Loading...
12THE CITY OF PLEASANT LIVING . CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: FROM: Via: DATE: SUBJECT: BACKGROUND: The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager Quentin Pough, Director of Parks & Recreation I 1 July 12,2017 Agenda Item No.:L~ A Resolution authorizing the City Manager to award a one (1) year contract with an option-to-renew for four (4), one (1) year periods to Greater Miami Caterers, Inc. ("GMC") for the City's senior program weekend delivery meal service. The City's Parks and Recreation Department manages senior program services at the Senior Center, located at 6701 SW 62 Avenue South Miami, FL 33143. The weekend delivery meal service entails two (2) prepackaged meals each weekend to sixty-five (65) senior residents at the HUD Senior Center for fifty-two (52) weeks, totaling 6,760 meals on an annual basis. Meals will be delivered on Friday to each residents unit. Each meal is specifically designed to meet the nutritional needs with appropriate portion sizes for adults. The City issued a Request for Proposals ("RFP") #PR2017-11 on Tuesday, May 2,2017. One (1) submittal was received and evaluated by a Selection Committee (liThe Committee"). The Committee was comprised of Jaime Adams (chairperson), Assistant Director of Parks and Recreation, Ana Larzabal, Senior Center Site Manager, and Angelica Bueno, Planning and Sustainability Administrator. The Committee evaluated and scored the proposal using the selection criteria. Based on a thorough review of the proposal, the Selection Committee is recommending Greater Miami Caterers, Inc. ("GMC"). A summary of the scoring is illustrated below. Committee Members Evaluation Scoring (out of 100) Jaime Adams 95 Ana Larzabal 85 Angelica Bueno 92 THE CITY OF PLEASANT LIVING EXPENSE: ACCOUNT: ATTACHMENTS: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Greater Miami Caterers, Inc. produc~s over 35,000 meals daily and has a positive record of quality service dating back to 1968. GMC has done business with Miami-Dade County Elderly Services, City of West Miami, and Hialeah Housing Authority. A contract will be awarded for a one (1) year period. At the discretion of the City Manager, the contract may be extended for four (4), one (1) year option-to-renew, for a total offive (5) consecutive years. Five (5) year contract total not to exceed $131,820.00 Term(s) Annual Total Year 1 $25,214.80 Year 2 $25,890.80 Year 3 $26,566.80 Year 4 $26,904.80 Year 5 $27,242.80 TOTAL $131,820.00 The total expenditure for Year 1 shall be charged to the Parks and Recreation Senior Citizens Program account number 001-2000-572-5680, which has a balance of $18,294 for fiscal year 2016-2017 and a proposed balance of $47,432 for fiscal year 2017-2018 before this request was made. Resolution for approval Bid Opening Report Proposal Summary Proposal: Greater Miami Caterers, Inc. Selection Committee Scoring Sheets Greater Miami Caterers Email Daily Business Review Advertisement Demand Star Solicitation Results Sun Biz Registration 1 RESOLUTION NO.: ________ _ 2 3 A Resolution authorizing the City Manager to award a one (1) year contract with an 4 option-to-renew for four (4), one (1) year periods to Greater Miami Caterers, Inc. ("GMC") 5 for the City's senior program weekend delivery meal service. 6 7 WHEREAS, the City's Parks and Recreation Department manages senior program services at 8 the Senior Center, located at 6701 SW 62 Avenue South Miami, FL 33143; and 9 10 WHEREAS, the weekend delivery meal service entails two (2) prepackaged meals each 11 weekend to sixty-five (65) senior residents at the HUD Senior Center for fifty-two (52) weeks, 12 totaling 6,760 meals on an annual basis; and 13 14 WHEREAS, the City issued a Request for Proposals (IIRFP") #PR2017-11 on Tuesday, May 2, 15 2017. One (1) submittal was received and evaluated by a Selection Committee (liThe Committee"); 16 and 17 WHEREAS, the Committee was comprised of Jaime Adams (chairperson), Assistant Director 18 of Parks and Recreation, Ana Larzabal, Senior Center Site Manager, and Angelica Bueno, Planning 19 and Sustainability Administrator. Based on a thorough review of the proposal, the Selection 20 Committee is recommending Greater Miami Caterers, Inc. (IIGMC"); and Committee Members Evaluation Scoring (out of 100) Jaime Adams 95 Ana Larzabal 85 Angelica Bueno 92 21 WHEREAS, a contract will be awarded for a one (1) year period. At the discretion of the City 22 Manager, the contract may be extended for four (4), one (1) year option-to-renew, for a total of five 23 (5) consecutive years; and 24 WHEREAS, the contract total amount shall not exceed $131,820 over a five (5) year period. Term(s) Annual Total Year 1 $25,214.80 Year 2 $25,890.80 Year 3 $26,566.80 Year4 $26,904.80 Year 5 $27,242.80 TOTAL $131,820.00 25 26 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY 27 OF SOUTH MIAMI, FLORIDA THAT: 28 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Section 1: The City Manager is hereby authorized to enter into a one (1) year contract with an option-to-renew for four (4), one (1) year periods to Greater Miami Caterers, Inc. ("GMC") for the City's senior program weekend delivery meal service. A copy of the contract is attached. Section 2: The total expenditure for Year 1 shall be charged to the Parks and Recreation Senior Citizens Program account number 001-2000-572-5680, which has a balance of $18,294 for fiscal year 2016-2017 and a proposed budget balance of $47,432 for fiscal year 2017-2018 before this request was made. Section 3: If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 4: This resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this ___ day of _____ --', 2017. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM LANGUAGE, LEGALITY AND EXECUTION THEREOF CITY ATTORNEY APPROVED: MAYOR COMMISSION VOTE: Mayor Stoddard Vice Mayor Welsh Commissioner Edmond Commissioner Liebman Commissioner Harris x x x x x x x x x x x x x x x x PROPOSAL FOR FOOD CATERING SERVICES FOR . CITY FO SOUTH MIAMI WEEKENll SENIOR MEAL··PROGRAM RFP #PR2017-11 DATE: Wednesday, May 31, 2017 -TIME: 10:00 am PLACE: Office of the City Clerk South Miami City Hall 6130 Sunset Drive South Miami, Florida 33143 CONTENTS ITEMS i-in; ofS~th ~~~~~;;;;~saD;;llPro~i-1-ll,;~~---1 I I . thru 62 to include the following: . ! 1-Minimum Qualifications for the Award, Exhibit I, Scope of Services, Attachment A ! i ! -Indemnification and Insurance Documents, Exhibit 2 I ! I -bid Form, Exhibit 3 I I 1-Respondents Cost and Technical Proposal, Exhibit 4 I . 1-Signed Contract Documents, Exhibit 6 ! 1 -Respondents Qualifications Statements I i .; list of Proposed Subcontractors and Principal Suppliers i I i -Non-Collusion Affidavit I ' I. i-Public Entity Crimes and Conflicts of Interest II I -Drug Free Workplace I \ I -Acknowledgement of Conformance with OSHA Standards I I 1-Affidavit Concerning Federal & State Vendor listing I I I -Related Party Transaction Verification Form I I \-Presentation Team Declaration/Affidavit of Representation I t----...... -------... -f----... -------... -.... --··---·--·.·--·---------...... -... -.~-.... --.-.-.-.-----... ------...... -------... ----.---.-.------.N-----·---·-----·-·-·------... ~·-·-·----·l I 2 I Proposal required responses: Evidence of past experience, meal service i I I description & delivery system, liaisons between GMC & CMS, references. ! ,....-------·-·-----·r---------------------------------··-.. -.. ------.-.----.-.----------------------------------------------------.. -... --.----... -.-----.--I ! I ! 3 I Company biography with build in resumes. I r----------···l--------·------·····-···-······---·------------.. -.-....... ----....... -.. ---------.. ---....... -.. -.. ---.-----.. -...... ----.---.--.. -.. -.-.. -.-.-... ··----··-···---·······----·-1 I 4 . Approved four week menu cycle ! L ___________ .. __ .!.._. _______________________ •. _. ______ ------~--.•. -.-.-----•. -----------•. ---•. ---------------·---·-.--·· •.• -·-.---.----.--.. ·.--•.• -··-----1 I I ' I 5 I Adult Day Care Program Approved Cater List, Licenses, Copy of Food I I I Management Certificate and Certificate of Insurance Coverage. I r--··------------L ----.--.-.-.-.. --.... -----.----......... ---.-.. ------------------------------------.-.-.. -·-·---·--·-··-------·--····-·-··---------··-···1 I 6 ! Copy of most recent inspection with corrective actions I . I I ~·····---------1-------------------------------·-·--------------:-----------------··-c---------·-··-----··-···-·····----------------·····---·--·------·1 I 7 I Project and Office Organizational chart \ I I' . . I [""-------_ .. _._., .... -•.•.•. _ .. _------------_ ... -----_ .. _ .. _-_._----------------------------.. _--------------.. ----_ ...•. _ .... __ .. --------------_ .. _-.. _----... -.. -_.-.. ,.\ I. 8 I Samples of Food Labels and Insulated Containers . I L-_______ ._._.L •. _ •. ___________________________ . __ ._ .•...•.•. ___ .. _ •. ________ •. ___ •. _____ .... ________________ -____ ._ ..•.. _ •. ____________ •.• ___ ... ______ ._. ___ .....• _.! I 9 I Drug Free Workplace Policy i L---------------... l-... ----... --------------.. -_______ ---.... -.... -_.-.--.-.-.. --................ -.-...• --.. -.. -.. -.-... -.-.--........ --... -...... --.-----.. -.-----_ .... -.... -.. -... -.. -.-.... --.1 l 10 I USDA Plant No. I l i" . I I-------~------·-·-·t---·--··--------------··-·--···---------,-------.--..... ---....... ---.-..... --.-.. --------------------.----..... ----..... -... -.. -.-------------·_·--·-·---····-··-··1 I 11 I Addendum No. #1, dated May 16, 2017 I I I I 1 ___ M ... _______ • __ .l _______ ... _ ... ___ ~_ ... _ ...... ____ M .... ___________ • ____ •••••••• _. _____________________ •• ____________ • __ • ______ ........ ______ • __ • __ • _______ • _________ ••• ____ • _____ f (,fi SouthtMiami T/i£<:/tY OF~NrLiy,N<;' CITY OF SOUTH MIAMI WEEKEND SENIOR MEAL PROGRAM RFP#PR2017-11 SUBMITTAL DUE DATE: lOAM, May31, 2017 SoliCitation Cover Letter The City of South Miami, Florida (hereinafter referred to as "CSM") through its chief executive officer (City Manager) hereby solicits sealed proposals responsive to "the City's request (hereinafter referred to as "Request for Proposals" or "RFP"). All references in this Solicitation (also referred to as an "Invitation for Proposals" or "Invitation to Bid) to "City" shall be a reference to the City Manager, or the manager's designee, for the City of South Miami unless otherwise specifically defined or unless the context in which the word is used requires it to mean the City of South Miami. The City is hereby requesting sealed proposals in response to this RFP #PR20 17-11 "Weekend Senior Meal Program." The purpose of this Solicitation is to contract for the services necessary for the completion of the project in accordance with the Scope of Services, (Exnibit I, Attachment A) and Respondents Cost and Technical Proposal, or the plans and/or specifications, if any, (Exhibit I; Attachment B), described in this Solicitation (hereinafter referred to as "the Project" or "Project") Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package aUhe City CJerk's office Monday through Friday ,from 9:00 a.m. to 4:00 p.m. or by accessing the follOwing webpage: http://www.southmiamifl.gov/ which is the City of South Miami's web address for solicitation information. Proposals are subject to the Standard Terms and Conditions contained in the complete Solicitation Package, including all documents listed in the Solicitation. The Proposal Package shall consist of one (I) original unbound propos~I, five (5) additional copies and one (I) digital (or comparable medium including Flash Drive, DVD or CD) copy all of which shall be delivered to the Office of the City Clerk located at South Miami City Han, 6130 Sunset Drive, South Miami, Florida 33143. The entire Proposal Package shall be enclosed in a sealed envelope or container and shaJJ have the foJJowing Envelope Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: "Weekend Senior Meal Program," RFP #PR2017~11 and the name of the Respondent (person or entity responding to the Solicitation. Special envelopes such as those prOVided by UPS or Federal Express will not be opened unless they contain the required Envelope Information on the front or back of the envelope. Sealed Proposals must be received by Office of the CitY Clerk, either by mail or hand delivery, no later than 10:00 a.m. local time on May 31,2017. A public ~pening wiJJ take plate at 10:00 a.m. on the same date in the City Commission Chambers located at City Hall, 6130 Sunset Drive, South Miami 33143. Any Proposal received after 10:00 a.m. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the person submitting the proposal and .in favor of the Clerk's receipt stamp. Hand delivery must be made Monday through Friday from 8 AM to 5 PM to the office of City Clerk. A public opening will take place at 10:00 a.m. on the same date in the City Commission Chambers located at City Han, 6130 Sunset Drive, South Miami 33143. Any Proposal received after 10:00 a.m. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received wi/J be resolved against the person submitting the proposal and in favor of the Clerk's receipt stamp. A Non-Mandatory Pre-Proposal Meeting will be conducted at City Hall in the Commission Chambers located at 613,0 Sunset Drive, South Miami, FL 33143 on May 17, 2017 at 2:00 PM. The conference shall be held regardless of weather conditions. Proposals are subject to the terms, conditions and provisions of this letter as weJJ as to those provisions, terms, conditions, affidavits and documents contained in this Solicitation Package. The City reserves the right to award the Project to the person with the lowest; most responsive, responsible Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and aJJ proposals, and the right of the City to waive any irregularity in the Proposals or Solicitation procedure and subject also to the Page I of 62 right of the City to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price or, if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. . Thomas F. Pepe 1211412016 Page 2 of 62 Maria M. Menendez. CMC City Clerk City of South Miami SCOPE OF SERVICES and SCHEDULE OF VALUES Weekend Senior Meal Program RFP #PR2017-11 The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT I ThO!l1a5 F. Pepe 1211412016 END OF SECTION Page 3 of 62 No I 2 3 4 5 6 SCHEDULE OF EVENTS Weekend Senior Meal Program RFP #PR2017-11 Event Advertisement! Distribution of Solicitation & Cone of Silence begins Non-Mandatory: Pre-RFP Meeting Deadline to Submit Questions Deadline to City Responses to Questions Deadline to Submit RFP Response Projected Announcement of selected Contractor/Cone of Silence ends END OF SECTION Page 4 of 62 Thomas F. Pepe IVI412016 Date* Time* (EST) 5/2/2017 4:00 PM 5/17/2017 2:00 AM 5/20/20(7 (0:00AM 5/2412017 10:00 AM 5/31/2017 10:00 AM 6/20/2017 7:00 PM . INSTRUCTIONS for RESPONDENT Weekend Senior Meal Program RFP#PR2017-11 IT IS THI; RESPONSUSILITY OF THE RESPONDENT TO THE SOLICITATION TO eNSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE SOLICITATION FORM. I. Purpose of Solicitation. The City of South Miami is requesting proposals for the lowest and most responsive price for the Project. The City reserves the right to award the contract to the Respondent whose proposal is found to be in the best interests of the City. .... . 2. . Qualification of Proposing Firm. Response submittals to this Solicitation will be considered from firms normally engaged in providing the services requestec:l. The .proposing firm must demonstrate adequate experience, organization, offices, eqUipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action neces.sary to determine ability to perform in accordance with the specifications, terms and conditions. The City. of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject all response submittals to this Solicitation where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 3. Deviations from Specifications. The awarded firm shall clearly indicate, as applicable, all areas in which the services proposed do not fully comply with the requirements of this Solicitation. The decision as to whether an ·item fully complies with the stated requirements rests solely with the City of South Miami. . 4. DeSignated Contact. The awarded firm shall appoint a person to act as a primary contact with the City of South Miami. This person or bac~-up shall be readily available during normal work hours by phone, email, or in person, and shall be knowledgeable ofthe terms of the contract. 5. Precedence of Conditions. The proposing firm, by virtue of submitting a response, agrees that City's General Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted With the response, either appearing separately. as an . attachment or included within the Proposal. The Contract Documents have been listed below in order of precedence, with the one having the most precedence being at the top of the list and the remaining documents in descending order of precedence. This .order of precedence shall apply, unless. clearly contrary to the specific terms of the Contract or General Conditions to the Contract (I) Addenda to Solicitation. . (2) Attachments/Exhibits to the Solicitation (3) Solicitation (4) Attachmentl.Exhibits to Supplementary Conditions (5) Supplementary Conditions to Contract, if any (6) AttachmentlExhibits to Contract (7) Contract (8) General Conditions to Contract, if any (9) Respondent's Proposal 6. .Response WithdrawaL After Proposals are opened, corrections or modifications to Proposals are not permitted, but the City may allow the proposing firm to withdraw an erroneous Proposal prior to the confirmation of the proposal award by City Commission, if all of the following is established: I. The proposing firm acted in good faith in submitting the response; 2.· The error was not the result of gross negligence or willful inattention on the part of the firm; 3. The error was discovered ancl communicated to the City within twenty-four (24) hours (not including Saturday, Sunday or a legal holiday) of opening the proposals received, along with a request for permission to withdraw the firm's Proposal; and 4. The firm submits an explanation in writing, Signed under penalty of perjury, stating how the error was made and delivers adequate documentation to the City to support the explanation and to show that the error was not the result of gross negligence or willful inattention nor made in bad faith. 7. The terms, provisions, conditions and definitions contained in the Solicitation Cover Letter shall apply to these instructions to Respondents and they are. hereby adopted and made a part hereof by reference. If there is a conflict between the Cover Letter and these instructions, or any other provision of this Solicitation, the Cover Letter shall govern and take precedence over the conflicting provision(s) in the Solicitation. Thomas F. Pepe 12I14n016 Page 5 of 62 8. Any questions concerning the Solicitation or any required need for clarification must be made in writing, by H AM. May 17, 2017 to the attention of Steven p, Kulick at Ikullck@southmiamifl.&O'l or via facsimile at (305) 663·6346. 9. The issuance of a written addendum is the only official method whereby interpretation and/or clarification of information can be given. Interpretations or clarifications, considered necessary by the City in response to such questions, shall be issued by a written addendum to the Solicitation Package (also known as "Solicitation Specifications" or "Solicitation") by U.S. mail, e-mail or other delivery method convenient to the City and the City will notify all prospective firms via the City's website. 10. Verbal interpretations or clarifications shall be without legal effect. No plea by'a Respondent of ignorance or the need for additional information shall exempt a Respondent from submitting the Proposal on the reqyired date and time as set forth in the public notice. II. Cone of Silence: You are hereby advised that this Request for Proposals is subject to the "Cone of Silence," in accordance with Section SA-7, of the City's Code of Ordinance. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on verbal communication with the City's professional staff, including the City Manager and his staff and 'members of the City Commission. The Cone of Silence ordinance, Section SA-7, has been duplicated at the end of these instructions. 12. Violation of these provisions by any particular Respondent or proposer shall render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidable, and, in such event, said Respondent or proposer shall not be considered for any Solicitation including but not limited to one that requests any of the following a proposal, qualifications, a letter of interest or a bid concerning any contract for th,e provision' of goods or services for a period of one year. Contact shall only be made through 'regularly scheduled Commission meetings, or meetings sch'eduled through the, Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 13. Lobbying; "Lobbyist" means all persons (including officers and managers cif a legal entity), firms, or legal entities such as a corporation, partnership or limited liability company, employed or retained by a principal (iricluding an officer of the principal or an employee of the' principal whose duties include marketing, or soliciting business, for the principal) who seek~o encourage t~e passage, defeat; or modifications of (I) ordinance, resolution, actiori or decision of the City Commission; (2) any action, deciSion, recommendation of the City Manager or any City board or committee; or (3) any action, decision or recommendation of City personnel during the time period of the entire decision-making'process on such'action,'decision or recommendation which foreseeably will be heard or reviewed by the City Commission, or a City board or committee. All firms and their a:gents who intend to submit, or who submitted, bids or responses for this Solicitation, are hereby placed' on formal notice that neither City Commissioners, candidates for'City Cominissiorieror any employee of the City of South Miami are to be lobbied either individually cir collectively concerning this Solicitation. Contact shall only be, made through regularly stheduledConimission meetings, or' meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or cladfying information or as otherwise provided for in the City's Cone of Silence. Any presentati~m' before a selection committee is considered to be lobbying; however, the presentation team may avoid formal registration by complying with section SA-S (c) (9), of the City'S Code of Ordinances. A presentation team affidavit is provided with this solicitation that may be used to comply with presentations, if applicable. Anyone who' submits a proposal, whether solicited Or unsolicit~d, on behalf of his or her prinCipal or his or her employer is considered to be a lobbyist and must register. An officer or manager of a legaJ entity who is submitting aproposaf, whether soiicited or unsolicited; is considered to be a lobbyist. See section SA-S' of the City'S Code of Ordinances for further information and contact the City Clerk to register as a lobbyist. 14. Reservation of Right. ' The City anticipates awarding one contract for services as a result of this Solicitation and the successful firm will be requested to enter into negotiations to produce a contract for the Project. The City, however, reserves the right; in its sole discretion, to do any of the following: ' A. to 'reject any arid all ,submitted Responses and to further define or limit the scope of the award. B. to waive minor irregularities in the responses orin the procedure required by the Solicitation documents. C. to request additional information' from firms as deemed necessary. D. to make an award without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposal be completed iriall respects. E. to negotiate modifications to the Proposal that it deems acceptable. F. to terminate negotiations in the event the City deems progress towards a contract to 'be insufficient and to proceed to negotiate with the Respondent who made the next best Proposal. The City reserVes the right to proceed in this manner' until it has negotiated a contract that is satisfactory to the City. Thomas F. Pepe 12/14/2016, Page 6 of62 G. To modify the Contract Documents. The terms of the Contract Documents are general and not necessarily specific to the Solicitation. It is therefore anticipated that the City may modify these documents to fit the specific project or work in question and the Respondent, by making a Proposal, agrees .to such modifications and to be ~ound by such modified documents . . H. to cancel, in whole or part, any invitation for Proposals when it is in the best.interest of the City. I. to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined. by the City., J.. to award the Project, and execute a contractwith a Respondent or Respondents, other than to one who provided the lowest Proposal Price. K. if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. . . .. .., 15. Contingent Fees Prohibited. The proposing firm, by submittil,lg a proposal, warrants that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract withthl)! City, and that it has not p;iid or agreed to pay any· person, . company, corporation, individual or firm other than a bona fide employee, contractor or sub-consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 16. Public Entity Crimes. A person or affiliate of the Respondent Viho has been placed on. the convicted vendor list pursuant to Chapter 287 following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods· or services, or a contract for construction or repair of a public building, may not submit proposals on leases of real property to or with the City of South Miami, may not be awarded a contract to perform work as a CONTRACTOR, sub-contractor, supplier, sub-consultant, or consultant under a contract with the City of South Miami, and may not transact business with the City of South Miami for. a period of 36 .months from the date of being placed on the convicted vendor list. 17. Respondents shall use the Proposal Form(s) furnished by the City. All erasures and corrections must have the initials of the Respondent's authorized. representative in blue ink at the location of each and ev!'!ry erasure and correction. Proposals shall be signed ':Ising blue ink; all quotations shall be typewritten; qr prir:tted with blue ink. All spaces shall be filled in with the requested information or the phrase "not applicable" or "NA". The proposal shall be delivered on or before the date and time, and at the place and in such manner as set forth in the Solicitation Cover ketter. Failure to do so may.cause the Proposal to be rejected. Failure to include any of the Proposal Forms may invalidate the Proposal. Respondent shall deliver to the City, as part of its Proposal, the following documents: i. The InviUtion for Proposal and Instructions to Respo~dents. 18. Goods: A. ii. A copy of all issued addenda:. . iii. The completed Pr.oposal Form fully executed. iv. Proposal/Bid Bond, (Bond or cashier's check), if required, attached to the Proposal Form. v. Certificates of Competency as well as all applicable State, County and City licenses held by Respondent vi. Certificate of Insurance and/or Letter of Insurability. If goods are to be provided pursuant to this Solicitation the following applies: . Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is mentioned in this SoliCitation, whether or not followed by the words "approved equal", it is for the purpose of establishing a grade or quality of material only. Respondent may offer goods that are equal to the goods described in this Solicitation with appropriate identification, samples and/or specifications for such item(s). The City shall be the sole judge concerning the merits of items proposed as equals. B. Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. ' C. Mistake: In the event that unit prices are part of the Proposal and if there is a discrepancy between the unit price(s) and the extended price(s), the unit price(s) shall prevail and the extended price(s) shall be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to do so shall be at the Respondent's risk, and errors shall not release the Respondent from his/her or its responsibilitY as noted herein. \ D. Samples: Samples of items, when required, must be furnished by the Respondent free of charge to the City. Each individual sample must be labeled with the Respondent'S name and manufacturer's brand name and delivered by it within ten (10) calendar days of the Proposal opening unless schedule indicates Thomas F. Pepe 1211412016 Page 7 of 6.2 a different time. If samples are requested subsequent to the Proposal opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return of samples. E. Respondent warrants by signature on the' Proposal Form that prices quoted therein are in conformity with the latest Federal Price Guidelines. F. Governmental Restrictions: In the event any governmental restriction~ may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on this Proposal prior to their,delivery, it shall be the responSibility of the successful Respondent to notify the City at once, indicating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and .at no further expense to the City with thirty (30) days advanced notice. G. Respondent warrants that the prices, terms and conditions quoted in the Proposal shall be firm for a period of one hundred eighty (180) calendar days from the date of the Proposal opening unless otherwise stated in the Proposal Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Solicitation shall be cause for rejection, as determined by the City. H. Safety Standards: The Respondent warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Proposals must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when applicable. '19. Uability. Licenses & Permits: The successful Respondent shall assume the full duty, obligation, and expense of obtaining all necessary licenses, permits~ and inspections required by this Solicitation and as required by law. The Respondent shall be liable for any damages or loss to the City occasioned by the negligence of the Respondent (or its agent or employees) or any person acting for or through the Respondent. Respondents shall furnish a certified copy of alllicerises, Certificates of Competency or other licensing requirement necessary to practice their profession and applicable to the work to be performed as required by Florida Statutes, ,the Florida Building Code, Miami-Dade County Code or City of South Miami Code. These documents shall be furnished to the City as part of the Proposal. Failure to have obtained the reqUired licenses and certifications or to furnish these documents shall be grounds for rejecting the' Proposal and forfeiture of the Proposal/Bid Bond, if required for this Project. ' " ' 20. Respondent shall comply With the City's insurance requirements as set forth in the attached EXHIBrr 2, prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the contract, or an award of the contract is made before compliance with this provision, the failure' to fully and satisfactorily' comply With the City'S bonding, if reqUired for.this project, and insurance reqUirements as set forth herein shall authorize the City to implement a rescission of the Proposal Award or rescission of therecommen'dation for award of contract without further City action. "The Respondent, by submitting a Proposal, thereby agrees to hold the City harmless and agrees to indemnify the City and covenants not to sue ,the City by virtue of such rescission. 