Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25917
AGREEMENT INFORMATION AGREEMENT NUMBER 25917 NAME/TYPE OF AGREEMENT GREATER MIAMI CATERERS INC. DESCRIPTION PROFESSIONAL SERVICES AGREEMENT/ALLIANCE FOR AGING LOCAL SERVICES PROGRAM/MATTER ID: 26-30 EFFECTIVE DATE January 12, 2026 ATTESTED BY TODD B. HANNON ATTESTED DATE 1/12/2026 DATE RECEIVED FROM ISSUING DEPT. 1/13/2026 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Aimee Gandarilla/Eduardo Falcon EXT. 1906/1901 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Greater Miami Caterers, Inc. IS THIS AGREEMENT TO BE EXPEDITED/RUSH: TOTAL CONTRACT AMOUNT: $ TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT • PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) ■ FUNDING INVOLVED? YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT El SUPPLEMENTAL AGREEMENT NO NO PURPOSE OF ITEM (DETAILED SUMMARY): Pursuant to 18-88, limited to 25K. Professional Services Agreement with Greater Miami Caterers, Inc. COMMISSION APPROVAL DATE: FILE ID: ENACTMENT NO.: IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DIRECTOR/CHIEF PROCUREMENT OFFICER January 8, 2026 1 10:04:59 Annie Perez, EST SIGNATURE: CPPO �Docusignetl by: -4 ---, SUBMITTED TO RISK MANAGEMENT January 8, 2026 1 David Ruiz 10:11:52 EST SIGNATURE: g5+ra�-ne;rtc rnn Do Sg tlby FrouA.� Gow,c y C''3l44fi... H o SUBMITTED TO CITY ATTORNEY 26-30 —s matter 26-30 January 9, 2026 111:45:33 George K. Wysong III EST 'Docusignetlby: SIGNATURE: t'0r, Il°lsatnad III APPROVAL BY ASSISTANT CITY MANAGER/CHIEF FINANCIAL OFFICER January 11, 2026 Erica Paschal 08:05:41 EST SIGNATURE: Darling, CPA �DocuSignetl by: 24u' P"'"1 APPROVAL BY ASSISTANT CITY MANAGER/CHIEF OF OPERATIONS � SFl151]SOAH;IHS4H(; Barbara Hernandez, MPA SIGNATURE: APPROVAL BY ASSISTANT CITY MANAGER/CHIEF OF INFRASTRUCTURE Asael Marrero SIGNATURE: APPROVAL BY DEPUTY CITY MANAGER January 11, 2026IS1 Natasha Colebrook Al T -Williams C dby: 4444W lGi.,1 RECEIVED BY CITY MANAGER January 12, 202E 41 iega SIGNATURE: VuSignetlby: r/16,t,tr Navit,�a SUBMITTED TO THE CITY CLERK January 12, 2026 Todd Hannon 118:02:48 EST SIGNATURE: asgc+3E372DD4+2A DocuSignetlby: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER City of Miami Office of the City Attorney Legal Services Request To: Office of the City Attorney From: Eduardo Falcon Contact Person Procurement Contracting Manager Title 1/7/2026 Date: Procurement Requesting Client (305) 416-1901 Telephone Legal Service Requested: Matter 26-30: Professional Services Agreement with Greater Miami Caterers, Inc. Pursuant to 18-88, limited to 25K. Complete form and forward to the Office of the City Attorney or e-mail to Legal Services. Do not assume that the Office of the City Attorney knows the background of the question and/or issue, such as opinions on the same or similar issues, the existence of relevant memos, correspondence, etc. Please attach to this form and/or e-mail all pertinent information relating to the subject. Once your request has been assigned, an e-mail will be sent to you with the Assigned Attorney's name and the issued matter identification number. All attorneys in the Office of the City Attorney shall fully comply with the Rules Regulating the Florida Bar. For Legal Services requesting an opinion from the Office of the City Attorney: nlssue opinion in writing. Publish opinion after issuance. Authorized by: Annie Perez Date response requested by: BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY Assigned Attorney: Date: File No. Approved by: Ultimate Client: Comments: D / R Date: Copy returned to Requesting Client Type: Matrix: Category: Copy to Ultimate Client rev. 04/14/2017 PROFESSIONAL SERVICES AGREEMENT OVERVIEW PSA TITLE: Professional Services Agreement by and Between the City of Miami, Florida and Greater Miami Caterers, Inc. