Loading...
Agenda 07/14/2020 Item #16D22 (1st Amendment to Agreement #19-7500 with G.A. Food Services of Pinellas Co.)07/14/2020 EXECUTIVE SUMMARY Recommendation to approve a First Amendment to Agreement No. 19-7500 with G.A. Food Services of Pinellas County, Inc., d/b/a G.A. Food Service, Inc., for the Senior Food Program. OBJECTIVE: To continue to provide home-delivered and congregate meal services for the Senior Nutrition Program. CONSIDERATIONS: Community and Human Services (“CHS”) administers congregate and home- delivered senior nutrition programs for the benefit of qualified senior citizens, using funds provided through the Older Americans Act Program (“OAA”) grants. The programs serve over 300 seniors each year. On January 15, 2019, the Procurement Services Division released notices of Invitation to Bid No. 19 - 7500 to 3,093 vendors for the Senior Food Program. Interested vendors downloaded forty-seven (47) bid packages and the County received one (1) bid by the February 14, 2019 deadline from G.A. Foods Service Inc., d/b/a G.A. Food Service, Inc. (“GA Foods”), the lowest responsive and responsible firm. GA Foods is the County’s current Senior Food Program vendor and provided CHS with Senior food services for the six (6) years prior to the most recent solicitation. Because GA Foods is a State -wide provider of senior food programs and follows the Federal laws of the OAA Grant guidelines as the current provider, its single bid was acceptable to operate the County’s programs. The Board approved Agreement No. 19-7500 (the “Agreement”) with GA Foods on May 14, 2019 (Agenda Item #16.D.6). The Agreement provides for an initial three-year contract period, with an option for two (2) additional one-year renewal periods, which is consistent with the period of the grant funds award. The vendor match contribution language was not a part of the original solicitation language when GA Foods received the award, and in order to assist the County in meeting its ten percent (10%) match requirement for the OAA grant award, GA Foods is requesting a three percent (3%) price adjustment to all meals and agreeing to contribute a ten percent (10%) in-kind vendor match in the Agreement. A ten percent (10%) in-kind contribution estimate for this contract will average around $25,000 annually. This contribution will assist the County in meeting its match requirement of $77,601.29 for the current program year. The proposed First Amendment will modify the Agreement’s Scope of Services and Fee Schedule to: • Include a ten percent (10%) match requirement; • Update invoicing requirements to include match requirement; and • Provide for a three percent (3%) price increase to unit prices of all meals effective July 1, 2020 The current Agreement does not allow for an increase to pricing during the initial term of the agreement, however, staff is requesting Board approval to allow an increase to the unit pricing of meals as provided for in the attached First Amendment to the Agreement. This increase will not negatively impact the program or the number of meals or persons served and will allow the vendor to accommodate unexpected price increases associated with food and delivery costs. FISCAL IMPACT: The estimated annual expenditure in the amount of $904,737 will be provided by the Federal Department of Elder Affairs grant through the Area Agency on Aging of Southwest FL through the annual OAA contract. Funds for vendor services and supplies are available in Human Services Grant Fund (707) Projects, 33658(C1), 33659 (C2), 33676 (C1-COVID), 33677, (C2- COVID) and 33661, 16.D.22 Packet Pg. 2349 07/14/2020 (NSIP). LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: No Growth Management impacts are associated with this Item. RECOMMENDATION: To approve a First Amendment to Agreement No. 19-7500 with G.A. Food Services of Pinellas County, Inc., d/b/a G.A. Food Service, Inc., and authorize the Chairman to sign the attached amendment. (Net Fiscal Impact $904,737) Prepared By: Wendy Klopf, Grant Coordinator-Community and Human Services Division ATTACHMENT(S) 1. [LinkedX) 19-7500 Amend#1_GA Foods_VendorSigned (PDF) 2. 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (PDF) 16.D.22 Packet Pg. 2350 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.22 Doc ID: 12600 Item Summary: Recommendation to approve a First Amendment to Agreement No. 19-7500 with G.A. Food Services of Pinellas County, Inc., d/b/a G.A. Food Service, Inc., for the Senior Food Program. Meeting Date: 07/14/2020 Prepared by: Title: Operations Coordinator – Community & Human Services Name: Wendy Klopf 06/08/2020 9:27 AM Submitted by: Title: Manager - Federal/State Grants Operation – Community & Human Services Name: Kristi Sonntag 06/08/2020 9:27 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/08/2020 11:31 AM Procurement Services Sue Zimmerman Additional Reviewer Completed 06/08/2020 2:42 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/09/2020 11:10 AM Community & Human Services Maggie Lopez Additional Reviewer Completed 06/18/2020 7:44 PM Operations & Veteran Services Kimberley Grant Level 1 Reviewer Completed 06/19/2020 12:42 PM Community & Human Services Kristi Sonntag CHS Review Completed 06/19/2020 4:47 PM Public Services Department Todd Henry Level 1 Division Reviewer Completed 06/22/2020 11:00 AM Grants Erica Robinson Level 2 Grants Review Completed 06/22/2020 11:12 AM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 06/29/2020 10:16 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/30/2020 3:16 PM Grants Carrie Kurutz Additional Reviewer Completed 07/06/2020 5:48 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 07/07/2020 8:06 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 07/07/2020 8:15 AM Budget and Management Office Ed Finn Additional Reviewer Completed 07/07/2020 9:14 AM Grants Therese Stanley Additional Reviewer Completed 07/07/2020 2:36 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 07/07/2020 3:31 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/14/2020 9:00 AM 16.D.22 Packet Pg. 2351 FIRST AMENDMENT TO AGREEMENT No.19-7500 1 'I SENIOR FOOD PROGRAM THIS AMENDMENT, made and entered into on this (date), by and between G.A. Food Services of Pinellas County, Inc. d/b/a G.A. Food Service, Inc. (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WHEREAS, on May 14, 2019 (Agenda Item No. 16.D.6), the County entered into an Agreement with Contractor for home delivered and congregate meal services for the Senior Nutrition Program; and WHEREAS, the parties desire to amend the Agreement to modify Exhibit A -Scope of Services and Exhibit B-Fee Schedule to: 1) include a 10% match requirement of the federal funds received, 2) provide for a 3% price increase to unit prices to meals effective July 1, 2020, and 3) update invoicing requirements. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the parties as follows: Words Str-uek Threngl} are deleted; Words Underlined are added Exhibit A Scope of Services Meal Payment Department will pay the vendor for the actual number of meals received and accepted by Department during the billing period. A weekly invoice from the vendor will reflect the following: 1. Total number of meals ordered. 2. Amount charged per meal. 3. Credit(s) for rejected whole meals or portion of meals that were below acceptable temperature which were not replaced within the one (1) hour of rejection. 4. Amount of total invoice. 5. 10% Match deducted from the total invoice 6. Final Invoice Amount 7. -5 Purchase Order number must be included on all invoices MATCH REQUIREMENT: The Contractor shall provide a match of at least ten percent (10%) of the federal funds received. The Contractor's match will be made in the form or cash, general revenue administrative funds and/or in -kind resources, or in the form of a set-off from the amount represented in the Contractor's invoices. Page 1 of 3 First Amendment to Agreement # 19-7500 D O EXHIBIT B- FEE SCHEDULE No part of this agreement may be assigned or subcontracted by the vendor without prior written approval by Division. If approved subcontracting shall be strictly 15% mark-up on cost. Pricing provided shall be all inclusive. GA Food Services Items Description Meal Unit Price In -Kind Match 10% 1 Home Delivery- FIVE PACK Lunch $28.95-$29.82 $2.98 2 Home Delivery- SEVEN PACK Lunch $40.53-$41.75 $4.17 3 Bulk Food - Salad (24 count) Lunch $12.16 $12.52 1.25 4 Bulk Food - Cake (24 count) Lunch $16.38-$16.87 $1.69 5 Bulk Food - Sandwiches (24 count) Lunch $20.50-$21.12 2.11 6 Bulk Food - Fruit Cup (24 count) Lunch 5.85 $0.59 7 Bulk Food - Salad (60 count) Lunch $30.39- 31.30 $3.13 8 Bulk Food - Cake (60 count) Lunch $40.94 $42.17 $4.22 9 Bulk Food - Sandwiches (60 count) Lunch $54�-5 $52.49 $j.28 10 Bulk Food - Fruit Cup (60 count) Lunch $14.19 $14.62 $1.46 11 Pre -plated Congregate Breakfast $440 $4.43 $.044 12 Pre -plated Congregate Lunch $5-3-7 $5.53 J.055 13 DRI - TWO PACK Lunch $3:45 $9.76 $0.98 14 DRI- THREE PACK Lunch $ 4.22 $14.65 $1.46 15 DRI- FIVE PACK Lunch Q'�e $24.41 2.44 16 DRI- SEVEN PACK Lunch $33-.0 $a.18 $3.42 Page 2 of 3 First Amendment to Agreement # 19-7500 IN WITNESS WHEREOF, the parties have executed this First Amendment on the date and year first written