21. Copyrights and/or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been, nor will there be, any infringement of copyrights or patent rights. The Respondent agrees to indemnify City· from any and all liability,'loss or expense occasioned by any such violation or infringement. 22. Execution of Contract:· A response to this Solicitation shiliinot be responsive Ulliessthe Respondent signs the form of CQntract that is a part of the SoliCitation package. The Respondent to this SoliCitation acknowledges that by submitting a response',or a proposal, Respondent agrees to the terms of the form contract and to the' terms of the general conditions to the contract, both of which are part of this Solicitation package. The Respondent agrees that Respondent's Signature on the Bid Form 'and/or the form of contract that is a part of the Solicitation package and/or' response to 'this Solicitation, grants to the City the authority, on the Respondent's behalf. to 'inserted; into any blank spaces h'ithecontraCt documents; ,information obtained from the proposal and, a~ the' City's sole and absofute' di$cretion, the 'Cicymay treat the' Respondent's signature on any of thos,e documents as the Respondent's Signature on the contract, after the appropriate information 'has been inserted, as well as for any and all purposes, including'the enforcement of all of the terms and conditions of the contract. 23. Evaluation of Proposals: The City, at its sole discretion, reserves the right to inspect the fucilities of any or all Respondents to determine its capability to meet the reqUirements of the Contract In addition, the price, responsibility and responsiveness of the Respondent, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and/or with' other units of state, and/or local governments in' Florida, or comparable private entities, will be taken' into consideration in the Award of the Contract. ' Thomas F. Pepe 12114/2016 Page 8 ,of 62 24. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Proposal as determined by the City. 25. Public Entity Crimes: A person or affiliate who was placed on the Convicted Vendors List following a conviction for a public entity crime may not submit a response on a contract to prOVide any services to a public entity, may not submit Solicitation on leases of real property to a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for a period of 36 months from the date of being placed on the ConVicted Vendors List. 26. Contingent Fees Prohibited: The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub-consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract With the City. 27. Hold Harmless: AfJ Respondents shalf hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a contract, as applicable, unless the claim is based solely on allegations of fraud and/or collusion. The submission of a proposal shall act as an agreement by the Respondent that the Proposal/Bid Bond, if required for this project, shall not be released until and unless the Respondent waives any and all claims that the Respondent may have against the City that arise out of this Solicitation process or until a judgment is entered in the Respondent's favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party shall recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded" to the City, the Proposal/Bid Bond, if required for this project, shall be applied to the payment of those costs and any balance shall be paid by the Respondent. 28. Canceffation: Failure on the part of the Respondent to comply with the conditions, speCifications, requirements, and terms as determined by the City, shall be just cause for cancellation of the Award or termination of the contract. 29. Bonding Requirements: The Respondent, when submitting the Proposal, shall include a Proposal/Bid Bond, if required for this project, in the amount of 5% of the total amount of the base Proposal on the Proposal/Bid Bond Form included herein. A company or personal check shalf not be deemed a valid Proposal Security. 30. Performance and Payment Bond: The City of South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond, each in the amount of 100% of the total Proposal Price, including Alternates if any, naming the City of South Miami, and the entity that may be providing a source of funding for theWork, as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and/or fur~ishing materials in connection herewith. In addition, if the Respondent's employees wi/f be working in secure or sensitive areas of the City, the City may require that the Respondent provides employee bonding, naming the City of South Miami as the obligee on the bond. The bonds shalf be with a surety company authorized to do business in the State of Florida. 30.1. Each Performance Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the Work covered in the Contract Documents. 30.2. Each Performance Bond shalf continue in effect for five years after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the Contract Sum. 30.3. Each Payment bond shall guarantee the full payment of all suppliers, material man, laborers, or subcontractor employed pursuant to this Project. 30.4. Each Bond shall be with a Surety company whose qualifications meet the requirements of insurance companies as set forth in the insurance reqUirements of this solicitation. 30.5. Pursuant to the requirements of Section 255.05, Florida Statutes, Respondent shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide CITY with evidence of such recording. 30.6. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revisions. 31. Proposal Guarantee: Notwithstanding the fact that the Respondent, in submitting a' proposal, agrees to the terms contained In the form of contract that is part of this Solicitation package, the successful Respondent, Within ten (IO) calendar days of Notice of Award by the City, shall deliver, to the City, the executed Contract and other Contract Documents that provide for the Respondent's signature, and deliver to the City the required insurance documentation as well as a Performance and Payment Bond if these bonds are required. The Respondent who has the Contract awarded to it and who fails to execute the Contract and fumish the required Thomas F. Pepe 12114/2016 Page 90(62 Bonds and Insurance Documents within the specified time shall, at the City's option, forfeit the Proposal/Bid Bond/Security that accompanied the Proposal, and the Proposal/Bid Bond/Security shall be retained as liquidated damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this sum is a fair estimate of the amount of damages the City will sustain in case the Respondent fails to sign the Contract Documents or fails to furnish the required Bonds and Insurance documentation. If the City does not accept the Proposal/Bid Bond, the City may proceed to sue for breach of contract if the Respondent fails to perform in accordance with the Contract Documents. Proposal/Bid Bond/Security deposited in the form of a cashier's check drawn on a local bank in good standing shall be subject to the same requirements as a Proposal/Bid Bond. 32. Pre-proposal Conference Site Visits: If a Mandatory Pre-proposal conference is scheduled for this project, all . Respondents shall attend the conference and tour all areas referenced in the Solicitation Documents. It shall be grounds for rejecting a Proposal from a Respondent who did not attend the mandatory pre-proposal conference. No pleas of ignorance by the Respondent of conditions that exist, or that may hereinafter exist, as a Solicitation result of failure to make the necessary examinations or investigations, or failure to complete any part of the Solicitation Package, will be accepted as basis for varying the reqUirements of the Contract with the City of South Miami or the compensation of the Respondent. The Respondent, following receipt of a survey of the property, if applicable, is bound by knowledge that can be seen or surmised from the survey and will not be entitled to any change order due to any such condition. If the survey is provided before the proposal is submitted, the contract price shall Include the Work necessitated by those conditions. If the survey is provided subsequent to the submission of the proposal. the Respondent shall have five calendar days to notify the City of any additional costs required by such conditions and the City shall have the right to reject the proposal and award the contract to the second most responsive, responSible bidder with the lowest price or to reject all bids. 33. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the proviSions stated in the appropriate section of the Contract Documents. including the Proposal Form. No change orders shall be allowed for delays caused by the City. other than for extensions of time to complete the Work. . 34. Submittal Requirements: All Proposals shall comply with the reqUirements set forth herein and shall include a fully completed Bid Form found on EXHIBIT l and the Respondents Cost and Technical Proposal found on EXHIBIT 4 which is a part of this Solicitation Package. 35. Cancellation of Bid Solicitation: The City reserves the right to cancel. in whole or part, any request for proposal when it is in the best interest of the City. 36. Respondent shall not discriminate with regard to its hiring of employees or subcontractors or in its purchase of materials or in any way in the performance of its contract, if one is awarded. based on race, color. religion. national origin, sex, age. sexual orientation. disability. or familial status. 37. All respondents. at the time of bid opening, must have fulfilled all prior obligations and commitments to the City in order to have their bid considered, including all financial obligations. Prior to the acceptance of any bid proposal 'or quotation, the City's Finance Department shall certify that there are no outstanding fines, monies, fees. taxes. liens or other charges owed to the City by the Respondent, any of the Respondent's principal. partners. members or stockholders (collectively referred to as "Respondent Debtors"). A bid. proposal or quotation will not be accepted until all outstanding debts oiall Respondent Debtors owed to the city are paid in full. No bidder who is in default of any prior contract with the City may have their bid considered until the default is cured to the satisfaction of the City Manager. 38. Bid Protest Procedure. See attached EXHIBIT 8 39. Evaluation Criteria: If this project is to be evaluated by an Evaluation Committee, the evaluation criteria is attached as EXHIBIT 5. 40. AVAILABILITY OF CONTRACT -Any Governmental or quasi-governmental entity. in this or in any other state. or any federal governmental agency. may avail itself of this solicitation and the contract that is awarded pursuant to this solicitation and purchase any and all goods/services specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when any federal, state. and/or local laws. rules. and regulations allows the piggybacking off said contract and provided that the successful bidder(s)/proposer(s) is/are in agreement. Each Governmental .or quasi-governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement. place its own orders. issue its own purchase orders, be invoiced there from and make its own payments. determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). . 41. NON-APPROPRIATION OF FUNDS. In the event that no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under any contract awarded Thomas F. Pepe 12/14/2016 Page 10 of 62 pursuant to this solicitation, then the City, upon ~ritten notice to Successful Bidder or their assignee of such occurrence, shall have the unqualified right to terminate the contract without any p·enalty or expense. No guarantee, warranty or representation is made that any particular project(s) will be awarded to any Respondent(s). 42. MOST FAVORED PUBLIC ENTITY. Respondent represents that the prices charged to City in the proposal do not exceed· existing prices to other customers for the same or substantially similar items or services for comparable quantities under similar terms, conditions, wages, benefits, insurance coverage and any other material cost factors. If respondent's prices decline, or should respondent, at any time during the term of a contract entered into with City, provide the same goods or services with.thesame comparable quantities under similar terms; .. conditions, wages, benefits, insurance coverage and any other material cost factors, Respondent shall immediately extend the same prices to City. 43. Confidential and Proprietary Information. Respondents may assert that some trade secrets, financial records, and proprietary or other confidentiaHnformation in their unsolicited proposal are confidential information that they claim to be exempt from disclos.ure under applicable Florida public records laws. Such information may be included in the unsolicited proposal, but submitted in a separate, sealed binder, designated on the cover as CONFIDENTIAL MATERIALS. A Respondent submitting materials claimed to be confidential shall include a cover letter listing all material designated as confidential and clearly mark each page of any material believed to be a trade secret or other confidential information/document in all capital letters and bold font as CONFIDENTIAL MATERIALS. If a document is not totally confidential but contains non-confidential and confidential information, the Respondent shall provide a redacted copy of the document and an unredacted copy. In addition, the Respondent shall prepare a list of all.the documents claimed to be confidential or containing confidential information and on the next line uriderthe description of each document the Respondent shall cite the statutory provision that provides the basis for the Respondent's claim that the document or a portion of the document is confidential and below the Citation the Respondent shall copy and paste the applicable statutory provision (this listing requirement shall hereinafter be referred to as "properly list" or "properly listed" confidential document). The failure to properly list a confidential document or the failure to redact a confidential docl,lment that is only partially confidential shall result in the waiver of any claim that the document is confidential or that the unredacted document contains confidential information. If any person or entity requests that the City produce or disclose any of said purported confidential information or documents, the City will advise the Respondent and afford the Respondent an opportunity to protect its assertion that said confidential information is exempt from production. If Respondent fails to timely authorize the production of the information or document and/or fails to timely seek a protective order, and/or is unsuccessful in obtaining a protective order, the City will produce the requested information or document. The City shall not actively contest any request to disclose such alleged confidential information or document and the City cannot guarantee that the alleged confidential document or information may not be disclosed should it ultimately be determined not to be confidential under applicable Florida public records laws. The Respondent shall indemnify the City for any damages and costs the City may incur due to the Respondent's claim that its document or information is confidential. The City can only agree to advise the Respondent of such .request and give the Respondent an opportunity, at Respondent's sole and exclusive cost, to defend the request for disclosure of the confidential information or document in a Court of competent jurisdiction or other applicable forum. Thomas F. Pepe 12114/2016 END OF SECTION Page II of 62 CONE OF SILENCE ORDINANCE, SECTION 8A·7 Weekend Senior Meal Program RFP #PR2017~1I Chapter SA of the City of South Miami Code of Ordinances is hereby amended in pertinent part to add a new section 8A~7 which is to read as follows: . Sec. 8A·7. Cone of Silence: (A) Definitions. (I) "Cone of silence", as used herein, means a prohibition of any communication regarding competitive solicitations such as a request for proposal ("RFp lI ), request for qualification ("RFQ"), request for information ("RFI") or request for bid ("RFB"), between: (a) A potential vendor, service provider, proposer or bidder (hereinafter referred to as the "Potential Bidder"), or agent, representative, lobbyist or consultant for the Potential Bidder; (hereinafter referred to as the "Bidder's Representative") and (i) Members of the City Commission or (H) City's professional staff or (iii) Any member of the City's selection, evaluation or negotiation committee. (b) Members of the City Commission shall not communicate with professional staff or members of the selection, evaluation and negotiation committees at any point in the competitive proc.ess except as provided in paragraph D (3) below. (2) "City's professional staff" means City Department Heads and their staff and the City Manager and Deputy City Manager and their staff including consultants involved in the solicitation, evaluation and negotiation process. (8) Restriction; notice. A cone of silence shall be imposed upon each competitive solicitation, commencing with the date that the advertisement of said solicitation is published and the requirements of this section. shall be included in the solicitation. At the time of imposition of the cone of silence, the City Manager or Manager's designee shall: (a) provide for public notice of the cone of silence by posting a notice at City Hall; (b) issue a written notice thereof to the affected Departments; (c) file a copy of such notice with the City Clerk; and (d) serve a copy thereof on each City Commissioner. (C) Termination of Cone of Silence. The Cone of Silence shall terminate at the beginning of the City Commission meeting at which the City Manager makes his or her written recommendation to the City Commission or at the time that the solicitation process is terminated by the City Manager~ However, if the City Commission, refers the Manager's recommendation back to the Manager or staff for further review, the con,e of silence shall be reimposed until the beginning of the City Commission meeting at which the City Manager makes a subsequent written recommendation. . (D) Exceptions to applicability. The provisions of this section shall not apply to: (I) Communications at a duly noticed pro-e-bid conferences or at any duly noticed public Selection or Negotiation Committee meeting or duly noticed public City Commission meeting at which the City Manager has placed the subject of the solicitation on the Agenda; (2) Communication regarding the solicitation at recorded contract negotiations, recorded oral presentation or recorded oral question and answer session and recorded contract Thomas F. Pepe 1211412016 Page 12 of 62 negotiation strategy sessions in compliance with the exemption in Florida Statutes Section 286.0113; (3) Briefings made by the City Manager or his designee to the City Commissioners during a meeting following the completion of the Selection or Negotiation Committe~ meetings; (4) Written communication at any time with any City professional staff (not including selection, evaluation or negotiation committee members), unless specifically prohibited by the applicable competitive solicitation documents. This section shall not be construed to prevent written communication between City profeSSional staff and any City selection, evaluation or negotiation committee. A copy of any written· communication made during the cone of silenc~ shall be contemporaneously filed ¥lith the City Clerk by the Potential Bidder or Bidder's Representative. The City Clerk shall make copies available to any person upon request; .. (5) Communication that is strictly limited to matters ~fthose processes or procedures that are contained in the corresponding solicitation document and which communication is between any person and the City's PurchaSing Agent or the City employee who is designated as being responsible for administering the procurement process for such solicitation; (6) Communications with the City Attorney and his or her staff; (7) Communications during any duly noticed site visits to determine the competency and responsibleness of. bidders regarding a particular bid during the time period between the opening of bids and the time the City Manager makes a written recommendation; (8) Any emergency procurement of goods or services pursuant to City Code; (9) Responses to a request made by the City's PurchaSing Agent, or the City employee who is designated as being responsible for administering the procurement process for such solicitation, for clarification or additional information; (10) Communications prior to bid opening between City's profeSSional staff and Potential Bidders and/or Bidder's Representatives to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto between a Potential Bidders and/or Bidder's Representatives and any member of the City's professional staff including, but not limited to the City Manager and his or her staff, are in writing or are made at a duly noticed public meeting. (F) Penalties. Violation of this section by a particular bidder or proposer, or their representative, shall render any award to said bidder or proposer voidable by the City Commission and/or City Manager. Any person who violates a provision of this section may be prohibited from serving on a City selection or evaluation committee. In addition to any other penalty prOVided herein, violation of any provision of this section by a City employee may subject said employee to disciplinary action at the discretion of the City Manager. . Thomas F. Pepe 12114/2016 END OF SECTION Page 13 of 62 Proposal Submittal Checklist Form Weekend Senior Meal Program RFP #PR2017-•• This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be reqUired and, if so, they will be identified in an addendum to this Solicitation. The response shall include the following items: Attachments and Othel" Documents descdbed below Check to be Completed IF MARKED WITH AN "X": Completed. x --- x --- x x --- x x ---- x --- x ---- x x x x Proposal Package shall consist of one (I) original unbound proposal, FIVE (S) additional copies and one (I) digital (or comparable medium including Flash Drive, DVD or CD) copy Minimum Qualifications for the Award, EXHIBIT I, Scope of Services, Attachment A Indemnification and Insurance Documents, exHIBIT 2 Bid Form, EXHIBIT 3 Respondents Cost and.Technical P~oposal, EXHIBIT 4 Signed Contract Documents (All -including General Conditions and Supplementary Conditions if attached), EXH/S/T6 Respondents Qualification Statement list of Proposed Subcontractors and Principal Suppliers .. Non-Collusion Affidavit Public Entity Crimes and Conflicts of Interest Drug Free Workplace Acknowledgement of Conformance with OSHA Standards --- x ---Affidavit Concerning Federal. & State Vendor Listings x Related Party Transaction Verification Form x Presentation Team· Declaration/Affidavit of Representation / / / 7 / / / 7 \7 ,7' Submit this checklist alorig with your proposal indicating the completion and submission of each required forms and/or documents. Thomas F. Pepe 1211412016 END OF SECTION Page 14 of62 . RESPONDENT QUALIFICATION STATEMENT Weekend Senior Meal Program RFP#PR2017-11 The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and RESPONDENT selection. I. Number of similar projects completed, a) In the past 5 years . b) In the past 10 years 2. List the last three (3) completed similar projects. a) Project Name: Owner Name: Owner Address: Owner Telephone: Actual Final Contract Completion Date: ~~~--~~~~--------~----- Thomas F. Pepe 1211412016 b) c) Actual Final. Contract Price: Project Name: • ",ee.- Owner Name: Owner Address: Owner Telephone: Actual Final Contract Completion Date: ~~~~~~~~~------------­Actual Final Contract Price Project Name: Owner Name: Owner Address: . Owner Telephone: Mac-'iacfis·HV'leJ. ~eV\eJo Actual Final Contract Completion Date: _-.::::o;..:~~/_· ·~"'--'=----t1--,2-::......0_1 b ____________ _ Actual Final Contract Price: t \1 Z'D'lrOOO.OO Page 15 of 62 3. Current workload 2-00,00 FL\ PA~'{ 4. The following information shall be attached to the proposal. a) RESPONDENT's home office organization chart. -0«-, '4t.. c..hAW't b) RESPONDENT's prop~sed project organizational chart. -~.,\~ C . .Lu~<+ . 0 ((1 c) Resumes of proposed key project personnel. including on-site Superintendent. -.:I: nc\ v ~ed 1(\. r . ·Ref,DOll~S )<~"estecl·W\ ~~J ;P~O(lD!>;& ~ 5. List and describe any: B~/~{~~1 b 6 - a) Bankruptcy petitions flied by or against the Respondent or any predecessor organizations, -NONe;" b) Any arbitration or cMI or criminal proceedings. or -NONE': Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against·the Respondent in the last five (5) years -N O~ E' 6. Government Refe'rences: List other Government Agencies o.r Quasi-Government Agencies for which you have done business within the past five (5) years.· .. . Thomas F. Pepe 1211412016 Name of Agency: ·l1r&M~ -D~ CoUflt'\ l:\dQ( (1 5ef \/7c.e.s Address: 'JD1N.W. l$t of., IO~ 500'( Telephone No.: ("iSb) Ij {'9 -4'181 Contact Person: R el~' Po:i:~~a V1p~3Ya Type of Project: Thomas F. Pepe 12114/2016 Name of Agency. l\ia\ealn ~&"';:'1l Au-lt.,.·,~ Address: 15 Ea~t b ~'Ilt~, FL .33D/O Telephone No.: (3D5) ~88 -914'4 Contact Person: :::r: \eiN\p .. S;v\JoC;a, .. Type of Project: . ~~.,,\ef~orNI~nJKe.J ~r::ces Name of Agency: C~~1·~ W~f 't1e~~ . .. Address: 'Ob StU 62 A..e., M,~ ,fL 33J4~ Telephone No.: (2t6) .2. h ; -8900 Contact Person: Yo 'a~ a. A%" ~ \a.(" Type of Project: C;"(!~ ~ Ao~ Me~ ~ \J~ce.s. END OF SECTION Page 17 of62 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS Weekend Senior Meal Program RFP #PR20 17·11 Resp'ondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this Solicitation to be used on this project if they are awarded the Contract. Classification of Worl< Subcontractor Name Address Telephone, Fax & Email Food Preparation ~ONE" l"LA N/A Food Packaging Nor,fE }i(A N/A Delivery Services ~O~E )\\(1\ NfA • Other: A\.L f\l.O,a,nA 11$0 NW lOS W.a'f ~~ 83$ -bO{,t) -" SU PP1.. , E"R. PJ\P6f2... Mec\\., FL. 2> '!l '18 ~J...1~~;II~!1J -~ ." a.elm ~PPt..Ie-" ~"SCO fOO,l) /20$00 S'fsc.o u.>..a'1 (,iDS) "51 -5'12.J $f2.."ICE Mdl... FL. .33118 hackJle.l.r~,..,J~ll. ~ t ~NSeT FOoD I.,tcrll NW 3'2. Aile. :;, '-~\-2.~1[ -p SOfPLt8"R.. M;&~ FL .3~\""1 !t5q~:u.f. 8J..F .5SIt",cE . i.J ' "" • ....-- I..J , Oher: .. This list shall be prOVided as a part of Respondents submittal to the City of South Miami and In response to this RFP. Thomas F. Pepe 1211412016 END OF SECTION Page 18 of 62 NON COLLUSION AFFIDAVIT STATE OF FLORIDA ) ) COUNTY OF MIAMI-DADE ) -.l 0 \1 (\ 0 \ MO" " being first duly sworn, deposes and states that: He/SheJ1hey is/are the "~rC.e..-. eres.J,;""t (Owner, Partner, Officer, Representative or Agent) of" " " (I) G(ekrt1\el-~ ~\ete(S).::£1)C~ the Responderit that has submitted the attached Proposal; (2) He!ShelThey is/are fully informed conceming the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection With the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any col/usion, conspiracy, connivance, or unlawfu"1 agreement on the part of the Respondent or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of. By: Signature ' Jo'nfl O\'MO, '.!'\ce-.Q(e.stkt ;r; ~Le7nd Title date ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE } ) ) On this the 81 day of 1'1 d-~ , 20fl-. before me, the undersigned Notary Public of the State of Florida, personally appeared (Name( ) of individual(s) who appeared before notary) Thomas F. Pepe 12114/2016 Page 19 of 62 _____ ~=-=O:::..~-:-r'l-=-_=::O=_\_~ ___________ and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they execut d it. WITNESS my hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE: Thomas F. Pepe 1211412016 LUIS PORRAS MY COMMISSION' FF 107919 EXPIRES: July 30, 2018 Bonded Thru NotaJy Public Underwriters uti' ,State f Florida Lof~ g-rrcl-S (Name ~tary Public: Print, Stamp or type as commissioned.) _V_ P Plersonally known to me, or Personal identification: Type of Identification Produced ~ Did take an oath, or Did Not take an oath. Page 20 of 62 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes -"A person or affiliate who has been placed on the convicted vendor list followingac·on'viction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public work, may not submit bids or proposals on leases or real property to a public entity, may not be aWarded to perform Work as a RESPONDENT, Sub-contractor, supplier, Sub-consultant, or Consultant under a Contract with any public entity, and may not transact business with iany public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. Respondents must disclose with their Proposals, the name orany officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. . SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. whose business address is 4001 N.W . .3 \ A -.seV\\Je.. . Miil'M'" l FL 33 \47-.. and (if applicable) its Federal Employer Identification Number (FEIN) is 51~ 120 , I 74 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: . .) 2. I understand that a "public entity crime" as defined in Paragraph 287.133 (I )(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (I) (b), Florida Statutes, 4. means a finding of gUilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of gUilty or nolo contendere. (a) (b) I understand that an "affiliate" as defined in Paragraph 287.133 (I) (a), Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime; or An entity under the control of any natural person who is active in the management of the entity and who has been convicted Qf a public entity crime. The term "affiliate" includes those officers, tlirectors, executives, ·partrierS, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair Page 21 of 62 Thomas F. Pepe 12114/2016 market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133 (I) (e). Florida Statutes. means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entity. or which otherwise transacts or applies to transact business With a public entity. The term "person" includes those officers, directors, executives, partners. shareholders. employees. members. and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity Szg this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers. directors. executives. partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1,1989. __ The entity submitting this sworn statement, or one or more of its officers,directors, executives, partners, shareholders, employees, members, or agents who are active in the management cif the entity; or an affiliate of the entity has been charged with and convicted of.a public entity crime subsequent to July I, 1989. __ The entity submitting this sworn statement, or one or more of its officers. directors, executives. partners, shareholders. employees. members. or agents who are active inthEi management of the entity, or an affiliate of the entity has been charged with and convicted of a publiC entity crime subsequent of July I. 1989. However. there has been a subsequent proceeding before a J::iearing Officer of the State of Florida; Division of Administrative Hearings·and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] . I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERsTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN $ECTION 287.017 •. FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed befor.e me this __ .:3=-\=--_day of_..L..