogram Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180,905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; EXHIBIT I - 2 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, _when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. II. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractors commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Vill. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 37013708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I - 4 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competentjurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 a public entity, and may not transact business with any public entity in excess of $25.000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I - 5 Collier County Solicitation 20-7743 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. pp Vendor/Contractor Name Date H - I Lt-Z-D Authorized Signature EXHIBIT I - 6 4/10/2020 7:43 AM p. 29 Collier County solicitation 20-7743 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR 96 D 0 Na9(9:6 -?q(to 0039CI I IA-1 DUNS Number 1 q-2-D Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number: 4337DRFLP000000l EXHIBIT I - 7 4/10/2020 7:43 AM p. 30 Collier County Solicitation 20-7743 EXHIBIT I x FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Will be Verified. UnNereable statuses Will require the PR Kif to NOW prGAOde a Ievlsed statement or Fronde source documentation that a.idates a A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FE O NUMBER CON-RACT C,0- 1g ANNJUNT a-5kri i., C3w6r" t P^ ZIa�ZE310?ZS ISTIC PRIME A RORIDA-CIATIFIED DISADVANTAGt MINCatRY OR WOMEN BUSINESS ENn It"ISE' VUERANY N LB THEACTIVITY OF THIS CONTRA. (DBE K/WBEI OR HAVE A SMALL DISADVANTAGED DBEt. V fN CONSTRUCTION' , BUSINESS" CERTIFICATION FROMTHE SMALLBUSINESS MBE, V CONSULTATON r ADMINISTRATION' A SERVICE DISABLEOVEECRAN' woe, Y OTHER7 SDS BA.. Y IS THtSSUBMISSION A REVISIONS Y N IFYES,REMSIONNUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DOE RA/WBt SUBCONTRACTORDRSUPPLIER TYPEa V/ORKOR ETHNICTTYCODE SUB/SUPPLIER PER'ENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) DOLLARAMOU" DOLIARS C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR 15rw 5-0p.t, I PreolE►*'e 4-1szo I pre 0,I I iE1Eo h�tdo I,JbcAyt,ca1c;K. j 23A-1�K-31�b� n I a NOR: Thu InfomIRMOn is toed to Dark and report wwpatW DBE a MBE participation in federaifY funded mntsacts T1e anticipated DBE or MBE amount is Wluntary and will not become part of the comrMual terms. This form mtm be submitted at time of response to a solcltavon f and when anarded a County contract, the Prime will beasked to update the Information for the Brant cdmpkarKe fi-es. ad AIIIMtpn AIC American Aneron M Ien American EO C AmladOR orhy Women r 16ted it D. SECTION TO BE COMPLETED BY COLDER COUNTY 6^111011 1 - 0 4/10/2020 7:43 AM p. 31 Collier County Solicitation 20-7743 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding S100-0001 The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. EXHIBIT I - 9 4/102020 7:43 AM p. 32 was Form W-9 Request for Taxpayer (Rev. October 2018) Identification Number and Certification Give Form to the Department of the Treasury requester. Do not rn Inteal Revenue Service I"'GO to wwwJ134gov/FomrW9 for instructions and Ma latest information. send to the IRS. t Name (as shown on your income tax return). Name's required on this line; do rwt leave this line blank. Tastebuds Custom Catering, Inc. 2 Business name/disregertled amity name, s drffereM horn above 0 9 Check appropriate box for federal tax clasecaion of the person whose name Is emend on line 1. Check only one of the following seven boxes. 4 Exemptions (codas apply only to certain ,xnkiea, not individuals; see o ❑ Indlvidualisole proprietor or ❑ C Corporation ❑`' S Corporation ❑ Partnership ❑ Trustlestate �tredbns page 3): single -member LLC 0 > '2 ❑ Linked liability company. Enter the tax classification (C--C corporation, S=S Exempt payee code (d arty) ti 3 corporation, P=Partnership) I- Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the Exemption horn FATCA reporting a owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise. a single -member LLC that code (if any) Is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other( etainstructlorls)► y 0 Address (number, street, and apt, or suite no.) See irstmctions. fNWM bccwnn mr,yr,pypil, q•u.51 Requester's name and address (optionag 1040 Collier Center Way s10 e City, state. and ZIP code Naples FL 34110 7 List account number(s) here (optbnag TaXDaVter Identifirafinn N..mn v man Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding, For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later. For other amities, it is your employer identification number (EIN). If you do not have a number. see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also ass What Name and Number To Give the Requester for guidelines on whose number to enter. 811 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellaton of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other man interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. a;_ General Instructions Section references are to the internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.i ,.gov1FO Myi Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN, adoption taxpayer identification number (ATIN, or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Cat. No, 10231X oats► "(—(��— L0 • FOM 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Fpml 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. f/ you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Form W-9(Rev. 10-2019) INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://Uj2s.fldfs.com/bocexempt/ 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, 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/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Collier County Solicitation 20-7743 8. ❑ Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost home by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; 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. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, 012, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 3/17/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name Telephone Number�� 1 ' 1 ��� ' 1 Li 14 4/10/2020 7:43 AM p. 23 Collier County Solicitation 20-7743 COHi1Ly Email: Barbara.Lance@colliercountyfl.gov Adrrunstrative Sefmoes Division Telephone: 239.252.8998 Procurement Services ADDENDUM #1 Date: April 6, 2020 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # 1—20-7743 Emergency Catering Services This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: ADDITION: Due to the recent COVID-19 Pandemic, the "Bid Opening" scheduled for 3:00 pm on April 21, 2020, will be held via the below call -in number. If you planned on attending, please call in per the information below: Telephone Bridge Number: (239) 252-7205 Participants Access Code: 212121 If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. q - I Z� (Signature) Date 4/10/2020 7:43 AM p. 47 INSTRUCTIONS TO PROPOSERS 1. QUESTIONS 1.1 Direct questions related to this RFP to the Collier County Procurement Services Division Online Bidding System website: hUs://www.bidsync.com/bidsyLic-cas . 1.2 Proposers must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. PRE -PROPOSAL CONFERENCE 2.1 The purpose of the pre -proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. 2.2 All prospective vendors are strongly encouraged to attend, as, this will usually be the only pre -proposal conference for this solicitation. If this pre -proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. 3. COMPLIANCE WITH THE RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFS may result in disqualification. 4. AMBIGUITY, CONFLICT. OR OTHER ERRORS IN THE RFP It is the sole responsibility of the vendor if they discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Professional, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Professional will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Procurement Services Division. 5. PROPOSALS, PRESENTATIONS, AND PROTEST COSTS The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. VALIDITY OF PROPOSALS No proposal can be withdrawn after it is opened unless the vendor makes their request in writing to the County. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 7. METHOD OF SOURCE SELECTION 7.1 The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08, establishing and adopting the Collier County Procurement Ordinance. 7.2 If the County receives proposals from less than three (3) firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. 8. EVALUATION OF PROPOSALS 8.1 The County's procedure for selecting is as follows: 8.1.1 The Procurement Services Director shall appoint a selection committee to review all proposals submitted. 8.1.2 The Request for Proposal is issued. 8.1.3 Subsequent to the receipt closing date for the proposals, the Procurement Professional will review the proposals received and verify each proposal to determine if it minimally responds to the requirements of the published RFP. 8.1.4 Selection committee meetings will be open to the public and publicly noticed by the Procurement Services Division. 8.1.5 In an initial organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publicly announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be publicly posted with at least one (1) day advanced notice. 8.1.6 Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. 8.1.7 At the publicly noticed selection committee meeting, the members will present their independent findings / conclusions / comments based on their reading and interpretation of the materials presented to each other, and may ask questions of one another. Time will be allowed for public comment. 8.1.8 Collier County selection committee members may consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, clarification of proposer information, and/or additional credit information. 8.1.9 Once the individual scoring has been completed, the Procurement professional will read the results publicly. The committee will make a determination if oral presentations are needed and which firms will be invited to give oral presentations by short listing the proposals submitted. The selection committee may ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their final ranking. 8.1.10 The selection committee's overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Professional. By final tabulation, and having used all information presented (proposal, presentation, references, etc.), the selection committee members will vote and thus create a final ranking and staff will subsequently enter into negotiations. 8.2 The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. 8.3 Receipt of a proposal by the County offers no rights upon the proposer nor obligates the County in any manner. 8.4 Acceptance of the proposal does not guarantee issuance of any other governmental approvals. 9. REFERENCES The County reserves the right to contact any and all references submitted as a result of this solicitation. 10. RESERVED RIGHTS Collier County reserves the right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also, Collier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet additional or reduced requirements of Collier County. Notwithstanding any other provisions of this Article, if none or only one responsive and responsible bid or proposal is received following any solicitation, the County Manager, or designee, reserves the right to reject all bids, proposals or offers and to negotiate with any responsible providers to secure the best terms and conditions in the sole interest of the County unless otherwise provided by law. 11. INSURANCE AND BONDING REQUIREMENTS 11.1 The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 11.2 The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Vendor, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Vendors and Subcontractors and shall require each of them to include similar waivers in their contracts. 