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of $ 0 City Manager — Authority level of $ ❑ City Commission — RESOLUTION No. 2. PROCUREMENT METHOD: ❑ RFP/RFQ ❑ IFB ❑ SOLE SOURCE ❑ PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. WHAT IS THE SCOPE OF SERVICES? The City of Miami ("City") seeks a qualified organization ("Program Administrator") to manage and operate the Alliance for Aging Local Services Program in full compliance with the Florida Department of Elder Affairs requirements, Alliance for Aging policies, and all City regulations. The Program Administrator will oversee the complete delivery of congregate meal services, serving of congregate meals, and related activities for eligible older adults, ensuring high -quality service, regulatory compliance, and accurate reporting. 4. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Parks 5. IS THE AWARDEE INCUMBENT? N/A 6. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 7. WHEN DOES THE CURRENT CONTRACT EXPIRE? N/A 8. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 9. WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? N/A Clear Form CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: Greater Miami Caterers Inc Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation Select State of Florida Corporation (Sunbiz) Select D&B Pacer Bid/Proposal Bond YES NO N/A I Upload Clear _ Upload Clear Upload w Clear Upload Clear RESPONSE View All Attachments Delete Last Delete All iSupplier Number: 547 Greater Miami Caterers Sunbiz.pdf Your DUNS Lookup Request for Greater Miami Caterers, Inc..pdf Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS System of Award Managment (SAM) NO Convicted Vendor List NO Debarred Contractors NO Suspended Contractors N/A Suspended Vendors -State: NO Scrutinized Companies List: NO Google Search: YES Upload Delete Last Delete All ATTACHMENTS Clear Upload Clear Upload Clear Upload Clear mg Upload Clear Upload Clear Upload Clear ate Convicted Vendors List.pdf ntractor-debarment. pdf Suspended Vendor State.pdf Icrutinized Companies List.pdf Boogie Search Litigation Summary for Greater Miami Caterers Inc. Debarred Contractors List (Updated: May 2025) MIAMI- COUNTY # Debarred Entity and/or Individuals (abc order) Address Initiating Dept. and Contact Person Cause of Debarment Effect of Debarment Length of Debarment Contractor's Certificate of Competency or License Number; or Qualifier, when applicable 1 Aaron Construction Group, Inc. 10820 NW 138 St. Bay C-1 Hialeah Gardens, FL 33018 Public Housing and Community Development Department (PHCD Director, (786) 469-4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period. 9/12/19 - 9/12/29 n/a 2 Diego Alejandro Estepa Vazquez (Individual, former officer of Aaron Construction Group, Inc.) 10820 NW 138 St Bay C-1 Hialeah Gardens, FL 33018 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County Indefinitely. 9/12/19 - Indefinite n/a 3 Javier Estepa (Individual, former officer of Aaron Construction Group, Inc.) 10820 NW 138 St Bay C-1 Hialeah Gardens, FL 33018 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County Indefinitely. 9/12/19 - Indefinite n/a 4 ABC Construction Inc 7280 NW 8th St, Miami, FL 33126 State Attorney's Office (State Attorney, 305-547-0100) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a five (5) year period 11/2/2022 - 11/2/2027 n/a 5 Jorge Gonzalez (individual, former owner/president of ABC Construction Inc) 7280 NW 8th St, Miami, FL 33126 State Attorney's Office (State Attorney, 305-547-0100) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a five (5) year period 11/2/2022 - 11/2/2027 n/a 6 Another Garage Gate, Inc. 3771 NW 51 ST UNIT A, Miami, FL 33142 State Attorneys Office (State Attorney, ey's 0f7-0100) The debarment is a condition of an Order of Probation. As such, he should be ineligible for any new work from any County Department. Excluded from Contracting