above by an authorized person or agent. ATTEST: Crystal K. Kinzel, Clerk of Court & Comptroller By: Dated: (SEAL) Contractor's Witnesses: i ss Annette Henry TType/print witness nameT Second Witness Donna McKinley TType/print witness nameT BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Burt L. Saunders, Chairman CONTRACTOR: G.A. Food Services d/b/a G.A. Food Ser Signature County, Inc. Glenn A. Davenport, President TType/print signature and titleT June 4, 2020 Date Approved as to Form and Legality: Scott R. Teach, Deputy County Attorney Page 3 of 3 First Amendment to Agreement # 19-7500 c q� FIXED TERM SERVICE AGREEMENT # 19-7500 SENIOR FOOD PROGRAM THIS AGREEMENT, made and entered into on this I Y~ day of ffio..,~ 2019_, by and between G.A. Food Service of Pinellas County Inc. d/b/a G.A Food Service, nc. , authorized to do business in the State of Florida, whose business address is 12200 32nd Court North St. Petersburg, Florida 33716 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): W I T N E S S E T H: 1. AGREEMENT TERM. The Agreement shall be for a three (_3 _) year period, commencing [j] upon the date of Board approval or D on ________ and terminating on three (]_) 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 (j__) 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 [j] Purchase Order □ N-e-ti-ee-t0-P-r-eeee4:-3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of D ReGJ-Ye&t-fe.F-Pfe-1:>e•s-al-fR-i;:.~ [j] Invitation to Bid (1TB) □ Gtl=le-i: ________________ ( ) # 19-7500, including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. [j] The Contractor shall also provide services in accordance with Exhibit A -Scope of Services attached hereto. Page 1 of17 Fixed Term Service Agreement #2017-002 (Ver. I) 0 16.D.22.bPacket Pg. 2352Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 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. 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): D bump-Sum-~xeGI-P-FiGe};-A--fiFm-fixe€1-t0tal-!:)Fiee-effer-ifl§-f0F-a-pF0jeet,--t-Ae-Fisk-s-a r:e tt:a-A-S-fe.r-FeG-fFeffl-t~ty-te-tR&-Goo-ti:a-eteF,-aflG;-a&-a-eHsi-Ress-pi:aettee--tl=l~ ft0l¾R3/-eF--FHat~at--i-AV0iGes-J3"FeSSRteEl,-Fa-theF,tfle-G0HtFasteF-ITTb'-St-peffeFm-te-the saw..JaetiBA-0~Rtf-&-13f0Jeet-ffla-Ra~e-F-Bef~~me-m-for: tl=le fi¾ee-~e-eeA-tFa-et is-at:1-th0Fize4 D +ime-aR:d-Mate-Fia!&;-Tue-G-oomy-aw:~ay-t-Ae-GootFaGte-r-fef-tA~aeef Ume-spe-R-t-e-y-f:l:1-e-eeRtrastei:!-s-e~yees-a-A€!--sl:ffiG0Rti:a-e-t0Fs--te-per-f.0fffi-tl=le-W0Fk-tRHFRBeF 0f-R-0tlf&-tiffies-~,a-R€1-fef..matefia!.s-a.R-€l-eftl:l~e~i~e-st-ef ffiatefta~-l¾s-tl=l&BeHtFa-G-teFS-ffiaf*HP). +hi S A1et!:t0€1-e~i~ei:al-!-y-HSeEHA-i3fe-i,r€-G-t&-i-R wl=lfGJ:Ht-i-&-Ae-t-poosil3~-r-a-tel~te-tR-e-si~-9-i3~t-i-&-e1(13€-G-teG that-t-h-e-J3fejeet-feElt:li-FeITTeflt&¥100W...A10&t-Hke-l-y-el:-1-aR§e-:-A-s-a-geRer:a+-sl;l-&i~_,-f:)FaG#ee; tM-s~e!l:1€1-e-e-aBk-l:lf)-GeGtlffie-A-t-a-ti0fl-0f-.G0&~-s-wGtl-!4-i-R-Gll:1€1-e-Rt:1ITT-0eF ef--A0l:lf%-VV0Fke4-an€1-13-iHi-A§--r--a-te--sy--pe-sttk:)A-fa-Ae-Aet-eemf}a-AY--.t0F-SHl3GeRtFast0F-} ti-mek-eep-fR§-0f-J3aYF0l-l-Fes0FGSj,m-a-tefiat-ef-etttl·~eflt--i-Rve~sa-13-le <ieeHITTeRta-ti-0-R-fer--the-13-r-efeet-:-[j] 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). 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. Page 2 of17 Fixed Term Service Agreement #2017-002 (Ver.I) 16.D.22.bPacket Pg. 2353Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 4.4 D fel:\eBk-tf.--appHeat>le}-+r-av~l-and-Reimbuisahle-e-x.peRses-.. +i=avel-aM -R~sa~e-e-Xf)eASS&-fRtl£'.A--0e-appf€Ple€HR-aG\laf}684A-Wfiti-A§-03/-tAe-Geoo~ ~se-s-&ha!+-ee-FeifflfH:lf&ee-a&-!3ef-SOOOOfH~1-~ ~FS8ffiem&-5fl.al-i-ee-at4Re-fe.l.l-ewi~t-e&:-~n:1-:-~g-e $M~er-R100 ~Ja.s-t $MG kl:!RGl:l $-1400 G+R-Hef $49.,.GG 1~ffa.Fe Aet~m~fi.st-GF-Geoo.f:l...slas s fa Fe ~R-ta.1-eaf Aett1-al-fe.Rta-l-Goot-l-i-ffii.t~0fflf}a-e-t-e-f.s.t.a-R€laffl.-&~ v8flfGle.s b~ AGtt:la-~k3G§-~i-A-§IB-0661:1-pa·R~-te-w+tfl-a ea~4½e--fflef8-ti::i~iaer-niM-t P.afki.Rf} >A.Gt1:1-al-eoo--t-ef-raaFki-Afl +a-)4.er-Aif130-Ft-b-iffi0t1&i-He Ast-1:1-a-l-G0-&t-e-f-e.itfl.ef-t,a¾i-er---a+r-13eft..!ifflet1S-iRe -Reifflooi:-sa-e1e-ite-ffl-S-stAe-r-t'4.a-R-trave~e-)$eHsec-r&Rall-t>e-l-iffllte4-te-t/:le-fsl+ewffi§-:-te1e-pneHe k}~Ge-GR-8fgSS,~f@-eS.J3A0·ffiG~eR-af~4-[3ss-ta§e-:---R~-sa-ele +tefR&-!Nitl-13&-t).ai4-en-~y--a-,-Eter~0r---l:la-s-f)fSViooEl--a-»-i:eeei-p-ts-:-GeHti:aGtsr---sRal-l-0e fe-Sp-0A-Si-01e-f~er---e0S-t&-a-R4-~f)eASe&-a~v+tR-a-stwit4es--a-R4-60l-iei-t-atie-R-S HRGer-tar.eR-f)l::IFSl::laAH0-tAi-s-Aw-eemen-t:-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: Company Name: Address: Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): G.A Food Service of Pinellas County, Inc. d/b/a G.A. Food Service, Inc 12200 32nd Court North St. Petersburg, Florida 33716 Glenn Davenport, President (727) 573-2211 gdavenport@gafoods.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Page 3 of17 Fixed Term Service Agreement #2017-002 (Ver. I) 16.D.22.bPacket Pg. 2354Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- Board of County Commissioners for Collier County, Florida Division Name: Division Director: Address: Administrative Agent/PM: Telephone: E-Mail(s): Kristi Sonntag Community and Human Services Division 3339 Tamiami Trail East Naples, Florida 34117 Wendy Klopf (239) 252-2901 Wendy. Klopf@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. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. Page4of17 Fixed Term Service Agreement #2017-002 (Ver. I) 16.D.22.bPacket Pg. 2355Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 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 sole judge of the 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 Ii] 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. Ii] 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. Ii] 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 $1,000,000 for each accident. .Q;. D Pr-ofessional-Llabmt~t-lall-ee-FAafAta~Aee--t)y-tRe-GeA-tfaGt~-s-le§.ru Ha-bmty-fer-ela+ffi&-aFi-stAg-e1::1t--e-r-tAe:-i38fFefffia-RG&-ef-pr-efe&sk~Aal--seRliee~e-F--tfiri-S AgreemeA-h-G~~A§Rt-e-f..feee¥efy-a"§affiSt-Ge1::1A-ty-as-te--a-Ay-~A€ieF tRi&-lHSHffiRe&:--SooA-iAS1::1r-aR,ee--st-lall-J:l·a¥€--li~ts-ef-Ret-ie"~...-tRaR-$:=.=========eaGR Gla+ffl-aHEl-af:l~ re§ ate"' Page 5 of 17 Fixed Term Service Agreement #2017-002 (Ver. I) 16.D.22.bPacket Pg. 2356Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 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. 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. Page 6 of17 Fixed Tenn Service Agreement #2017-002 (Ver. I) 16.D.22.bPacket Pg. 2357Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Community and Human Services 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), [i] Exhibit A Scope of Services, Exhibit B Fee Schedule, 0 ~t [i] ITB/0 ~-----==-----# 19-7200 , including Exhibits, Attachments and Addenda/Addendum, D &1:JWw8€t1;1eAt ~Hete.s, and [i] Other Exhibit/Attachment: _G_r_an'--t_D_o_c_u..c..cm_e_n_ts'------------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 Ill, 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 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: Page 7 of17 Fixed Tenn Service Agreement #20 I 7-002 (Ver. I) 16.D.22.bPacket Pg. 2358Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 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. 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. Page 8 of17 Fixed Term Service Agreement #2017-002 (Ver. I) 16.D.22.bPacket Pg. 2359Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 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. 0 G-be-A-N-Y-P-,-GGHtF-aBtGf...a-~-te-kee-i,-tAe-P-FGjeGt-s+te-Gleafl-a-t-a-M-t~ffie~Fis, fl:lhlti~s-te-ffi.a.teftaf&-af~Ht--ef-tl'.\e--Vl~e-eefflf}le-ti-e-R-ef----tRe--Wefk; Ge11-tr-a-eter--s-fl-a-H-r--0rneve-atl-€1-e!3Fi-s-,H:l00£fl-aREi-was,te--mater-i-at-s-.f-r--em-afl-El--aeel:14-t-l=le-Pf<ajeGt s-it-e-,a-s----v.ce~~e&;-80flstr1:1ction eq-l:ltf3ment-a-1¾i-fl¾Hffi-i-Aery-ami-&1:1ff3-l-l:l-s ma-te-fi-al&;-a-AEl--s-Aal-1-leav-e-t.J:l-e-Pfejeet--s-l-te-elea&. 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. 2 5. D lftJARR-AN:f-¥,. Goo~~pra-~a-t--tr-18--§BeGS,--m ate ri a Is a nEl+ef e-E1l¾i13-FReA-t-e0-ver.e4-s-y-t-Ri-s-A§r--e-eme-nt-wm-eeA-f-0fffl-te-t-Ae--fvc,_q1:1~remeAt-s---a-s-sJ3eG~fie€1,-a-AEi-w-i+l-se-ek-aHS-faBter-y-ma-tefi-at---aflEkt1:1-a-H-ty-.p~e-f~~l::!ffiete.A-t-ef tl:1-e-p1:1r-13-0se--iAteA-Ei-eEi--:----GeeEl-s--s-l:1alt--13e-€1-e-l-i-verea-fre-e-freFR-a-ny--see1:1r-+t-y-i,Rt.e-r-est-ef-etl:1ef OOR,-en~Ge--ef-Sla i FR of a-Ay--t-R~-J38~~..rf3-Fe¥~-A-i-s-A-gr:eernt &.-a-l-l-se-pre-viE!e-€1-i-R-aeeef€1a-n-ee--w*A·-§€-Ae-f-al+y--aGGej3teE!--~--0fes-s1-en-a-l--st.a-A€1-a-rE1-s-fer-tl=le ~-a-r~..service. These--waffa-A-t-ies--sfl-a-U-s-1:1-P~~~e-e-f-tHte aREl-13ayme-nt--ey-t.J=ie-Ge0n-ty"'" Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, Page 9 of17 Fixed Tenn Service Agreement #2017-002 (Ver. I) 16.D.22.bPacket Pg. 2360Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. D +ES--i:s-AN-D-iNSPeC+IONS-1.f.-tl:le-G0AtfaGt-Q0sl:lmems---0F---aAy.-wEles,-~aws, em~s eF regttl-a~e-i:wf4ra¥ffi§-f~-A--0VeHl:l-e-Pf0.j-eet r-eEl{:l4f€ls----a~e-fti0R--ef.