11.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 11.4 Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." 11.5 The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. 11.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 11.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self -insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Vendor's sole responsibility. 11.8 Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. 11.9 The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the 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 Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 11.10 Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. 11.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 12. ADDITIONAL ITEMS AND/OR SERVICES Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 13. COUNTY'S RIGHT TO INSPECT The County or its authorized Agent shall have the right to inspect the Vendor's facilities/project site during and after each work assignment the Vendor is performing. The County reserves the right to take into consideration a vendor's past performance under a prior or current County contract when it is considering the granting of a new contract, the assignment of a work order, or any additional work. Past poor performance may result in the County deeming the vendor non -responsible and therefore refraining from awarding such work. 14. VENDOR PERFORMANCE EVALUATION The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 15. ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 15.1 The selected Vendor shall be required to sign a standard Collier County contract. 15.2 The resultant contract(s) may include purchase or work orders issued by the County's project manager. 15.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. 15.4 The County's project manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 16. PUBLIC RECORDS COMPLIANCE 16.1 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 16.2 The Contractor must specifically comply with the Florida Public Records Law to: 16.2.1 Keep and maintain public records required by the public agency to perform the service. 16.2.2 Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 16.2.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 16.2.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 17. WORK ORDERS ON FIXED TERM CONTRACTS 17.1 The County reserves the right to order such services from selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the County. 17.2 Agreements issued that are determined to be "CONTINUING CONTRACTS" where services will be requested by Work Orders in excess of $200,000 shall be approved by the Board of County Commissioners. 17.3 Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended as necessary until completion of such project. 18. PAYMENT METHOD 18.1 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: 18.1.1 Purchase Order Number 18.1.2 Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk(a)collierclerk.com 18.2 Payments will be made for articles and/or 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. 18.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 18.4 Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 19. ENVIRONMENTAL HEALTH AND SAFETY 19.1 All Vendors and Sub Vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub Vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. 19.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. 19.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 19.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 20. POLLUTION PREVENTION The vendor is required to implement industry relevant pollution prevention and best management practices. Should pollution incidents occur, Collier County Pollution Control must be notified immediately. 21. LICENSES 21.1 The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non- responsive. A Vendor, with an office within Collier County is also required to have an occupational license. 21.2 All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. 21.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 22. SURVIVABILITY The Vendor agrees that any Purchase Order/Work Order/Solicitation Documents that extends beyond the expiration date of the original Solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination. 23. PRINCIPAL/COLLUSION By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 24. RELATION OF COUNTY It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 25. TERMINATION Should the Vendor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately 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. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. 26. LOBBYING After the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the final contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty-eight of County Ordinance 2017-08. 27. CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (FL Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.htmi) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 28. SINGLE PROPOSAL Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub -vendor to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub -vendor to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non -responsive and rejected from further consideration. 29. PROTEST PROCEDURES 29.1 With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for the Procurement Services Director, to render a decision on the formal protest and determine whether postponement of the bid opening or proposal/response closing time is appropriate. The Procurement Services Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Procurement Services Director's decision. 