+lZ9-__ --"..,.... _______ ,. 2oll. Personally known ~~/----_--'-__ _ OR Produced identification -,--______ _ (Type of identification) Form PUR 7068 (Rev.06f11/92) My commission expires ~ ub SO) 201li' (Printed, typed or stamped commissi~med name.of notary public LUIS PORRAS MY COMMISSION # FF 107919 EXPIRES: July 30. 2018 Bonded lbru Notary Public Unde ..... riIe/S Page 22 of 62 Tltomas F. Pepe 12114/2016 DRUG FREE WORKPLACE Whenever two or more Bids or Proposals which are equal ~ith respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid or Proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie Bids or Proposals shall be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the .. actions that shall be taken against employees for violations of such prohibition. 2) . Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (I). 4) In the statement specified in Subsection (I), notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of, or plea of gUilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace rio later than five (S) business days after such conviction. S) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to si 1:A-cE!,ITI',1V that t is firm complies fully with the above requirements. Print Name: _-"''''':''-....... ~~ ........... '-"--='--________ _ DMe: _____ ~~~~~~~~---------------------- Thomas F. Pepe 12114/2016 Page 23 of 62 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We, Gce~~ l'l ~~ C .. terers, Inc., (Name of CONTRACTOR), hereby acknowledge and agree that as CONTRACTOR for the Weekend Senior Meal Program project as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and N/A (Consultant, if any) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (Sub-contractor's names): . NONE to comply with such act or regulation. CO~RACCO~ BY: .jo'nn Q\V'o\.O Name \f--\ c:e-.~ r e:\ Je-t Title Thomas F. Pepe 1211412016 , ".' '~'.- Page 24 of 62 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person, or entity; who is responding to the City's solicitation, hereinafter referred to as "R.espondent", must certify that the Respondent's name Does 'Not appear on the. State of Florida, Department of Management Services, "CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondent's name Does appear on one or all the "listings" summarized below, Respondents must "Check if Applies" next to the applicable "listing." The "listings" can be accessed through the following link to the Florida Department of Management Services website: htte:llwww.dms.myflorida.com/business o/?erations/state purchasing/vendor Information/convicted sus/? ended discriminatory complaints vendor lists ~ ~ . DECLARATION UNDER PENALTY OF PERJURY . I, ... OJ\. Q\ IMO (hereinafter referred to as the "Declarant") state, under penalty of perjury, that the follOWing statements are true lj,nd correct: , 'f).I...... . (I) I represent the Respondent whose name is G(e~ ~~'"te01".s;tnc.. . (2) I have the following relationship with the Respondent V --It$'( (Owner (if Respondent is a sole. proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership), General Partner (if Respondent is a Limited Partnership) or Managing Member> (if Respondent is a limited liability Company). . (3) I have reviewed the Florida Department of Management Services website at the following URL address: http://www.dms.myflorida.comlbusiness_operations/stateyurchasing/vendor_information/convicted_suspended_di scriminatory _complaints_vendor _lists . (4) I have entered an "x" or a check mark beside each listing/category set forth below if the Respondent's name appears in the list found on the Florida Department of Management Services website for that category or listing. If I did not enter a mark beside a listing/category, it means that I am attesting to the fact that the Respondent's name does not appear on the listing for that category in the Florida Department of Management Services website as of the date of this affidavit. Check if Applicable Convicted Vendor list Suspended Vendor list Discriminatory Vendor list Federal Excluded Parties list Vendor Complaint List FURTHER DECLARANT SAYETH NOT. ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI·DADE ) . On this the ~ day of M Vi , 20JL, before me, die undersigned authority, personally appeared J f) b I) Q\ ~ "'1 who is personally know to me or who prOVided the following identification and who took anL.oath or affIrmed that that he7she/they executed the foregoing Affidavit as the Declarant. --, WITNESS my hand and official seal. --r--\-'I~~=~~~:::-==--- N P. b ,State NOTARY PUBLIC: Lv~~ ThomasF. 12114/2016 lIJISPORRAS (Name of Notary ublic: Print, MY COMMISSION 'FF 107919 Stamp or type as commissioned.) EXPIRES: July 30. 2018 ;;;;; ... IJO;;nd;;ed .. Th;;IU;;Nota ... IY;;PU;;bUc;;' u;;niiiideiiiirwrite~illtt\Page 25 of 62 RELATED PARTY TRANSACTION VERIFICATION FORM I ,jOhV1 O\V\'\O ' , individually and on behalf of ~(eClte(" t1i&~ cJ.eY'EK> ~C. ("Firm") have Name ofRepresentotive CompanyNendorlEntity read the City of South Miami ("City")'s Code of EthiAs, Section SA-I of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief: (I) neither / nor the Firm have any conflict of interest (as defined in section SA-I) with regard to the contract or business that I, and/or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any reJative(s), as defined in section SA-J, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is (are) a member of any public body created by the City . Commission, i.e., a board or committee of the City, [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be bas,ed solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and Sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the dty, other than as follows: NONE . ' , , ',", _ <if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this sectiori (3)' shall be based solely on the Signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and (4) no elected and/or appointed official or employee of the City of South Miami; or any of their'" immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financial interest, direcdy or indirectly, in the contract between you and/or your Firm and the City other than the follOWing individuals 'whose interest is set forth follOWing their names: 'N 0 tJ E' ' ,'" ., , " ' ',' ' (if necessary, use a separate sheet to supply additional information that will riot fit' on this line; however, you must make reference, on the above line,'to the additional sheet and the'additionalsheet must be signed onder oath). The names of all City employees and that of all elected and/or appointed' city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows:" _ MONt: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (4) shall be based solely on the: signatqry's personal knowledge and he/she is not required to make an independent investigation as to the financial interest in the Fi,rm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.] (5) I and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through 'our pOSition of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use iriformation, not available to members of the general public, for our personal gain ,or benefit or for the personal gain or benefit of any other person or business entity, outside of the normalgairi or benefit anticipated through the performance of the contract; , (6) I and the Firm hereby acknowledge that we have not contracted or ticmsacted any business with the City or any person or agencyad:ing for the City, and that we have not appeared in representation of any third party , Thqmas F. Pepe 12114/2016 Page 26 of 62 . ' of the City ..... i~in ttJe Rast ~o years other t~ as . .",eY\~ ,()("" e.a\ .ye-o taM. (if necessary, use a s parate sheet to supply additional information that will not fit on this line; wever, you must: make r~ference, 'on the above line, to the additional sheet and the additional sheet must be signed under oath). X:\PurchasingWendor.Registration\12.28.J2 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7) Neither I nor anyempioyees, officers, .or di.rectors.ofthe Finn, nor any of their immediate family (i.e., as a spo!Jse, son, daughter, parent, brother or sister) is related by blood or marriage to: . (i) any member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows: NO 1\1 E' .' . . . . (if. nec!,!ssary, use a separate sheet to supply additional information thatwi.ll not fit on this line; however, you rillJst make reference, on the above lirie, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person. executing thiS. form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship by blood or marriage of employees, officers, or directors ohhe Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members]. (8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, , brothers and sisters) nor any of my immediate family lTIembers (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, .. or any member of those persons' immediate family (i.e. spouse, parents, children, brothers and Sisters). have also responded, other than the following: lYONe . '. '. . . . (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the .pers(m executing this form is doing so on behalf of a firm whose stock i.s publicly traded,' the statement in this s.ection (8) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she represents, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family.] (9) I and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically. after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm . . (10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement' with the City, and the imp9sition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami-Dade County' Commission on Ethics. Under penalty of .perjury, I declare that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements made hereina are rue and co ect to the best of my knowledge, information and belief. Signature: -~~--Ir---""~.u::.::::....--- Print Name Date: --"'=:....jl-*"..I....jl-'''--'------ Thomas F. Pepe 12I1~/2016 Page 27 of 62 Sec. SA-I. -Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory personnel arid departmental personnel. The provisions of this section shall be applied in a cumulative manner. By way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction. (b) Definitions. For the purposes of this section the following definitions shall be effective: (I) The tenn "commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities authority. (3) The term "quasi-judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board, the code enforcement board and such other individuals, boards and agenCies of the city as perform quasi-judicial functions. (4) The term "advisory personnel" shall refer to the members of those City advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (S) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney, and all assistants to the city clerk, city manager and city attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or to be conferred, in return for services rendered or to be rendered. (8) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more of the outStanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership, or other business 'entity at the time of transacting business with the city. (9) The term "immediate family" shall refer to the spouse, parents,. children;brothers and sisters of the person involved. ' ' (10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a Solicitation, a statement of qualifications In response to a request by the city, or entering into contract negotiatioris for the provision on any goods or se'rvices, whichever first occurs. (c) Prohibition on tronsoCting business with the city.' " No person included in the tenns defined in paragraphs (b)(I) through'(6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect With the city or any person or agency acting for the city, and any such contract, agreement or bUSiness engagement entered in violation of this siJbsection shall render the trarisactiorivoidable. Willful violation of this subsection sliallcoristitute malfeasance in office and shall affect forfeiture of office or pOSition. Nothing in this subsection shall prohibit or make illegal: (I) The payment of taxes, special assessments or fees for services provided' by the city government; (2) The purchase of bonds, anticipation notes or other securities d!at may be issued by the city through underwriters or directly from time to time. " , Waiver of prohibition. The requirements of this subsection may be' waived for a particular transaction only by four affirmative votes of the city commission after public hearing upon finding that: (I) An open-to-all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2); (3) and (4); (2) The proposal has been siJbmitted by a person or firm offering services within the scope of the practice of architecture, profeSSional engineering. or registered land surVeying. as defined by the laws of the state and pursuant to the provisions of the Consultants'Competidve NegotiationAct; and when the proposal has been submitted by a city person defined in paragraphs (b) (2), (3) and (4); , ' (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its requirements; and ' ' (4) That the proposed transaction will be in the best interest ofthe city. This subsection shall be applicable only to prospective transactions; and the city commission may in no case ratify a transaction entered'iii violation of this subsection. Provisions cumulotive. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. Thomas F. Pepe '21'4/20'6 Page' 28 of 62 (d) Further prohibition on transacting business with. the city. , No person included in the terms defined in paragraphs (b)(I) through (6) and in paragraph (b)(9) shall enter into any contract or transact any bus.iness through a firm, corporation, partnership or business entity in which that person or any m~mber of the immediate family has a cO')trolling financial interest, direct or indirect, with the city or any person or ag~ncy acting for the city, and any such contract:, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remainingprovisic;ms. of subsection (c) will also be applicable to this sl!bsection as though incorporated by recitation. Additionally, no person included in the term defined in paragraph (b)(I) shall· vote on or participate inany way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which. would be or might be directly or indirectly affected by any action olthe city commission: (I) Officer, director, partner, of counsel, consultant, empl9yee, fiduciary or beneficiary; or (2) Stockholder, bondholder, debtor, or .creditor, if in any instance the transaction or matter would affect the person defined in paragraph (b)(I) in a manner distinct from the manner in which it would affect the public generally, Any person included in the term defined in paragraph (b)( I) who has any of the specified relationships or who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (E) Gifts. (f) Definition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of money, service, loan, travel, entertainment, hospitality, item or promise, or in any other form, without adequate and lawful consideration. (2) Exceptions.The provisions of paragraph (e)(I) shall not apply to: a. Political ~on~ributions specifically authorized by state law; b. Gifts from relatives or members of one's household,unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph (3); c. Awards for professional. or civic achievement; d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertising nature. .. .. .. (3) Prohibitions. A person described in paragraphs (b)(l> through (6) .shall neither solicit nor demand any gift. It is also unlawful for any person or entity to offer, give or agree to give to any perse," included in the terms defined in paragraphs (b){I) through (6), or for any person included in the terms defined in paragraphs (b){I) through (6) to accept or .. agree to accept from another person or entity, any gift for or because of: a. An official public action taken, or to be taken, or which could be taken, or an omission or failure to take a public action; b. A legal duty performed or to be performed, or which could be performed, or an omission or failure to perform a legal duty; c. A legal duty violated or to be Violated, or which could be violated by any person included in the term defined in paragraph (b)(I); or . d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disdosure. Any person included in the term defined in paragraphs (b){I) through (6) shall disclose any gift, or series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter 112, Florida Statutes, for "local officers" with the city clerk Simultaneously with the filing of the form with the clerk of the county and with the Florida Secretary of State. (f) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)( I) through (6) be employed by a corporation, firm, partnership or business entity in which that person or the immediate family does not have a controlling . financial interest, and should the corporation, firm, partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency, then the person shall file a sworn statement disclOSing such employment and interest with the clerk of the City. (g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs (b)(l) through (6) shall corruptly use or attempt to use an official pOSition to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential information. No person included in the terms defined in paragraphs (b)(I) through (6) shall accept employment or engage in any business or professional activity which one might reasonably expect would reqUire or induce one to disclose confidential information acquired by reason of an official pOSition, nor shalf that person in fact ever disclose confidential information garnered or gained through an Thomas F. Pepe 12114/2016 Page 29 of 62 official position with the city, nor shall that person ever use such information, directly or indirectly, for personal gain or benefit. aJ Conflicting employment prohibited. No person included in the terms defined in paragraphs (b)(I) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties~ (j) Prohibition on outside employment. (I) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city, except as may be permitted as follows: a. Generally prohibited. No full-time city employee shall accept outside employment, either incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is to be performed on city time. b. When permitted. A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and the approval required in subparagraph c. is obtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approved in writing by the employee's department head who shall maintain a complete record of such employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section I-II of the Code of Miami-Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city~ (2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. (k) Prohibited investments. No person included in the teims defined in paragraphs (b)(I)through (6) ora member of the immediate family shall have personal investments in any enterprise which will create a substantial conflict between private interests and the ·public interest. (I) Certain appearances and:payinent prohibited. . (IrNo person included in the terms defined in paragraphs (b)(I), (5) and (6) shall appear before any city board or agency and make a presentation on behalf ora third person with respect to any matter, license, contract, certificate, ruling, decision; o!,inion, rate schedule; franchise, or other benefit sought by the third person. Nor shall the person receive any compensation· or gift, directly or indirectly, {orseNices rendered to a third person, who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear irniny coul-tor before any administrative triD~rial as counselor legal advisor to a party who seeks legalrelieffrom the dty ora city agenc},.through the suit in question. (2) No person included in the terms defined in paragraphs (b)(2), (3) and (4fshilll appear before the city· commission or agency on which the person serves, either directly or through an associate, and make a presentation on behalf of a third person With respect to any matt~r,'license, ·cohtract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person~ Nor shall such person receive any compensation or gift, directly or indirectly; {or services rendered to Ii. third party Who hils applied for or is seeking some benefit from the city commission· or agency on which the person serves in connection with thifparticular benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a third party who seeks 'legal relieffrom the· city commission or agency on which such person serves through the suit in question. (m) Actions prohibited wheilfinanciol interests involved. . No person included in the terms defined in paragraphs(bj (I) through (6)· shall participate in any offlcialaction directly or indirectly affecting.a business in which that person or any member ofthe immediate family has a financial interest. A finanCial interest is defined in this subsection to include, but not be limited to, any direct or indirect interest in any investment, equity, or debt. . . (n) Acquiring financial interests. No person included in the terms defined in paragraphs(b)( I) through (6)shall acqiJire a finandal intereSt in a project; business entity or property at a time when the person believes or has reason to believe that the financial Thomas F. Pepe 12114/2016· Page 309f 61 interest may be directly affected by offic;:ialactions or by official actions by the city or city agency of which the person is. an 9fficial, officer or employee. (0) Recommending professional services. No person included in the terms defined in paragraphs (b)(I) through (4) may recommend the services of any lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm, professional or otherwise, to assist in any transaction,involving the city or any of its agencies,provided,that a recommendation may properly be made when required to be made by the duties of office and in advance at a public meeting attended by other city officials, officers or employees. (p) Continuing application after city service. \, , 0) No person included in tlie terms defined in ,paragraphs (b}(I), (5) and (6) shall,for a period of two years after his or.her city ,service or employment has"cElased, 'obbY\1ny city official [~defined In paragraphs (b)( I) through (6)] in cormet;tioh with any judic;:ialor other proceeding, application, Solicitation, RFQ, bid, request for ruling or other detennination,contract, claim, controversy, charge, accusation, arrest or other particular subject matter in which the city,or ope Qf,its agencF!s is a partyor,has any interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit aily indivh:lual from submitting a routine administrative request or application to a city department or agency during the two-year period after his or her service has ceased. , (2) The prOVisions of the subsection shall n()tapply to persons who become employed by governmental entities, 50 I (c)(3) non-profit entities or educational in~titutions or entities, and who .lobby on behalf of those entities in their official capacities. , " " , (3) The provisions ofthis subsection shall apply to all persons described in paragraph (p)(l) whose city service or employment ceased after the effective date Clf the ordinance from which this section derives. (4) No person described in paragraph (p)(l) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)(I) in which the city or one of its agencies is a party or has any direct and substantial interest; and in which he or she participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his, or her city service .or employment. A person participated "directly" where he or she was substantially inv.olved in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "indirectly" where he or she knowingiy participated in any way in the particular subject matter through decision, approval, dis,approval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or empl.oyment. All persons covered by this paragraph shall execute an affidaVit on a form approved by the city attorney prior to lobbying any city official attesting that the reqUirements of this subsection do not preclude the person from lobbying city officials., (5) Any person who violates this subsection shall be subject to the penalties provided in section 8A-2(p}. (q) City attorney to render opinions on request. Whenever any person included in the terms defined in paragraphs (b)(l) through (6) and paragraph (b)(9) is in doubt as t.o the proper interpretation or application of this conflict of interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name. (Ord. No. 6-99-/680, § 2, 3-2-99) Editor's note-Ord. No. 6-99-1680, § I, adopted 3-2-99, repealed §§ 8A-1 and 8A-2 in their entirety and replaced them with new §§ 8A-1 and SA-2. Former §§ 8A-1 and SA-2 pertained to declaration of policy and definitions, respectively, and derived from Ord. No. 634, §§ I (lA-I), J (IA-2) adoptedjan.IJ, 1969. Thomas F. Pepe 12114/2016 END OF SECTION Page 31 of62 PRESENTATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbYists. Pursuant to City Ordinance 28-14- 2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part ofthe firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to '92.525(2), Florida Statutes, the undersigned, JJ,(J DIM 0 ,makes the following declaration under penalty of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents: Please note; No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant .to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. ~ohv'\ Bo ~ \ey •.. ·l$~~th(W\ ~a-V\~ .. . . AV\1h-"ew Me C au~I;-~ . ... .. E\.br\i f;,e.-"~~e Ma-v\~e)\i/h) L-,o,~at:;ro"aJoS . e J,f\'f SeM\ce C09i" \\/,\. r Forthe purpose of this Affid'aVit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shalf be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, I declare that I have readthe foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below. Thomas F. Pepe 12114/2016 Gte6~e( 111e\n.\ c&te.