--tl:le-We-r-v~e--se-&13eei:f'.iea+ly--+RSi3ee-tee,t-est-e4-eF--a13~vee, Ge~-U-assl:l-Ffle--fl:f~I-Fesi,e-Rs4.e+l-ity-#-lemfe-Fe-,-~a-y-a-ll-ee&ts-i-R-Ge-R-Re~witA afle-ft1m+sMe--t~~tlflt.y-#le-i:sE1-W-eEI certifiGate&-e+.+ASf>ectie-Fl,te-st~R§-8~-ew-k-Al+ ~~ooA-s,te&ts-e-F-aJ3-13-Fe-vaIB-sfta-l-l-e~El-ifHI-FRaR-RSF--afle-e-~ aeeef:)talsle-te-tl=le-Get:1~ A:-Gootfastef-s~l;l#y-13rote&t~ff0Ffl-le&s-0Hlaffi-aQe-afl4..s.Aal+-eear-tA&-Se-st. Bf--aRy-s-1:1-sMes-s-E>F-Eiaffla§EH:lAW.-#Ral---payFfleAHas-seeH-mat!-&.--!-f-GeAtra-ete-F-0f a-AY9fl~Gemr-a-cte F is lega+l-y-Hae-l-e-fs.-fe&130-RSi-~e-f~&S--ef--eamage te----tRe--W-erk,-ef--et.Aer,-wer.Y~er-mater~al&-e-f-t-Ae-Get1Aty-0F---Ge1:1m.y!.&-se13ai:ate G0fltFacleFS,G9fltraete-F-SRa+l-13e--BRa-F§e€1-IJ'litR-t~e-,-aA€1-a-Ay-mefltes-AeGeSSaPf -te-rep-l-aee-st1cl=H-ess-er---eaffiage--sha+i..se-Ele€l-kJ.e-te4fr9fft-aAy-amoom.s-EH::h,.,~mra-ste-r-: ~effiffiBtE>F-Sl=lal+-AetJrea€l-A-ef-f)efffHt-a-Ry-~y-stFHGkffe-t-e-e-e--tea-EleEI-H4-a-Ry FH-a-AHeHl=lat-vJill...e-R€!-anger-the-stFtl-etl::li:e, Ae::--sha!-1-GeAt-cFaet.:er-s-Y-eJ-e-Gt-aA~-e-f:..tl::le Wefl/ref-a-€lj-aee-At-f)fe13ei:t.y-te-stfes-se&-ef-l3fe&&1:1fec-r#la-t-i1Ji+i-eA€iaA§€f-¾ G:-GeAtfaeteF-&Ra++-AB-t-Eli-stt1~eAGfl-R%H,~-e&-aEJ~Rv~y-tfle-GeHA.ty-w-it-R-F-e-SfaeGt t0-tAe-Pfej-e-Gt-:-lf-Ge-Atra-ste--F,ef its s YooeHtr-aeter&;--a§e-Ats-er--aA-yoo-e,feH\4~1effi Gf>Atf&Cter-i&--teg.a-Uy-Ha-b~IBt-ttr-B&-tAe-Getlfl-t.fs--e-eHG~S;-Ge-ffir-aeteF--&l:laA-! ifR.Ffle4ia-tely-AB-t#y-t..Re~e-Getlflt.y-s-.l:iall-re-est-a.e+i£t-:l-tAe-eeR-GRmaflrwooe GeP..tr-oo-ter-s~-ee-l+a-~e-fe~s-ts-ffiGuFred by-fR&Ge-~-s-se-Gi~R-:-28. SUBMITTAL$ AND SUBSTITUTIONS. Any substitution of products/materials form 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 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 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. 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. Page 10 of17 Fixed Term Service Agreement #2017-002 (Ver.I) 16.D.22.bPacket Pg. 2361Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 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. 34. D K-€--Y--P-E-R-SON-f'-!E-b:-T-he--GemraGteFS-?e-FSeHRel-afl4-maAa§€ffileA-t-te-ee-1:1t+l~eG--fe.F tflt&f)f<ajer-d-sRa~l-1:h,,;;u,,-~ewloo-§ea.e½e-i-R-tReif...ai:eas-~~~€-GBtlfH.y-;:e&efVeS-too fi~Rt-te-13eFF0fffi-tA-ve&t-i§ati-eRs-as-rnay-ee-aeet=?..eG-ReGessafy-te-e-A-&l::lf-e-tflat-oompeteRt ~Qf&e~-e&tm+i-~sA-tfle-peFfefffiafl-ee---e-f-.t.9-9--AgFeeR:i~T~-tfa-e-tef-s~.1-ass.t§fl a.s-man.y-J3eeple-as-Aeeessary-te-GE>ff$'!ete-tfle-ser.1tees-efl-a-#me!y-~A-13e-FA-R as£-i~t-lse-a¥ai~l€-fef-8.A~ef-t-ifRe-GG~-.t:flee.t--tA~•ifea-sefVV'oe Elat-e-&.-T-ne-GentraGteF-snall-net-GRaR§e-K~eFS-eRHel-HRles-...,s-the-fe.1-1-ew~n§-OOAGiti-ens-aFe met--f:l}-P•~eEI-F~e-ffi~~e&tant.ially-tRe--sa~~#ieati-efls ooate-r-e~-peFieoo&.-f2-)-tR-a.t-the-Goomy-i-s-F1e•@eEl➔A-Wfi.t.iR§-as-fa·F-iF1-aGV-a~e&si~e"" +:Re-G-emi:aetef-sAall-ffiake---oommv~Aatal&eff~~tieF-~R sevef1-F➔4ay&ef.-tAe---GAaR§&.-T-Ae-Ge1:1flty-Fetai-As-fi-Ral-al:)i3Feval-ef-13Fepes-eEl-r.e!:)l-a-eeme-Rt f3€FS0AAe·h-[j] 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. Page 11 of17 Fixed Term Service Agreement #2017-002 (Ver. I) 16.D.22.bPacket Pg. 2362Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 35. 0 OR-OER-QF--P-R-E-C€DENC€-.-I-A-tAe-eveRt-ef-aA3/-GGRf1-ist-Getween-0i:-am0F1§-tAe-teFms ef-an~t-QewFRem-s,tl:ie-t~f-i;-.,eHe+t-a-ti-efHF!e-GeA-t-i:aetoFS-flFe-i,esa-1, a-RGfef the Co~Beaf€l-a-13-13F0ve€1--!;.xeGtl~mffiai:y, the CeRtract Docl:lments shal-l take-pr-eeeae-Ree.,. [j] 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 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. Page 12 of17 Fixed Term Service Agreement #2017-002 (Ver. J) 16.D.22.bPacket Pg. 2363Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 38. [j] SAFETY. All Contractors and subcontractors 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. Also, all Contractors and subcontractors 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. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of17 Fixed Tenn Service Agreement #2017-002 (Ver. I) 16.D.22.bPacket Pg. 2364Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: . ·• ·~.,)'1,::~:1-i,., .. >. , '(•'. f• . ,,, 'J,~l . , .•. i. ,. • • ,,-_ \.. \:1 --'·. • ~-" ; a~., · 3.Ji;~ i, , Crysta.I l<i.~Kint;el; etk. of,Courts & Co ' r'cill .. , •. :, · · •, 't, · • I -• : fl .• ~ • By: --!J..-14,A;;.A...""'-'=~=-f-=~'-+-'>.i+--l--r tType/print witness namet ~ee 7t;. Sha~ Contr ctor's Second Witness Joyce Sharkey tType/print witness namet Print Name G.A. Food Service of Pinellas County, Inc. d/b/a G.A. Food Service, Inc. By:r-r=r-,"-'-.,_,_>Q, __ ___:__,_+-----ignature Glenn Davenport, Pagel4ofl7 Fixed Term Service Agreement 1/2017-002 (Ver. I 16.D.22.bPacket Pg. 2365Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- Exhibit A Scope of Services [j] following this page (containing 10 pages) D this exhibit is not applicable Page 15 of17 Fixed Term Service Agreement #2017-002 (Ver. I) 16.D.22.bPacket Pg. 2366Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 19-7500 "Senior Food Program" SCOPE OF SERVICES Collier County Community and Human Services Division, hereinafter referred to as "CHS", "Division" or "County" The Community and Human Services for Seniors Program receives grant funding through the Older Americans Act (OAA) from the Florida Department of Elder Affairs to support a nutrition program for seniors in Collier County. The Division will need approximately fifty-six thousand (56,000) meals for each year. Meals will be delivered to four specific site locations (congregates): 1. East Naples Community Center, 3500 Thomasson Drive, Naples, Florida 34112 2. Golden Gate Community Center, 4898 Coronado Pkwy., Naples, Florida 34116 3. Goodlette Arms, 950 Goodlette Rd. N, Naples, Florida 34102 4. Robe1ts Center 905 Roberts Avenue, Immokalee, Florida 34142 Breakfast (to be served in Immokalee only) and lunch will be served to participants in all four locations. The Division reserves the right to alter meal site locations as needed. Home delivered meal participants will only be served lunch and not breakfast. There are two types of meal services offered (home delivery and congregate) in the program. There are four meal types: 1. Home Delivery Home delivered meals are frozen pre-plated /pre-packaged meals in two or three compartment sealed trays served Monday through Friday to elderly (60+in age) persons, who are homebound and unable to prepare a meal for themselves. Meals are to be delivered between 8:00 a.m. and 5:00 p.m, and the awarded vendor shall supply drivers. Food containers/trays, condiments, meal instruction lids, and paper goods are supplied by vendor. Meals will be provided approximately 260 days annually. The delivered meal may be distributed in five and seven packs per week based on the authorization issued by the Division. Meals will be ready for transport in individual containers which are suitable to maintain safe temperatures up to the time of delivery. For the health and safety of patticipants, home delivered meals must be frozen solid at time of delivery. Vendor is responsible for frozen portion size packages and distribution to the client homes. Currently, the County serves approximately 80 people five lunch meals per week. The vendor must be willing to be flexible, as meal counts will vary daily due to the frailty of the clientele. Division meal count changes will be made on Friday at 9:00 a.m. of the week prior to deliveries. The successful vendor shall: a. Obtain a written delivery statement from client or client designated representative, b. May not leave meals on door step; if no one is home the vendor must take it back, and c. The vendor must attempt to make at least two deliveries to the clients' home 2. BulkFood Bulk food are items that may be offered but are not the preferred method of food distribution. A bulk food item is served in a large case/ tray that is not subdivided into smaller portions. Bulk food quantities may be delivered in quantities of 24-60 count. If bulk food is provided, the vendor must adhere to all food delivery criteria in this solicitation. Examples of bulk food items may include but are not limited to: • Salad Page 1 of 10 16.D.22.bPacket Pg. 2367Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- • Cake • Sandwiches • Fruit Cup 3. Pre-plated Food Congregate Vendor shall provide pre-plated heated congregate lunch and pre-plated cold food for breakfast. Food is pre-measured, heated or cold and assembled into pmtion size packages for distribution to the clients. All food must be transfeITed to insulated transport containers provided by vendor for distribution. Milk will be provided in coolers that are either sanitized daily by vendor or in a cooler that has a non-reusable liner to prevent contamination. Meals will be provided approximately 249 days annually. The vendor will purchase all food and appropriate condiments and will prepare midday meals for delivery. A one-week notice will be provided when meals will not be served on a particular day, unless there is an emergency or other evidently unforeseeable situation. Meals are expected under emergency conditions and/or for special events if such occasions occur during the regular meal schedule. On