w/Miami-Dade County for a five (5) year period 08/30/2023 - 08/30/2028 n/a 7 Raudel Diaz (Individual, princiapl of Another Garage Gate, Inc.) 3771 NW 51 ST UNIT A, Miami, FL 33142 (State State Attorney's Office (State Attorney, 305Office 00) The debarment is a condition of an Order of Probation. As such, he should be ineligible for any new work from any County Department. Excluded from Contracting w/Miami-Dade County for a five (5) year period 08/30/2023 - 08/30/2028 n/a 8 Association of Community Organizations for Reform Now (ACORN) 2609 Canal St, 4th floor New Orleans, LA 70119 U.S. Congress (Office of Management & Budget, 202- 395-3080) Section 163 of the Continuing Appropriations Resolution, 2010, Division B of Public Law #111-68 Excluded from Contracting w/ Miami -Dade County Indefinitely. 10/07/2009 - Indefinite n/a 9 Biscayne Housing Group, LLC 25 Se 2nd Ave, Miami, FL, 33131-1508 Public Housing and Community Development Department (PHCD Director, (786) 469-4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/5/2021 - 1/5/2031 n/a 10 Michael Cox (individual, former partner of Biscayne Housing Group, LLC) 828 NW 9th Ave Miami, Fl 33136 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/5/2021 - 1/5/2031 n/a 11 BJK Construction Services, Inc 970 W McNab Rd # 210, Fort Lauderdale, FL 33309 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period. 7/8/2021 - 7/8/2031 n/a This report is maintained by Strategic Procurement Department (SPD). Please note: this list is only updated when an entity or individual is added or removed. For any questions, please contact Michou Jean, at (305) 375-3161. Debarred Contractors List (Updated: May 2025) MIAMI-DADE COUNTY # Individuals (abc order) Debarred Entity and/or Address Person Initiating Dept. and Contact Cause of Debarment Effect of Debarment Length of Debarment Contractor's Certificate of Competency or License Number; or Qualifier, when applicable 12 Michael Runyan (individual, owner of BJK Construction Services, Inc) 4411 Ne 30 Ave,] Lighthouse Point, FL 33064 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period. 7/8/2021 - 7/8/2031 n/a 13 Carlisle Development Group 2950 SW 27th AveSte 200 Miami, FI 33133 Public Housing and Community Development Department (PHCD Director, (786) 469-4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/5/2021- 1/5/2031 n/a 14 Lloyd Boggio (individual, former partner of Carlisle Development Group) 3316 Devon CT, Miami, Fl 33133 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/5/2021 - 1/5/2031 n/a 15 Matthew Greer (individual, former partner of Carlisle Development Group) 240 Ari Way Miami Beach, F133141 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/5/2021 - 1/5/2031 n/a 16 Design Management and Builders Corporation 5514 NW 72ND AVE, Miami, Florida, 3316611 Public Housing and Community Development Department (PHCD Director, (786) 469-4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 9/22/2021-9/22/2031 n/a 17 Arturo P. Hevia (individual, owner of Design Management and Builders Corporation) 2411 SW 83 COURT Miami, FL 33155 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 9/22/2021-9/22/2031 n/a 18 Ecological Paper Recycling, Inc. 2350 NW 149th Street Opa Locka, FL 33054 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/ Miami -Dade County Indefinitely. 11/18/2015 - Indefinite n/a 19 Jose Flores (indvidual, former officer of Ecological Paper Recycling, Inc.) 2350 NW 149th Street Opa Locka, FL 33054 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/ Miami -Dade County Indefinitely. 11/18/2015 - Indefinite n/a 20 Manuela Flores (individual, former officer of Ecological Paper Recycling, Inc.) 2350 NW 149th Street Opa Locka, FL 33054 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/ Miami -Dade County Indefinitely. 