-ers, Inc.. Print name of entity being represented Page 32.0£.62 NOTICE OF AWARD Weekend Senior Meal Program RFp #PR2D.17-U \ The City has considered the Prop~sal submitted by your firm for the Weekend Senior Meal Program . response to its advertisement for RequestforProposal and Instructions to Respondents. You ~re hereby notified that yourP~oposalh~sbeenacceptedforthe Week~nd Senior Meal Program in the five (5) year amount of .. $ ~ broken down as follows: . . Proposal, Year I : Year 2: Year 3: Year 4: YearS: You are required by the Instructions to Respondents to execute the Contract Documents at the time of submittal of proposal and to furnish any reqUired bonding, including a Performance Bond, Payment Bond, and insurance documents (see Proposal Submittal Checklist Form) within ten (10) day from the date of this notice to you. Notwithstanding the fact that you have agreed, by responding to the Solicitation, to the terms of the contract attached to the Solicitation package, if you fail to execute said Contract and to furnish said bonds, the required insurance documentation within ten (10) calendar days from the date of this notice, the CITY shall have the right and be entitled, in its sole and absolute discretion, to disqualify the Proposal, revoke the award and retain the Proposal/Bid Bond/Security. Please be advised that if the contract price exceeds $5,000.00 or if it is a multi-year contract requiring payment out of more than one year's appropriation, the award and the contract must be approved by the City Commission before it is binding on the City. .. BY: __ ~ __ ~~~ ______________ _ Steven Alexander City Manager Dated this __ day of __ --,-___ ' 20 __ ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by ______________ _ On this the _____ day of ________ --J' 20 __ , BY: TITLE: You are required to return an acknowledged copy of this Notice of Award to the.City Manager. Thomas F. Pepe 12114/2016 END OF SECTION Page 33 of 62 EXHIBIT #1 SCOPE OF SERVICES Attachment A Weekend Senior Meal Program RFP#PR2017·11 I. SCOPE OF WORK: The purpose of this RFP is to solicit quotes from qualified catering companies to provide two (2) prepackaged meals for approximately sixty-five (65) residents at the City of South Miami Senior Center, 670 I SW 62 Ave, South Miami, FL, 33143.The program will provide approximately 130 meals to 65 senior residents at the City of South Miami Senior Center, delivered every Friday for 52 weeks, which totals 6,760 meals on an annual basis. Meals are to be delivered to individual room units to seniors residing at the City of South Miami Senior Center. Meals shall consist of the "Food Specifications", identified as Exhibit I, Scope of Services, Attachment B. Senior meals shall consist of "Cycle Menus." Please refer to "Sample Weekend Cycle Meal Schedules" identified as Exhibit I, Scope of Services, Attachment C, shall be rotated for each four (4) week period, Menu "A" and Menu "8;" Note: The ((Samp/e~~ menu cycle is provided a guideline only and represents a((samp/e~'of a potential menu cycle. The awarded Respondeni shall receive prior approval from the City before im1>lementing a menu cycle. II. MINIMUM QUALIFICATIONS FOR THE AWARD: To be eligible for award the following requirem~nts . must be met: A. Respondents shall provide a copy of its most current annual inspection report from the Florida Department of Health. The report must show corrective action, if applicable, where deficiencies are noted. If .the repor): is not prOVided, the Respondent's proposal will be considered non·responsive. B. Respondents shall submit proof of registration with the State of Florida's Department of Elder Affairs, Food and Nutrition Management (Adult Care Food Program) with the submittal. . Respondents shall· also provide the following documents with the submittal: .. Thomas F. Pepe 12114/2016 • Local Business Tax receipt issued by South Miami or government entity having jurisdiction where the business is located. • Copy of Food management certificate. • Copy of Department of Business and Professional Regulations certificate. • References as described in.Section ((C' below and, ((Respondents Qualification Statemen~' in the RfP. • A mock sample of the label described in Section ((0". • A sample of the "insulated container" trays, seal, label and carton described in Section ((E," Page 34 of 62 C. Respondents shall provide three (3) references of existing customers. Refer to "Respondents Qualification Statement" in the RFP. The references listed must be customers that are currently receiving or have recently received from the Respondent catering services of at least 100 people or more. The references must include the. customer's name, and the name, title, address, . and telephone number of the contact person who can v~rify that the Respondent has successfully provided the services that the Respondent is offering under this solicitation. These references shall ascertain to the City'S satisfaction that the Respondent has sufficient eXperience and expertise in prOViding meals for the elderly program. D. Food Labels: Every food product should be labeled with the food item enclosed, the number of portions, portion size, day of usage, total quantity and name. Each meal shall be identified and appropriately labeled as to contents and directions for proper heating. (Type of print to be no smaller than Elite type). Label shall withstand the heat of conventional, toaster or microwave ovens without turning brown and/or burning. Lids shall be fireproof. Ink used on label shall not smear or rub off. labels must be easily removable by clients. E. Insulated Containers: Meals are to be packaged no more than 36 meals to an insulated thermal container. The outer corrugated insulated thermal container is to be minimum 200 pound test, sufficiently constructed to protect product and to withstand normal handling. Within the insulated thermal container, meals are to be packed (egg-crated) 4 meals per layer (tray) with nine layers per carton. Between each layer of meals, a corrugated insert must be added. F. Meal Packaging: All meal entrees are to be packaged in three compartment containers that can be heated in toaster oven, conventional oven, and/or microwave oven. Containers are to have a dear strong-self venting peelable film. Desserts, puddings and other side items must be packaged separately in sealed containers. Breads shall be pacJ<aged in clear clean plastiC bags or cellophane wrapping or film. Desserts are to be packaged in container with sealed peel back - type film. NOTE: Respondents shall submit a sample of the food container and box label with the submittal. For purposes of meal sanitation, the packaging surrounding the meal must remain sealed during handling. Each meal is to be sealed in material that can withstand heat of a conventional oven, toaster oven or microwave oven. Page 35 of 62 Thomas F. Pepe 1211412016 . III. INSPECTION OF FOOD The City reserves the right to inspect and determine the quality of food delivered and reject any meals which do not comply with the requirements and specifications of the contract. It is the responsibility of the City to serve the required amount specified in the meal pattern. It is the responsibility of the successful bidder to provide sufficient amounts of each menu items to be served. The successful bidder shall not be paid for unauthorized menu changes, incomplete meals, meals not delivered within the specified delivery time period, meals not delivered at the required temperature, meals not delivered in the appropriate containers, meals which contain spoiled or unwholesome food items and/or meals that are rejected because they do not comply with the specifications. The City reserves the right to obtain meals from other sources if meals are rejected due to any of the stated reasons. The successful bidder shall be responsible for reimbursing the appropriate center within 24 hours for the. cost associated with any alternative feeding measures. The City shall notify the successful bidder in writing as to the number of meals rejected and the reasons for rejection. The plant where meals are produced must be United States Department of Agriculture (USDA) or the Food and Drug Administration (FDA) inspected, approved for meat and poultry, with continuous on-site USDA or FDA inspections, as applicable. Bidder must include USDA or FDA plant number in the appropriate space provided on the bid proposal; IV. NO SUBCONTRACTING The successful bidder shall not subcontract with any company for the partial or total preparation or the delivery of the meal, and shall not assign their contract or any interest therein without the advanced written consent of the City. In the event of any aSsignment, the successful bidder shall remain liable to the City as principal for the performance of all his obligations under this contract. . VI. SPECIAL DIETS Some meals are required to be modified to meet the special dietary needs of the facilitY'S clients as prescribed by their physician. These meals may be prescribed to below fat, low cholesterol, restricted in sugar,. or have other restrictions indicated by the client's physicians. Copies of the physicians" order will be provided to the successful bidder 24 hours in advance. The estimated number of modified meals is shown in Schedule "A". These meals must be pre-packed in separate containers labeled with the facility's name, the client's name, the type of special diet, and the date of production. . VII. MENUS Four week cycle menus, one for each program are attached as samples, (See Exhibit I, .. Attachment nc·). The cycle menus shall be strictly adhered to by the vendor. Any substitutions of food items will not be accepted unless prior approval has been given in writing by the Department Human Services.· If substitutions are made without prior approval the program will disallow payment of such meals. Thomas F. Pepe 12114/2016 Page 36 of 62 VIII. SITE LOCATION: The City of South Miami Senior Center, located at 670 I SW 62nd Ave, South Miami, FL 33143. IX. CONTRACT PERIOD: A contract will be awarded for a one (I) year period. At the discretion of the City Manager, the contract may be extended for four (4), one (I) year options-to-renew, for a total of five (5) consecutive years. . X. PROJECT FUNDING: This project and program is funded through City funds. The City may secure a grant or multiple grants to cover all or part of the funding over the contract term. Thomas F. Pepe 1211412016 END OF SECTION Page 37 of 62 --.. -----.. ------- EXHIBIT #1 SCOPE OF SERVICES Attachment B Weekend Senior Meal Program RFP#PR2017-11 "FOOD SPECIFICATIONS" SODIUM CONDIMENT No salt, accent, or any other sodium condiment should be used in preparation of food. FOOD SPECIFICATIONS The following items must be supplied as specified: A. Vegetables . a. Vegetables shall be frozen, not canned. B. Salads a. Tossed salad shall be as indicated on menus or other items as specified on menu cycle. b. Salads made with mayonnaise shall arrive at 40 degree F temperature C. Milk/Dairy a. Milk must be fluid, I % low fat, pasteurized, fortified with Vitamin A and D. b. All milk is to be iced. The ice must be in a solid state at time of delivery. Milk shall be packed in iced. in clean/closed thermal containers not containing cracks. Milk shall be packaged in 8 ounce cartons. Cheese must be natural or processed with not more than 3.9% moisture; Cheese food is not acceptable. Yogurt must be low fat and may contain artificial sweeteners and flavors. D. Bread a. All bread. cereal, cracker, and cookie products must be made with whole grain, . enriched flour or meal as the primary ingredient. No trans-fat allowed E. Fruit a. All fruits, juices, and vegetables must be USDA Grade AlFancy. Fruits may be canned (except where fresh is indicated on menu) and must be packed in light syrup, water or natural juice. All fruit juices mus.t· be 100% full-strength and pasteurized. All fresh bananas are to be delivered one day prior green tipped. F. Meat a. Meat, pouitry. and eggs must be procured from USDA inspected facilities. Thomas F. Pepe 12(1412016 Ground chuck and luncheon meats must be at least 85% lean. Luncheon meats and frankfurters (if by special request) must contain no variety meats. Chicken must be USDA Grade A and from fryers with weight of no less than two (2) pounds, 4 ounces. Chopped ham, chicken roll, and turkey roll cannot be used. Page 38 of 62 Tuna must be Grade A, chunk light, packed in water and must be U.S. Government inspected. Eggs must be USDA Grade A. Fish must be Icelandic only and bear USDC and U.S. Grade A shield on packaging; batter must be crunchy type breading. :Peanutbutter must be made from Grade A peanuts and of a smooth, thick consistency G. Marlarine a. Margarine is to be supplied in case lots to each site for use with breads and as vegetable seasoning. Margarine must be 100% canola or canola oil combination. No trans-fat allowed H. Soup a. Soups shall be low sodium . . . . I. Coffee *COre~~~Yl~~!QI ,){C~ I){ mt'5RfP~5PON~ 1$"( GT'Y\C. a. Regular coffee decaffeinated coffee, tea bags and "Cuban" styled coffee will be delivered in bulk lots in advance by the successful bidder so that they can be prepared by the facility's staff in time for the meals. Quantities will be determined by the menus and the number of servings requested by the facilities J. Cereals a. All dry cereals will be low sodium, low sugar, and individually boxed. All cookies or crackers will be individually packaged in the quantity required to be served to each client. All milk will be packaged in eight (8) ounce leak proof containers. All juices will be packaged in four (4) ounce leak proof containers. Fresh fruits will be packaged in bulk containers. Items that are to be served with breakfast are required to be delivered on the preceding business day that the center is open. Thomas F. Pepe 12114'2016 END OF SECTION Page 39 of 62 EXHIBIT #1 SCOPE OF SERVICES Attachment C Weekend Senior Meal Program RFP#PR2017-11 "SAMPLE WEEKEND CYCLE MEAL SCHEDULES" Note: The "Sample" menu cycle is provided a guideline only and represents a "sample" of a potential menu cycle. The awarded Respondent shall receive prior approval from the City before implementing a menu cycle. Thomas F. Pepe 12114/2016 WEEKI MENU A Braised Beef in Tomato Sauce White Rice Split Pea Soup Green Beans Dinner Roll Banana Milk WEEKI MENUA Chicken Yellow Rice Fried sweet plantains Peas & Carrots Dinner Roll Chocolate with cream Milk WEEK 3 MENU A Media Noche SandWich Black Bean Soup Orange Juice Debbie Cake Mariquitas Milk MENU B· Cuban Tamal Red Beans & Rice Sliced Carrots Vanilla Pudding Dinner Roll Milk .MENU B Meat Balls in tomato sauce Spaghetti Italian mixed vegetables Garlic Br~ad Com Rice Pudding Milk MENUB 3 Ham Croquettes Yellow ~ice with Ham & Sausage Peas & Carrots Chocolate Pudding Dinner Roll Milk Page 40 of 62 Thomas F. Pepe 1211412016 WEEK 4 MENUA· .. Moro Pork Chuncks Boiled C!1sava with Mojo. Apple Juice Cuban Dinner Roll Fruit cocktail Milk END OF SECTION Page 41 of62 MENUB Ground Beef White Rice Green Beans Dinner Roll Fruit Cup Milk EXHIBIT 2 Weekend Senior Meal Program RFP#PR2017·11 Insurance & Indemnification Requirements Insurance A Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's. operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d). claims for damages insured by usual personal injury liability coverage; (e) cI~lims for damages, other than to the Work itself, because of injury to or destruction of tangible propert}i, including loss of use resulting there from; (t) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (i) claims for bodily injury or property damage arising out of completed operations; and (h) claims involVing contraciualliability Insurance applicable to the FIRM's obligations under the Contract. . Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: .. Workers' Compensation Insurance at the statutory amount as to' all employees in compliance with the 'Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes', as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' liability at the statutory coverage amount. The FIRM shall further ins'ure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. . Commercial Comprehensive General Liabilit;yinsurance ~ith broad form endorsement, as well as automobile liability, completed operations and productsliability,coi'itractualliability, severability of interest with cross liability prOVision, and personal injury and property damage liability With limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damag~: $50U,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: '. (a) Premises and Operation Thomas F. Pepe 1211412016 Page 42 of 62 (b) Independent Contractors (c) Products and/or COl)1pleted Operations Haiard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with .minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000;000.00) uml?rella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without r.estrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers,' Non-Ownership Subcontracts: The FIRM agrees that if ~ny part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as set forth in these insurance and indemnification requirements, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the ~ord FIRM where applicable. , ' ,',' . ' Fire and Extended Coverage Insurance (Builders' Risk). IF APPLICABLE: I. In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, iricluding foundations, additions, attachments and a,lI permanent fIXtures belonging to and constituting a part of said buildings or structures. The. policy or poliCies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the CONTRACTOR, as their interest may appear, and shall also cover the interests of all Subcontractors performing Work.' . 2. All of the provisions set forth in. the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. Miscellaneous: I. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. 2. All deductibles must be declared by the FIRM and must, be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. 3. The policies shaH contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or poliCies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability prOVision covering the Contractors duty to indemnify the City as provided in this Agreement. 4. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VII or better per A.M. Best's Key Rating GUide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the dura.tion of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required Thomas F. Pepe 12114/2016 Page 43 of 62 endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: o a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured; The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage', or "personal and advertising injury" and it will provide to the City all ofthe coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B"; o a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." 5. If the FIRM is providing professional services, such as would be provided by an architect, engineer, attorney, or accountant, to name a few, then in such event and in addition to the above requirements, the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 With deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims ariSing out of the services or work performed by the FIRM its agents, representatives, Sub Contractors or aSSigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreemel1t. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the City at the city's sole, absolute and unfettered discretion. Indemnification Requirement D. The Contractor accepts and voluntarily incurs~1I risks of any injuries, damages, or harm which might arise during the'work or event that is o~curring on the CITY's propertY due to the negligence or other fault of the Contractor or anyone actirig through or on behalf of the Contractor. E. The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost and expenses, including reasomtble attorney's fees, parah;igal fees and investigative costs incidental there to and incurred prior to, during or follOWing any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, includingdaims for injury to, or death of ariy person or persons and for the loss or damage to any property ariSing out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor, its 'coiltractcir/subcontractor or any of their officers, directors,agents,representatives, employees, or assigns, or anyone acting through or on behalf of iomy of them, arising out of this Agreement, ' incident to it, or resulting from the performance or non-performance ofthe Contractor's obligations under this AGREEMENT.' ' F. The Contractor shall pay all claims, losses and expenses of ~ny kind or nature whatsoever, in . connection thereWith; including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and assigns, including their attorney's fees, iri the defense of any action in law or 'equity brought against them and arising from the negligent error, omission, or act of the Contractor, its Sub-Contractor or any of their agents. representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non-performance ofthe Contractor's obligations under this AGREEMENT. G. The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the COritractor, itS contractor/subcontractor or any oftheir agents, representatives; employees, or assigns, or anyone acting through or on behalf of the them, and arising out of or concerning the'work or event that is occurririg on the CITY's property. In reVieWing, approving or rejecting any submissions or actS of the Contractor, CITY in no way assumes Thomas F. Pepe 12114/2016 Page 44 of 62 or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them. H. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. I. However, as to design professional contracts, and pursuant to Section 725.08 (I), Florida Statutes, no!,!e of the prOVisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth ¢e sole responsibility ofthe design professional concerning indemnification. Thus, the design professional's obligations as t\>. the City and . its agencies, as. well as to its officers and employees; is to indemnify and hold diem·.harmless from liabilities,· damages,losses, and costs, including, but not limited to, reasonable attorneys' fees,· to. the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other. persons employed or utilized by the design professional in the performance of the contract. Thomas F. Pepe 1211412016 . '. ~. END OF SECTION Page 45 of 62 THIS PROPOSAL IS SUBMITTED TO: Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 EXHIBIT 3 Weekend Senior Meal Program RFP #PR2017·11 BID FORM I. If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City of South Miami in the form included in this Solicitation Package and to perform and furnish all work as specified or indicated in this Solicitation, including as set forth in Exhibit I (Scope of Services), Attachment A, B & C. for the Proposed Price as set forth below, within the Contract Time and in accordance with the other terms and conditions of the Solicitation Package. 2. Respondent accepts all of the terms and conditions of the Solicitation and Instructions to Respondents, including without limitation those dealing with the disposition of Proposal/Bid Bond, if required. This Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening. The Respondent, by signing and submitting this proposal, agrees to all of the terms and conditions of the form of contract that is a part of the Solicitation package with appropriate changes to conform to the information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by this Solicitation, required insurance documents, and other documents required by the SoliCitation, including the Contract if not already submitted, within ten (10) calendar days after the date of the City's Notice of Award. 3. In submitting this Proposal, Respondent represents that: a. Respondent ha.s examined copies of all the Solicitation Documents and of the follOWing Addenda, if any (receipt of all which is hereby acknowledged.) Addendum No. Dated: t1~ I~ I 20\l b. Respondent has familiarized himself with the nature and extent of the 'Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work . . . c. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and, if any confliCts, errors or discrepancies have been found and notice given, the Respondent represents, by submi~ing its proposal to the City, that the Respondent has received sufficient notice of the resolution thereof from the City, that such resolution is acceptable to Respondent and that theR,espondent waives any claim regarding the.conflicts, errors or discrepancies. d. This Proposal is genuine and not made in the :interest of or on behalf of any undisclosed person, firm or corporation and is not submitted pursuant to any agreement or rules' of any group,association, organization, or corporation; Respondent has not directly or indirectlt induced or solicited any other Respondent to subinit a false or sham.Proposal; Respondent has not solicited or induced any person, firm or corporation to refrain from· responding; and Respondent has not sought by collusion or otherwise to obtain for itself any advantage over any other Respondent or over the CITY. 4. Respondent understands and agrees that the. Contract Price is the amount that it needs to furnish and install all of the Work complete and in place. The Schedule of Values, if required, is provided for the purpose of Proposal Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract. Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the Scope of the Thomas F. Pepe 1211412016 Page 46 of 62 Work after the Contract Date. As such. the Respondent shall furnish all labor. materials. equipment, tools, superintendence and services necessary to provide a complete, in place. Project for the Proposal Price. If this Solicitation requires the completion of Exhibit 4, Respondents Cost and Technical Proposal. as may be set forth in in an exhibit to this Solicitation, such proposal must be attached to this Bid Form and will take the place of the Lump Sum Price, otherwise, the Contract Price for the completed work is as follows: PRICING SHALL BE PROVIDED IN EXHIBIT 4, RESPONDENTS COST AND TECHNICAL PROPOSAL .. . A fee breakdown for .each task included in the lump .sum contract price,if applicable, must be provided. Failure to provide this information shall render the proposal non-responsive. 5. The ENTIRE WORK shall be completed, in full, within N/A days from the commencement date set forth in the NOTICETO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as may be set forth in the Contract. 6. Inse.rt the following information for future communication with you concerning this Proposal: RESPONDENT: Address: Telephone: Facsimile: Contact Person .. \o\,'fl O\Y'I\O 7. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents, unless specifically defined in this Solicitation Package. 8. Ita Respondents Cost & Technical Proposal, Exhibit 4, is required by the Solicitation, Respondent hereby certifies that all of the facts and responses to the questions posed in the Respondents Cost & Technical Proposal, Exhibit 4, if such an exhibit is made a part of the Solicitation, are true and correct and are hereby adopted as .part of this Bid Form, and are made a part of this proposal. by reference. 9. By.submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the form of contract contained in .the Solicitation package and I agree to be bound by those terms, with any appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information contained in the Solicitation Documents and this Proposal. or such information that the City and I have agreed upon in the course of contract negotiations and which have been confirmed by the City in writing. including e-mail confirmation, if any. I hereby certify under penalty of perjury that I am the lawful representative of the business entity referenced in this Bid Form, that I have authority to bid for that entity, that I have authority to sign contracts for that entity and bind it to those contract terms and that all of the information and representations contained herein are true and correct to the best of my knowledge. information and belief. SUBMITTED THIS .31 DAY OF M a.'-t 20..cr.... Si "'\I, c..e. -.(?\e~dev.,'t Title Thomas F. Pepe 12114/2016 it Proposal \ ~) "33-1.f&1(, e:,J. lOb "fumber -' ~lmo t2 (jM c.aTer. tom if Address END OF SECTION Page 47 of 62 EXHBIT4 RESPONDENTS COST AND TECHNICAL PROPOSAL Weekend Senior Meal Program RFP#PR2017-11 Respondents to this RFP must complete and include the Respondent's Cost and Technical Proposal, in accordance with Exhibit I, Scope of Services, Attachment A, 8, & C with their submittal. Failure to do so shall render the Proposal non-responsive and the Proposal shall be rejected from further consideration The program will provide approximately 130 meals to 6S senior residents at the City of South Miami Senior Center, delivered every Friday for 52 weeks, which totals 6,760 meals on an annual basis. (130 MEALS PER WEEK) x 52 WEEKS (6,760 MEALS) MEAL UNIT PRICE ANNUAL TOTAL YEAR I $ 3,,~3 $ 25, 2.\4 .'~O YEAR 2 $ 3,83 $ 2-5,890. fO YEAR 3 $ 3.~3 $ ~(" Sbb. 80 YEAR 4 $ 3.9& $ ;).b, 904. 8u YEARS $ 4. 0:3 $ ,1/1, 24 2.. • 1{D FIVE-YEAR CONTRACT TOTAL $ 12>\, aw .. DO Thomas F. Pepe 1211412016 mit Proposal ~) bB3-Llblb t:2<-t. lOb elep'hone Number ~~ b3'?~ 52£)2- umber j ~()\Yt\O e ~ ~1"e(.COM ail Address END OF SECTION Page 48 of 62 EXHIBIT 5 . EVALUATION CRITERIA Scoring and Ranking Weekend Senior Meal Program RFP #PR20 17." Proposals will be evaluated by an Evaluation Selection Committee which will evaluate and rank proposals on the technical criteria listed below. The Evaluation Selection Committee will be comprised of appropriate City personnel and/or members of the community, as deemed necessary, with the appropriate experience and/or knowledge. The criteria are itemized with their respective weights for a maximum total of one hundred (100) points per Evaluation Selection Committee member. The Technical Criteria used for determining qualifications for ranking include: I) Respondents experience, qualifications, and past performance related to performing and supplying meal services of a similar nature: Maximum Points 30 2) Relevant experience and qualifications of key personnel, including key personnel that will be assigned to this. project. Maximum Points 20 3) Respondents approach to providing the services requested in this Solicitation. Maximum Points 20 4) Proposed Unit Price and Annual Contract term fee: Maximum Points 30 Oral Presentations Upon initial completion of the criteria evaluation indicated above, rating and ranking, the Evaluation Selection Committee may choose to conduct an oral presentation and/or interviews with the Proposer(s) which the Evaluation Selection Committee deems to warrant further consideration based on, among other considerations, scores in clusters; based on the preliminary rating and ran kings, and/or maintaining competition. Upon completion of the oral presentation(s) and/or interviews, the Evaluation Selection Committee will perform a final review to re-evaluate, re-rate, and re-rank the Proposals remaining in consideration based upon the written documents, combined with the oral presentation. In such circumstances, the initial preliminary ranking of the Proposers shall be disregarded by 'the Evaluation Selection Committee when performing a final review to re-evaluate, re-rate., and re-rank the Proposals remaining in consideration. Evaluation of Proposed Rates After the evaluation of the technical areas of the Proposal, the City will evaluate the proposed rates, if rates and pricing information were requested in the solicitation. The pricing information will be evaluated by the Evaluation Selection Committee in combination with the technical information, including an evaluation of how: well it matches the Proposer's understanding of the City'S needs described in this Solicitation, the Proposer's assumptions, and the value of the Thomas F. Pape 12114/2016 Page 49 of 62 proposed services. The pricing information evaluation is used as part of the evaluation process to determine the highest-ranked Proposer. The City reserves the right to reject all Respondents, to request clarification of information submitted or to request additional information from any Respondent, and to waive any irregularities in any submittal. Thomas F. Pepe 1211412016 END OF SECTION Page 50 of 62 EXHIBIT.6 CONTRACT WeekeridSenior Meal. Program RFP #PR20 17-11 THIS CONTRACT, entered into this . __ day of .20---, by the CITY OF SOUTH MIAMI through its Manager, both of whom shall be hereinafter referred to as the "CITY" where....ap'plicable; loc~ed at 6130 Sunset Drive, South Miami, FL , E-mail: salexander@southmiamifLgov and ~E'A].Stll"IIAl)i I CA1!;::..~ lNC . with an offil;e and princip<!1 place of business. located at 40QINW BiA.W}\!@lI33!.f2a'nd E"mail address of joirno 48smcA.tet.cbrrand Facsimile transmission number of@~~(hereinafter called the "CONTRACTOR"). .. WITNESSETH: WHEREAS, the CITY is in need of a Weekend Senior al Program; and WHEREAS, the CITY desires to retain CONTRACTOR to provide the required goods and/or services based on CONTRACTOR's representations which reflect that CONTRACTOR is qualified and capable of providing said goods and/or services ina professional and timely manner and in accordance with the CITY's goals and requirements; and WHEREAS, CONTRACTOR has agreed to provide the required goods and/or services in accordance with the terms and conditions set forth herein. . NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the parties agree as follows: 1) Engagement of Contractor: Based on the representations of CONTRACTOR as set out in the following "checked" documents the CITY hereby retains CONTRACTOR to provide the goods and/or services set forth in said proposal, quote or response to solicitation, whichever is applicable, as modified by the Contract Documents, or as is otherwise set forth in the Contract Documents defined below (all of which is hereinafter referred to as the Work"). (Check the box immediately preceding the document described below to IndicatE! that such document is part of this Contract) " Contractor's response to the CITY's written solicitation; Attachment A, or " Contractor's proposal or quote, or if none, D As described in paragraph 2 below. 2) Contract. Documents: The Contract Documents shall include this Contract and the following "checked documents", as well as any attachments or exhibits that are made.a part of any of the "checked docume.nts". (Check the box in;mediately preceding the document de.scribed below to indicate thatsuch document is part ofthis Contract) General Conditionsto Contract, [ . Supplementary Conditions, " "Other Documents" referring to in this Contract and signed by the parties, D Solicitation documents ("hereinafter referred to as "Bid Documents" including any request for bid, request for proposal or similar request) " Scope of Services; Attachment B, " Contractor's respo.nse to the CITY's. Bid Documents; Attachment A, " Contractor's proposal or quote; Attachment A, " CITY's Insurance & Indemnification Requirements,Attachment~ D Bonding of Employees (the term "employee", as used in this Contract, shall include volunteers) -$1,000,000 D Payment Bond, D Performance Bond, This Contract and the General Conditions to Contract, Supplementary Conditions, the SoliCitation, Scope of Services and "Other Documents", if any are ·"checked documents", shall take precedent over the response to the CITY's Bid Documents; if any, or the proposal or the quote, if any. The "checked documents" are attached hereto and made a part hereof by reference. 