a monthly basis to address emergencies the vendor shall deliver pre-packaged frozen meals in the quantity determined by the Division. Meals will be delivered individually to each site between 9:00 a.m. and 10:30 a.m. for lunch and 7:30 a.m. for breakfast in bulk containers or pre-packaged with or without side items per food order by CHS Division. All meals provided by vendor that are suitable to maintain safe temperatures up to the time of meal service. Vendor must record the time and temperatures of the hot and cold foods at the time of meal delive1y for each location. The Division has the right to reject payment for hot meals with temperature readings below 140 degrees Fahrenheit and cold meals with temperature readings above 40 degrees Fahrenheit and will be reimbursed from vendor for the purchase replacement meals. The vendor shall be flexible regarding the number of meals to be provided at each site from day to day. Division will notify the vendor of the number of meals required on Friday at 9:00 a.m. for the following week; however, the number may be adjusted 24 hours before the actual serving day. 4. DRI Shelf Stable DRI shelf stable meals may be for home delivery or congregate. Meal packs may be authorized for distribution in the event of a declared disaster, emergency situation as determined by CHS Division or when a meal site is closed for holiday. These DRI shelf stable meal packs may be distributed in two, three, five, seven meal packs. The successful vendor must: 1. Comply with the Dietary Guidelines for Americans, published by the Secretary of Health and Housing & Human Services and the Secretary of Agriculture and provide a minimum of 1/3 RDA, as established by the Food and Nutrition Board of the National Academy of Sciences -National Research Council. 2. Potentially hazardous foods shall be held and transpmted in a method that ensures hot food temperatures are minimally 140 degrees Fahrenheit to a maximum of 160 degrees Fahrenheit and cold food temperatures are 40 -32 degrees Fahrenheit. Frozen meals shall be frozen solid. 3. Comply with all requirements of The Older Americans Act which requires client choice and, to the maximum extent practicable, adjustments to meet any special dietary needs of program participants. 4. Adhere to applicable food safety and hygiene regulations outlined in Chapter 381, Florida Statutes and Chapter 64E-l 1, Florida Administrative Code. This includes submitting all inspection reports within 24 hours of the report including any corresponding corrective action plans to the Division, when food vendor facilities' inspections are completed by the State of Florida's Health Department. If 10 violations or more are received, Page 2 of 10 16.D.22.bPacket Pg. 2368Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- the Division reserves the right to cancel the contract. The vendor must agree to report any closure or administrative complaint related to food safety. 5. Develop menus using either the State Meal Pattern, or the Computer Assisted Nutrient Analysis methods. Deviating from the meal pattern may be required if dictated by a particular meal site's cultural or religious preference. Menus are required eight (8) weeks in advance to allow for changes to them. 6. Food must be prepared with the least possible manual contact, with suitable utensils and on surfaces that, prior to use, have been cleaned, rinsed and sanitized to prevent cross contamination. Failure to provide meals for delivery for a period of three consecutive days, or should any person eating meals prepared under this contract become ill as a result of food poisoning attributable to the negligence of the vendor, as determined by the Depaiiment of Health or the County's Risk Depmiment, then such action shall be justification to terminate or suspend immediately the agreement, among other remedies. 7. Should shortages occur, the Division may replace shortages at vendor's expense. Meals, or portions of meals, that are determined to be inedible, will not be accepted. Vendor shall provide reimbursement for replacement meals. 8. Division will provide food vendors with a daily meal count. One hundred percent (100%) accuracy in packing is expected of the food service contractor based on the meal count provided. If a discrepancy in the meal package is found to be the result of the food provider, then Division will be reimbursed for the purchase of additional/replacement meals. 9. The vendor is expected to follow approved menus with one hundred percent (100%) accuracy. Any and all changes or menu item substitutions in the approved menus must be preapproved by the dietitian representing Division. The Division may at its discretion deduct the cost of the meal when any non-approved change and/or substitution is made. No more than two substitutions during a month will be allowed. 10. The vendor shall stack home delivered meal trays inside vendor provided coolers in an alternating manner to help evenly displace the weight during transport and to eliminate crushing or damage to goods. 11. The vendor shall wrap the Division bulk meal pans with either aluminum foil or plastic wrap to ensure holding temperatures and to help prevent spillage during transport. Pre-plated /pre-packaged hot meals shall be stored for transpmtation in an alternating manner to help evenly displace the weight during transport and to eliminate crushing, spillage or damage to goods. 12. Vendor shall have policies and procedures and provide with bid response, regarding health and hygiene for all individuals who prepare and/or serve food that include issues such as infectious illness such as diarrhea, vomiting, fever, sore throat, etc. 13. Design and provide menus as described below: a. Finalized menus must be provided to the County project manager at least eight (8) weeks in advance of the food service. b. The project manager shall forward an approved menu to the vendor within five business days of receipt. The County reserves the right to review and approve all menus. c. The successful vendor must publish the approved menu and provide an approved copy to the County's project manager for posting at least four (4) weeks in advance. d. The menu shall minimize substitutions; all substitutions must be approved in advance by the County's project manager or designee 14. Food shall be prepared in such a manner as to limit the amount of time that meals must spend in transit before they are consumed. 15. The time between the completion of food preparation and the delivery to the homebound client, to the extent possible, should not exceed four ( 4) hours. All food shall be individually packaged. Page 3 of 10 16.D.22.bPacket Pg. 2369Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 16. Cold and hot food shall be packaged and packed separately. 17. Provide napkins, straws, plastic ware and cups for all meals. Food utensils shall be completely wrapped or packaged to protect them from contamination. 18. All food shall be packed in secondary insulated food carriers that of maintain food temperatures at 140° F. to 160 degrees (for hot meals) or at 40 degrees For lower (for cold meals). Containers for frozen meals shall maintain meals in a frozen state. 19. Food carriers must be constructed as to prevent food contamination by dust, insects, animals, vermin or infection. 20. Food can-iers should be enclosed to protect food from contamination, crushing or spillage and be equipped with insulation and/or supplemental sources of heat and/or cooling as necessary to maintain safe temperatures. 21. Food carriers must be clean and sanitized or use containers with inner liners that can be sanitized. 22. When frozen meals are delivered to clients, the temperature shall be a maximum of 20° For the food shall be frozen solid. 23. Provide the opportunity for the County to monitor the vendor's food preparation and packaging sites at any time. 24. Provide a single point of contact for all services during the duration of the contract. Special Conditions Kitchens will abide by Florida Department of Health Food Regulations. All foods, whether purchased by or donated to the program, must meet the following criteria: • Food shall be obtained from sources that comply with law. • Meet or exceed all applicable federal, state and local laws, ordinances, and regulations. • Safe and unadulterated • Food in a hermetically sealed container shall be obtained from a food processing plant that is regulated by the Regulatory Agency that has jurisdiction over the plant. • Pasteurized shell, liquid, frozen, or dry eggs or egg products shall be substituted for raw shell eggs in the preparation of foods such as Caesar salad, hollandaise or bearnaise sauce, mayonnaise, egg-fortified beverages and for recipes in which more than one egg is broken and eggs are combined The following food must not be used: • Prepackaged un-pasteurizedjuice (including un-pasteurized apple cider). • Raw animal foods, such as raw fish, raw-marinated fish, raw molluscan shellfish and steak tartare. • Partially cooked animal food such as lightly cooked fish, rare meat, soft-cooked eggs that are made from raw shell eggs, and meringue. · • Raw seed sprouts (including alfalfa, clover, and radish) • Home-canned foods • Any foods