29.2 Any actual proposer or respondent to who desires to protest a recommended contract award shall submit a notice of intent to protest to the Procurement Services Director within three (3) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. 29.3 All formal protests with respect to a recommended contract award shall be submitted in writing to the Procurement Services Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Procurement Services Director, and accompanied by the required fee. 29.4 Complete form and instructions for formal protest are set forth in Section 23 of Collier County Ordinance 2017-08. The protesting party must have standing as defined by established Florida case law to maintain a protest. 30. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted Vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or vendor under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Vendor list. 31. SECURITY AND BACKGROUND CHECKS 31.1 The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 31.2 All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. 31.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 31.4 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 32. CONFLICT OF INTEREST Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 33. 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, the current Collier County Ethics Ordinance 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. 34. IMMIGRATION LAW AFFIDAVIT CERTIFICATION 34.1 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. 34.2 The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including Request for Professional Services (RFP) and construction services. 34.3 Exceptions to the program: 34.3.1 Commodity based procurement where no services are provided. 34.3.2 Where the requirement for the affidavit is waived by the Board of County Commissioners 34.4 Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing the acceptable E-Verify evidence and the executed affidavit the bidder's / Vendor's proposal may be deemed non -responsive. 34.5 Additionally, Vendors shall require all subcontracted Vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. 34.6 For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Vendor's responsibility to familiarize themselves with all rules and regulations governing this program. 34.7 Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be 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 and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 0 Yes ❑ No Certification: I certify that I am in agreement, to the best of my knowledge, with the Instructions To Proposers above. caAxer coi4 y PdminisbWwe SeNims Deparbrent Procurement Servw Dmsw Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. Vendor should checkoff each of the following items: ✓General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - httT:// dos.myflorida.com/sunbiz/ should be attached with your submittal. ✓Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposalfbid. VAorm 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE L/E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. V Form 4: Certification for Claiming Status as a Local Business, ifif^n;i cable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaires form MUST be utilized for each required reference and included with your submittal, or you MAY be DEEMED NON -RESPONSIVE. % V Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. V Vendor W-9 Form. ✓Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. V/AII addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. N 4 County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. NA Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. caAxer coi4 y PdminisbWwe SeNims Deparbrent Procurement Servw Dmsw Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. Vendor should checkoff each of the following items: ✓General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - httT:// dos.myflorida.com/sunbiz/ should be attached with your submittal. ✓Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposalfbid. VAorm 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE L/E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. V Form 4: Certification for Claiming Status as a Local Business, ifif^n;i cable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaires form MUST be utilized for each required reference and included with your submittal, or you MAY be DEEMED NON -RESPONSIVE. % V Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. V Vendor W-9 Form. ✓Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. V/AII addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. N 4 County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. NA Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. 16.C.11.k A� o CERTIFICATE OF LIABILITY INSURANCE DATE( 07/02/2020 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. v C IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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). E PRODUCER CONTACT Pamela Johnson LL1 Rosier Insurance PHONE (239) 444-1635 FAX (239) 444-1415 A/C No Ext : A/C, No): 9696 Bonita Beach Road E-MAIL pjohnson@rosierinsurance.com ADDRESS: ti Suite 103 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Hudson Specialty Ins. Cc N Bonita Springs FL 34135 INSURED O INSURER B : Z Tastebuds Custom Catering Inc INSURER C : 1040 Collier Center Way#10 d INSURER D : LL INSURER E: Naples FL 34110 INSURER F : i COVERAGES CERTIFICATE NUMBER: 2020-2021 REVISION NUMBER: 4- 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 LTR TYPE OF INSURANCEADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE �X OCCUR DAMAGE TO PREM SES Ea oRENTED cE ante $ 100,000 MED EXP (Any one person) $ 5,000 X LIQUOR LIABILITY PERSONAL &ADV INJURY $ 2,000,000 A Y HBD10031726-02 03/15/2020 03/15/2021 LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY❑PRO ❑ LOC JECT: MOTHER PRODUCTS-COMP/OPAGG $ Z,000,OOO Liquor