3) Date of Commencement: CONTRACTOR shall commence the performance of the Work under this Contract on or a date to be specified in a Notice to Proceed, or Purchase Order, (hereinafter referred to as the "Work Commencement Date"), .and shall complete the. performance hereunder within Thomas F. Pepe 1211412016 Page 5 I of 62 ____ days or the length of time set forth in the Contract Documents, whichever is the shorter period of time. Time is of the essence. 4) Primary Contacts: The Primary Contact Person in charge of administeringthis Contract on behalf of the CITY is the City Manager ("Manager"), assistant Manager, or the Manager's designee, who shall be designated in a writing signed by the MMger. The primary Cpntact pers~ for CON~RACTOR and his/her contact information is as follows: Name:Joi.\N VUVlo. e-mail:olrll 0 ct\(I)(tL tf.l.OJ!Fax:~W02 Street Address: :iN B!A\I', A \ L 33 . (J 5) Scope of ervices:· The goods and/or services to be provided are as set forth in the "checked documents". ~ 6) Compensation: The CONTRACTOR's compensation for CONTRACTOR's performance under the terms and provisions of this Contract, or CONTRACTOR's payments in the event CONTRACTOR is paying the City for the uses of the CITY's property cir services, (hereinafter referred to as the Contract Price) shall be one ofthe following, as indicated by one of the following checked box, 0 $ or as set forth in ci CONTRACTOR's response to the CITY's written solicitation, if any, or, if none, then as set out in CONTRACTOR's proposal or quote, the Scope of Services, or as set forth in, or modified by, one of the Contract Documents, whichever is applicable, 7) Hours of Work: In the event that this Contract requires the .performance of services, it is presumed that the cost of performing the Work after regular working hours, and on Sunday and legal holidays, is included in the Contract Price. However, nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless specifically aiJthorized or instructed in writing by the City Manager, the Manager's assistant or designee. 8) .Time Provisions: The term of this Contract shall commence on the Work Commencement Date and shall continue for one (1) year and four (4) one (1) year renewals. solely at the discretion of the Citv Manager, or unless earlier terminated according to the Contract Documents. An extension of the term of this Contract is at the CITY's sole and absolute discretion. The contract may not exceed five (5) consecutive year 9) Termination: This Contract may be terminated without cause by the CITY with 30 days of advanced written notice. This provision supersedes and takes precedence over any contrary pro~isions for termination contained in the Contract Documents, . 10) Applicable Law and Venue: Florida law shC!II apply to the interpretation and enforcement of this Contract. Venue for all proceedings shall be in Miami-Dade County, Fiorida. 11) Duties and Responsibilities: CONTRACTOR shall comply with all applicable laws, ordinances, codes, rules, regulations, and health and safety standards of any governmental body having jurisdiction over any matter related to this Contract or the goods and/or services to be performed hereunder, and shall. commit no trespass on any private property in performing any of the work embraced by this Contract. Each and every provision and/or clause required by law to be inserted in this Contract shall be deemed to be inserted herein and this Contract shall be read and enforced as though such provisions and/or clauses were included herein. . 12) Change Orders: No additional Work or extras shall be done unless the same is duly authorized in writing and in adliance of the work by appropriate action by the City Manager and in accordance with the Contract Documents. 13) Licenses and Certifications: Contractor shall secure all necessary business and professional licenses at its sole expense prior to executing this Contract or commencing the Work. 14) Insurance, Indemnification & Bonding: CONTRACTOR shall comply with the insurance, indemnification and bonding requirements set forth in the Contract Documents. 15) Jury Trial Waiver: The parties waive their right to jury trial. 16) Entire Agreement, Modification, and Non-waiver: The Contract Documents constitute the entire agreement of the parties and supersedes any prior agreements, written or oral. The Contract Documents may not be modified or amended except in writing, signed by both parties hereto and if this Contract is required to be . ClPproved by the City Commission, all amendments thereto must be approved in the same manner and with the same formality as this Contract. The Contract Documents, in general, and this paragraph, in particular, shall not be modified or amended by any acts or omissions of the parties. No failure to exercise and no delay in exercising any right, power or privilege shall operat!'! as a waiver. No waiver ofthe Contract Documents, in whole or part, including the provisions ofthis paragraph, may be implied by anyact or omission. . . 17) Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or services on behalf of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and Page 52 of 62 Thomas F. Pepe 1211412016 maintain public records required by the public agency to perlorm the service; (b) 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 Cltherwise provIded by law; (c) 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 CONTRACTOR does not tran~er the records to the public agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of CONTRACTOR or keep and maintair. public records required by the public agency to perlorm the service. If CONTRACTOR transfers all public records to the public agency upon completion of the Contract, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Contract, 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 HAS QUESTIONS REGARDING THE APPL,ICATION QF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRA-CT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail: mmenendez@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143. 18) Background Screening. All personnel and volunteers that will provide any service with vulnerable persons, as defined in Section 435.02, Fla. Stat., involving the City or its Agency in such related activity or who may have access to secure or sensitive areas ofthe City, must be in compliance with level II Background Screening and fingerprinting requirements as per, Florida Statute Ch. 435 prior to the scheduled start of any employee or volunteer. CONTRACTOR shall prevent any and all of its personnel, including volunteers, from engaging in any such related activities without having passed a background screening to the satisfaction of the City. A violation of this requirement shall constitute a substantial breach of this Contract. 19) Drug Free Workplace. CONTRACTOR shall comply with the Drug Free Workplace policy set forth in the City of South Miami's Personnel Manual which is made a part of this Contract by reference. 20f Transfer and Assignment. None of the work or services under this Contract shall be subcontracted or aSSigned without prior written consent from the CITY which may be denied without cause. 21) Notices. All notices given or required under this Contract shall be deemed sufficient if sent by a method that provides written evidence of delivery, including e-mail and facsimile transmission and delivered to CONTRACTOR or his designated contact person. Return of mail, sent to the address contained herein for the parties or their contact pers·ons, as not deliverable or for failure to claim the mail shall be deemed received on the date that the mail is returned to sender. IN WITNESS WHEREOF, the parties, have executed this Contract, on or before the date first above written, with full knowledge of its content and significance and intending to be legally bound by the terms hereof. ATTESTED: By: _______ _ Maria Menendez City Clerk Read and Approved as to Form, language, legality and Execution Thereof: By: __________ ~ Thomas F. Pepe 1211412016 City Attorney Page 53 of 62 G~-A.-r?t.: 1)\\1\1)11 CAW~P-.,/:J;:Nc· CITY OF SOUTH MIAMI By: ________ _ Steven Alexander . City Manager Thomas F. Pepe 12114/2016 Weekend Senior Meal Program RFP #PR2011·11 Attachment A to Contract CONTRACTOR'S PROPOSAL OR QUOTE Page 54 of 62 Thomas F. Pepe 1211412016 Weekend Senior Meal Program RFP #FN20 17-11 Attachment B To Contract SCOPE OF SERVICES Page 55 of 62 INSURANCE & INDEMNIFICATION REQUIREMENTS Attachment C To Contract Weekend Senior Meal Program RFP #FN2017-11 Insurance Requirements Without limiting its liability, the contractor, consultant or consulting firm (hereinafter refe~red to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or ~y a Subcontractor or by anyone directly or indirectly employed by any of them, C?r by anyone. for whose acts any of them may be liable: (a)· claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (p) claims for damages be.cause of bodily injury,. occupational sickness or disease, or death of the FIRM's employees; (c) claims for damag~s because of podily injury, Sickness or disease, or death ofany person other than the. FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person. or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage ariSing outof completed operations; and (h) Claims involving contractualliabiiity insurarice applicable to the FIRM's obliga~ionsunder.the Contract. . . . . . Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter),.the insurance coverage written on Florida approved forms and as set forth below: . Workers' Compensation insurance at the statutory amount as to all empioyees in compliance with the 'Workers.' Compensation Lavl' of the ~tate of Florida including Chapter 440, Florida Statutes, as preselitly written or hereafter amended, and all applicable federal laws. In addition, the policy. (ies) must include: Employers' Liability at the statutory coverage Thomas F. Pepe 1211412016 Page 56 of 62 amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation . Insurance. Commercial 'Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Fforida approved form with the same coverage as the primary insurance policy but in the amount of $1 ,000,000 p~r claim arid $2,000,000 Annual Aggregate. Coverage must be afforded on a form no ·more restrictive than the latest edition ofthe Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard '(d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as required by the General Contractor, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. Fir~ and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE: In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, Thomas F. Pepe ·1211412016 Page 57 of 62 "Broad" form/All Risk Insurance· on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attachments andall permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the CONTRACTOR, as their interest may appear, and shall also cover the interests of all Subcontractors performing Work. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. Miscellaneous: L. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responSible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. . .. M. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible dr the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. N. The policies shall contain waiver of subrogation against CITY where applicable,· shall expressly provide that such policy or policies are primary over any other collectible insurance tha~ CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability prOVision covering the Contractors duty to indemnify the City as provided in this Agreement. o. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated AVII or better per AM. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force· and effect for the duration of the contract period with the CITY. The FIRM may be required by the. CITY, at its sole discretion, to provide a: "certified copy" of the Policy' (as defined in Article I of this document) which shall include the declaration page and all reqUired endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: (I) a policy provision or an endorsement with substantially similar provisions as Thomas F. Pepe 12114/2016 follows: . Page 58 0(62 "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage', or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A . and coverage B"; . . (2) a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." . P. If the FIRM is providing professional services, such as would be prOVided by an architect, engineer, attorney, or accountant, 1;0 name a few, then in such event and in addition to the above requirements, the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $1 ,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims. arising out of the services. or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and·acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered discretion. Indemnification Requirement A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. B. The Contractor shall indemnify. defend. save and hold CITY, its officers, affiliates, employees, successors and assigns, .harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost and expenses. including reasonable attorney's fees, paralegal fees and investigative costs incidental there to and incurred prior to. during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor, its contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or aSSigns, or anyone Thomas F. Pepe 12114/2016 Page S9 of 62 acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. C. The Contractor shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and assigns, including their attorney's fees. in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of the Contractor, its Sub-Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non~performance of the Contractor's obligations under this AGREEMENT. D. The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees. or assigns, or anyone acting through or on behalf of them. E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. F. However. as to design professional contracts, and pursl,lant to Section 725.08 (I), Florida Statutes, none of the provisions set, forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concerning indemnification. Thus, the design professional's obligations as to the City and its agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to, reas,onable attorneys' fees, to the extent caused by the negligence, recklessness, or intenti~nally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. Thomi15 F. Pepe 11114/2016 END OF SECTION Page 60 of62 EXHIBIT #7 Weekend Senior Meal Program RFP #FN20 17·11 City of South Miami Bid Protest Procedures RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (FORMAL ' .. PROCEDURE) The following procedures shall be used for resolution of protested solicitations and awards. The word "bid", as well as all of its derivations, shall mean a response to a solicitation, including requests for proposals, requests for a letter of interest and requests for qualifications. (a) Notice of Intent To Protest. Any actual or prospective bidder who perceives itself to be' aggrieved in connection with any formal solicitation or who intends to contest or object to any bid specifications or any bid solicitation shall file a written notice of intent to file a protest with the City Clerk's office within three calendar days prior to the date set for opening of bids. A notice of intent to file a protest is considered filed when received by . the City Clerk's office bye-mail or, if hand delivered, when stamped with the City Clerk's receipt stamp containing the date and time of receipt of a notice of intent to file a protest. Any actual responsive and responsible bidder who perceives itself to be aggrieved in connection with the recommended award of a contract and who wishes to protest the award, shall file a written notice of intent to file a protest with the City Clerk's office within three calendar days after the City Commission meeting at which the recommendation is considered for action. A notice of intent to file a protest is considered filed when received by the City Clerk's office bye-mail or, if hand delivered, when stamped with the City Clerk's receipt stamp containing the date and time of receipt. (b) Protest of solicitation. A protest of the solicitation or award must be in writing ("Protest Letter") and submitted to the City Clerk's office within five calendar days after the date of the filing of the notice of intent to file a protest. The Protest Letter is considered filed when the Protest Letter and the required filing fee of $1 ,000 are both timely received by the City Clerk's office. In order for the Protest Letter and filing fee to be considered timely delivered by hand delivery, the date stamp of the Clerk's office must appear on the original Protest Letter and/or a copy of the Protest Letter and the date stamp must also appear on a copy of the 'check issued for the payment of the filing fee, or, if payment is made in cash, a receipt must be issued by the Clerk's office reflecting the date of receipt of the payment. While the Clerk may accept the Protest Letter by email, the Protest Letter shall not be considered to be timely received until and unless the required filing fee of $1,000 is received by the City Clerk's office and, if payment is in cash, a receipt is issued with the date of the receipt of payment, or if payment is by check, a copy of the check is stamped by the Clerk with the date stamp of the Clerk's office showing the date of receipt. The Protest Letter shall state with particularity the specific facts and law upon which the protest is based, it shall describe and attach all pertinent documents and evidence relevant and material to the protest and it shall be accompanied by any required· filing. The basis for review of the protest shall be the documents and other evidence described in and attached to the Protest Letter and no facts, grounds, documentation, or Thomas F. Pepe 1211412016 Page 61 of 62 other evidence not specifically described in and attached to the Protest Letter at the time of its filing shall be permitted or considered in support of the protest. (c) Computation of time. No time will be added to the above time limits for service by mail. The last day of the period so computed shall be included unless it is a Saturday, Sunday, or legal holiday in which event the period shall run until the next day which is not a Saturday, Sunday, or legal holiday. (d) Challenges. The written protest may not challenge the relative weight of the evaluation criteria or any formula used for assigning points in making an award. determination, nor shall it challenge the City's determination of what is in the City's best interest which is one of the criteria for selecting a bidder whose offer may not be the lowest bid price. (e) Authority to resolve protests. The Purchasing Manager, after consultation with the City Attorney, shall issue a written recommendation within ten calendar days after receipt of a valid Protest Letter. Said recommendation shall be sent to the City Manager with a copy sent to the protesting party. The City Manager may then, submit a recommendation to the City Commission for approval or disapproval of the protest, resolve the protest without submission to the City Commission, or reject all proposals. (f) Stay of procurement during protests. Upon receipt of a timely, proper and valid Protest Letter filed pursuant to the requirements of this section, the City shall not proceed further with the solicitation or with the award or execution of the contract until the protest i~ resolved by the City Manager or the City Commission as provided in subsection (e) above, unless the City Manager makes a written determination that the solicitation process or the contract award must be continued without delay in order to avoid potential harm to the health, safety, or welfare of the public or to protect substantial interests of the City or to preve~t youth athletic teams from effectiVely missing a playing season. Thomas F. Pepe 12114/2016 END OF DOCUMENT Page 62 ~f 62 RESPONSES REQUESTED IN BID PROPOSAL EVIDENCE OF PAST EXPERIENCE: Simpiy stated, our ability to cook, package and deliver a program of your needs and magnitude has fortunately for Greater Miami Caterers (herein referred to as "G.M.C.") been displayed by us for the past month and a half. We have taken the experiences and the lessons learned in performing similar contracts, going back to our corporate infancy of the late 70.'s and early 80's, and have applied these high standards of service to all of our present services .. These include catered meals to the Little Havana Activities and Nutrition Center, Southwest Social Services, City of West Miami, Hialeah Housing Authority and North Miami Foundation. Our kitchen is located at 4001 N.W. 31 avenue, Miami, Florida 33142. Our sole office is located right next door at 3035 N.W 40 Street, Miami, Florida 33142. With a mature stature as a leader in the food service industry, we are providing an average of 35,000 meals per day to adult day care centers, meals-on-wheels to the elderly, congregate meals to the elderly and meals to schools, child day care and institutions. Our facility is one . of the largest institutional kitchens operating in South Florida possessing seven (7) refrigeration units, vast production and dry goods storage areas, large rotary & fixed shelf natural gas ovens, boiler & steam generation, shipping dock overhang and an integrated operatipns system that is fully computerized for every facet of the business. We function on no less than twenty-five (25) different menu cycles at anyone time serving an endless variety of ethnic groups. . We employ roughly 80 to 90 full-time personnel throughout the year with multiple staff with tenure in excess of ten and twenty years of employment. As well, Greater Miami Caterers is positioned for operation during a natural disaster with its own electric generator and three day replenish able fuel supply. Underground natural gas lines provide a constant supply for all ovens to continue uninterrtlpted service. . A company biography is included which clearly expresses where the company has been since its inception and how it is positioned for the future. The capacity for G.M.C. to meet or exceed any need expressed by the City of South Miami (herein referred to as "C. S.M. ") has been displayed throughout our business existence such as full service operation unlike many of our competitors on all holidays except Christmas and New Year's days. All support systems are in place to actualize all service demands. From a facility that is operating at 80% of its capacity with personnel that are long term and service oriented, to the fmancial stability that forty-nine years of business success breeds with excellent banking relationships, open lines of credit and a long term debt to equity ratio of 0.2, G.M.C. is the caterer which can best continue to fill the needs of the C.S.M .. MEAL SERVICE DESCRIPTION & DELIVERY SYSTEM: Chefs do prep work of seasoning, marinating and pre-counting foods allocated for final preparation and packaging during the day prior to a meal being served. The chefs return overnight to begin the final cooking & packaging processes and fmal temperature reheating is completed by 12:15 p.m; so that drivers can load and depart at the proper time. Meals are regularly delivered on one of our midday routes of the twenty-four different routing structures available. The drivers which perform these deliveries have a long standing record of many years of service for G.M.C.. We are sure that no other caterer in town can say that they have had the same drivers performing routes of this size for periods extending over twenty years. Their conscientious approach has been a tremendous asset to the execution of your delivered meals program because of the rigorous demands expected by C.S.M. of the drivers. There have been countless instances where the drivers have saved lives because they have found the client unconscious or incapacitated on the floor and have notified the authorities. Clients could literally go unnoticed and unattended for days before help arrived if it weren't for our drivers regular contact. We have great pride in the job that our drivers have done and due to the good salary and benefits provided them, they are happy to provide the excellent service expected of them by C.S.M .. The little details that we attend to on a daily basis assists us in providing a high standard of service. Individual meals are packaged into cambro temperature controlled boxes that hold a maximum of fifty-six meals. Theintemal heating unit in these boxes maintains meals at a stable 155 0 F throughout the delivery process. All cold foods requiring a delivery temperature of 41 degrees or below are packaged on ice in igloo, gott, rubbermaid or syro coolers. Room temperature foods are normally boxed. All foods are individually sealed to prevent any form of contamination during transit. Homebound meals are given to the drivers at a temperature of 160 to 180 degrees Fahrenheit. The homebound meal driver leaves at approximately 12:30 pm to arrive at the site at 1 :00 pm. The dispersing of meals is executed in a prudent and efficient manner and completed before your 2:00 pm requirement. There are innumerable staff and vehicles available to assist in problem solving. None of the ten individuals available to respond to problems have responsibilities directly related to the preparation or delivery of C.S.M. meals. The primary candidates for driver assistance are Rafael Flores and Abraham Ramos with their combined twenty years of experience. Both are available to be called upon to help the C,s.M. driver and therefore would continue to do so through their excellent working knowledge of the food service industry and all its nuances. LIAISONS BETWEEN G.M.C. & C.S.M.: G.M.C. will interact at all levels of the company from president to cooks, on a daily basis withC.S.M .. The primary contact on a full~time basis in John OImo. His summary of experience is included in the G.M.C. biography. He is responsible for all aspects of service from the preparation and packaging through the delivery and billing process. These activities are accomplished with daily interaction by: 1) Luisa Granados, Contract Coordinator for Homebound Elderly Services, who accepts and processes the daily changes; on the 31 st of the month, she reconciles the bill for the month end for homebound services, 2) John R. Butler, kitchen manger, who monitors food packaging and preparation through his purchasing of raw materials, 3) Rafael Flores, loading dock & shipping supervisor, who on a daily basis, sees that both the drivers depart with all food products designated for that day and that all foods are at their proper temperatures (ex. Ice on cold foods), 4) John OImo, Vice~President, who inspects daily the packaging and heating of meals for proper temperature and menu conformity, 5) Tino Matas, head chef, monitors menu conformity, packaging and temperature control and 6) Kenneth S1. Louis, vegetable head chef, performs the major portion of the preparation of C.S.M. meals with the help of six assistants. REFERENCES: G.M.C. has an excellent reputation in South Florida for providing good quality, timely service, at reasonable prices. Our clientele span over many market segments which have varying needs of service. We invariably prepare multiple menu plans on a routine basis. We serve breakfast, am snacks, lunch, pm snacks and dinner~ Client references can be provided upon request. BIOGRAPHY Greater Miami Caterers, inc. (herein referred to as "GMC") was established in 1968 by Mr. David A.. Butler. Over time, the company grew steadily year in and year out serving dignitaries to debutantes throughout Dade and Broward counties. This growth continued to the point where Mr. Butler was able to buyout his major retail competitor, Master Host Caterers in 1988. Unfortunately Mr. Butler passed away in early 1990 from kidney failure and was not able to participate in GMC's greatest successes in the 90's and 2000's. He waS succeeded by his wife and brother-in-law who have both been active in the company for over forty years. Our corporate structure is centralized and has only one location housed within four adjacent buildings. GMC's clientele base function in many different areas in need of catered food services. GMC served the "Master Host Dinner Service" to residences, meals to cafeterias and residential living centers, meals to adult and child schools and day care institutions, home-bound and congregate elderly meals-on-wheels and finally fine catering for all types of private functions from weddings to executive dining, company bbq's, location catering for videos and TV and commercial productions . sets. With the growth of elderly meals and child care & charter school meal programs, we found the need to consolidate our services and have eliminated most other product lines. Through our financial success and viability, GMC has participated in numerous community events for the greater welfare of the public needs. GMC finds its goals to be similar to many other businesses that are family oriented, to produce a consistent product that maintains a high standard and reputation in the community at a reasonable price. We feel that our personal attention to every meal that leaves our kitchen separates us from our competitors and keeps our many longtime customers (some over twenty years) coming back for more. GMC generates all sales in Dade and Broward counties. Our production processes, on a daily basis, produce an average of over thirty-five thousand meals. Meal types range from bulk feeding sites to individualized meals to the elderly. The ability, production processes and expertise presently existing in GMC are positioned like no other competitor in our fie1q. GMChas only two corporate officers: 1) Jacqueline Butler, President, Secretary and Treasurer and 2) John Olmo, Vice-President. Mr. Olmo is the contacting liaison for most sales. His experience consists of a bachelors degree in business administration and over forty years of employment with GMC in all capacities. Namely driver, route supervisor, buyer, personnel director and fmally general manager and part owner. Mrs; Butler has a bachelors degree in finance and as well has over forty years experience in the operations of GMC. GMC has many references on which to draw upon to support all of its statements made here. All references can attest to our ability in the catering field. GMC has on file an active affIrmative action. plan which can support GMC's efforts to enhance minority participation in Dade County through its hiring and pUrchasing practices. In fact, GMC is recognized and qualifies as a minority vendor under the guidelines established by the U.S. Small Business administration as a female and Hispanic owned small business. GMC transacts its business in· facilities totaling 26,500 sq. Ft. This is· comprised of a warehouse/office of building of 10,500 sq. Ft. which includes offices (2,000 sq. Ft.), food preparation areas (8,000 sq. Ft.), refrigeration (1,900 sq. Ft.) and dry goods storage (5,600 sq. Ft.) and an additional warehouse or 6,000 sq. Ft. Over the past twenty five years, we have invested over $1,000,000.00 in the replacement and refurbishment of the equipment and facility. Production has been determined to be at 80% capacity of the facility. GMC has a record of quality service going back to 1968. Through a dedication to quality service and competitive pricing, we have been growing daily since our doors opened. The majority of our client gains are strictly through word of mouth recommendations. We have relationships with clients that span over twenty-five years. Greater Miami Caterers, Inc. Homebound Menu-A Cycle 2 Menu -July 17, 2017 -January 14,2018 Week 1 Week 2 Menu-A Menu-B Menu-A Menu-B 1 ea.