prohibited under Florida's Department of Health Regulations. Page 4 of 10 16.D.22.bPacket Pg. 2370Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- Certification The vendor shall comply with all Federal, State, and local laws and regulations governing the sale, preparation, handling, storing and transporting of food and shall have in effect all necessary licenses, permits and food handlers' certificates as required by law. This includes but is not limited to health, fire and safety codes and regulations; purchasing regulations; licensure requirements; insurance and other requirements applicable for meal preparation. Division will fully cooperate with and, where appropriate, assist the vendor in maintaining the palatability and safety of these foods. The vendor shall indemnify Division against any loss or damage (including attorney's fees and other costs oflitigation) caused by their own negligence, omissions, or theft by vendor's employees. Division will promptly notify the vendor in writing of any claims. However, if the vendor refuses or neglects to defend, adjust, or settle the claim, the costs of so doing, including reasonable attorney's fees, shall be charged to the vendor if negligence is found on the part of the vendor. Access to Inspect Division shall have the right and authority to inspect at any reasonable time any food preparations, packaging and storage areas, and the food containers used in transporting prepared meals and other food supplies to Division sites to determine the adequacy of sanitation and maintenance practices. Designated Division staff will conduct an annual inspection of the vendors facility using a Division Monitoring Tool with a written report of finding submitted to the vendor for review. Both parties shall meet and/or talk quarterly to review contract performance. Substitute Performance The County reserves the right, at their sole discretion, to reject the entire meal, or a portion/percentage of the meal (bread or bread alternate, vegetable, fruit, milk or milk alternate, meat or meat alternate, fats, oils, sweets, desserts etc.) and the vendor must provide a substitution within one (1) hour of the rejection by the County. Should the vendor not deliver the replacement product for the whole meal or a component of the meal within one (1) hour, the vendor shall issue a credit for the entire meal. In the event the vendor fails to perform any required service under the contract, including food or meal preparation, packaging, delivery, nutritional value, or quality and safety of the final product, the County reserves the right to obtain substitute performance. The County reserves the right to deduct the cost of such substitute performance from the vendor's payments. The vendor may be exempt from this provision if such exemption is granted by the County's project manager, in writing, prior to any delays or as a result of an act of nature. Beyond the standards set forth in this scope of work previously, food quality is defined as the characteristics of food that are acceptable to consumers of this Senior Food Program, including, but not limited to appearance (size, shape, color, gloss, and consistency), texture, and flavor. Meal Payment Department will pay the vendor for the actual number of meals received and accepted by Department during the billing period. A weekly invoice from the vendor will reflect the following: 1. Total number of meals ordered. 2. Amount charged per meal. 3. Credit(s) for rejected whole meals or portion of meals that were below acceptable temperature which were not replaced within the one (1) hour of rejection. 4. Amount of total invoice. 5. Purchase Order number must be included on all invoices Original monthly invoices are to be submitted to bccapclerk@collierclerk.com and the Community and Health Services Division Grants Coordinator weekly by Wednesday for the previous week period. Page 5 of 10 16.D.22.bPacket Pg. 2371Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- Pre-Contract Start Date Meeting A meeting shall be held with the vendor to discuss the contract operational requirements. This will include but are not limited to: supply ordering, invoicing, meal counts, meal packing, correspondence, and cooler and supply storage. Subcontracting No part of this agreement may be assigned or subcontracted by the vendor without prior written approval by Division. If approved subcontracting shall be strictly 15% mark-up on cost. Gratuities The vendor certifies that they have not given any gifts, gratuities, or special compensation to any Department employee prior to the award of this contract and shall further certify that no gifts, gratuities, or special compensation shall be given to any Department employee during the term of this contract. The vendor certifies that they will not accept any gifts, gratuities, or special compensation from clientele during the term of this contract. Civil Rights Compliance The vendor certifies that it will conform to the applicable provisions of the Federal Civil Rights Act of 1964, as amended, and the Americans with Disabilities Act. During the performance of this contract, the vendor agrees as follows: • Not to discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, or disabilities, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operations. • Post in conspicuous places notices setting forth the provisions of the nondiscrimination clause. This shall be made available to employees and applicants for employment. • In all solicitations or advertisements for employees placed by or on behalf of the vendor, will state that such vendor is an equal opportunity employer. • Notices, advertisements and solicitations placed in accordance with federal law, rule or regulations shall be deemed sufficient for the purpose of meeting these requirements. • Include the provisions of # 1 above in every subcontract or purchase order over $10,000 so that the provisions will be binding upon each subcontractor or vendor. Additional Requirements Computer-assisted Nutrient Analysis a. Documentation using computer-assisted nutrient analysis shall include the following nutrients to ensure menu adequacy: Macro-nutrients: calories, protein, carbohydrate, fat, saturated fat, fiber and sodium; and, Micro-nutrients: vitamins A, C, E, thiamin, riboflavin, B6, folate, calcium, iron, magnesium, sodium, and zinc. b. Computer-assisted nutrient analysis is required when one or more meal(s) deviates from the meal pattern (i.e. menu does not provide all components or does not provide the required serving sizes). c. It is required that all computer-assisted nutrient analyzed menus include at least three of the required six meal components. Meal components are: bread/bread alternate, vegetable, fruit, meat/meat alternate, milk/milk alternate and dessert. d. Computer-assisted nutrient analysis menus shall ensure that the average nutrient value of meals provided in any one week provide at least the minimum 33% of the Page 6 of 10 16.D.22.bPacket Pg. 2372Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- RDA/AI values as indicated in the Daily Nutrient Requirement Table. For example: • If a provider serves one meal a day to a client and that center is only open two days per week, the average is obtained by adding the nutrient information from the two meals together and dividing by two; • If a provider serves one meal per day to a client and that center serves meals five days a week, the average is obtained by adding the nutrient information from all meals together and dividing by five; · If a provider serves two meals per day to a client, five days per week, the average is obtained by adding the nutrient information from all meals together and dividing by ten and all daily menus must provide 2/3 RDA; or, • If a provider serves three meals per day, five days a week, each day's menu must provide 100% the RDA and the average of the fifteen meals must equal 33% RDA. e. Vitamin and mineral supplements or dietary supplements shall not be included in menus under any circumstance or situation. f. Computer-Assisted Nutrient Analysis Requirements Content 3 meals/day 2 meals/day 1 meal/day 100% RDA/AI 66%RDA/AI 33%RDA/AI Macronutrient Kilocalories 1 (Kcal) 230( 153~ 76~ Proteinl (gm) 6: 4~ 21 Carbohydrate!, 2 315 21( 105 (gm) (or 55% Kcal) Fatl (gm) (or 30% 7: 5( 2: Kcal) Macro. Components Saturated Fatl, 2 2: H ~ (gm) (or 10% Kcal) Dietary Fiber3 (gm) 20-35 13-23 7-12 Vitamins Vitamin A (mg) 900 60( 300 Vitamin C (mg) 9C 6( 3( Vitamin E (mg) 15 1( 5 Thiamin (mg) 1.2 -~ ,.:1 Riboflavin (mg) 1.: o.s<: 0.4 Vitamin B6 (mg) 1., 1.2 ,( Folate (mg) 40( 26'i 133 Minerals Sodiuml (mg) 240( 160( 100( Calcium (mg) 1200* 800* 400* Iron (mg) ~ 5.3 2., Page 7 of 10 16.D.22.bPacket Pg. 2373Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- !Magnesium (mg) Zinc (mg) * The most current Recommended Dietary Allowances (RDAs) are used where available followed by the Adequate Intakes (Ais). 