Liability Aggregate $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANYAUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ HCLAIMS-MADE AGGREGATE $ EXCESS LAB DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? NIA E.L. EACH ACCIDENT $ (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County is included as an Additional Insured under the captioned Commercial General Liability policy CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1980 16.C.11.k ADDITIONAL INSURED — BLANKET This endorsement modifies insurance provided under the following: .d•I►�WFil4:%l/_14144,11l4:T_14U_\ 314kV414191T/4:Llc14]_13111 SCHEDULE Name of Additional Insured Person(s) or Organization(s) "Any person, entity, or organization with whom you have agreed, in a written contract or agreement, to be added as an Additional Insured on your policy, provided such written contract or agreement is fully executed prior to an "occurrence" in which coverage is sought under this policy." Section II —Who is an Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations; or B. In connection with your premises owned by or rented to you. HUD-GL 2010 07 13 Page 1 of 1 L a� E w Packet Pg. 1981 TASTCUS-01 16.C.11.k '4coRo CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) �� 7/2/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 0 REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. y IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement or O W this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: M AP Intego Insurance Group, LLC PHONE FAX C1 1601 Trapelo Rd Suite 280 (A/C, No, Ext): (A/C, No): ADDRESS: support@apintego.com Waltham, MA 02451 0 INSURERS AFFORDING COVERAGE NAIC # N INSURER A: Technology Insurance Company 42376 6 z INSURED INSURER B : INSURER C : Tastebuds Custom Catering Inc d INSURER D : 1040 Collier Center Way #10 ILL Naples, FL 34110 INSURER E _ INSURER F : L O COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOI INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI! 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 LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM DD YYY POLICY EXP MM DD YYY LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑ OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP (Any oneperson) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY El PECOT- LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED L NON -OWNED AUTOS ONLY AUTOS ONLY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY Perperson) $ BODILY INJURY Per accident $ PROPERTY DAMAGE Per accident $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A TWC3854022 3/14/2020 3/14/2021 X PER OTH- STATUTE ER E.L. EACH ACCIDENT 1,000,1 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,1 E.L. DISEASE - POLICY LIMIT 1,000,1 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES ACORD 101, Additional Remarks Schedule, may be attached if more space is required) For any and all work performed on behalf of Collier County. GI Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED It ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Q ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION The ACORD name and logo are registered marks of ACORD Packet Pg. 1982 CERTIFICATE OF INSURANCE 16.C.11.k SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER WILL NOT BE CANCELED OR OT� TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED BELOW, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW. This certifies that: ® STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois, or ❑ STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois has coverage in force for the following Named Insured as shown below : Named Insured Gregory Shapiro dba Tastebuds Custom Catering Inc. Address of Named Insured 700 102md ave N Naples, FI. 34108 POLICY NUMBER 410-8207-D05-59G G43-1321-D19-59A EFFECTIVE DATE OF 04-05-2020 THRU 10-05.2020 04-19-2020 THRU 10-19.2020 POLICY 2011 MERCEDES SPRINTER 2011 MERCEDES SPRINTER DESCRIPTION OF WD4PR7CC1B5543304 WD3PEK134135590988 VEHICLE LIABILITY COVERAGE ®YES ❑NO ®YES ONO ❑YES ONO ❑YES ONO LIMITS OF LIABILITY a. Bodily Injury $1,000,000.00 $1,000,000.00 Each Person a. Bodiiy Injury $1,000,000.00 $1,000,000.00 Each Accident b. Property Damage $1,000,000.00 $1,000,000.00 c. Bodily Injury & :=, Property Damage Single Limit Each Accident PHYSICAL DAMAGE ®YES ❑NO ®YES ONO ❑YES COVERAGES $1,000.00 Deductible $1.000.00 $0.00 Deductible $0.00 Deductible a. Comprehensive ®YES ❑NO Deductible ®YES ❑NO ❑YES ❑NO DYES ONO b. Collision $1,000.00 Deductible $1,000.00 $0.00 Deductible $0.00 Deductible Deductible EMPLOYER'S NON -OWNERSHIP ®YES ❑NO EYES ❑NO ❑YES ❑NO ❑YES —]NO COVERAGE HIRED CAR COVERAGE ®YES ONO ®YES [—]NO DYES NO DYES ONO Signature of Authorized Representative Name and Address of Certificate Holder COLLIER COUNTY BOARD OF COMMISSIONERS 3295 TAMIAMI TRAIL E NAPLES, FL 34112 I — OFFICE MANAGER Title L_ Check if a permanent Certificate of Insurance for liability coverage is needed: Check if the Certificate Holder should be added as an Additional Insured: 2507 Agent's Code Number Name and Address of Agent Cindy Miller -Ray, AGENT P.O. Box 6678 Seffner, FL 33583 07/02/2020 Date f1Gl1IQi n.7. "As provided for in Section 320.02 5 e , Florida Statutes, the listed insurance olic s or suret bonds ma not be canceled of _ less than 30 days written notice by the insurer to the Department of Highway Safety and Motor Vehicles, such 30 days notice to commence from the date notice is received by the Department" Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County included as an additional insured under the captioned Commercial General Liability and Automobile Liability Packet Pg. 1983 Policies on a primary and non-contributory basis if and to the extent required by written contract. For any and all work performed on I Collier Count 158-4430.2 Rev. 9-94 Printed in U.S.A_ V C d IM L d E W M ti Q N Packet Pg. 