11/18/2015 - Indefinite n/a 21 William Hernandez (individual, former officer of Ecological Paper Recycling, Inc.) 2350 NW 149th Street Opa Locka, FL 33054 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/ Miami -Dade County Indefinitely. 11/18/2015 - Indefinite n/a 22 Global Electrical & Lighting Supplies, Inc. 13751 SW 143rd Ct SUITE 101, MIAMI, FL 33186 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/18/2018 - 1/18/2028 n/a 23 Rolando Perez (individual, former officer of Global Electrical & Lighting Supplies, Inc.) 13752 SW 143rd CT, SUITE 101, MIAMI, FL 33186 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/18/2018 - 1/18/2028 n/a This report is maintained by Strategic Procurement Department (SPD). Please note: this list is only updated when an entity or individual is added or removed. For any questions, please contact Michou Jean, at (305) 375-3161. 2 Debarred Contractors List (Updated: May 2025) MIAMI-DADS COUNTY # Debarred Entity and/or Individuals (abc order) Address Initiating Dept.and Contact Person Cause of Debarment Effect of Debarment Length of Debarment Contractor's Certificate of Competency or License Number; or Qualifier, when applicable 24 Vivian Perez (individual, former officer of Global Electrical & Lighing Supplies, Inc.)for 13753 SW 143rd CT, SUITE 101, MIAMI, FL 33186 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County a ten (10) year period 1/18/2018 - 1/18/2028 n/a 25 Hialeah Transport, LLC 2965 E. llth Avenue Hialeah, FL 33013 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County Indefinitely. 12/21/2015 - Indefinite n/a 26 Amancio Alonso (individual, former officer of Hialeah Transport, LLC) 2965 E. llth Avenue Hialeah, FL 33013 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County Indefinitely. 12/21/2015 - Indefinite n/a 27 Jose Barroso (indvidual, former officer of E&C Electrical Service, Inc.) 1625 NE 104th St Miami Shores, FL 33138 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period. 1/18/2018 - 1/18/2028 n/a 28 Roy J. Bustillo (individual, former officer of Municipal Lighting Systems Group, Inc.) 7035 SW 47th St A Miami, FL 33155 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period. 1/18/2018 - 1/18/2028 n/a 29 Jorge De La Noval (individual, owner and operator of The Ultimate Electrician) 13701 SW 88TH ST STE 222 MIAMI, FL 33186 Miami Dade County Office of Inspector General, 305-375- 1946 Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a five (5) year period 8/26/2021 - 8/26/2026 n/a 30 Siltek Affordable Housing, LLC. 5800 SW 178th Ave, Southwest Ranches, FL 33331 Public Housing and Community Development Department (PHCD Director, (786) 469-4106) Violation of Section 10-39 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 6/20/2024 - 6/19/2034 n/a 31 Rene Antonio Sierra (individual, former officer of Siltek Affordable Housing, LLC.) 481 Ranch Road Weston, Florida 33325 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a nine (9) year period 11/30/2019 - 11/29/2028 n/a This report is maintained by Strategic Procurement Department (SPD). Please note: this list is only updated when an entity or individual is added or removed. For any questions, please contact Michou Jean, at (305) 375-3161. 3 STATE BOARD OF ADMINISTRATION OF FLORIDA 1801 HERMITAGE BOULEVARD, SUITE 100 TALLAHASSEE, FLORIDA 32308 (850) 4884406 POST OFFICE BOX 13300 32317-3300 Protecting Florida's Investments Act "Scrutinized Companies" Chapter 287.135, Florida Statutes RON DESANTIS GOVERNOR CHAIR BLAISE INGOGLIA CHIEF FINANCIAL OFFICER JAMES UTHMEIER ATTORNEY GENERAL CHRIS SPENCER EXECUTIVE DIRECTOR Chapter 287.135, Florida Statutes was created effective July 1, 2011, and prohibits a company on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List from bidding on, submitting a proposal for, or entering into or renewing a contract with an agency or local governmental entity for goods or services of $1 million or more. Pursuant