1 The 1989 RDAs are used when no new Dietary Reference Intakes have been established, i.e., for energy, protein, and other macronutrients. Ensure that either meal plan components shall: g. Meet or exceed the guidelines listed in this section, and h. A food item that is included in more than one food group can only be counted for one food group in ameal. For example, dried beans would not count as the meat alternate and vegetable in the same m'eal, cottage cheese would not count for both meat and milk alternate in the same meal. One serving of fruit cannot count as a dessert and a fruit serving in the same meal. Provide for: i. Bread or Bread Alternate: A serving of bread is generally one slice (1 ounce) or ½ cup pasta or grain product. i. A variety of enriched and/or whole-grain bread products, particularly those high in fiber, are recommended. ii. Bread alternates do not include starchy vegetables such as potatoes, sweet potatoes, yams or plantains. These are part of the vegetable food group. iii. Bread and bread alternates include but are not limited to: . 1 small muffin, 2 ounces 1 small sandwich bun . 2" cube cornbread ½ cup cooked cereal . 1 biscuit, 2.5" diameter 4 crackers . 1 waffle, 7" diameter ½ large sandwich bun . 1 slice French toast 3/4 cup ready to eat cereal • ½ English muffin 2 graham cracker squares . 1 tortilla, 6" diameter ½ cup bread dressing/stuffing . 2 pancakes, 4" diameter ½ cup pasta, noodles, rice • ½ bagel j. Vegetables: i. A serving of vegetable (including dried beans, peas and lentils) is generally 1 cup raw leafy vegetable; ½ cup other cooked or raw; or¾ cup 100% vegetable juice (a½ cup 100% vegetable juice may be served if¾ cup pre-packed servings are not available). ii. Fresh or cooked frozen vegetables are preferred. iii. Vegetables as a primary ingredient in soups, stews, casseroles or other combination dishes should total ½cup. k. Fruits: i. A serving of fruit is generally a medium apple, banana, orange, or pear;½ cup chopped, cooked, or canned fruit; or¾ cup 100% fruit juice (a½ cup serving of 100% fruit juice may be served if ¾ cup pre-packed servings are not available). ii. Fresh, frozen, or canned fruit are preferably packed in juice, light syrup or without sugar. I. Milk or Milk Alternate: i. One cup whole, low fat, reduced fat, skim, or lactose-free milk fortified with Vitamins A and D Page 8 of 10 16.D.22.bPacket Pg. 2374Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- should be used. ii. Low-fat or skim milk is recommended for the general population. iii. Powdered dry milk or evaporated milk may be served at congregate meal sites but not for the main meal except for cultural or religious reasons. Each powdered milk or evaporated milk serving size must be equivalent to one cup of milk. iv.Milk alternates may be provided in place of milk and include (for the equivalent of one cup of milk): v. • 1 cup yogurt • 1 ½ cups cottage cheese • 1 ½ ounces natural or 2 ounces processed • 1 ½ cups ice milk/ice cream cheese • 8 ounces tofu (processed with calcium salt) m. Meat or Meat Alternate: i. ·Three ounces of meat, poultry, fish, or the equivalent of other high protein foods (as noted below) in combination may be used. Meat serving weight is the edible portion, not including skin, bone, or coating. ii. Three ounces equivalents of other high protein foods include: 3 eggs 1 ½ cups tofu 3/4 cup cooked dried beans, peas or lentils 3 ounces cheese (nutritionally equivalent measure of pasteurized process cheese food, spread, or product or alternate or substitute cheeses) 6 tablespoons peanut butter or 1 cup nuts 3/4 cup tuna fish 3/4 cup cottage cheese iii. Except to meet cultural and religious preferences and for emergency meals, avoid serving dried beans, peas or lentils, peanut butter or peanuts, and tofu for consecutive meals or on consecutive days. iv. Imitation cheese (which the FDA defines as one not meeting nutritional equivalency requirements for the natural, non-imitation product) cannot be served as meat alternates. v. To limit the sodium content of the meal, serve no more than once a week cured and processed meats (ham, smoked or Polish sausage, corned beef, wieners, luncheon meats, or dried beef). n. Fats, oils and sweets: i. Include traditional meal accompaniments as appropriate, e.g., condiments, spreads, garnishes. Examples include: mustard and/or mayonnaise with a meat sandwich, tartar sauce with fish, and salad dressing with tossed salad. ii. Fats used in food preparation and which are served should be limited. Fats should be from primarily vegetable sources and in a liquid or soft (spreadable) form that are lower in hydrogenated fat, saturated fat, and cholesterol. The use of butter or fortified margarine, either in the cooking of the vegetables or as a spread for the bread is optional because of the emphasis on reducing fat content of the meals. g_,_ Desserts: i. Preferred desserts include fruit and low-fat products made with whole grains and/or low fat milk; ii. Pudding made with milk and/or ice cream or ice milk or frozen yogurt should be served at least once a week; iii. Baked goods such as those listed below should be limited to twice per week; and Cake Fruit cobbler or crisp Cookie Pastry/sweet bread (danish or donut) Brownie Pie Page 9 of 10 16.D.22.bPacket Pg. 2375Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- iv. Serving size shall conform to either a ½ cup or manufacturer's serving size or the standardized recipes serving size. Additional Items/Services: The County's project manager and vendor may add additional related items and/or services to this contract upon satisfactory negotiation of price via amendment or change order. No minimum or maximum: The services required by this contract shall include but not be limited to the items/services described in the Specifications. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this contract. Invoices: Invoices shall contain details of services provided. A valid Collier County purchase order number must appear on each invoice. Invoices shall be submitted to the ordering depmtment at the conclusion of each transaction. Page 10 of 10 16.D.22.bPacket Pg. 2376Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- Exhibit B Fee Schedule following this page (containing _1 __ page/s) Page 16 of17 Fixed Term Service Agreement #2017-002 (Ver. I) 16.D.22.bPacket Pg. 2377Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- 19-7500 "Senior Food Program" EXHIBIT B-FEE SCHEDULE No part of this agreement may be assigned or subcontracted by the vendor without prior written approval by Division. If approved subcontracting shall be strictly 15% mark-up on cost. Pricing provided shall be all inclusive. GA Food Services Items Description Meal Unit Price 1 Home Delivery-FIVE PACK Lunch $ 28.95 2 Home Delivery-SEVEN PACK Lunch $ 40.53 3 Bulk Food -Salad (24 count) Lunch $ 12.16 4 Bulk Food -Cake (24 count) Lunch $ 16.38 5 Bulk Food -Sandwiches (24 count) Lunch $ 20.50 6 Bulk Food -Fruit Cup (24 count) Lunch $ 5.68 7 Bulk Food -Salad (60 count) Lunch $ 30.39 8 Bulk Food -Cake (60 count) Lunch $ 40.94 9 Bulk Food -Sandwiches (60 count) Lunch $ 51.25 10 Bulk Food -Fruit Cup (60 count) Lunch $ 14.19 11 Pre-plated Congregate Breakfast $ 4.30 12 Pre-plated Congregate Lunch $ 5.37 13 DRI -TWO PACK Lunch $ 9.48 14 DRI-THREE PACK Lunch $ 14.22 15 DRI-FIVE PACK Lunch $ 23.70 16 DRI-SEVEN PACK Lunch $ 33.18 16.D.22.bPacket Pg. 2378Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- Other Exhibit/Attachment Description: Grant Documents [j] following this page (containing _1_3_ page/s) Ohis exhibit is not applicable Page 17 of17 Fixed Tenn Service Agreement #2017-002 (Ver.I) 16.D.22.bPacket Pg. 2379Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FEDERAL UNITED STATE DEPARTMENT OF AGING AND FLORIDA DEPARTMENT OF ELDER AFFAIRS The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases o'f disagreement with any other section of this contract, the Supplemental Conditions shall govern. Contractor means an entity that receives a contract. The services performed by the awarded Contractor shall be in compliance with the provisions of 45 Code of Federal Regulations (CFR) 75 and/or 45 CFR Part 92, 2 CFR Part 200 and other applicable regulations. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts ( e.g. subcontract or sub-agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. FCP-1 16.D.22.bPacket Pg. 2380Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FEDERAL CONTRACT PROVISIONS Administrative, contractual, or legal remedies (Ref. 41 U.S.C. 1908, 2 CFR § 200 Appendix II (A) 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 competent jurisdiction. Access to Records and Reports (Reference: 2 CFR § 200.333, 2 CFR § 200.336) The contractor/vendor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case the Contractor agrees to maintain same until the Purchaser, the Grantor Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Furthermore, the County shall maintain written policies and procedures for computer system backup and recovery and shall have the same requirement of its Contractors. No Government Obligation to Third Parties -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 of 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." Clean Air and Federal Water Pollution Control Acts (Reference: 2 CFR § 200 Appendix II (G)) Contracts and subgrants of amounts in excess of $150,000 shall contain a provision that requires the Contractor or recipient to comply with all applicable standards, orders, or requirements issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Energy Policy and Conservation Act -(Reference 2 CFR § 200 Appendix II (H) The contractor shall comply with any mandatory standards and policies relating to energy efficiency which are contained in the F I o r i d a state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871, 42 U.S.C Section 6201) Debarment and Suspension (Reference 2 CFR § 200 Appendix II (I) Contract awards that exceed the small purchase threshold and certain other contract awards shall not be made to parties listed on the government wide Excluded Parties List System in the System for Award Management (SAM), in accordance with the 0MB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension." The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) (Reference 2 CFR § 200 Appendix II (J) Vendors must certify it will not and has not used Federal appropriated funds have been paid or will be paid, by or to any person or organization 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 FCP-2 16.D.22.bPacket Pg. 2381Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBIT I.A FEDERAL CONTRACT PROVISIONS 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. The certification includes any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Procurement of Recovered Materials (Reference 2 CFR § 200.322) Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. (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, http://www.epa.gov/. The list of EPA-designate items is available at https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. Diversity (Reference 2 CFR § 200.321) The County is dedicated to fostering the continued development and economic growth of small, minority-, women-, and service-disabled veteran business enterprises. All contracting and subcontracting opportunities afforded by this solicitation/contract are strongly encouraged to contribute as both Contractors and Sub-Contractors. Firms may be required to submit documentation addressing diversity and describing the efforts being made to encourage the participation of small, minority-, women-, and service-disabled veteran business enterprises. Information on Certified Minority Business Enterprises (CMBE) and Certified Service-Disabled Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity at: http://dms.myflorida.com/other programs/office of supplier diversity osd/ Termination for Cause and Convenience See County's Standard Terms and Conditions. Nondiscrimination-Civil Rights Compliance The Contractor will 1. not discriminate against any person in the provision of services or benefits under this contract or in employment because of age, race, religion, color, disability, national origin, marital status or sex in compliance with state and federal law and regulations. 2. Assumes others with whom it arranges to provide services or benefits in connection with any of its programs and activities are not discriminating against clients or employees because of age, race, religion, color, disability, national origin, marital status or sex. And 3. Assures others with whom it arranges to provide services or benefits to participants or employees in connection with any of its programs and activities are not discriminating against those participants or employees in violation of the above statutes, regulations, guidelines, and standards. Computer Use and Social Media Policy The Florida Department of Elder Affairs has implemented a Social Media Policy, in addition to its Computer Use Policy, which applies to all employees, contracted employees, consultants, OPS and volunteers, including all personnel affiliated with third parties, such as, but not limited to, contractors and subcontractors. Any entity that uses the Department's computer resource systems must comply with the Department's policy regarding social media. Social Media includes, but is not limited to biogs, podcasts, discussion forums, Wikis, RSS feeds, video sharing, social networks like MySpace, Facebook and Twitter, as well as content sharing networks such as flickr and YouTube. This policy is available on the Department's website at: http://elderaffairs.state.fl.us/doea/financial.php STATE CONTRACT PROVISIONS Discriminatory Vendors List In accordance with Section 287 .134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public FCP-3 16.D.22.bPacket Pg. 2382Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBIT I.A FEDERAL CONTRACT PROVISIONS entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. 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. Equal Employment Opportunity The Contractor shall not discriminate against any employee or applicant for employment because of race, age, creed, color, sex or national origin. The Agency will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, 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. Contractors must insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. Interest of Members of Congress No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising therefrom. Interest of Public Officials No member, officer, or employee of the public body or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. Interest of Public Officials No member, officer, or employee of the MPO or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. Lobbying No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency. EVerify Vendors/Contractors/Subcontractors: 1. shall utilize the U.S. Department of Homeland Security's E-Verify system to verity the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract; and 2. shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. Inspections (Meals) The vendor must agree to notify the Nutrition Provider within 24 hours of any sanitation inspection and provide a copy of the report. FCP-4 16.D.22.bPacket Pg. 2383Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE I. Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primaty Covered Transactions 2. Certification regarding Lobbying 3. Conflict oflnterest 4. Anticipated DBE, M/WBE or VETERAN Participation Statement 5. Opp01tunity List for Commodities and Contractual Services and Professional Consultant Services 6. Acknowledgement of Grant Terms and Conditions 7. Scrutinized Companies Certification GCA-1 16.D.22.bPacket Pg. 2384Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBITI.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant ce1tifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; ( c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and ( d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Glenn Davenport Name President Title G.A. Food Service of Pinellas County Inc. d/b G. A. Food Service Inc. Firm Bid #19-7500 Senior Food Program Project Name Bid #19-7500 Project Number 59-148567'1 Tax ID Number 07-321-5956 DUNS Number GCA-2 16.D.22.bPacket Pg. 2385Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBITI.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Lobbying G.A. Food Service of Pinellas Coctnty Inc. The undersigned dlb G.A. Food Service Inc. (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No State 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 the Legislature, an officer or employee of the judicial branch, or an employee of a State agency in connection with the awarding of any State contract, the making of any State grant, the making of any State loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any State contract, grant, loan, or cooperative agreement. (2) No grantee, nor its persons or affiliates, may employ any person or organization with funds received pursuant to any State agreement for the purpose of lobbying the Legislature, the judicial branch, or a State agency. The purpose oflobbying includes, but is not limited to, salaries, travel expenses and per diem, the cost for advertising, including production costs; postage; entertainment; and telephone and telegraph; and association dues. The provisions of this paragraph supplement the provisions of section l J .062, Florida Statutes, which is incorporated by reference into this solicitation, purchase order or contract. (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. G.A. Food Service of Pinellas County foe. The Vendor/Contractor, dlb G.A. Food Service Inc. , certifies or affinns 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 11.062, Florida Statutes., apply to this certification and disclosure, if any. _G_le_n_n_D_a_ve_,_ip_o_r_t _ _____,,...... _____ .Name of Authorized Official p,~n-?Z-0 _a'-6_,__,_fm_'-"--'-'-~----'-q_,,__ ____ Signature of Vendor/Contractor's Authorized Official Title _,_Ja_n_i_ia_ry-'--2_8_,_2_0_l._9 ________ Date GCA-3 16.D.22.bPacket Pg. 2386Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBIT LB 19-7500 Senior Food Program Collier County Solicitation No. GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification I, Glenn Davenport, President , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to discl e any interest I, or anyone noted above, has in any person or organization that does become inv lved in, or i ecte at a later date by, the conduct of this matter. Glenn Davenport Name President January 28, 2019 Position Date Privacy Act Statement Title I of the Ethics in Govemment Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this repmt may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. GCA-4 16.D.22.bPacket Pg. 2387Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXIDBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT PRIME NAME PRIME FElD NUM1lER I OONTMCr DOI.I.AR AMOUNT ll',11, J.