(3 oz.) Chicken Leg 1 ea. Midnight Sandwich 3 oz. Meatballs w/1 oz 2 oz. Turkey & 10z Swiss Quarter w/1 oz. Mojo w/3 oz. Pork, Ham, & Sweet & Sour Sauce Cheese on Whole 1 c. Congri (Brown Rice Swiss Cheese % c. Oriental Veggies Wheat Wrap and Red Beans) 1 pk. Plantain Chips % c. Veg Fried Rice 1 pk. Sun Chips % c. Marinated Green 1 c. Lettuce & Tomato % c. Tossed Salad 1 c. Lettuce & Tomato Bean and Onion Salad 1 pkt. Lite Mayo & 1 T. LiteDressing 1· pkt. Lite Mayonnaise & 1 ea. Fresh Banana Mustard 1 ea. Fresh Orange Mustard 8 oz. 1% Milk 1 ea. Fresh Citrus Fruit 1 ea. WWRoli % c. Fruit Mix in Juice 8 oz. 1% Milk 1 tsp. Margarine 8 oz. 1% Milk 8 oz. 1% Milk Week 3 Week 4 Menu-A Menu-B Menu.,.A Menu-B 3 oz. Sliced Turkey wI 1 ea. Cuban.Sandwich .2 ea. Baked Vegetable 1 ea. 2 Ham Croquettes Gravy w/3 oz. Pork, Ham, & Lasagna Wraps wI wI Swiss Cheese in a % c. Hash Brown Swiss Cheese Tomato Sauce & Cuban Bread Sandwich Casserole 1 c. Lettuce & Tomato Cheese Slice of Pickle % c. Corn Mexicali 1 pkt. Dressing & % c. Veg. in Lasagna 1 c. Shredded Lettuce & 1 ea. Fresh Orange Mustard % c. Pasta in Lasagna Tomato 2 sl. WW Bread % c. Peaches in Juice % c. 3 Bean Salad 1 oz. Plantain Chips 8 oz. 1% Milk 1 pkg. Graham % c. Fruit Mix in Juice 1 pc. Mayo Crackers 1 ea. WW Garlic Dinner 1 ea. Fresh Seasonal 8 oz. 1% Milk Roll Fruit 8 oz. 1% Milk 8 oz. 1% Milk I I Dietitian Signature: Mi&k//e.-~~j..l~/P.P,lV/~CP£ Date: May 3.2017 Updated 11/2/2015 ,No.t1;tf~i:Or.id~:,:, ":", :;') ,;-" ,,', ''.,: .',:': " 'Cp~ta~,'ftfu,lJ'I:ij!ttipn:, SE;!Ning Counties: Compass Group USA, Inc. dba Canteen Ph: 904-248-4688 Baker Nassau Attn: Jeana Pafford Fax: 904-783-0326 Bradford 629 Stevens Street Jeana.Qafford@comgass-usa.com Clay Jacksonville, Florida 32205 Duval Elder Care Services, Inc. Ph: 850-921-5554 Leon Attn: Wilbur Brooks Cell: 850-363-1858 Gadsden 2518 West Tennessee Street Fax: 850-363-1858 Jefferson Tallahassee, Florida,32304 brooksw@ecsbil'!bend.org Wakulla GA Food Services-Center Hill Ph: 352-793-4553 Alachua Citrus Attn: Karen Richardson dkarQan@imfoods.com Columb,ia lake 27 North Maryland Avenue rdawson ~gafoods.com Hamilton Marion Center Hill, Florida Hernando Sumter l,&T's Rolling Roadside Cafe & Ph: 850~819-6654 Bay Catering Tomienkins31@~hoo.co!!l Attn: Tom Jenkins 5400 East Business Hwy 98 Panama City, Florida 32404 love at First Bite Ph: 515-729-6136 Duval Attn: David Culpepper Fax: 877-535':'2596 8200 White Falls Blvd. Unit 108 lovebite1@outlook.com Jacksonville, Florida 32256 MiMi Dining Systems Ph: 904-261-3547 Duval Attn: David McEwen Fax: 904-277-5676 1550 Canopy Drive Amelia Island, Florida 32034 Sulzbacher Center Ph: 904-394~1377 Duval Attn: Suzanne Bonfanti Fax: 904-359-0926 611 East Adams Street suzannebonfanti@tscjax.org Jacksonville, Florida 32233 Two Catering Cousins Ph: 904-382-1213 Baldwin Attn: Robin Toomer or Gary Nath Or 904-338-789'7 Baker Physical: 2356 West Beaver Street Fax: 904-764-1302 Clay Jacksonville, Florida 32204 Twocateringcousins@vahoo.com Duval Mailing: 3809 Rose Street Nassau Jacksonville, Florida 32208 St. Johns Valley Services, Inc. Ph: 850-261-2255 Duval Attn: Jeff Gottschalk Commissary 850-434-6633 ' Escambia 4200 Piedmont Road Fax: 850-434-8004 Santa Rosa Pensacola, Florida 32503 jgottschalk@valle)lservices.com Walton OkaJoosa Page 8 of8 14 Updated 11/2/2015 ~t!ijMdF~~~i~~~¢br1i!~'~~d'!. , . . . :. . ':'.>.. . .\..,' .' LoPreste, Inc. dba Paisanos Pizza N' Pasta Attn: Joseph LoPreste 6000 4th Street North St. Petersburg, Florida 33703 Meals for Good Attn: Nancy Brumbaugh 411 Mercy Drive Orlando, Florida 32805 Meals on Wheels, Etc. Attn: Sherry Fincher 2801 Financial Court Sanford, Florida 32773 Meals on Wheels of Tampa, Inc. Attn: Flavia Pineda 550 W. Hillsborough Avenue Tampa, Florida 33603 Orange Blossom Catering, Inc. Attn: Ed Shamas 220 4th Street North St. Petersburg, Florida 33701 Silver Springs Restaurant Attn: Rebecca Kurland 5300 East Silver Springs Boulevard Silver Springs, Florida 34488 Smiles Catering, Inc. Attn: Kathleen Wall 5208 North 22nd Street Suite C Tampa, Florida 33610 The Palms of Fort Myers Attn: Kathy Lynch 2674 Winkler Avenue Fort Myers, Florida 33901 Upper Crust South, LLC dba ExecChef Catering Attn: William Buck 13220 Belcher Road South Unit 10 Largo, Florida 33773 .... Ph: 727-521-2656' Fax: 727-522-2656 foucciano@yahoo.com Ph: 407-~95-1066 Fax: 407i 295-5299 nbrumbaugh@feedhopenow.org Ph: 407-333-8877 x110 Fax: 407-829-2468 sfincher@mealsetc.org Ph: 813-238-8410 Fax: 813-239-2901 t.pineda@mowtampa.org Ph: 727-822-6129 Fax: 747-821-2577 eshamas@orangebiossomcatering.com Ph: 352-236-5215 Silversprings5300@centurvlink.net Ph: 813-996-1958 Fax: 813-995-0544 skdl@verizon.net Ph: 239-275-7800 Ph: 727-798-1246 bilbyc@theuppe~crust.biz 15 S~rving Counties: Pinellas Seminole Orange Osceola Lake Orange OsceoJa Seminole Vol usia Hillsborough Hillsborough Manatee Pinellas Marion Hillsborough Pasco Pinellas Lee Hillsborough Pasco Pinellas Page 7 of8 Updated 11/2/2015 :Sb,Liti;i~~lo!,i~::h(~~n~~*lAedi:' .• . .~. 'c.q~tlJtt''J ~f9r.mad~n:: . Servil:]g Count.es: .. . .... Yummy In My Tummy Ph: 954-358-2414 Broward Attn: Michael· & Karen Stanley Fax: 954-358-1337 Dade 12691 West Sunrise Blvd. karen@~umm~inmvtumm~.com Palm Beach Sunrise, Florida 33323 :.,t¢6t(~')~i9:i:i¢i~f:.,· .. .; .... : t9"tact.;'"fotm,~t{on:'.· .. 5~rvirig .Counties: . . ' .. . . .... . ,: ..... Cafe 1901, LLC Ph: 561-385-5730 Brevard Attn: Jim Noonan Fax: 772-408-4089 Indian River 3400 43 rt1 Avenue Suite 1 & :2 :Jnoon1234@hotmail.com Martin Vero Beach, Florida 32960 St. lucie Catering Finesse Ph: 941-447-346 Manatee Attn: Unda Ferdinand Fax: 941-957-0497 Sarasota 2674 Dr. MlKJr. Way cateringfinesse@verizon.net Sarasota, Florida 34234 Food With Care, Inc. Ph: 407-657-3880 All Florida Counties Attn: Kristy Edwards Fax: 407-657-3881· 6995 Venture Circle klamb@foodwithcare.com Orlando, Florida 32807 GA Food Services-Center Hill Ph: 352-793-4553 Alachua lake Attn: Mark Jacola Fax: 352-793-3933 Citrus Marion 27 North Maryland Avenue markj@gafoods.net Columbia-frozen Centerhill, Florida 33514 Hamilton-frozen GA Food Services-Daytona Ph: 386-274-5600 Clay Putnam Attn: Robert Ross robertr@~foods.net Duval Seminole 780 Fentress Blvd. Flagler Volusia Daytona Beach, Florida 32114 Orange GA Food Services-Ft. Myers Ph: 239-693-5090 Charlotte lee Attn: Abe Pacheco abeg@gafoods.net Collier 5501 Division Drive Glades Billy Creek Industrial Park Hendry Ft. Myers, Florida 33905 Highlands GA Food Services-St. Petersburg Ph: 727-573-2211 x311 Charlotte Pinellas Attn: Frank Kneen Fax: 727-571-1652 DeSoto Sarasota 12200 32 nd Court North fkneen@>gafoods.net Ft. Myers Pasco St. Petersburg, Florida 33716-1847 Hardee Manatee Hillsborough Polk Healthy Cameals Ph: 603-486-7713 Hernando Attn: Camille Kennedy healhtllcameals@gmail.com Pasco 2301 Deltona Blvd Spring Hill, Florida 34606 lady Janes Catering Ph: 813-758-7493 Hillsborough Attn: Pamela Wolever Lad:liane217@gmail.com Pasco 112 Flagship Drive Pinel/as lutz, Florida 33549 Page 6 of8 16 Updated 11/2/2015 : :$~qth fJ(,r(~~.:(~iiriu.:ec.f);· .... ,' '. . ·::Cori~ct:Jhf.61,ro~t~o~:·: : : . S~Mrig Co.unties: . . . ..,' . . . ':' " ... NutriSpa Catering Ph: 305-330-9321 Broward Attn: Yulenia Perez/Mabel Piniero Fax: 786-441-4407 Dade 5406 NW 72nd Avenue YUIi.nutris!;!a1@gmail.com Miami, Florida 33166 . Only Devotion Catering Ph: 786-397-0636 Dade Attn: Ozzie Hernandez ozzie@odcatering.com Monroe 1541 SE 12th Avenue Homestead, Florida 33034 Our Healthy Kids Catering, Inc. Ph: 305-773-1551 Lee Attn: AIda Pelaez Or: 305-773-1567 25 Homestead Road North Suite 23 lehigh Acres, Florida 33936 Resto Concepts Inc. Ph: 305-899-9117 Broward dba 2Taste Catering Fax: 305-899-9119 Dade Attn: John Rossetti john@2tastecatering;com Monroe 13321 NE 17th Avenue www.2tastecatering.com Palm Beach North Miami, Florida 33181 Savor Miami/Prof. Chefs Foods Ph: 305-500-9565 Dade Attn: Ariel Alvarez Fax: 305-500-9543 1640 NW 87th Avenue aalvarez@savormiami.net Doral, Florida 33172 Shrimp, Wings & Things,. Inc. Ph: 786-290-7105 Dade Attn: Lorraine Hibbert Lorrainehibbert3@gmail.com 5841':5843 NW 17th Avenue Miami, Florida 33142 Sterling Caterers, Inc. (Kosher) Ph: 954-680-4748 Broward Attn: Michael Rapp sterlingkosher@~ahoo.com Dade 5850 South Pine Island Road David, Florida 33328 The Corner Muse, Inc. Ph: 786-362-6268 Broward dba Hearts of Palm Catering info@heartsofQalmcatering.com Dade Attn: Mark Scharnitz 99 NW 54th Street Miami, Florida 33127 The Kid Gourmet, Inc. Ph: 305-443-7500 Broward Attn: Ken Murrell kidfood@ao/.com Dade 8015 West 21st Lane Hialeah, Florida 33016 Ultimate Bakery and Pastry Ph: 561-305-8646 Broward Dade Attn: Peter Torocsik ~etercatering@chef.net Martin 11600 Poinciana Drive Palm Beach Royal Palm BeachJ Florida 33411 St. Lucie PageS of8 17 Updated 11/2/2015 :,;,s(jli~b:frorjtta:'(Cp"~;rilied)f" , : ' ' cOn~act,f"f~ <iitiri' : " ' , . . Sl;lnilng Couoties: . ':" ," _ .,', ,~ "m,:I .. ,.n. ' , Happily Ever After Event Planners Ph: 95,4-696-6454 Broward Attn: Melissa Tillery-McRae Fax: 305-231-3558 Dade 13740 NW 19th Avenue Bay 16 haeQiI~raftereve~li!n!lers@Y.S!bDD.COm Monroe Opa Locka, Florida 33054 Palm Beach ILS Group, LLC dba Ph: 954-590-2323 Broward Lee Classic Caterers-Pompano Beach Fax: 954-590-2324 Collier Orange Attn: Rajesh Bhasin or rbashin@ilshealth.com Dade Alex lopez Hillsborou~h 1411 SW 30th Avenue Suite 1 Palm Beach Pompano Beach, Florida 33069 Pinellas ILS, Group, LLC dba ' : Ph: 305-262-1292 Broward Lee Classic Caterers-Miami Fax: 786-513-,8582 Collier Dade Attn: Orlando Monteagudo or omonteagudo@ilshealth.com Orange YaymeSame Hillsborough 5200 Blue lagoon Drive ?uite 500 Palm Beach Miami, Florida 33126 Pinellas In God Hands, Inc. Ph: 646-2297947 Charlotte Lee Attn: Edgar Morales ingodbandscatering@gmaiJ.com Collier Sarasota 1000 Lee Blvd DeSoto Lehigh Acres, Florida 33936 Hendry M&M Chow, LLC Ph: 954-963-1313 Broward dba Kosher Central Fax: 954-963-8118 Dade 56S0Stiriing Road Suite 24 ~oQin@gmail.com Palm Beach Hollywood, Florida 33021 Montoya Holdings, Inc. Ph: 305-826-0820 Sroward Dade dba Pelota Cafe & Pizza ria Fax: 305-826-0894. Charlotte Collier dba Healthy Children catering Healthllchiidrencatering20@Yahoo.com DeSoto Glades Attn: Carlos Montoya Hardee Hendry 2620 West 2nd Avenue Highlands lee Hialeah, Florida 33010 Martin St. lucie Manatee Monroe Palm Beach Okeechobee Sarasota My Little Captain Gourmet Ph: 305-820-0610 Broward Attn: Jose luis Mercado Or: 954-367-5429 Dade 18400 NW 75th Place, Unit 129 Fax: 954-367-5429 Miami Lakes, Florida 33015 cagtaiDgourmet@~ahoo.com NC Cuban Buffet Corporation Ph: 305-887:'9963 Dade Attn: Antonio Delgado Fax: 305-822-9322 345 East 49th Street nccubanbuffet@gmail.com Hialeah, Florida 33013 Page 4of8 18 Updated 11/2/2015 .. ~~tb. ·FJ9t.j~~~l~~J:in~~,dh;· .. ••••• J : ... :C6,nta,ct itifor:~#ipil:: : : ... SitlrVi.,g counties: . : ";:', . . ... .'.'.:' ... . .. . . -. .. . . . .. .. .. " .. ~. '. . Diana Foods Ph:954-788~411x220· Broward Dade Attn: Richard Seligman or Susan Fax: 954-788-0207 Collier Lee Wodnicki richard@)dianafoodgrou~.com Martin 4020 NE 10th Way St. Lucie Pompano Beach, Florida 33064 Palm Beach Divine Deliveries, Inc. Ph: 754-800-9474 Broward dba Old Fashion Divine Cooking info@oldfashiondivinecooking.net Dade Attn: Angela Pettaway Palm Beach 6825 SW 6'Ph Avenue Miami, Florida 33150 EI Gaitero Supermarket Corp. Ph: 786-1560 Dade dba EI Pinero Supermarket Fax: 305-665-1553 Attn: Antero QUintana Antero09@llahoo.com 2440 SW 67th Avenue Miami, Florida 33166 GA Food Services-Ft. lauderdale Ph: 954-972-8884 Broward Attn: larry & Joanie Kotkin Fax: 954-979-3335 Martin 1750 West McNab Road laflyk@gafoods.net Palm Beach Ft. lauderdale, Florida 33309 St. Lucie GA Food Service:-Ft. Myers Ph: 239-693-5090 Charlotte Lee Attn: Abe Pacheco dkar~an@)gafoods.com Collier Sarasota 5501 Division Drive rdawson@lgafoods.com Glades Billy Creek Industrial Park Hendry Ft. Myers, Florida 33905 Highlands Manatee Gaby's Cafe, Inc. Ph: 305-5""19-0575 Dade Attn:Yudaisy Hernandez Fax: 305-226-2772 13561 SW 1st Street lludais~@aol.com Miami, Florida 33135 Gigi's Gourmet Catering, Inc. Ph: 786-419-6824 Broward Attn: Maria Zabeleta gigisgourmetcatering@hotmail.com Dade 1082 NW 54th Street Miami, Florida 33127 Gourmet Kosher Ph: 305-751-7100 Broward Attn: Mark Hayes Fax: 800-235-1358 Dade 330 NE 59th Street Mha~es@gourmetkosher.us Palm Beach Miami, Florida 33137 Greater Miami Caterers, Inc. Ph: 305-663-4616 x 106 Broward Attn: John Olmo Fax: 305-635-5202 Dade 4001 NW 31st Avenue joJmo@gmcater.com Monroe Miami, Florida 33142 Palm Beach Page 3 of8 19 Updated 11/2/2015 :'~~,~:F.I~t.'~~ (~Q",~!~:~~)::.'",:,:,,: '::: ,:': ':Cqi;~dir~~~"'rii"iltiQ~ :,', :: S'erving counties , " .... " ;: ~ . 1.<. " .. ' , , : ' " .. .. : '.' , Blessed Catering Something Ph: 786-413-4998 Broward Different, Inc. Fax: 305-758-3019 Dade Attn: Denise Ross-Layton blessedcatering@hotmail.com 5711 NW 7th Ave. Miami, Florida 33127 'Bocasa Gourmet, llC Ph: 305-766-5310 Dade Attn: lizbet Dominguez Vila Fax: 305-846-9839 919 SW 122 Avenue info@bocasagourment.com Miami, Florida 33184 ~atering to Kids, Inc. Ph: 305-252-1129 Broward Attn: Carmine & Patricia Potenza Fax: 305-252-1458 Dade 12320 SW 132nd Court kidcater@bellsouth.net Miami, Florida 33186 Chebere Appetite, Inc. Ph: 305-454-1900 Broward dba Sergios's Cafeteria ,Fax:305-455~0940 Dade Attn: Alberto Montes albert@sergioscafeteria.com 4720 NW 167th Street Miami Gardens, Florida 33014 Chef Corp Inc. Ph: 561-676-7076 Martin Attn: Chef Allan Doherty Fax: 800-895-5529 Palm Beach 3822 Northlake Blvd. chefdohert~@chefcor~.com Palm Beach Gardens, Florida 33403 Chez Joseito/Masson ,Catering Ph: 305-887-2243 Dade Attn: Ruben & Isis Masson Fax: 305-887-0280 496 East 9 Th Street chezjoseito@bellsouth.net Hialeah, Florida 33010 Construction Catering, Inc. Ph: 305-633-5668 Broward Attn: Gustave Stinfil Fax: 305-633-1489 Dade 2472 NW 21st Terrace ' gstinfil@aol.com Monroe Miami, Florida 33142 Corporate Chef, lLC Ph: 954:"522-9797 Sroward dba Riddlez Cafe riddlezcafe~icloud.com Attn: Monica Diaz 100 SE 1st Street Suite 136 Ft. Lauderdale, Florida 33301 David's Food & Fun Inc. , Ph: 305-255-7427 Dade dba Dixie Catering Fax: 305-235-4617 Attn: Cristian Taglieri dixieribs@bellsouth.net 12222 SW 132nd Court Miami, Florida 33186 Page2of8 20 Updated 11/2/2015 Registered Caterer List for the ADULT CARE FOOD PROGRAM .. ~itt~j~lqr..a~: :: .... t;"= .. :.: .. :';... .: "', .. :.... .. 'I : ,", '; .', ' .. ',' ~ :.' '.. : ,,', : . ~ .. ' .. ,;' ... ! \. t, ."... • ". • , .. . ,., ... Caterer: 1st Kiddie Catering Attn: Heiko Stuven 3845 NW 125th Street Miami, Florida 33054 1st Studio Arts & Cultural Center dba Catering 2 Kidz. Attn: Joi Mavour 2701 Dixie Hwy Unit C Riviera Beach, Florida 33404 4 Ur Bellee Attn: Vickie Smith 6813 NW 15th Avenue Miami, Florida 33147 ABC Catering Services Inc. Attn: Madeily Saraiba 15920 SW 137 Ave. Miami, Florida 33177 Achievement and Rehabilitation Contact Information Ph: 305-688-1376 Fax: 786-664-9933 Cell: 786-457-3310 Ph: 561-845-3843 Fax: 561-845-3884 jOi@lstudioarts.com Ph: 786-294-1801 Fax: 305-638-3161 vsin ned77@gmail.com Ph: 305-256-9923 Fax: 305-256-9924 abccateringserviceinc@yahoo.com Ph: 954-578-3145 Centers, Inc. Fax: 954-746-9446 dba ARC Broward Culinary Institute gsnow@arcbroward.com Attn: Gary Snow 10250 NW 53rc1 Street Sunrise, Florida 33351 AFF Catering Attn: Abel Ferro & Francis Hart 22069 South Dixie Hwy Miami, Florida 33170 Appetites, Inc. Attn: Gerry Damsky 3420 W Hallandale Beach Blvd. Pembroke Park, Florida 33023 Ph: 786-447-3259 A Ph: 786-343-5215 Ph: 954-989-9480 x2.05 Fax: 954-981-3015 gerry~appetitescatering.com Arline's Seafood Restaurant #1, Inc. Ph: 305":218-2601 Attn: Prancetta Washington Fax: 786-693-8930 2770 NW 167th Street Prancettal@aol.com \, Miami, Florida 33054 Big Lock Mobile Kitchen, LLC Ph: 561-758-1156 Attn: David Lockhart Fax: 561-784-4031 1599 SW 30th Ave info@biglockmobilekitchen.com Boynton Beach, Florida 33456 21 Serving counties Broward Dade Broward Martin Dade Palm Beach Broward Dade Dade Broward Dade Broward Dade Palm Beach Broward Dade Broward Martin Palm Beach Page lof8 RICK SCOTT, GOVERNOR N::Iim,,\r! below LJndi9rthe.provisiOns.ofChapt$r509FS; Expiration date: OCT 1,2017 ""'" 000069 STATE OF FLORiDA Local Business Tax Receipt Miami-Dade CQ;unty, State of Florida -THIS IS NOT A BILL -DO NOT PAY BUSINESS NAME/LOCATION . GREATER MIAMI CATERERS INC 4001 NW 31 AVE MIAMI FL 33142 OWNER CiREATERMIAMI CATERERS INC Employee(s) 5 RECEIpt" .NO • RENEWAL 1070499 '8I!C. TYPE OF BUSINESS 195 CATERING BUSINESS CAT23211832 KEN LAWSON, SECRETARY L 1608230001141' RES SEPTEMBER· 30, 2017 Must be displayed at place of business Pursuant to County Code Chapter SA -Art. 9 & 10 PAYMENT':RECEIVED BY TAX COLLEcToR $75.00 07/18/2016 CHECK21-16-090B84 This bicsl8uiill_ Tax Reaeipt an" cDllIImi:I !iiWlJlaiit 011fii LOcal Biilll_ rail. The Receipt 18 not a lleeRle, pennit. or _ c8ltllicetian otthe1Joldef. qu.Ii~l:8tIo ... to dD·buli!lftl. Holder mllllt complywftIJ any gOVimmlllta1 or nongovemlllslltllregulltol1lawa.nd requlr~melltl.wblcb Ipply to.tlle buil_. '. The RECEIPT NO: above lAlla be displayed au all CD_llllal vBhlal .. -.MiemI-Dadu'Code Sea 8&--216. !'vr 1IIDr8 Informedaa, vl.lt W\NW.DjJalllldgd',govhal!cplliGW LI ."('. ';.1 ~~~bD:~;.~!~~ mlrlc.A.TJIDN EXAM1f\lA1jlC)N ~ROdrt CERTIFICA TE OF LIABILITY INSURANCE I DATE (MMIDDIYYYY) 5/31/2017 THIS CERTIFICATE IS ISSUED AS A MAnER 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 BElWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement{sl PRODUCER CONTACT Kristina Snelling NAME: Keyes Coverage Insurance r4~gNJ.. I=ytl. 954-724-7000 I rfj~. Nn', 5900 Hiatus Road ~~DAJ~!l!l. ksnelling@keyescoverage.com Tamarac FL 33321 INSUREI!(SlAFFORDING COVERAGE NAIC# INSURER A: Travelers Prop Cas of America INSURED 7252 INSURERB :Travelers Indemnity Co. 25658 Greater Miami Caterers, Inc INSURERC: Master Host Dinner Service INSURERD: 4001 NW 31 st Avenue Miami FL 33142 INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER· 1299216383 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 (&g}.J%~l. I (~g~6%'fMY) LIMITS LTR INSD WVD POLICY NUMBER A X COMMERCIAL GENERAL LIABILITY Y Y P660918K4209TIL 16 10/3/2016 10/3/2017 EACH OCCURRENCE $1,000,000 I CLAIMS-MADE ~ OCCUR ~~~~~~J9E~~:~~encel $300,000 ~ AI-PNC MED EXP (Anyone person) $1,000 I----PERSONAL & ADV INJURY $1,000,000 ~'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X DPRO-D PRODUCTS -COMP/OP AGG $2,000,000 POLICY JECT LOC OTHER: $ B AUTOMOBILE LIABILITY Y Y P-810-917K6074-IND-16 10/3/2P16 10/3/2017 {Ea accide~lf-'-N('LI::LlMII $1,000,000· X ANY AUTO BODILY INJURY (Per person) $ -ALL OWNED ;--SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X 7 NON-OWNED ITROPERTY,gAMAGE $ HIRED AUTOS AUTOS -f---Per accident $ A X UMBRELLA LlAB MOCCUR PSMCUP917K6086TIL 16 10/3/2016 10/3/2017 EACH OCCURRENCE $1,000,000 -EXCESSLIAB CLAIMS-MADE AGGREGATE $1,000,000 DED IX I RETENTION$10,000 $ WORKERS COMPENSATION I PER I IOTH- AND EMPLOYERS' LIABILITY STATUTE ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVE D N/A E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ If yes. describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) **************THIS CERTIFICATE NULL AND VOIDS ALL CERTIFICATES ISSUED 5/23-5/25/17***************************************** re: Weekend Senior meal Program RFP #PR2017-11 The City of South Miami, its officers, affiliates, employees, successors and assigns are listed as Additional insured on a primary non ~ contributory basis and includes waiver of subrogation when required by written contract. CERTIFICA TE HOLDER CANCELLATION 30 Days Notice /10 Days for Non-Pay SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of South Miami THE EXPIRATION DATE . THEREOF, NOTICE WILL BE DELIVERED IN 6130 Sunset Drive ACCORDANCE WITH THE POLICY PROVISIONS. South Miami FL 33143 AUTHORIZED REPRESENTATIVE I ~NP © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD STATE OF FLORIDA DMSION OF HOTELS AND RESTAURANTS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION www.myfloridalicense.com Food Service Inspection Report This inspection report must be made public upon request per Florida law. FOLLOW·UP INSPECTION REQUIRED Inspector determined violations require further review, but are not an immediate threat to the public. WARNING: Violations in the operation of your establishment must be.corrected by March 17,2017 at 8:00:00 AM EDT. Inspection Date: License Number: Owner Name: Location Address: Number of Units: Feb 15,201710:35 -Feb 15,2017 12:12 2326832 Rank: CATR GREATER MIAMI CATERERS INC 4001 NW 31 AVE MIAMI FL 33142 o License Expiration: Inspection Reason: Business Name: License Type: Telephone Number: Reinspection on or After: October 1, 2017 Routine -Food GREATER MIAMI CATERERS INC Catering ·6334616 March 17,2017 at 8:00:00 AM EDT FOODBORNE ILLNESS RISK FACTORS AND PUBLIC HEALTH INTERVENTIONS 01A Food obtained from approved source IN 07 Unwrapped or PHfTCS food not re-served 01 B Food safe and unadulterated; sound condition IN 08A Separating raw animal foods from: each other, RTE foods and unwashed produce 01 C Shellstock tags; commingling N/A 08B Food protection during preparation, storage and display 01 D Parasite destruction for raw/undercooked fish N/A 09 Bare hand contact with RTE food; Altemative Operating Procedure (AOP) 02A Consumer advisory on raw/undercooked oysters N/A 11 Employee health knowledge; IiI/symptomatic employee present 02B Consumer advisory on raw/undercooked animal foods N/A 12A Hands clean and washed properly; use of hand antiseptic if useofAOP 02C Datemarking ready~to-eat (RTE) potentially hazardous / time/ IN 12B Employee eating, drinking, tasting food, smoking temperature control for safety foods. 03A Receiving and holding PHfTCS foods cold IN 22 Food-contact surfaces clean and sanitized 03B Receiving and holding PHfTCS foods hot IN 31A Handwash sink(s) installed, acceSSible, not used for other purposes 03C Cooking raw animal foods and plant foods; non-continuous IN 31B Handwashing supplies and handwash sign provided cooking of raw animal foods 03D Cooling PHITCS foods; proper cooling methods IN 41 Chemicals/toxic substances 03E Reheating PHITCS foods for hot holding IN 53A Food manager certification; knowledge/active managerial control (except employee health) 03F Time as a Public Health Control NJA 53B State approved food handler training; employee duty specific training/knowledge 03G Reduced oxygen packaging (ROP) and other Special N/A Processes GOOD RETAIL PRACTICES 02D FoOd items properly labeled; original container 35A No presence or breeding of insects/rodents/pests; no live animals 04 Facilities to maintain PHfTCS foods at the proper temperature 35B Outer openings protected from insects/pests, rodent proof 05 Food and food equipment thermometers provided and accurate 06 PHfTCS foods properly thawed .10 In use food dispensing utensils properly stored 13 Clean clothes; hair restraints; jewelry; painted/artificial fingernails 14 Food-contact and nonfood contact surfaces designed, constructed, maintained, installed, located 16 Dlshwashing facilities; chemical test kit(s); gauges 1. Wash 2. Rinse 3. Sanitize February 15, 2017 at 12:12:04 PM EST Location: GREATER MIAMI CATERERS INC . Lioense #: CATR2326832 Inspector. Ricardo Unold 36 Floors; walls, ceilings and attached equipment properly constructed and clean; rooms and eqUipment properly vented 38 Lighting provided as required; fixtures shielded or bulbs protected 40 Employee personal belongings 42 Cleaning and maintenance eqUipment 43 Complete separation from living/sleeping area/private premise; kitchen restricted -no uriauthorized personnel 45 Fire extinguishing equipment (FOR REPORTING PURPOSES ONLY) Food Service Inspection Report DBPR Fonn HR 5022-015 -Rule 61C-1.002, FAC Soflware Version 5.31 IN IN IN IN IN IN OUT OUT IN IN IN IN IN . OUT Page: 1013 21 23 24 25 27 28 29 STATE OF FLORIDA DIVISION OF HOTELS AND RESTAURANTS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION www.myfloridalicense.com Wiping cloths; clean and soiled linens; laundry faCilities 46 Exits not blocked or locked (FOR REPORTING PURPOSES ONLY) Non-food contact surfaces clean 47 . Electrical wiring/outlets in good repair (FOR REPORTING PURPOSES ONLY) Storage/handling of clean eqUipment, utensils; air drying 48 Gas appliances; boiler certificate current/posted (FOR REPORTING PURPOSES ONLY) Single-service and single-use items· 49 Flammable/combustible materials (FOR REPORTING PURPOSES ONLY) Water source safe, hot (100F) and cold under pressure 50 Current license, properly displayed Sewage and waste water disposed properly 51 other conditions sanitary and safe operation Plumbing installed and maintained; mop sink; water filters; 52 Misrepresentation; misbranding backflow preyention 32 Bathrooms 54 Florida Clean Indoor Air Act Compliance 33 Garbage and refuse; premises maintained 55 Automatic Gratuity Notice OUT Items marked IN are In compliance. Items marked OUT are Violations. Specific details of the violations are listed on subsequent pages. Items marked N/A are Not Applicable. Items marked as N/O are Not Observed and were not being conducted at the time of inspection. FOOD TEMPERATURES Bar Area Buffet Line Cook Line Front Counter Front Line Kitchen Beef (160°F -Cooking); cut lettuce (38°F -Cold Holding); cut tomato (39°F -Cold Holding); cut lettuce (39°F -Cold Holding); Beef (150°F -Cooking); Plant Foods (148°F -Cooking) Prep Area Reach In Cooler Reach In Freezer 'Steam TablelBaln Marie Storage Area Wait Station retried beans (74°F -Hot Holding after 20 minutes 86°F) Walk In Cooler rice pudding (38°F -Cold Holding); yogurt (38°F -Cold Holding); Beef (38°F -Cold Holding); Beef (38°F -Cold Holding); Beef (38°F -Cold Holding); split pea (85°F -Cooling @11:10); rice and beans (96°F -Cooling @11:16); beef (94°F -Cooling); yellow rice (58°F -Cooling); spaghetti (58°F- Cooling); mash potato (30°F -Cold Holding); Plant Foods (32°F -Cold Holding); Poultry (32°F -Cold Holding); Plant Foods (39°F -Cold Holding); Plant Foods (39°F -Cold Holding); tamal (39°F -Cold Holding) Walk In Freezer Frozen beef, fish, vegetables, packaged foods, bread Certified Food Manager and Date Certified: Manager Certified By: Employees Trained By:· Sewage: Water Source: Boiler: Boiler Jurisdiction and Expiration: February 15.2017 at 12:12:04 PM EST Location: GREATER MIAMI CATERERS INC License #: CATR2326832 In.~ctor: Ricardo Unold OTHER ITEMS Iran Fumero Morales 11/16/15 36otralnlng.com, Inc. (Leam2Serve) Other Approved Corporate Training Municipal/Utility Municipal No Boiler On Site Food Service InspeCiion Report OBPR Form HR 5022-015 -Rule 61C-1.002, FAC . Software Version 5.31 Page: 20f3 STATE OF' FLORIDA DNISION OF HOTELS AND RESTAURANTS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION www.myfloridalicense.com . Sanitizer Details: Sanitizer Bucket(Quaternary 200ppm); Dishwasher (Temperature 205 corrected to 194°F) Inspector Comments: Joined inspection with Senior Harvie. Contact plan review at dhr.planreview@myfloridalicense.com or 1-850487-1395 A link to the Florida Department of Agriculture's Food Recovery Resource Guide is located at http://www.myfloridalicense.comldbpr/hr/forms/hr-publications.htmI This report has been provided electronically as req~ested by the person in charge at the time of inspection. VIOLATIONS 12B-07-4 Observed: Employee beverage container on a food preparation table or over/next to clean equipment/utensils. "'Corrected On-Site"* Priority: Basic . 22-594 Observed: Hot water sanitizing dishmachine final rinse temperature at manifold exceeds 194 degrees Fahrenheit. 205°F corrected to 194°F Priority: Intermediate 40'()74 Observed: Employee personal items stored with or above food, clean eqUipment and utensils, or slngle-service items. "'Corrected On- Site'" Priority: Basic 51-16-5 Observed: No plan review submitted and approved -renovations were made or are in .progress. Must submit plans, plan review application and payment for plan review to DBPR Hand R Plan Review office located at 2601 Blair Stone Rd., Tallahassee, FL 32399-1011. Establishment added warehouse to store dry food, single service items and refrigerated trailers outside. Priority: Intermediate Signature of Recipient Iran Fumero" Manager 3053338066 Feb 15, 201712:10 February 15, 2017 at 12:12:04 PM EST Location: GREATER MIAMI CATERERS INC License #: CATR2326832 InSPector: Ricardo Unold Food Service Inspection Report OBPR Form HR 5022-015 -Rule 610-1.002, FAC Software Version 5.31 Inspector Signature Ricardo Unold Sanitation & Safety Specialist 18504871395 Feb 15, 2017 12:08 Page: 3of3 CORRECTIVE ACTIONS TO HEALTH DEPARTMENT INSPECTION OF 02/15/17 128-07-4 Observed: As noted by the inspector, the personal beverage container was . removed immediately. Corrective action taken on-site as noted by the inspector. 22-59-4 Observed: The final rinse temperature was reduced not to exceed the 194 degrees F limit upon notification by the inspectors. Corrective action taken on-site as noted by the inspector. .. 40-07-4 Observed: The employee's freezer jacket found in the kitchen· was immediately sent for proper storage in their locker. Corrective action taken on-site as noted by the inspector. 