to Chapter 215.473, Florida Statutes, the Florida State Board of Administration is charged with maintaining a complete list of scrutinized companies. Scrutinized companies are judged according to whether they meet the following criteria: Sudan: 1. Have a material business relationship with the government of Sudan or a government -created project involving oil related, mineral extraction, or power generation activities, or 2. Have a material business relationship involving the supply of military equipment, or 3. Impart minimal benefit to disadvantaged citizens that are typically located in the geographic periphery of Sudan, or 4. Have been complicit in the genocidal campaign in Darfur. Iran: 1. Have a material business relationship with the government of Iran or a government -created project involving oil related or mineral extraction activities, or 2. Have made material investments with the effect of significantly enhancing Iran`s petroleum sector. The SBA is not responsible for compliance with Chapter 287.135, Florida Statutes. The SBA's responsibilities are solely focused on the Protecting Florida's Investments Act and Chapter 215.473 as it relates to the identification of "Scrutinized Companies" that have prohibited business operations in Sudan or Iran. The table on the following pages provides the List of Prohibited Investments (Scrutinized Companies). This list is updated as part of the Protecting Florida's Investments Act (PFIA) and the Global Governance Mandates Quarterly Report, upon review and approval by the Trustees of the State Board of Administration. September 30, 2025 Page 2 Table 7: List of Prohibited Investments (Scrutinized Companies) (New companies are highlighted and in bold.) Prohibited Investments (Scrutinized Companies) Scrutinized Country Country of Incorporation Initial Appearance on Scrutinized List Full Divestment Aviation Industry Corporation of China (AVIC) Sudan China September 24, 2019 Yes AviChina Industry & Technology Sudan China June 4, 2019 Yes AVIC International Finance Ltd Sudan China September 24, 2019 Yes AVIC International Holdings Ltd (formerly listed as AVIC International) Sudan China June 4, 2019 Yes Bank of Kunlun Co Ltd Sudan & Iran China March 7, 2018 Yes Chennai Petroleum Corp Ltd Sudan India September 19, 2007 Yes China BlueChemical Ltd Iran China March 19, 2013 Yes China Energy Engineering Corporation Sudan China September 30, 2025 No China Gezhouba Group Company Ltd Sudan China September 30, 2025 No China National Petroleum Corporation (CNPC) Sudan & Iran China December 11, 2012 Yes China Oilfield Services Ltd Iran China June 16, 2011 Yes China Petrochemical Corporation (Sinopec Group) Sudan & Iran China December 3, 2019 Yes China Petroleum & Chemical Corp (CPCC) Sinopec Sudan & Iran China September 19, 2007 Yes China Petroleum Engineering Corp Sudan & Iran China March 7, 2018 Yes China Railway Group Limited Iran China September 24, 2024 Yes Cirrus Aircraft Ltd Sudan Cayman Islands September 24, 2024 Yes CNOOC Ltd Iran China June 16, 2011 Yes CNOOC Energy Technology & Services Ltd Iran China June 15, 2021 Yes CNOOC Finance Limited Iran China September 24, 2013 Yes CNOOC Finance (2003) Limited Iran China December 17, 2024 Yes CNOOC Finance (2011) Limited Iran China December 17, 2024 Yes CNOOC Finance (2012) Limited Iran China December 17, 2024 Yes CNOOC Finance (2013) Limited Iran China December 17, 2024 Yes CNOOC Finance (2014) ULC Iran China October 17, 2017 Yes CNOOC Finance (2015) Australia PTY Ltd Iran China December 17, 2024 Yes September 30, 2025 Page 3 Prohibited Investments (Scrutinized Companies) Scrutinized Country Country of Incorporation Initial Appearance on Scrutinized List Full Divestment CNOOC Finance (2015) USA LLC Iran China December 17, 2024 Yes CNPC Capital Company Limited Sudan & Iran China June 14, 2017 Yes CNPC Finance HK Ltd Sudan & Iran