<Ooa ~ervice OJ nneuaB t;ouniy nc • . ,1/k r. A li'~~,l Q,.~,.;A,, , .. ,. 1.$ TH? ,RIME A fl.OIUDA-<:EllllfiEO l>JSAOYAm'AGED, MINOllm· oil WOMEN llUSHlE5S rnmPRISE1 (OM/MUJWBE) OR l1AVE A 5MA1.l. DISADVANTAGED aos11m &A CU!Tif!CATJON fROM Trlf SMAU ~U5lNlli A.OMINISTl!ATION? A5El!V1CE DISA!ll.EDVITEAAN? r,lfTfMJII y N IS 'l}lE ACTIVITY Ofl1il5 COHTAACT,-081!? M8£? WM? y y y ~ CONSTRUCTION ? CONSiULTATION? omER? y V @ ,~;_-,y., <·hl: .. .-."l';>-';',..<";i.';i,_4:,.;,j.:,,.,r _:~·l~\~v<".:,~1.~U;:'r-.'~':"•~tJj,l6',,.'f~'",·t.}:"1~',s~,P.. •. ·. .. . ., .. ,-., ·,~~'i?"Ci~~i.!',!.,_'.1r ' ,,_,..-;..Ji:;;.;,.;1:..-,·11-~-"··""'--.; .. ,,l-:'117-!~~:':~~..--·1 : P. If Pflll\llE HA$ SUBCOtr"M(rr()ft 011JUF'PU.Eft WHO 1~ A DISADyANT~ ~.!'f:()rurt, 'VIQMlll'«)\YNEO;S~U. :J __ . }!f~!~,f~~ ~-~.$!:~CE 9~~~J~RtMt!5:J~~}J~~~f?<l;_~~ , · 08f M/WM SU6CONlRACTOR OR SUPPUBI TYPE OF WORK OR EmNICfTI' COOf SIJl5/$'U~l.l!R Ptlitt?Jr Of CON!IIAt'T VITfRAl\i Pl.AME SJ>fClAI.Tl' {Sff l'li!f\i;,wJ DOUA.R AMOUNT 001.l.AAS n/a TOTALS: Glenn Davenport January 28, 2019 President l:MA!L ADDRESS Of PRIME jSUMIJITT?I!) FAXNUMl!E.R gdaucnport@.,gafoocls.com 727-573-2211 727-571-1652 tron: Thi$ information is w.ed to mdt and ret)Ort ;anticipated oeE or M8f pamclp;.tiori in ft,de!ally.fu~d contrac'!S. n.e 1>ntlop11tld Df.f or Ml!E ;,mour.1 is volwmr; and will not l>!M:ome part al the coou.ctu.l terms. Thll fc,rm must~ wbmitted lit time of Je'.IJ)orue to. solicitation. If 11nd when awarded a county contran, the r,ti= will be ~slu!d to updllte ~ informlmOJI for thf! i;r.int compliance ftle$. subcc>nt. ASi1n American SAA 1100-Mir,crny Wom!n NMW ·o. ACCfPTm l!'I': 16.D.22.bPacket Pg. 2388Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES CCH.Ufi't :entN;;Tr Gnirrr CGf.,)?UN;ltf: N)fh•:::~ ~m OPPOIITTJNITY LIST FOR COMMODmES AND COi'ffRAC.'TUALSERVICES AND PROFESSIONAL CONSULTANT SERVK:ES dlb G.A. Food Service Inc, 59-1485677 Address a;Kl Phooe Number: 12200 82nd Court N,, St, Petersburg, FL 88716 19,7500 Senior Food Program 1111: listoolow is intended to be i rtsti~ of firms that ;re, or .ittemptifl@t<t, particiP3te orn the pc-oject numbered.~. Tile fut must indutle the fum bl:ldh,t or qooting as prime, ;s-11 as subs and wpplie<! qootki,; forpmiclpation. Prlme corr:r.i.ct= ;and coosultints must J)fO\'ick illformatlon for !>lumbers 1, 1, :I, and 4; and, 1hould prO\lide ifT/ informaticn they hive for Numbers 5, 6, 7, and ll. 11:lisfotm must besubmiml! with the bid package. 1. l'!!dl!ral Tnx JO t.lln:ber: i. firm Nilm&: 3. PhoneNlll'OO!!l': 4. Addresi: 1. fed@fli!TaxlON:imber: 1. FirmNaml!: a, Phone t.wn'>ar: "· A.ddrass 5. Yl!ilf firm E5tilllisheil; 1. Federal Tax 1D »~n'.ber: l. Firm Name; 3. Phone N'Uffiber. 4. Acldro.ss s. Year Film Established; 1. Feder.a! Ta;,,: 10 Number: .z_ Firm Warne: 3. Phone number. J. Adwess 5. Year fim1 Established: 59-1485677 G.A. Food Service Inc 727.518-2211 12200 32nd Court l'l. 6.EJ Ollf a. Annual Gross r.eo!fpls Non-DBE ~'""-·""""' NIA 61!tvn-e11 $ :l.-5 mi.lion Be:tween S 5-10 million 7.B liw::ootractt,r 11etween $ 10--1s miiioo suocoMi:tam Mare thlm $ 15 miHon NO SUB CONTRACT WILL BE USED 6-a O!lE a. Annll.31 Gross 1W'.k':jr..s NOO·DBE ~"" '""' • miil® &etween $ :1 .. s miiioo Between $ 5-lO mi!lioo 7.8 Simcontr;i.::ta BetY/en $10-1:S miillloo su1>:,:n1s11t'tif,t Mare ttoo $15 millon 6-a Dllf :!t Annual Gm,;s ~ts Non-06E ~--$<ml0~ ~n $1•5 million ?ietween $ 5-lt' m1llon 7.B Soocootl'lk."tor EetWeen $ :1r;.1s mi/Jiro SUbco1&11tint Mciff: thin $15 milion G.B DBE a. Annu;il Gross P.ecie.ipts Noo-06E ~'°"-$>mH~ ~een $1•5 million ~n $ 5-10 million 7.B Sit,.:ootractor &etwl!en $10--15 miliioo subconniita.~t More than$ 15 mi1ion 16.D.22.bPacket Pg. 2389Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBITI.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: 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 perfotming 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. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). G.A. Food Service of Pinellas Cou,ity Inc. Vendor/Contractor Name dlb G.A. Food Service c. Date __ J_an_u_a_ry_2_8_, 2_0_1_9 Address 12200 32nd Court North, St. Petersburg, FL 33716 Solicitation/Contract# 19-7500 Senior Food Program GCA-7 €0 16.D.22.bPacket Pg. 2390Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- EXHIBITI.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Scrutinized Com >anies Certification G.A. Food Service of Pinellas County Inc. The undersigned d/b G.A. Food Service Inc. (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that it is not listed on the • Scrutinized Companies with Activities in Sudan List, • Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and/or • Scrutinized Companies with Activities in Israel List (eff. 10.1.2016), pursuant to Section 215.473, F.S. The subcontractor further agrees the County may immediately tenninate this contract for cause if the vendor/contractor is found to have submitted a false certification or is placed on the Scrutinized Companies list during the term of the contract. _G_l_e_n_n_D_a_v_e_n.=,.p_o_rt_· -----f--/ ___ Name of Authorized Official GCA-8 16.D.22.bPacket Pg. 2391Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- COLLIER COUNTY Certification Regarding Lobbying The undersigned 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 ofnot less than $10,000 and not more than $100,000 for each such failure. G.A fi'ood Servic\" ofl'inell.rn County Jnc. The Contractor, d/h G. A. Ii'ood Service Inc. , 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 of31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. ·!°~r?~-1~ -~_._...__ __ c,__Wj--=-=-~~.___,'-"--_____ Signature of Contractor's Authorized Official _I_3,_Jtl_:i _A_rn_1 _v_al_H,_'a_n_is_, _c_o_o _____ ~N.ame of Authorized Official and Title _A_1_1;.r_<:1_1 _l ~_.1._2_0'_,9 _________ Date 07/18R6 16.D.22.bPacket Pg. 2392Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19- Client#· 1458462 GAFOOD ACORD™ CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) 3/13/2019 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 pollcy(les) 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 NAMefcT Margo L. Kyser, CIC, CISR, AIS USI Insurance Services LLC .Extl: 260-435-4238 Ir~ Nol: 866-702-7119 9910 Dupont Circle Dr. East A s: margo.kyser@usl.com Suite 120 INSURER(S) AFFORDING COVERAGE NAIC# Fort Wayne, IN 46825 INSURER A : Hartford Caaualty Insurance Company 29424 INSURED INSURER B : Federal ln1urance Company 20281 G.A. Food Services of Pinellas INSURER C : Pennsylvania Manufacturers Aasoc. Ins. 12262 County Inc. INSURER D : Hartford Fire Insurance Company 19682 12200 32nd Ct., North INSURERE: Saint Petersburg, FL 33716 INSURERF: 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 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 ,&8M&~i 1,&8M&~1 LIMITS LTR INSR WVD A X COMMERCIAL GENERAL LIABILITY X X 36UENZV6433 03/15/2019 03/15/2020 EACH OCCURRENCE $1,000 000 ~ D CLAIMS•MADE [!) OCCUR ~~~~~H?E~~tgiPencel f--$300,000 MED EXP (Any one person) $5 000 f--PERSONAL & ADV INJURY s1 000 000 -GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $3,000,000 PRO· [!]Loe PRODUCTS • COMP/OP AGG $2,000,000 Fl POLICY JECT OTHER: $ D AUTOMOBILE LIABILITY X X 36UENZV5917 03/15/2019 03/15/2020 COMBINED SINGLE LIMIT s1,000,000 /Ea accident\ -X ANYAUTO BODILY INJURY (Per person) $ --OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ --X HIRED X NON•OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY /Per accident\ --X$1,000 Comp X $1,000 Coll. $ B ~ UMBRELLA LIAB ~OCCUR 79892909 03/15/2019 03/15/2020 EACH OCCURRENCE s15 ooo 000 EXCESS LIAB CLAIMS•MADE AGGREGATE s15.000 000 □Eo I xi RETENTION so $ C WORKERS COMPENSATION X 2019750298901 (13/15/2019 03/15/2020 X l~-FfniTE I l~JH· AND EMPLOYERS" LIABILITY y / N $1,000 000 ANY PROPRIETOR/PARTNER/EXECUTIVE Cm N/A E.L. EACH ACCIDENT OFFICER/MEMBER EXCLUDED? N (Mandatory In NH) E.L. DISEASE • EA EMPLOYEE $1,000 000 g~;t~ftff~~ 'trf~PERATIONS below E.L. DISEASE· POLICY LIMIT $1,000 000 B Crime 82508244 03/15/2019 03/15/2020 $500,000 Employee Dishonesty w/$2,500 Ded DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Addltlonal Remarks Schedule, may be attached If more space Is required) Re: Contract# 19-7500 "Senior Food Program" For any and all work performed on behalf of Collier County. Additional Insured per written agreement for the above regarding General Liability includes Collier County Board of Commissioners .. CERTIFICATE HOLDER CANCELLATION Collier County BOCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Procurement Services Department ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamiami Trail East Naples, FL 34112-4901 AUTHORIZED REPRESENTATIVE I ~~ © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S25189050/M25187638 PVRZP 16.D.22.bPacket Pg. 2393Attachment: 19-7500 G.A. FoodService of PinellasCounty_dba_G.AFoodService,Inc_Contract Executed (12600 : GA Foods Amendment#1 19-