51-16-5 Observed: The drawings for the two eXisting warehouses used for dry storage have been initiated and are near completion. Our internal deadline for completion ~nd delivery to the Department of Business arid Professional Regulation is by February 23, 2017. The plan will be sent to dhr.planreview@myfioridalicensei.com for review and approval. Upon their reply of approval, the plans will be available for the reinspection on March 17, 2017. . LEVELl LEVEL 2 LEVEL 3 LEVEL 4 LEVELS PROJECT ORGANIZATIONAL CHART JACKIE BUTLER PRESIDENT (Primary person responsible for completing of menus) I I JOHN R. BUTLER BUYER & PRODUCTION MGR. : LUISA GRANADOS ELDERLY SERVICES COORDINATOR I MICHELLELAREA CONSULTING DIETITIAN (Person responsible for signing the menus) RAFAEL FLORES SHIPPING SUPERVISOR LUIS PORRAS ELDERLY SERVICES COORDINATOR CITY OF SOUTH MIAMI (C.S.M.) JOHNOLMO VICE-PRESIDENT . (Primary person for the management of food service contract) I I TINOMATAS HEAD CHEF JOSE RAMIREZ COMPUTER TECHNOLOGIES I LEVEL I PRINCIPLE OFFICERS, HANDLE ALL CORPORATE DECISION MAKING. LEVELl LEVEL 2 LEVEL 3 LEVEL 4 LEVELS LEVEL 2 STAFF PERSON, PROVIDES CONSULTATION ON ALL DIETETIC FUNCTIONS OF FOOD SERVICES. LEVEL 3 LINE PERSONNEL, THEY HANDLE ALL FACETS OF PURCHASING, PRODUCTION AND SHIPPING. LEVEL 4· STAFF PERSONNEL, THEY HANDLE ALL DAY TO DAY TRANSACTIONS FOR HOME-BOUND MEAL SERVICES. ALL NON DIETETIC STAFF ARE FULLTIME AND PERMANENT EMPLOYEES STATEMENT -NO NEW POSITIONS ARE PROPOSED TO MEET THE REQUIREMENTS OF THIS CONTRACT. m:\users\lpoII'BS\hic!s &: conttacts\city of south miami\2017 bitM015 ~sm project orglnizatioDal cbart.doc •. ~ ..• ~~.~.~.~; . ..... . ( 563:>8066-: (305) ~4616.Browa1d(~54r927c32(5~".FmH305193&:5202 .... ;. ..' ...•...... ' .....•.. . .' . .' .. .... -..... .,,:., ." .. . . ' .. " ," -,:' ............ ::. ,'", ..... . LEVELl LEVEL 2 LEVEL 3 LEVEL 4 LEVELS OFFICE ORGANIZATIONAL CHART JACKIE BUTLER PRESIDENT (Primary person responsible for completing of menus) I I JOHN R. BUTLER BUYER & PRODU~TION MGR. LUISA GRANADOS ELDERLY SERVICES COORDINATOR I MICHELLELAREA CONSULTING DIETITIAN (Person responsible for signing the menus) RAFAEL FLORES SIllPPING SUPERVISOR I LUIS PORRAS ELDERLY SERVICES COORDINATOR CITY OF SOUTH MIAMI (C.S.M.) JOHNOLMO VICE·PRESIDENT (Primary person for the management of food service contract) I I TINOMATAS . HEADCHEF JOSE RAMIREZ COMPUTER TECHNOLOGIES I LEVEL I PRINCIPLE OFFICERS, HANDLE ALL CORPORATE DECISION MAKING. LEVELl LEVEL 2 LEVEL 3 LEVEL 4 LEVELS LEVEL 2 STAFF PERSON, PROVIDES CONSULTATION ON ALL DIETETIC FUNCTIONS OF FOOD SERVICES. LEVEL 3 'LINE PERSONNEL, THEY HANDLE ALL FACETS OF PURCHASING, PRODUCTION AND SHIPPING. LEVEL 4 STAFF PERSONNEL, THEY HANDLE ALL DAY TO DAY TRANSACTIONS FOR HOME·BOUND MEAL SERVICES. ALL NON DIETETIC STAFF ARE FULLTIME AND PERMANENT EMPLOYEES STATEMENT -NO NEW POSITIONS ARE PROPOSED TO MEET THE REQUIREMENTS OF THIS CONTRACT. m:\useJs\lponas\bids & contracts\city of south miami\1017 bid\2015 csm office o1gallimtional cbartdoc FISH-BACALAO N TOM-POT,CAR,CEL ELDERLY LTCP LUNCH "A" MENU Food Description Food Description , MILK-l% LOWFAT-INDIV CRTN(80Z) FISH-BACALAO N TOM-POT,CAR,CEL RICE-WHITE (HHA 1/2CUP) F.VEG-BONIATO SOOP(INDV80Z)-CREAM OF MALANGA YOGORT(INDV1C)-BERRY ROLL(INDIV ~EA)-DINNER-W.WHEAT DOP-06/02f17 GMC 4001 NW 31 Ave Miami Fl33142 Cycle 4 FRI May Contain-Milk,Wheat,SoyBeans,Fish FISH-BACALAO N TOM-POT,CAR,CEL LJ.LJ ...... ...., ... ,"'-'y LTCP LUNCH "A" MENU Food D~scription Food Description , MILK-l% LOWFAT-INDIV CRTN (aoz) FISH-BACALAO N TOM-POT,CAR,CEL RICE-WHITE (HHA 1/2COP) F.VEG-BONIATO SOOP(INDV80Z)-CREAM OF MALANGA YOGuRT(INDV1C)-BERRY , , ROLL (INDIV 'lEA) -DINNER-W'. WHEAT DOP-06/02/17 GMC 4001 NW 31 Ave Miami Fl33142 Cycle 4 FRI May Contain-Milk,Wheat,SoyBeans,Fish ,FISH-BACALAO N TOM-POT,CAR,CEL ELDERLY LTCP LUNCH "A" MENU Food Description Food Description MILK-l% LOWFAT-INDIV CRTN(aOZ) FISH-BACALAO N TOM-POT,CAR,CEL RICE-WHITE (HHA 1/2COP) F.VEG-BONIATO SOOP(INDVSOZ)-CREAM OF MALANGA YOGORT(INDV~C)-BERRY ROLL(INDIV lEA)-DINNER-W.WHEAT DOP-06f02/17 GMC 4001 NW 31 Ave Miami FI33142 Cycle 4 FRI May Contain-Milk,Wheat,SoyBeans,Fish FISH-BACALAO.N TOM-POT,CAR,CEL ELDERLY LTCP LUNCH "A" MENU Food Description Food Description MILK-l% LOWFAT-INDIV CRTN(80Z) FISH-BACALAO N TOM-POT,CAR,CEL RICE-WHITE (HHA 1/2COP) F.VEG-BONIATO SOOP(INDV80Z)-CREAM OF MALANGA YOGORT(INDV1C)-BERRY, ROLL(INDIV lEA)-DINNER-W.WHEAT DOP-06/02f17 GMC 4001 NW 31 Ave Miami Fl33142 Cycle 4 FRI MaY,Contain-Milk,Wheat,Soyi3eans,Fish FISH-BACALAO N TOM-POT,CAR,CEL ELDERLY LUNCH "A" MENU Food Description Food Description MILK-l'" LOWFAT-INDIV CRTN (aoz) FISH-BACALAO N TOM-POT,CAR,CEL RICE-WHITE (HHA 1/2COP) , F.VEG-BONIATO SOOP (INDV80Z) -CR.EAM OF MALANGA, YOGORT(INDV1C)-BERRY ROLL(INDIV lEA)-DINNER-W.WHEAT DOP-06f02f17 GMC 4001 NW 31 Ave Miami Fl33142 Cycle 4 FRI May Contain-MiIk~~eat,;1loyBeans,Fish FISH-BACALAO N TOM-POT,CAR,CEL ELDERLY LUNCH "A" MENU Food Description Food Description MILK-l'" LOWFAT-INDIV CRTN(80Z) FISH-BACALAO N TOM-POT,CAR,CEL RICE-WHITE (HHA 1/2CUP) F.VEG-BONIATO SOOP (INDVS'OZ) -CREAM OF MALANGA YOGORT(INDV1C)-BERRY ROLL(rNDIV lEA)-DINNER-W.WHEAT DOP-06/02f17 GMC 4001 NW 31 Ave Miami Fl33142 Cycle 4 FRI May Contain-Milk,Wheat,SoyBeans,Fish FISH-BACALAO N TOM-POT,CAR,CEL ELDERLY LTCP LUNCH "A" MENU Food Description Food Description MILK-l'" LOWFAT-INDIV CRTN(80Z) FISH-BACALAO N TOM-POT,CAR,CEL RICE-WHITE (HHA 1/2COP) F.VEG-BONIATO SOUP(INDV80Z)-CREAM OF MALANGA YOGORT(INDV1C)-BERRY ROLL(INDIV lEA)-DINNER-W.WHEAT DOP-06f02f17 GMC 4001 NW 31 Ave Miami FI33142 Cy,cle 4 FRI May Contain-Milk,Wheat,SoyBeans,Fish FISH-BACALAO N TOM-POT,CAR,CEL ELDERLY LTCP LUNCH "A" MENU Food DeSCription Food Description MILK-l% LOWFAT-INDIV CRTN(80Z) FISH-BACALAO N TOM-POT,CAR,CEL RICE-WHITE (HHA 1/2COP) F.VEG-BONIATO SOUP(INDV80Z)-CREAM OF MALANGA YOGORT(INDV1C)-BERRY ROLL (INDIV lEA) -DINNER-W. WHEAT DOP-06/02f17 GMC 4001 NW 31 Ave Miami FI 33142 Cycle 4 FRI May Contain-Milk, Wheat,SoyBeans,Fish FISI:I-BACALAO N TOM-POT,CAR,CEL ELDERLY LTCP LUNCH "A" MENU Food Description, Food Description MILK-l% LOWFAT-INDIV CRTN(80Z) FISH-BACALAO N TOM-POT,CAR,CEL RICE-WHITE (HHA 1/2COP) F.VEG-BONIATO SOUP (INDV80Z) -CREAM OF MALANGA YOGORT(INDV1C)-BERRY ROLL(INDIV lEA)-DINNER-W.WHEAT DOP-06102/17 GMC 4001 NW 31 Ave Miami FI 33142 Cycle 4 FRI May Contain-Milk,Wheat,SoyBeans,Fish FISH-BACALAO N TOM-POT,CAR,CEL ELDERLY LTCPLUNCH "A" MENU FISH-BACALAO N TOM-POT,CAR,CEL RICE-WHITE (HHA 1/2COP) F.VEG-BONIATO SOUP(INDV80Z)-CREAM OF MALANGA YOGORT(INDV1C)-BERRY ROLL(INDIV lEA)-DINNER-W.WHEAT Food Description DOP-06102/17 GMC 4001 NW 31 Ave Miami Fl33142 Cycle 4 FRI May Contain-Milk,Wheat,SoyBeans.Fish CHICKEN-BRE~DED TENDER .ELDERLY LTCP LUNCH "A" MENU . . Food Description ~ Food Description· . MILK-l% LOWFAT-INDIV'CRTN(80Z) ; ·CHICKEN-BREADED TENPER POTATOES-MASHED (HHA 2!2COP) F. vEG-KERNEL CORN C.FRUIT(INDV 1!2CUP)-FRUITMIX BREAD(INDIV 2SL)-MULTIGRAIN ·PACKET-BBQ SAOCE DOP-06/03/17 GMC 4001 NW 31 Ave Miami F133142 Cycle 4 SAT May Contain-Milk,Egg;Wheat,SoyBeans . CHICKEN-BREADED TENDER ELDERLY LTCP LUNCH "A" MENU' CHICKEN-BREADED TENDER POTATOES-MASHED (HHA 1!2CUP) F. VEG-KERNEL CORN C.FRUIT(INDV 1!2CUP)-FRUIT MIX· BREAD(INDIV 2SL)-MULTIGRAIN PACKET-BBQ SAUCE . Food Description DOP-06/03/17 GMC 4001 NW 31 Ave Miami F133142 Cycle 4 SAT May Contain-Milk;Egg, Wheat,SoyBeans CHICKEN-BREADED TENDER ELDERLY LTCP LUNCH "A" MENU Food Description· Food Description MILK-l% LOWFAT-INDIV CRTN(80Z) CHICKEN-BREADED TENDER POTATOES-MASHED (HHA 1!2CUP) F. VEG-KERNEL CORN C.FRUIT(INDV 1!2CUP)-FRUIT MIX BREAD (INDIV 2SL)-MULTIGRAIN .PACKET-BBQ SAUCE DOP-06/03/17 GMC 4001'NW 31 Ave Miami FI33142 Cycle 4 SAT May Contain-Milk,Egg,Wheat,SoyBeans CmCKEN-BREADED TENDER ELDERLY LTCP LUNCH "A" MENU Food Description Food Description ·MILK-l% LOWFAT-INDIV CRTN(aoz) CHICKEN-BREADED TENDER POTATOES-MASHED (HHA 1!2CUP) F. VEG-KERNEL CORN C.FRUIT(INDV 1!2CUP)-FRUIT MIX BREAD(INDIV 2SL)-MULTIGRAIN PACKET-BBQ SAUCE DOP-06/03/17 GMC 4001 NW 31 Ave Miami FI33142 Cycle 4 SAT May Contain-Milk,Egg,Wheat,SoyBeans CmCKEN-BREADED TENDER ELDERLYLTCFLUNCH "A" MENU Food Description Food Description MILK-l% LOWFAT-INDIV CRTN (aOZ)· CHICKEN-BREADED TENDER POTATOES-MASHED (HHA 1!2CUP) F.VEG-KERNEL CORN C.FRUIT(INDV .1!2CUP)-FRUIT MIX BREAD (INDIV 2SL)-MULTIGRAIN PACKET-BBQ SAUCE D0P-06/03/17 GMC 4001 NW 31 Ave Miami FI 33142 Cycle 4 SAT May Contain-Milk,Egg ,Wheat ,SoyBeans CHICKEN-BREADED TENDER '-'AJ.L~.L.J.L''''''''Y LTCPLUNCH "A" MENU Food Description Food Description MILK-1%" LOWFAT-INDIV CRTN (80Z) CHICKEN-BREADED TENDER POTATOES-MASHED (HHA 1!2CUP) F.VEG-KERNEL CORN C.FRUIT(INDV 1!2CUP)-FRUIT MIX BREAD(INDIV 2SL)-MULTIGRAIN PACKET-BBQ SAUCE DOP-06/03/17 GMC 4001 NW 31 Ave Miami FI 33142 Cycle 4 SAT May Contain-Milk,Egg,Wheat,SoyBeans CHICKEN-BREADED TENDER . ELDERLY·LTCP LUNCH "A" MENU Food Description MILK-l% LOWFAT-INDIV CRTN(80Z) CHICKEN-BREADED TENDER POTATOES-MASHED (HHA 1!2CUP) F. VEG-KERNEL CORN C.FRUIT(INDV ~!2CUP)-FRUIT MIX BREAD(INDIV 2SL)-MULTIGRAIN PACKET_BBQ SAUCE Food Description DOP-06103117 GMC 4001 NW 31 Ave Miami Fl33142 Cycle 4 SAT May Contain-Milk,Egg,Wheat,SoyBeans CHICKEN-BREADED TENDER ELDERLY LTCP LUNCH "A" MENU Food Description Food Description MILK-1%" LOWFAT-INDIV CRTN(80Zr CHICKEN-BREADED TENDER POTATOES-MASHED (HHA 1!2CUP) F . VEG-KERNEL CORN C.FRUIT(INDV 1/2CUP)-FRUIT MIX BREAD(INDIV 2SL)-MULTIGRAIN PACKET-BBQ SAUCE DO·P-06/03/17 GMC 4001 NW 31 Ave Miami FI 33142 Cycle 4 SAT May Contain-Milk,Egg,Wheat,SoyBeans CHICKEN-BREADED TENDER ELDERLY LTCP LUNCH "A" MENU Food Description Food Description MILK-l% LOWFAT-INDIV CRTN(aOZ) CHICKEN-BREADED TENDER POTATOES-MASHED (HHA 1!2CUP) F. VEG-KERNEL CORN C. FRUIT (·INDV 1!2CUP) -FRUIT MIX BREAD(INDIV 2SL)-MULTIGRAIN PACKET-BBQ SAUCE DOP-06/03/17 GMC 4001 NW 31 Ave Miami FI33142 Cycle 4 SAT May Contain-Milk,Egg,Wheat,SoyBeans CmCKEN-BREADED TENDER ELDERLY LTCP LUNCH "A" MENU Food Description Food Description MILK-l% LOWFAT-INDIV CRTN(80Z) CHICKEN-BREADED TENDER POTATOES-MASHED (HHA 1!2CUP) F.VEG-KERNEL CORN C.FRUIT(INDV 1!2CUP)-FRUIT MIX BREAD(INDIV 2SL)-MULTIGRAIN PACKET"BBQ SAUCE DOP-06/03/17 GMC 4001 NW 31 Ave Miami FI 33142 Cycle 4 SAT May Contain-Milk,Egg,Wheat,SoyBeans '-.... --..... --.. -.-----TStoriige ... ilieatln\1"lii-struCiion-;-----··--····---·-·--r·-r---·----·············Storage--i-Heatlnii··i·nstructions·--·-····----·-- . I I 1 Storage: Place and Maintain in Refrigerator or Freezer at or I I Storage: Place and Maintain in Refrigerator or Freezer at or below 40· F. I I below 40· F. Microwave: Remove one corner of plastic paper and place in center of . microwave and cook on high power for approximately 2 minutes. Oven: Preheat oven to 200 degrees. Place in oven, uncovered, for i I Microwave: 'I;, Ii Remove one corner of plastic paper and place in center of microwave and cook on high power for approximately 2 minutes. I ! '1' II Oven: ! ! Preheat oven to 200 degrees. Place in oven, uncovered, for approximately 45 to 55 minutes. j I approximately 45 to 55 minutes. I ' . _._._---------------,------------_._ .. _---------_.-._----.-.----.---.. ~ .. --j ... -+--.-.------------------.-------.------... __ .. _-----_ .. _-----------------_ ... -... Storage & Heating Instructions I I . Storage & Heating Instructions Storage: Place and Maintain in Refrigerator or Freezer at or below 40· F. Microwave: Remove one corner of plastic paper and place in center of microwave and cook on high power for approximately 2 minutes. , I I I Storage: Place and Maintain in Refrigerator or Freezer at or f I below 40· F. I ! ! I Microwave: I ! Remove one corner of plastic paper and place in center of i I microwave and cook on high power for approximately 2 minutes. ! , . i Oven: I ,Oven: Preheat oven to 200 degrees. Place in oven, uncovered, for I Preheat oven to 200 degrees. Place in oven, uncovered, for approximately 45 to 55 minutes. I j approximately 45 to 55 minutes. -------------... ---.-... -..... -.. -----... -.------------.-------------.------.. --------.. ------.. ---.f---~ .. -----.. ----------.. --.. ----... ---... -------.. --.. --.... ---....... ----.--.----.. Storage & Heating Instructions ! I Storage & Heating Instructions Storage: Place and Maintain in Refrigerator or Freezer at or below 40· F. Microwave: Remove one corner of plastic paper and place in center of microwave and cook on high power for approximately 2 minutes. Oven: I i I I I,' Storage: Place and Maintain in Refrigerator or Freezer at or below 40· F. 1 I i ! ! i Microwave: I j Remove one corner of plastic paper and place in center of . I I microwave and cook on high power for approximately 2 minutes. , , i I i i Oven: j ! Preheat oven to 200 degrees. Place in oven, uncovered, for I I Preheat oven to 200 degrees. Place in oven, uncovered, for approximately 45 to 5S minutes. I I approximately 4S to SS minutes. ----------------------.------------------.. -----.------. ---------.-. '1---1----._---_._----------_._-_._----_.----_._.--.--.-. -. __ ._--.. ----_._---------- Storage & Heating Instructions I I Storage & Heating Instructions Storage: Place and Maintain in Refrigerator or Freezer at or below 40· F. Microwave: Remove one corner of plastic paper and place in center of microwave and cook on high power for approximately 2 minutes. Oven: Preheat oven to 200 degrees. Place in oven, uncovered, for approximately 45 to 55 minutes. i i i j Storage: Place and Maintain in Refrigerator or Freezer at or I i below 40· F. I I I I Microwave: I I Remove one corner of plastic paper and place in center of ! I microwave and cook on high power for approximately 2 minutes. I I I I Oven: • I Preheat oven to 200 degrees. Place in oven, uncovered, for I ! ! I approximately 45 to 55 minutes. -------..... -... --.------------------::-----------.---------------.. -----------1--.. -j·---------.. ·-.. --.... --.... -·-.. ·---.. -.... -.----------------....... ----------------- Storage & Heating Instructions Storage: Place and Maintain in Refrigerator or Freezer at or below 40· F. Microwave: Remove one corner of plastic paper and place in center of microwave and cook on high power for approximately 2 minutes. Oven: Preheat oven to 200 degrees. Place in oven, uncovered, for i i I I Storage & Heating Instructions I I Storage: Place and Maintain in Refrigerator or Freezer at or \ I below 40· F. I f· i I Microwave: I I Remove one corner of plastic paper and place in center of I I microwave and cook on high power for approximately 2 minutes. I I ! I Oven: ! I Preheat oven to 200 degrees. Place in oven, uncovered, for approximately '45 to 55 minutes. I I approximately 45 to S5 minutes. _. __ .......... _ ............... _ .. __ .. ___________________________ .. ______ .. _____ ..... _ .. _ .. ____ .. ________ J.. __ J. _______________ .. _______________ .. ___ . _______ . _____ .. _ ..... ___ ... __ ........ ___ .... __ .. ____ ....... __ _ • 3-Minute Temperature Recovery. • 150° -165°F Holding Temperature. • Holds a Wide Variety of Foods. • Heated Door Kits Sold Separately to Retrofit UPC400 and UPC800. CAMBRQ TRUSTED FOR GENERATIONsm www.cambro.com The Solution for Frequent-Access Holding plus Insulated Transport Perfect for frequent opening and closing, extreme cold ambient temperatures and longer events, Hot Holding Ultra Pan Carriers® and Ultra Camcarts® extend liot food holding time and ensure food safety-an economical alternative to large warming cabinets. Marine rail is designed for use during service, not transport. Built-in thermometer easily removes for cleaning. Non-corrosive heating unit maintains a safe temperature range of 150° to 165°F (65,6· to 73,9·C). Molded-in handles won't break off. UPCH400 Both units are available in IlOV and 220V models. UPCH4DDI UPCH8DD MODEL (110 VAC MODELS) .Electrical Specifications Required Voltage 110 -120 VAC Maximum Amp. 2.0a . Watts 230w UPCH4DDI UPCH8DD (220 VAC MODELS) 200 -230 VAC 1.2a 265w HOT HOLDING WARM UP TIME (from ambienttotemperature) RECOVERY TIME· (time to recover to temperature after door is herd open lor30 seconds) Single 9" (23 cm) nylon latch provides quick and secure opening and closing. Vent cap equalizes pressure and releases steam. Tough, polyethylene exterior stays cool to the touch. Thick foam insulation retains temperatures for hours, even when unplugged. 150° to 165°F (65° 10 74°C) 1 hour 3 minutes Hertz 50/60 50/60 TRANSPORT TIME· 4 hours+ Plug Type Nema 5-15P Euro plug, CEE7 Cord Connector / Inlet CI5/CI6 CI5/CI6 Power Cord length 9 feel 2,7m (after reaching temperature, amountol time unij can be held passively/unplugged until contents reach 148°r (65°C).) >Based on test with 4 tull-sized, 4' (10 cm) deep H-Pans~ tilled with 1900 r (8l,lOC) hot water. CAPACITY UPCH4DD UPCH8DD Hot Holding When Unplugged 2'''" (6,5 cm) Deep Food Pan 6 12 4" (10 cm) Deep Food Pan 4 8 6" (15 cm) Deep Food Pan 3 6 8' (20 cm) Deep Food Pan 2 4 UPCH400 190°F 1S1°F 179°F 176°F 174°F 87,SoC S2,SoC B1,7°C 80°C 7S,9°C UPCH800 190°F 183°F 181°F 178°F 176°F 87,SoC 83,9°C S2,SoC 81,I oC SO°C Starting Temp. 1 hr. 2 hrs. 3 hrs. 4 hrs. Keep Food Hot, Fresh and Safe for Hours! .·Enables HACCP compliance by maintaining safe, hot food temperatures . • Gentle, 150° -165°F (65,6° -73,9°C) heat will not cook food and maintains food moisture. • 45-minute preheat time from room temperature. • Three minute recovery after the door is opened and closed. • Uses less energy than three standard 100 watt light bulbs. • UPCH400 models stack for storage or transporting on a Camdolly® with securing strap. • Heated door kits also sold separately to retrofit UPC400 and UPC800. • Versatile transporter holds a wide variety of food types and textures stich as pasta, bone-in fried chicken, and double-crusted pies. "We have found the new Cambro UPCH400 carrier to provide excellent heat retention while maintaining the crispy texture of our bone-in fried chicken that our customers expect." Todd Walker, Church's Chicken Director-Restaurant Support Services EXTERIOR CODE DESCRIPTION DIMENSIONS W x D x H I-Compartment Hot Holding Ultra Pan Carriers UPCH400 Heated Ultra Pan Carrier, nov l8Ys" x 26Ys" x 24Ys" UPCH4002 Heated Ultra Pan Carrier, 220V 46x 67 x 63 em UPCHW400 Heated Ultra Pan Carrier with Casters, nov l8v." x 2678" x 3lY." UpdlW4002 Heated Ultra Pan Carrier with Casters, 220V 46x 67 x 79,4 em UPCHD400* Heated UPCH400 ReplaeementlUPC400 Retrofit Door, ilO V 18 Ys" x 3W x 21" UPCHD4002* Heated UPCH400 ReplaeementlUPC400 Retrofit Door, 220 V 46 x 9 x 53,3 em CD400 CamdoJlies'" 20W' x 27Ys" x 9"_ 53x 70x 23 em 400STP 150" Long Strap 150" Long 5 m long 2-Compartment Ultra Camcarts UPCH800 Heated Ultra Cameart, nov 20W x 27Ys" x 54" UPCH8002 Heated Ultra Cameart, 220V 52 x 69 x 137,2 em UPCHT800 Ultra Cameart with Heated Top Door Only, nov 20W' x 2M' x 54" UPCHT8002 Ultra Cameart with Heated Top Door Only, 220V 52 x 69 x 137,2 em UPCHTD800* Heated UPCH800 ReplaeementlUPC800 Retrofit Top Door l8Ys" x 3Yz" x 21" UPCHTD8002* Heated UPCH800 ReplaeementlUPC800 Retrofit Top Door 46 x 9 x 53,3 em UPCHBD800* Heated UPCH800 ReplaeeinentlUPC800 Retrofit Bottom Door, l8Ys" x 3Yi" x 21" UPCHBD8002* Heated UPCH800 ReplaeementlUPC800 Retrofit Bottom Door, 46 x 9 x 53;3 em COMPARTMENT DIMENSIONS W x D x H l3Ya" x 21" x 19Ys" 33,5 x 53,3 x 48,6 em l3y," x 21" x 19Ya" 33,5 x 53,3 x 48,6 em 13" x 21Ys" x 19Ya" 33 x 54,5 x 48,5 em 13" x 21Yz" x 19Ys" 33 x 54,5 x 48,5 em CASE LBS (CUBE) CASE KG (M') 45 (7.96) 20,45 (0,225) 54 (9.98) 24,55 (0,283) 13 (0.93) 5,91 (0,026) 16 (3.21) 7,3 (0,09) y,(-) 0,5(-) 102 (19.89) 43,36 (0,563) 96 (19.89) 43,64 (0,563) 13 (0.93) 5,91 (0,026) 13 (0.93) 5,91 (0,026) upcn Case Pack: 1 CD400 Colors: Black (110), Dark Brown (131), Coffee Beige (157), Gray (180), Slate Blue (401). CD400 Case Pack: 1. Casters: 5' (12,7 em) -2 fixed, 2 swivel, 1 with brake. * Note:UPCH400, UPCH800 top and UPCH800 bottom replacement/retrofit doors are not interchangeable. UPCH Colors: Black (110) Dark Brown (1311 Coffee Beige (157) Gray (180) Slate Blue (401) . _ @1[ell·((lk)·IC€ DRUG FREE WORKPLACE POLICY Greater Miami Caterers acknowledges the prQblem of substance abuse in our society. Furthermore, we see substance ilbuse as a serious threat to our staff and customers. We are addressing this problem by introducing a new substance abuse policy to ensure that Greater Miami Caterers will have a drug- free workplace effective November 14, 2008. This program isin compliance with Chapter 440.102 of the Florida Statutes. While Greater Miami Caterers understands that employees and applicants under a physician's care are required to use prescription drugs, abuse of prescribed medications will be dealt with in the same manner as the abuse of illegal substances. The ultimate goal of this policy is to balance our respect for individLia( privacy with our need to keep a safe, productive work eiwironment. If you are experiencing problems with drugs or alcohol, you are encouraged to contact an Employee Assistance Program. You may use the company's Employee Assistance Program or request a referral to another agency. In either case, the information will be kept strictly confidential. If you voluntarily come forward and seek help prior to being required to submit to a drug or alcohol test, no disciplinary action will be taken against you. However, a testing and rehabilitation regiment will be established. Also, you will still be expected to perform your job and report for work unless your treatment program counselor requires you to miss work. Enrollment in a treatment program or attending counseling will not grant you a license to violate any company policies or shield you from disciplinary action for such violations. We reserve the right under certain circl!mstances including; but not limited to, safety and security to reassign you to another position. 1. POLICY AND WORK RULE This is your official notification that Greater Miami Caterers is a "Drug-Free Workplace" as authorized by . FS Chapter 440.102. All employees are absolutely prohibited from unlawfully manufacturing, distributing, possessing or using controlled or illegal substances in the workplace. It is a condition of employment to refrain from taking illegal drugs, abusing prescription drugs on or off the job, reporting to work or working with the presence of illegal drugs or alcohol in your body. Therefore, Greater Miami Caterers has established the following specific policy: It is a violation of company policy for an employee to use, possess, sell, trade, offer for sale, or offer to buy illegal drugs or otherwise engage in the illegal use o/drugs on the job, including the illegal use of prescription medication. A. General Procedures An employee reporting for work visibly impaired or unable to properly perform required duties because of alcohol or drug abuse will not be allowed to work. The employee's supervisor should seek another supervisor's opinion to confirm the employee's status. The supervisor should consult privately with the employee to determine the cause of the observation, including whether substance abuse has occurred. If, in the opinion of the supervisor, the employee is considered impaired, the employee will be sent to a medical facility for drug testing by taxi or other safe transportation alternative, accompanied· by the supervisor. An impaired employee will not be allowed to drive. ~ Pre-employment Drug Abuse Testing Job Applicant Testing: All applicants for a position with this company will be tested. A refusal to submit to a test or a positive confirmed test result will be used as a basis to reject the applicant for employment at that time. C. Current Employee Drug and Alcohol Abuse Testing Reasonable Suspicion Testing: An employee may be required to submit for testing when the company has a reasonable suspicion, as defined in Chapter 440,102 (n). This portion of the law states; " ... Reasonable suspicion testing ... " means drug testing based on beIiefthat an employee is using or has used drugs in violation of the employer's policy drawn from specific objective and articulable· facts and reasonable inferences drawn from those facts in light of experience." Among other things, such facts and inferences may be based upon the following: 1. Observable Phenomenon while at work, such as direct observation of drug use or of the physical symptoms or manifestations of being under the influence of a drug. 2. Abnormal conduct or erratic behavior while at work ora significant deterioration in work performance. 3. A report of drug use provided by a reliable and credible source. 4. Evidence that an individual has tampered with adrug test during hislher employment with the current employer. 5. Information that an employee has caused, or contributed, or been involved in an accident while at work. 6. Evidence that an employee has used, possessed, sold,· solicited, or transferred drugs while working or while on the employer's premises or while operating the employer's vehicle, machinery, or equipment. 7. Routine Fitness for Duty Testing: An employee .must submit to a drug test as part of a routinely scheduled fitness for duty medical examination that is either part of the employer's established policy or that is scheduled routinely for all members of an employment classification or group .. Follow-Up Testing: An employee, who while employed, enters an employee assistance program for drug related problems or an alcohol and drug rehabilitation program, will be tested as a follow-up measure and thereafter at least on an annual basis for two (2) years after completion of the program. D. Employee Assistance and AlcohoIlDrug Rehabilitation Programs Greater Miami Caterers maintains information on local employee assistance programs and local alcoho1/drug rehabilitation programs, which could provide help to employees who suffer from alcohol or drug abuse. Among the list of local programs are: 1. Human Potential 9370 S.W. 72Dd Street #A215 Miami, Fl33 173 Telephone -(305)595-8688 2. New Horizons CMHC Inc. 1469 N.W. 36 Street Miami, Fl33142 Telephone -(305)635-0366 3. Jackson Memorial Hospital-Public Health Trust: Employee Assistance Program Miami, Fl33125 Telephone -(305)585-6096 A complete list of programs is available in the [Human Resources Department]. However, it is the responsibility of each employee to seek assistance from a rehabilitation program before alcohol and drug problems lead to disciplinary actions. Once a violation of this policy occurs, subsequently using one of these programs on a voluntary basis will not necessarily lessen disciplinary actions. E. Consequences of Testing Positive or Refusal to Allow Testing -Job applicants: An applicant who refuses a drug test will not be hired. An applicant who submits to a drug test which is both positive and confirmed as positive will not be hired. -Employed worker who has not been injured: In the event an employed worker who has not been injured, refuses to submit to a drug test or is tested positive and confirmed positive may be subject to one or more of the foHowing requirements: • Attend educational seminars and courses and participate in an employee assistance programs. • Required attendance at rehabilitation programs. • Agree to reasonable discipline, which may include job transfer to a less hazardous position, probationary employment andlor reduction in compensation. • Immediate discharge from employment. • Possible forfeit their eligibility for unemployment benefits. -An employed worker who is injured: In the event an employed worker is injured in the course and scope of their employment, refuses to submit to a drug test or is tested positive and confirmed positive may be subject to one or more of the following requirements: • Forfeit their eligibility for medical and indenmity benefits under the Workers' Compensation Law. • Forfeit their eligibility for unemployment benefits. • Be terminated from employment. • Otherwise be subject to the sanctions provided above for an employed worker who is not injured. n. TESTING PROCEDURES AND CONFIDENTIALITY A: General Procedures Drug testing will be accomplished via a urinalysis test, in most cases, at a laboratory chosen by Greater Miami Caterers~ Such laboratory shall be licensed and approved the Agency For Health Care Administration Greater Miami Caterers reserves the right to request a blood test. E mpjoyeemay b e teste dfi al hI dfi or coo,an or any or all fth dru . d thfill r 0 e gscontaine on e 0 owmg 1St: DRUG CLASS OF DRUG mADE OR OTHER NAMES \<\mphetamines Stimulant Biphetamine, Delcobese, Desoxyn, Dexedrine, Mediatric Amphetamine Variant Hallucinogen 2,5-DMA, PMA, STP, MDA, MMDA, TMA, DaM, DaB Marijuana Cannabinoid Grass, Acapulco Gold, Pot, Thai Sticks, Sensemilla Tetrahydocannabinoid Cannabinoid THC Hashish I Cannabinoid Hash Hashish Oil Cannabinoid Hash Oil Cocaine Stimulant Coke, Flake, Snow Phencyclidine Hallucinogen PCP, Angle Dust, Hog Phencyclidine Analogs Hallucinogen PCE, PCPy, TCP Methanqualone Depressant Optimil, Parest, Sopor, Quaalude, Somnafac Opiates Narcotic Dover's Powder, Opium, Paregoric, Parepectolin Barbiturates Depressant Amobarbital, Butisal, Phenoxbarbital, Thinal, Secobarbital, Phenobarbital Benzodiazephines Depressant Atlvan, Azene, Clonopin, Dalmane, lDiazepam, Librium Methadone (Synthetic) Narcotic Dolophine, Methadone, Methadose Porpxyphene Narcotic Hydrochloride, Darvon. Propxyphene, Nap, Sycate, Darvon-N All specimen samples shall be collected with due regard to the privacy of the employee providing the sample, and in a manner reasonably calculated to prevent substitution or contamination of the sample. Specimen collection shall be documented and the docmnentation procedures shall include: - a. Labeling of specimen containers to reasonably preclude the likelihood of erroneous identification to test results. b. A form for the employee or job applicant to provide any information he or she considers relevant to the test, including identification of currently or recently used prescription or non-prescription medication, or other relevant medical information. Such form will provide notice of the most common medications by name, which may alter or affect a drug test. The providing of information shall not preclude administration of the drug test, but shall be taken into account in interpreting any positive confirmed results. These forms are available in the [Human Resources Department]. c. It is the right of the employee or job applicant to consult the testing laboratory for technical information regarding prescription and non-prescription medications. The name, address, and telephone numbers are available in the [Human Resources Department]. Any drug test conducted or requested by Greater Miami Caterers may occur before, during, or immediately after the regular work period of the employee and shall be deemed to be performed during work-time for the purposes of determining compensation benefits for the employee. Within 5 working days after receipt of a positive confirmed test result from the testing laboratory, Greater Miami Caterers shall inform an employee or job applicant in writing of such positive test result, the consequences of such results, and the options available to the employee or job applicant. Greater Miami Caterers will also provide to the employee or job applicant, upon request, a copy of the test results. Within 5 working days after receipt of a positive confirmed test result, the employee or job applicant may submit information to Greater Miami Caterers explaining or contesting the test results, and why the results do not constitute a violation of Greater Miami Caterers policy. If an employee or job applicant's explanation or challenge of the positive test results