China March 26, 2024 Yes CNPC General Capital Ltd Sudan & Iran China June 26, 2012 Yes CNPC Global Capital Limited Sudan & Iran China December 15, 2020 Yes CNPC HK Overseas Capital Ltd Sudan & Iran China June 16, 2011 Yes COSL Finance (BVI) Limited Iran China September 24, 2013 Yes COSL Singapore Capital Ltd Iran Singapore December 4, 2018 Yes Daqing Huake Group Co Ltd Sudan China March 25, 2008 Yes Egypt Kuwait Holding Co. SAE Sudan Kuwait January 13, 2009 Yes Engineers India Limited Iran India September 24, 2024 Yes FACC AG Sudan Austria June 4, 2019 Yes Gazprom Iran Russia September 19, 2007 Yes Gazprom Neft Iran Russia September 16, 2008 Yes Gazprom Promgaz Iran Russia June 4, 2019 Yes GPN Capital SA Iran Luxembourg June 4, 2019 Yes Harbin Electric Co. Ltd. Sudan China September 19, 2007 Yes Hindustan Petroleum Corporation Ltd Sudan & Iran India June 13, 2018 Yes Indian Oil Corp Ltd (IOCL) Sudan & Iran India September 19, 2007 Yes IndOil Global BV Sudan & Iran India September 24, 2024 Yes Jiangxi Hongdu Aviation Sudan China September 19, 2007 Yes Kimanis Power Sdn Bhd Sudan Malaysia September 24, 2024 Yes KLCC Property Holdings Bhd Sudan Malaysia April 14, 2009 Yes Kunlun Energy Company Ltd. Sudan & Iran Hong Kong September 19, 2007 Yes Lanka IOC Ltd Sudan India September 19, 2007 Yes Managem SA Sudan Morocco November 9, 2010 Yes September 30, 2025 Page 4 Prohibited Investments (Scrutinized Companies) Scrutinized Country Country of Incorporation Initial Appearance on Scrutinized List Full Divestment Mangalore Refinery & Petrochemicals Ltd Sudan & Iran India September 19, 2007 Yes Malaysia Marine & Heavy Engineering Holdings Bhd Sudan Malaysia March 18, 2014 Yes MISC Bhd Sudan Malaysia September 19, 2007 Yes Moscow Integrated Power Co PJSC Iran Russia September 24, 2024 Yes Mosenergo Iran Russia September 16, 2008 Yes Norinco International Cooperation Ltd Iran China September 24, 2024 Yes Offshore Oil Engineering Co Iran China December 17, 2024 Yes OGK-2 PJSC Iran Russia September 24, 2024 Yes Oil India Ltd Sudan India September 18, 2012 Yes Oil & Natural Gas Corp (ONGC) Sudan & Iran India September 19, 2007 Yes ONGC Videsh Limited (OVL) Sudan & Iran India March 18, 2014 Yes Pengerang LNG Two Sdn Bhd Sudan Malaysia September 24, 2024 Yes Perseus Mining Ltd Sudan Australia August 23, 2022 Yes PetroChina Sudan & Iran China September 19, 2007 Yes Petroliam Nasional (Petronas) Sudan Malaysia September 19, 2007 Yes Petronas Capital Limited Sudan Malaysia September 19, 2007 Yes Petronas Chemicals Group Bhd Sudan Malaysia June 16, 2011 Yes Petronas Chemicals Derivatives Sdn Bhd Sudan Malaysia September 24, 2024 Yes Petronas Chemicals Glycols Sdn Bhd Sudan Malaysia September 24, 2024 Yes Petronas Chemicals Olefins Sdn Bhd Sudan Malaysia September 24, 2024 Yes Petronas Dagangan Bhd Sudan Malaysia September 19, 2007 Yes Petronas Gas Berhad Sudan Malaysia September 19, 2007 Yes Petronas Global Sukuk Sudan Malaysia August 2, 2016 Yes PowerChina Construction Group Ltd Iran China March 5, 2025 Yes PowerChina Hebei Engineering Corp Ltd Iran China March 5, 2025 Yes PowerChina Sepcol Electric Power Construction Iran China June 10, 2025 Yes September 30, 2025 Page 5 Prohibited Investments (Scrutinized Companies) Scrutinized Country Country of Incorporation Initial Appearance on Scrutinized List Full Divestment Power Construction Corporation of China Ltd Iran China September 24, 2024 Yes Putrajaya Management Sdn Bhd Sudan Malaysia March 18, 2014 Yes Sberbank Russia PJSC Iran Russia September 24, 2024 Prior to 9/23/2025, subject to U.S. freeze Sinopec Capital 2013 Ltd Sudan & Iran China September 24, 2013 Yes Sinopec Century Bright Capital Investment Ltd Sudan & Iran China December 3, 2019 Yes Sinopec Engineering Group Co Ltd Sudan & Iran China March 18, 2014 Yes Sinopec Group Overseas Development 2018 Ltd Sudan & Iran