1984 DATE (M 16.C.11.1 I ACORD.. CERTIFICATE OF LIABILITY INSURANCE 16/08/2020 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. �+ c� IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. Iv If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on 0) this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). d PRODUCER NAMEKandi Schmitz W : USI Insurance Services, LLC PHONE 561-693-0504 FAX 360 Columbia Drive, Suite 105 (A/C a Lo, Ext : A/c, No : 855-420-6662 ADDRESS: kandi.schmitz@usi.com West Palm Beach, FL 33409 INSURER(S) AFFORDING COVERAGE NAIC # ; 561693-0500 st s 1 L; 1 C 13604 INSURED Client#: 1095194 ASHBRINC AshBritt, Inc 565 East Hillsboro Blvd Deerfield Beach, FL 33441 INSURER A : arr urp US Ines nSUrance ompany INSURER B : Praetorian Insurance Company 37257 INSURER C : Federal Insurance Company 20281 INSURER D : Travelers Casualty Ins Co of America 19046 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 CONTRACTOR 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. LT R LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY X X 1000065645201 5/22/2020 05/22/2021 EACH OCCURRENCE $1,000,000 CLAIMS -MADE � OCCUR PREMISES ERENTED .0 nce $100,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 R- POLICYFI JECT LOC PRODUCTS - COMP/OPAGG $2,000,000 $ OTHER: D AUTOMOBILE LIABILITY X BA9P4251942 5/22/2020 05/22/2021 CMINED Ea acciden SINGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ ANY AUTO OWNED X SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ X HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY A UMBRELLA LIAB OCCUR 1000336529201 5/22/2020 05/22/2021 EACH OCCURRENCE $10 000 000 X X AGGREGATE $10 000 000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) N / A QWC4001875 06/06/2020 06/06/2021 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 A Pollution 1000065645201 05/22/2020 05/22/2021 $1,000,000 per loc A Professional 1000065645201 05/22/2020 05/22/2021 $1,000,000 per claim C Equipment 6639855 05/22/2020 05/22/2021 See desc of operations DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) For any and all work performed on behalf of Collier County 10 days notice for non payment; 30 days notice for all other General Liability, Professional Liability and Pollution include Primary & Non Contributory Additional Insured and Waiver of Subrogation; Auto policy included Waiver of Subrogation; Workers Compensation included Waiver of Subrogation Equipment Coverage leased/rented equipment $500,000 Collier County Board of County Commissioners included as an additional insured under the captioned Commercial General Liabilil and Automobile Liability Policies on a primary and non-contributory basis if and to the extend required by written contract. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. NAPLES, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE CD N ti c L In c I L z to Q M It ti ti 0 N C 0 E t V M Q © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD Packet Pg. 1985 #S28982992/M28982514 RTSZP 16.C.11.1 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. U a� ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS u W This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Where Required By Written Contract Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Pa e1of1 Packet Pg. 1986 16.C.11.1 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. U a� ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR u W ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Where Required By Written Contract Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG20100413 © Insurance Services Office, Inc., 2012 Pa e1of1 Packet Pg. 1987 16.C.11.1 4 Starr Surplus Lines Insurance Company 1 Chicago, IL 1-646-227-6300 Primary and Non-contributory, Additional Insured and Waiver of Subrogation Policy Number: Named Insured: Effective Date: This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. Commercial General Liability Coverage Form Owners and Contractors Protective Liability Coverage Form Products/Completed Operations Liability Coverage Form Contractors Pollution Liability Coverage Form Professional Liability Coverage Form Site Pollution Liability Coverage Form SCHEDULE Where Required By Written Contract A. SECTION II - WHO IS AN INSURED is amended to include as an insured the person or organization shown in the schedule of this endorsement, but only with respect to liability arising out of "your work" for that insured by or for you. B. As respects additional insureds as defined above, this insurance also applies to "bodily injury" or "property damage" arising out of your negligence when the following written contract requirements are applicable: 1. Coverage available under this coverage part shall apply as primary insurance. Any other insurance available to these additional insured's shall apply as excess and not contribute as primary to the insurance afforded by this endorsement. 2. We waive any right of recovery we may have against these additional insured's because of payments we make for injury or damage arising out of "your work" done under a written contract with the additional insured. 3. The term insured is used separately and not collectively, but the inclusion of more than one insured shall not increase the limits or coverage provided by this insurance. Insureds and Agents are advised that certificates of insurance should be used only to provide evidence of insurance in lieu of an actual copy of the applicable insurance policy. Certificates should not be used to amend, expand or otherwise alter the terms of the actual policy. All other terms and conditions of this Policy remain unchanged. Signed for STARR SURPLUS LINES INSURANCE COMPANY c m L E W Charles H. Da gelo, President Nehemiah E. Ginsburg, Genera Counsel E a SL 023 (06/11) Page 1 of 1 Copyright © C. V. Starr & Company and Starr Surplus Lines Insurance Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. Packet Pg. 1988