is unsatisfactory to Greater Miami Caterers, a written explanation as to why the employee or job applicant's explanation is unsatisfactory along with the report of positive results will be provided by Greater Miami Caterers to the employee or job applicant and all such documentation will be kept by Greater Miami Caterers in a confidential manner, for a period of at least one year. Every specimen that produces a positive confirmed result shall be preserved in a frozen state by the licensed laboratory that conducts the confirmation test for a period of210 days from the time the results of the positive confirmation test are deiivered to the 'employer. However, if an employee or job applicant undertakes an administrative or legal challenge to the test result, the employee or job applicant shall notify the laboratory and the sample shall be retained by the laboratory until the case or administrative appeal is settled. During the 180 day period after written notification of·a positive test result, the employee or job applicant who has provided the specimen shall be permitted by Greater Miami Caterers to have a portion of the specimen retested, at the employee or job applicant's expense, at another laboratory, licensed and approved by the Agency For Health Care Administration, chosen by the employee or job applicant. The second laboratory must test at equal or greater sensitivity for the drug in question as the first laboratory. The first laboratory which performed the test for Greater Miami Caterers shall be responsible for the transfer of the portion of the specimen to be retested and for the integrity of the chain of custody during such transfer. B. Testing Costs Greater Miami Caterers shall pay the cost of all drug tests, initial and continnation, which are required by Greater Miami Caterers. An employee or job applicant shall pay the costs of any additional drug tests not required by Greater Miami Caterers, as outlined above. C. Statement of Confidentiality Greater Miami Caterers, the testing laboratory, drug and alcohol rehabilitation programs and their agents who receive or have access to infonnation concerning· drug tests shall keep all infonnation contidential. Release of such infonnation under any other circumstances shall be solely pursuant to a written consent form signed voluntarily by the person tested, except where such release is compelled by a hearing officer or a court of competent jurisdiction pursuant to an appeal, or where deemed appropriate by a professional or occupational licensing board in a related disciplinary proceeding. DEFINITIONS Cbain of Custody refers to the methodology of tracking specified materials, specimens, or substances for the purpose of maintaining control and accountability from initial collection to final disposition for all such materials, specimens, or substances and providing for accountability at each stage in handling, testing, storing materials, specimens, or substances and reporting of test results. Collection Site means a place where individuals present themselves for the purpose of providing a specimen to be analyzed for the presence of drugs or alcohol. Company means the entity that provides employment. Confirmation test, confirmed test, or confirmed substance abuse test means a second analytical procedure used to identify the presence of a specific drug or metabolite in a specimen. The confirmation test must be different in scientific principle from that of the initial test procedure. The confirmation method must be capable of providing requisite specificity, sensitivity and quantitative accuracy. Controlled Substance is any substance whichis not legally obtainable or which can only be legally obtained by prescription from a licensed medical practitioner. CGIMS means gas chromatography/mass spectrometry. Drug means alcohol, including a distilled spirit, wine, a malt beverage, or an intoxicating liquor; an amphetamines; a cannabinoid; cocaine, phencyclidine (PCP); a hallucinogen; methaqualone; an opiate; a barbiturate; a benzodiazepine; a synthetic narcotic; a designer drug; or a metabolite of any substances listed in this paragraph. (Company Name) may test an Individual for any or all of such drugs. Employee means any person who works for salary, wages or other remuneration for an employer. Employee Assistance Program means a program designed to assist in the identification and resolution of job performance problems associated with employees impaired by personal concerns. A minimum level of core services must include consultation and training; professional, confidential, appropriate, and timely problem assessment services; short-term problem resolution; referrals for appropriate diagnosis, treatment, and assistance; follow-up and monitoring; employee education; and quality assurance. Employer means a person or entity that is subject to the provisions ofthis chapter but shall not include the state or any department, agency, or instrumentality of the state; any county; any county or independent school system; any municipal corporation; or any employer which is self-insured for the purposes of this chapter. Impairment This policy is primarily concerned with the effects of alcohoVdrug use in performance, regardless of when the substances were ingested. This concern, therefore, considers impairment as not only being under the influence of a substance, but also the after-effects of usage, e.g., hangover, withdrawal symptoms, fatigue, etc. Initial Test means a sensitive, rapid and reliable procedure to identify negative and presumptive positive specimens. All initial tests shall use an immunoassay procedure or an equivalent, or a more accurate scientifically accepted method approved by the United States Food and Drug Administration or the Agency for Health Care Administration as such more accurate technology becomes available in a cost-effective form. Job Applicant means a person who has applied for a position with an employer and has been offered employment conditioned upon successfully passing a substance abuse test, and may have begun work pending the results of the drug test. . Medical Review Officer or MRO means a licensed physician, employed with or contracted with an employer, who has knowledge of substance abuse disorders, laboratory testing procedures, and chain of custody collection procedures; who verifies positive, confirmed test results; and who has the necessary medical training to interpret and evaluate an employee's positive test result in relation to the employee's medical history or any other relevant biomedical information. Non Prescription Medication means a medication that is authorized pursuant to state or federal law for general distribution and use without a prescription in the treatment of human disease, ailments or injuries. Prescription Medication means a drug or medication lawfully prescribed by a physician for an individual and taken m accordance with such prescription. Post treatment Testing (Follow-Up Testing) If you enter the Employee Assistance Program for drug or alcohol related problems or enter an alcohol or drug rehabilitation program, you must submit to drug or alcohol testing as a follow-up to such a program at least annually for two (2) years after completion ofthe program. Reasonable Suspicion Testing: An employee' may be required to submit for testing when the employer has a reasonable suspicion, as defined in Chapter 440.102 (n). This portion of the law states; " ... "Reasonable suspicion testing" means drug testing based on belief that an employee is using or has used drugs in violation of the employer's policy drawn from specific objective and articulable facts and reasonable inferences drawn from those facts in light of experience." Among other things, such facts and inferences may be based upon the following: 1. Observable Phenomenon while at work, such as direct observation of drug use or of the physical symptoms or manifestations Of being under the influence of a drug. 2. Abnormal conduct or erratic behavior while at work or a significant deterioration in work performance. 3. A report of drug use provided by a reliable and credible source. 4. Evidence that an individual has tampered with a drug test during hislher employment with the current employer. 5. Information that an employee has caused, or contributed, or been involved in an accident while at work. 6. Evidence that an employee has used, possessed, sold, solicited, or transferred drugs while working or while on the employer's premises or while operating the employer's vehicle, machinery, or equipment. Rehabilitation Program means an established program capable of providing expert identification, assessment, and resolution of employee drug or alcohol abuse in a confidential and timely service. This service shall in all cases be provided by persons licensed or appropriately certified as health professionals to provide drug or alcohol rehabilitative services. Specimen means tissue, hair, or a product of the human body capable of revealing the presence of drugs or their metabolites, as approved by the United Sates Food and Drug Administration or the Agency for Health Care Administration. Training Employees may be trained on substance abuse symptom recognition, but training is not a statutory requirement. Drug-Free Work Place Policy Summary Read carefully, ask any questions and initial each item separately. I hereby acknowledge that I have received a summary of the Employer's Drug-Free Workplace Policy. I have had the opportunity to read the Employer's Drug-Free Workplace program and receive satisfactory answers to any questions that I have. I have also received a copy of the list of over-the-counter and prescription drugs that could alter or affect the outcome of a drug test. I know that if! am taking medicine that could affect my ability to perform my job (i.e., there are warning labels on the container) I must inform my supervisor immediately. I know that if I refuse to submit to a pre-employment drug test r will not be hired and my employment is conditioned upon a negative drug test result. I know that total compliance with the Employer's Drug-Free Workplace Policy is a condition of continued employment. I know that if I refuse a reasonable suspicion, post-injury, post accident, fitness-for-duty or post-treatment drug or alcohol test I may lose my job. Also, I understand that my unemployment benefits, and my workers' compensation medical and indemnity benefits may be denied. I know that if! am injured, cause or contribute to the cause of an injury or an accident and test positive for drugs or alcohol I will be subject to discipline up to and including discharge. I know that if! enter into a treatment program for drug or alcohol abuse and test positive for drugs or alcohol following the completion ofthe primary phase of my treatment I will be subject to discipline up to and including discharge. I know that I have the right to challenge any positive test result and that I must notify the laboratory and the MRO that I am challenging the test result. I know that if I am convicted of a drug related crime I must notify my supervisor within five working days. I agree to comply with the drug and alcohol testing requirements of the Greater Miami Caterers Drug-Free Workplace Policy. I give my informed consent for the release of drug and/or alcohol test results to the Greater Miami Caterers. I know that the Employer's Drug-Free Workplace Policy does not constitute an employment contract between the Greater Miami Caterers and me. I have read and understood each of the preceding items that I have initialed. I have had the opportunity to question any item that I did not understand. I have voluntarily signed this form. Employee Date Witness Date I hereby refuse to submit to a drug test as part of the Employer's. Drug-Free Workplace Program. Employee Date Witness Date Drugs Which Could Alter or Affect A Test Result As stated in CHAPTER 59A-24 -DRUG-FREE WORKPLACE STANDARDS this list, as follows, is not intended to be all-inclusive. This, in part, is due to the large number of obscure brand names and constant marketing of new products, • Alcohol All liquid medications containing ethyl alcohol (ethanol). Please read the label for alcohol content. As an example, Vick's Nyquil is 25% (50 proof) ethyl alcohol, Comtrex is 20% (40 proof), Contact Severe Cold Formula Night Strength is 25% (50 proof) and Listerine is 26.9% (54 proof). • AmphetaminesObetrol, Biphetamine, Desoxyn, Dexedrine, Didrex, Ionamine, Fastin. • Cannabinoids Marinol (Dronabinol, THC). • Cocaine Cocaine HCI topical solution (Roxanne). • Phencyclidine Not legal by prescription. • Methaqualone Not legal by prescription. • Opiates Paregoric, Parepectolin, Donnagel PG, Morphine, Tylenol with Codeine, Empirin with Codeine, APAP with Codeine, Aspirin with Codeine, Robitussin AC, Guiatuss AC, NovaItistine DH, Novahistine Expectorant, Dilaudid (Hydromorphone), M-S Contin and Roxanol (morphine sulfate), Percodan, Vicodin, Tussi-organidin, etc. • Barbiturates Phenobarbital, Tuinal, Amytal, Nembutal, Seconal, Lotusate, Fiorinal, Fioricet, Esgic, Butisol, Mebaral, Butabarbital, Butalbital, Phrenilin, Triad, etc. • Benzodiazepines Ativan, Azene, Clonopin, Dalmane, Diazepam, Libriurn, Xanax, Serax, Tranxene, Valium, Verstran, Halcion, Paxipam, Restoril, Centrax. • Methadone Dolophine, Metadose. • Propoxyphene Darvocet, Darvon N, Dolene, etc. I. Consent to Release Drug Test Information I, ____________ -J' whose social security number is _______ --J' and whose date of birth is , do hereby authorize the (Records Custodian) ______ _ ______ to release all infonnation and records relating to drug test perfonned on any specimens provide by me, including any and all records, charts, reports, notes, tests results, documents and correspondence to , whose address is ------~--------------~ The above referenced infonnation is being requested for the. purpose of __________ _ The duration of this consent shall be for ------------------- Name: Address ___________ _ Telephone Number: _________ _ (The person signing this consent must be the person tested and provide positive proof ofidentification.) II. Employer's First Letter to Applicant or Employee -Positive Test Results Date: ________ _ Dear: ---------- Pursuant to the Drug Free Workplace policy of Greater Miami Caterers' it has been determined that you have a positive confIrmed drug test result. As a consequence of this positive drug test, you are being [describe actions based on your written policy] as follows: [describe the action you are taking.] Enclosed is a copy of the statement that you originally signed which explained your rights in detail. However, we would like to again reiterate your rights, duties, and obligations under the company's drug free workplace program. 1. You have the right to contest or explain the result of the test within fIve (5) working days after you receive this letter notifying you of the test results. (l'he explanation should state why the test results do not constitute a violation of this company's drugfree workplace policy.) 2. You also may have the right to appeal to the Public Employee Relations Commission or appropriate court regarding any applicable collective bargaining agreement or contract (include if applicable). If you intend to contest or explain the results of the drug test, you must notify the testing laboratory of any administrative or civil action brought and advise the laboratory of the need to retain any sample taken. The name, address and telephone number of the testing laboratory is: _____ __ 3. You have the right to consult this testing laboratory for technical information regarding prescription and non-prescription medications or other relevant information. 4. You have the right to a copy of the drug test results upon request and to have a portion of any sample or specimen taken and retested, at your expense, at a laboratory of your choice. The testing must be done at an Agency for Health Care Administration (AHCA)-licensed or NIDA approved laboratory. The testing must be performed within 180 days after receipt of this letter. The second laboratory test must test at equal or greater sensitivity for the drug in question as the first laboratory. The fIrst laboratory which performed the test shall be responsible for the transfer of the portion of the specimen to be retested, and for the integrity of the chain of custody during such transfer. If you intend to have the specimen retested, please advice so that the sample can be forwarded to the laboratory of your choice. 5. By administrative rule, this employer has 15 days to respond to your explanation of why your positive drug test is not in violation of the drug free workplace program. If your explanation is not accepted, you have the right to administratively challenge this position by filing a claim with a Judge of Compensation Claims within thirty days after receipt of this employer's response to your explanation. If you intend to challenge the drug test, it is your responsibility to notify the above stated laboratory at the address and telephone number shown to ensure that the specimen is retained. III. Employer's Second Letter to Applicant or Employee -Positive Test Results Dear _____ _ We are in receipt of your explanation (and/or challenge) of the positive test results. Following the company standards and developed policies, you explanation or challenge is unacceptable and unsatisfactory because: Attached in the report of the positive test results. This is to advise you that (describe action you are taking). Reference is made to our prior correspondence to you dated and the statement you signed on . This explains in detail what your various alternatives are in regard to contesting this action. All documentation relating to drug testing, including this letter, shall be deemed confidential as provided in Section 440.102, Florida Statutes. Food &. Drug Administration: S<?drch Facilitv R('gistrations -S(>;:Hcil Result 16863328472 Greater Miami Caterers Incorporated 4001 NW 31st Ave Florida -33142 . UNITED STATES ADDENDUM No. #1 Project Name: Weekend Senior Meal Program RFP NO. PR2017~11 Date: May 16,2017 Sent Fax/E-maillwebpage This addendum submission is issued. to clarify, supplement and/or modify the previously issued Solicitation, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the· sole responsibility oLthe bidder to secure Addendums that may be issued for a specific solicitation. QUESTION #1: Who is the incumbent on the project and what are their prices? RESPONSE: The City is currently on a month~to-month contract with Master Host~Greater Miami Caterers at $3.73 pet meal. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 1 oft pag~ 1 of1 D~te: Page 1 of1 e'lalu~tiqh . .. ;S~~"'n~~'H~_t Page 1 of 1 Atkins-McGuire, Elisha From: Sent: To: Cc: Subject: Hello Mr. Kulick, John Olmo <jolmo@gmcater.com> Tuesday, June 13, 20174:01 PM Kulick, Steven P Larzabal, Ana; Bueno, Angelica; Adams, Jaime; Menendez, Maria M.; Luis Porras Cell RE: Weekend Senior Meal Program RFP Below is a copy/paste of our license status with the Department of Business Regulation. At the bottom is the Special Qualifications section which refers to the Risk Level 3 "designation". This is not a rating, but a designation established July 2016 by OBPR that the clientele served by this establishment's license is an HSP or "Highly Susceptible Population", meaning that we serve either children and/or elderly. Any caterer that caters to children or elderly now receives this designation and receives an additional inspection each year above the standard bi-annual inspection standard that restaurants are subject to, therefore there is no adverse finding or non- compliance issues related to this. As our last inspection report submitted with our bid displays, we passed our inspection with very minor findings, particularly to any deficiencies related to our food operation. I would appreciate it if MOe OMB would not spread false information stating that we have a less than satisfactory rating or that we have non-compliance issues when that is not the case or the fact of the matter. Please let me know if I can be of any further assistance in this matter and thank you for your consideration. licensee Details 1 Jolin O{mo Yice-President (jreater :M.iami Caterers, Inc. 4001 N.W. 31 Ave. Miami, FI. 33142 Office: (305) 633-4616 x.106 Fax: (305) 635-5202 From: Kulick, Steven P [mailto:SKulick@southmiamifl.gov] Sent: Tuesday, June 13, 2017 2:15 PM To: jolmo@gmcater.com Cc: Larzabal, Ana <ALarzabal@southmiamifl.gov>; Bueno, Angelica <ABueno@southmiamifl.gov>; Adams, Jaime <JAdams@southmiamifl.gov>; Menendez, Maria M. <MMenendez@southmiamifl.gov> Subject: Weekend Senior Meal Program RFP Importance: High Re: RFP #PR2017-11 Good afternoon, The Selection Committee for RFP #PR2017-11 met on June 13 and prior to scoring and ranking Greater Miami Caterers proposal, have requested your response via return email regarding a I notice the City received from Miami-Dade County: Office of Management and Budget. The notice stated the following: "Please be advised that Greater Miami Caterers, Inc. was recently upgraded to a Level 3 rating by the Florida Department of Business and Professional Regulations due to non-compliance issues. " 2 Please define the "Level 3 Rating" and what caused Greater Miami Caterers to receive the rating designation. In addition, would receiving the Level 3 Rating serve to prevent or suspend Greater Miami Caterers from performing weekend meal service at any time for the City? The Cone of Silence is in effect. All communication relating to this RFP must be in writing. Please respond via email to my attention. Regards, Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division City of South Miami -6130 Sunset Drive -South Miami, FI 33143 Ph: 305/663-6339; Fax: 305/663-6346 -Email: skulick@southmiamifl,gov Email secured by Check Point 3 MIAMI DAILY S.t.lSfNESS .REVIEW Published [jaliyexcepfSalur~ay, Sunday'and' . , .'., t,ali~l flolida~$, ..,' t.:l!(ltlii, MJai))H)aH~·(3,!l~rj!Y;f!!l(i~1I STAJ:E OF-FLQRIOJi;;, ¢OiJN.:rt()piWAi'IIl·PAbE: .. e~tQr~ ib;E} ~n!;l~r$i!'/.nep; ,!,!utti9r~y PE!fl!9f1§1Iy '!lPP\!/;\f~ MARIA' MESAI.Wlia onQ",U\ says' thi:lt he, of she Is tlieLeMl QteR~,I;~rNQU!l.e~ of tl1!;l MiilmiO!liJr eVlli/lE}.I;ll 'RElviE\W {Mit MiilinlRelllew, aaai!\! {excepf Saltirday;. Sunday and ~!!qat; Holiday!!}: t)'(;lW!!papet;,p.u~jsi:tE\~ at Mlaml iI1NJ1Mi('PlItfe CbailW, Florida~that the atlabned..copy of adliertfsEiillEihl; ~lhg{at4i1gaIAd:V:ertl!iemen~;QfNritlce tn \h.ema!tf;lrQf c~1¥Qj? SO~JI,I;MrAr;4l!·\IVI;r;;K~NP'S~NlaR MgA,t, PR9G~"'. 'RPF;#PR~f1·11 . in thaXXXKOol.ltt; W<!ll PlJ~ll!lbedifn!lald;f1eWsP!JPer,,:dh~ !ll!$I.I.t;!}lof 05/0412'01 t A'ffli;\hl further $./ilYs that' the.!!iild! MiamI' ~c:lfiy 'BusIne!!s: ReYi\'lW 1!l !l l'le:WSP!lper .p~~I!$h\'lct /;\~ MiamI< In ~!i!ia Miarol·Ol:lde fJouniy,; :F1orl((aand tbat. the safdMWspllPElttli;1s: l1.E!fe!of9te PSE!J) ~J)!inMoQ!>Iy; pl,lbljl\!'ted. II! ~ai\t:Mi/,lmiiP!ldE! C'dunf¥, FiO'nlla !1a:ctl diiy (except Sliitorda.~. St,llld~t 'and Lffl91l1 HoU9I!Y~) and l'tl!l!> ~E!ent:l,ctte.reg ·1jl~'§e§Q)1gQI~!!!l 1!l1i!i.1 maiter at' ii1epo'St offlte 'in: Miami 'ill' said Mlarni·Oad~edUh\Y, Pl9ti:iiai fgr apsrlqq '1f; one· :yellr IJEtX,~ pnil~ding: tfJe 'fftl!t publtCSl!on $f ~he attached 'C!:lpy of ad\lert.i~rneTj.t; 'aad aWall!; funliel' s.aYJ> that Il~ 1;If SJII~ haS; nejther ,!;l!J1d nor' PfOIT1.ise~<lny f)4($,On"firmdt i;Q ". 'IIny' dts(:ollril., \i:iba,t13. cprnmjstiloti or refund· $ ee:llring:tl'iisaditaftis~n1l3nt fOr P\.IP\i .n fnihs ~ai Member Name City of South Miami Bid Number RFP-RFP #PR2017-11-0- WEEKEND SENIOR MEAL Bid Name PROGRAM 3 Document(s) found for this bid 2 Planholder(s) found. 244 Notified Supplier Name Link Systems LLC MG Contracting & Sons Address 1 5870 Hummingbird Court 22 Elm Gray Road City Titusville Torrance State Zip Phone Attributes 1. Small FL 32780 4074010031 Business CA 90503 3234702122 Detail by Entity N arne Florida Department of State 1O,Nf.I~J!'JM tI/ ,Dt)lt{P{))fuY!J\r>~r~ _ ...... ~L ...... -........ JJJJf!/flrJiJI 31m!! lI/FlorJtI!J lV/M" Department of State I Division of Corporations I Search Records I Detail By Document Number I Detail by Entity Name Florida Profit Corporation GREATER MIAMI CATERERS, INC. Filing Information Document Number 327444 FEI/EIN Number 59-1209174 Date Filed 03/13/1968 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 07/08/1991 Principal Address 4001 NORTHWEST 31ST AVENUE MIAMI, FL 33142 Changed: 07/08/1991 Mailing Address 4001 NORTHWEST 31ST AVENUE MIAMI, FL 33142 Changed: 07/08/1991 Registered Agent Name & Address BUTLER, JACQUELINE 1461 NORTHEAST 102ND STREET MIAMI SHORES, FL 33138 Name Changed: 07/08/1991 Address Changed: 07/08/1991 Officer/Director Detail Name & Address Title PST BUTLER, JACQUELINE 1461 N.E. 102ND STREET MIAMI SHORES, FL 33138 Title V Page 1 of2 DIVISION OF CORPORATIONS http://search.sunbiz.org/Inquiry ICorporationSearch/SearchResultDetail ?inquirytype= Entity... 6/22/2017 Detail by Entity Name OlMO, JOHN 318 SW 163 AVE PEMBROKE PINES, Fl 33027 Annual Reports Report Year 2015 2016 2017 Document Images Filed Date 02/27/2015 03/01/2016 02/23/2017 02/23/2017 --ANNUAL REPORTI View image in PDF format ~=:::::::======: 03/01/2016 -ANNUAL REPORT I View image in PDF forma! 02/2712015 -ANNUAL REPORT I View image in PDF format ~=:::::::======: 04/01/2014 --ANNUAL REPORTI View image in PDF format ~=:::::::======: 01/22/2013 --ANNUAL REPORT\ View image in PDF format 01/30/2012 -ANNUAL REPORT I View image in PDF format 03/31/2011 --ANNUAL REPORT I View image in PDF format 05/10/2010 --ANNUAL REPORTI View image in PDF format' 03/24/2009 --ANNUAL REPORT I View image in PDF format 03/17/2008 -ANNUAL REPORT! View image in PDF format 05/10/2007 --ANNUAL REPORT! View image in PDF format 03/13/2006 --ANNUAL REPORTI View image in PDF format 03/01/2005 --ANNUAL REPORT I View image in PDF format 02/27/2004 -ANNUAL REPORT! View image in'PDF format 04/21/2003 --ANNUAL REPORT! View image in PDF format ;::==========: 04/18/2002 --ANNUAL REPORT\ View image in PDF format ;::==========: 04/27/2001 --ANNUAL REPORT I View image in PDF format ;::=========: 02/26/2000 -ANNUAL REPORT I View image in PDF format ;::=========: 04/08/1999 --ANNUAL REPORTI View image in PDF format ~=:::::::======: 02/27/1998 --ANNUAL REPORT\ View Image in PDF format ~=:::::::======: 03/17/1997 -ANNUAL REPORT I View image in PDF format 02/06/1996 --ANNUAL REPORTI-I __ Vi_,_ew_im_a.;;.ge_il1_P_D_F_fo_r_m_at_--, Florida Department of State, DivIsion of Corporations Page 2 of2 http://searcl~ SlJl1biz.org/lnquiry/CorporationSearch/SearchResultDetail ?inquirytype=Entity... 6/22/2017 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami-Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared MARIA MESA, who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review flk/a Miami Review, a daily (exqept Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of NOTICE OF PUBLIC HEARING CITY OF SOUTH MIAMI-MEETING DATE CHANGE -JULY 12, 2017 in the XXXX Court, was published in said newspaper in the issues of 06/30/2017 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami, in said Miami-Dade County, Florida and that the said newspaper has heretofor~ been .. cql')tinuously published in said Miami -Dade County, Florida each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami-Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any. discount, rebate, commission or refund for the securing this advertisement for (SEAL) MARIA MESA personally known to me SUNDAY JULY2 2017 MIAMIHERALD.COM NEIGHBORS * * * * * * * * * * * .;..~HAPPY~ CITY OF SOUTH MIAMI COURTESY NOTICE FOURTH qfJULY (l\'lEETL'IG DATE CHANGE I NOTICE IS HEREBY given that the City Cummi$sion of the City of South Miami. F10lida will conduct Puhlic Hearing().,l at its regular City Commi!Osion meeting scheduled for Wednesday July 12 2017. heginning at 7:00 p.m .. in the City Commission Chamhen;. 6130 Sunset Drive. to consider the following itemls): A RC~(Jlutiol1 authori7ing the City Manilgcr to cntcr into a multi-year contract tClf citywide phone scrvice' with Willdr-.trcam for a Icnn not to cxcC'cu fiyc (5) cOllsC'cuth'c YCaJ"$. A RCSlllution authoril.ing the City IVlanagcf to Cl\.ccutc a five (5) year Intcrlocal Agreement with Miami-Dad..:-County and Co-Pcnniucc~ or Ihl! Nation:tl Pollulant Dhchargc Elimination Sy~tcm (NPDES) permit program for pollution monitoring. ( . A ResoJuti(ln authoriz.ing th~ City Manager to award a one.l I; ~ear contract with an optiotl-to-renew fO~ four (4), one (1) y~ar p¢riod:.: to Gr~ater Miami C'aler-ers. Inc. ("GMC'"') f~')T th~ ("ity's senior program .... eek.end delivery meal service. A R..-::;olut1on :;\uthoriidng the City M:mag!;'rt() negntiat.;' nnd \(l(."'11ter into a thr!;'<.:' 0) ye~u al:,'TI!'t'mt!nt wilh:;m .1plion 10 rent! ..... ' for:tn addjlionail .... o }ear~ with M:tinguy Landscape Services, Inc. for landscaping service). for p;Jrk~ anI.! public nght-of-w;Jy .. r..-as within the City. A Resolution rdating tn a Varianc-c application ro rt'ducc the amount of T(.."quircd parking sraccs for a general rc:.1aurant I{leated at 4000 $\V 57 Avenue. A Resolution rdating f\') a Speo.:ial Use 'Ipplication fO p<'rmit <I General Re))t:llIrant lise ut 5738 Sunset Driw:. A Rl~soJulion relating to a Spt."Cial Use application 10 permit a Gener:t1 Restaur..mt lISt~ at 731(j SW 57 t\vt!nue. ALL imerestl!d panies are invited to attend and will be heard. For further information. please contact the City Oc-rk· s Office-at: 305-663-()340. Maria M. Menendez:, CMC City Clerk Pursuant to Florida Statutes 286.01 OS. Iht! City hereby advises the public that if a person decides L(t apIX'aJ any decislon made by this Board. Agenc), or C'ommisskl1l with respect to any matter considered at its meeting or hearing. he or she wilJ ll~d a fL"COrd of the proct."t'dings. <:Iud that for sllch purpose. ;J[ecled person may need to ensur..:-that a verbalim record of the procl."t'dings is made which rt.""Cord include~ the h~sli1llony and evidence upon which the appeal is to be based. EDELMAN FINANCIAL PLANNING Wednesday, July 12 Aventura, FL 1 p.m. & 7 p.m. $lS/individual • $2S/couple Seats are limited, so reserve yours today! Visit EdelmanFinancial.com/MHl or call 866-PLAN-EFS (866-752-6337). You'll learn about the key components of a successful retirement plan: Retirement Accounts and IRAs How to manage your investments and generate the income you need during retirement Social Security How to maximize benefits for yourself, your spouse and your children Estate Planning How to ensure your assets are protected and distributed as you want, with no surprises Advisory services offered through Edelman financial Services, LLC. Securities offered through Ef Legacy Securities, LLC, an affiliated broker/dealer, member fINRAISIPC.life, long-term disability, long-term care or other nonvariable insurance products offered through EfS and Edelman Insurance Services lLC in California, license no. OG00750. Variable insurance products offered through EfLS and Ef Legacy Insurance Agency LLC in California, license no. Ol01472. I 25SE