China December 15, 2020 Yes Sinopec Group Overseas Development 2017 Ltd Sudan & Iran China September 11, 2019 Yes Sinopec Group Overseas Development 2016 Ltd Sudan & Iran China August 2, 2016 Yes Sinopec Group Overseas Development 2015 Ltd Sudan & Iran China December 15, 2020 Yes Sinopec Group Overseas Development 2013 Ltd Sudan & Iran China March 18, 2014 Yes Sinopec Kantons Holdings Ltd Sudan & Iran Bermuda September 19, 2007 Yes Sinopec Oilfield Equipment Corporation Sudan & Iran China April 14, 2009 Yes Sinopec Oilfield Service Corp Sudan & Iran China March 25, 2008 Yes Sinopec Shanghai Petrochemical Sudan & Iran China September 19, 2007 Yes Societe Metallurgique D'imiter Sudan Morocco November 9, 2010 Yes Soar Wind Ltd Sudan China March 5, 2025 Yes Territorial Generating Company No 1 Iran Russia June 4, 2019 Yes # of Prohibited Investments 95 - - The following companies were removed from the PFIA Prohibited Investments List this quarter. Removed Company Country of Incorporation No companies removed this quarter. pe'�' n MANAGEMENT SERVICES Menu Home / Business Operations / State Purchasing / State Agency Resources / Vendor Rice istration and Vendor Lists / Convicted Vendor List Convicted Vendor List The Department of Management Services maintains a "list of the names and addresses of those who have been disqualified from the public contracting and purchasing process" under section 287.133, Florida Statutes. There are currently no vendors on this list. State Purchasing Chief Procurement Officer (CPO) Memoranda Executed Agency ACS Requests State Contracts and Agreements MyFloridaMarketPlace Public Procurement Professional Development Approved Drone Manufacturers Statewide Travel Management System State Agency Resources Vendor Resources State Purchasing Insurance Program .(SPIP) Contact Us State Purchasing Website Feedback Office of Supplier Development .(OSD) Terms and Conditions Privacy Statement Agency Information Open Government DMS Leadership Agency Organization Accessibility Statement Copyright ©2025 Department of Management Services - State of Florida MANAGEMENT SERVICES Menu Home / Business Operations / State Purchasing / State Agency Resources / Vendor Rice istration and Vendor Lists / Suspended Vendor List Suspended Vendor List The Department of Management Services maintains a list of vendors that have been removed from the Vendor List pursuant to section 287.1351, Florida Statutes. Building Maintenance of America, LLC d/b/a Florida Building Maintenance 333 North Falkenburg Road #A117 Tampa, FL 33619 DMS 07/02/14 Notice of Default - Building Maintenance of America, LLC d/b/a Florida Building Maintenance [ 575.81 KB ] Club Tex, Inc. 2025 Broadway, Suite #15G New York, NY 10023 DOC 01/24/19 Notice of Default - Club Tex, Inc. [13 111.75 KB ] Correctional Consultants, LLC P.O. Box 515 Chattahoochee, FL 32324 DOC 12/10/19 Notice of Default - Correctional Consultants, LLC [ - 85.95 KB ] iColor Printing and Mailing, Inc. 22873 Lockness Avenue Torrance, CA 90501 DEP 02/20/12 Notice of Default - iColor Printing and Mailing, Inc. [ - 320.17 KB ] Visual Image Design Firm, LLC 6845 Narcoossee Road, Suite 59 Orlando, FL 32822 DOH 06/25/15 Notice of Default - Visual Image Design Firm, LLC [ - 1.78 MB ] Updated 12/10/19 State Purchasing Chief Procurement Officer (CPO) Memoranda Executed Agency ACS Requests State Contracts and Agreements MyFloridaMarketPlace Public Procurement Professional Development Approved Drone Manufacturers Statewide Travel Management System State Agency Resources Vendor Resources State Purchasing Insurance Program .(SPIP) Contact Us State Purchasing Website Feedback Office of Supplier Development .(OSD) Document reader download links: Adobe PDF Reader 'erms and conditions Privacy Statement Agency Information Open Government DMS Leadership Agency Organization Accessibility Statement Copyright ©2025 Department of Management Services - State of Florida From: To: Subject: Date: Dun & Bradstreet Carbonell, Aileen Your DUNS Lookup Request for Greater Miami Caterers, Inc. Friday, December 5, 2025 12:41:28 PM CAUTION: This is an email from an external source. Do not click links or open attachments unless you recognize the sender and know the content is safe. Eil 12/05/25 Aileen Carbonell, The following is the Dun & Bradstreet D-U-N-Se Number for Greater Miami Caterers, Inc. D-U-N-S number: 044322972 If this is YOUR COMPANY, learn how to monitor and potentially impact your Dun & Bradstreet business credit file with D&B Credit Insights. Call 1-800-700-2733, Monday through Friday, 8:00 AM to 6:00 PM local time or contact us at Dun & Bradstreet support. Having trouble seeing this email? View in browser Please add e.email@dnb.com to ensure delivery of our emails to your inbox. This is a notification regarding your service with Dun & Bradstreet. Privacy and Terms of Service Notice: Your privacy is important to us; please see our Privacy Policy and Terms of Use. To unsubscribe from future emails click here or to update your email preferences, please click here. © 2025 Dun & Bradstreet, Inc. All rights reserved. 15335 Gate Pkwy, Jacksonville, FL 32256, USA Litigation Summary— Greater Miami Caterers, Inc. 1. Rodriguez v. Greater Miami Caterers, Inc. et al • Court: U.S. District Court, Southern District of Florida • Case No.: 1:19-cv-20254 • Nature of Suit: Labor— Fair Labor Standards Act (FLSA) • Key Allegations: Plaintiff alleged denial of overtime compensation for hours worked between 2016-2019. • Outcome: Settlement approved by court; case dismissed with prejudice on June 5, 2019. 2. Chaviano & Villaverde v. Greater Miami Caterers, Inc. • Court: Florida First District Court of Appeal • Case No.: 1D17-3029 • Nature of Petition: Writ of Prohibition —Workers' Compensation • Key Issue: Petitioners sought disqualification of a Judge of Compensation Claims (JCC) alleging bias in multiple workers' compensation cases. • Outcome: Petition dismissed as moot after JCC left the bench; court noted writ of prohibition is preventative, not corrective. DIVISION OF CORE i) DIY LFDA f ziy ,/ .0r g �pD Arta i\f an official 2irrr of Ilikrala w•%sid9 Department of State / Division of Corporations / Search Records / Search by Entity Name / 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 Weintraub, Peter 7700 Congress Ave. Suite 1110 Boca Raton, FL 33487 Name Changed: 04/08/2019 Address Changed: 04/02/2021 Officer/Director Detail Name & Address Title PST BUTLER, JACQUELINE 4001 NORTHWEST 31ST AVENUE MIAMI, FL 33142 Title VP OLMO, JOHN 4001 NORTHWEST 31ST AVENUE MIAMI, FL 33142 Title VP Butler, John R. 4001 NORTHWEST 31ST AVENUE MIAMI, FL 33142 Annual Reports Report Year Filed Date 2023 03/27/2023 2024 03/20/2024 2025 03/13/2025 Document Images 03/13/2025 -- ANNUAL REPORT 03/20/2024 -- ANNUAL REPORT 03/27/2023 -- ANNUAL REPORT 03/28/2022 -- ANNUAL REPORT 04/02/2021 -- ANNUAL REPORT 03/27/2020 -- ANNUAL REPORT 04/08/2019 -- ANNUAL REPORT 04/02/2018 -- ANNUAL REPORT 02/23/2017 -- ANNUAL REPORT 03/01 /2016 -- ANNUAL REPORT 02/27/2015 -- ANNUAL REPORT 04/01 /2014 -- ANNUAL REPORT 01 /22/2013 -- ANNUAL REPORT 01/30/2012 --ANNUAL REPORT 03/31/2011 --ANNUAL REPORT 05/10/2010 -- ANNUAL REPORT 03/24/2009 -- ANNUAL REPORT 03/17/2008 -- ANNUAL REPORT 05/10/2007 -- ANNUAL REPORT 03/13/2006 -- ANNUAL REPORT 03/01 /2005 -- ANNUAL REPORT 02/27/2004 -- ANNUAL REPORT 04/21 /2003 -- ANNUAL REPORT 04/18/2002 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format 04/27/2001 -- ANNUAL REPORT 02/26/2000 -- ANNUAL REPORT 04/08/1999 -- ANNUAL REPORT 02/27/1998 -- ANNUAL REPORT 03/17/1997 -- ANNUAL REPORT 02/06/1996 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations PROFESSIONAL SERVICES AGREEMENT By and Between The City of Miami, Florida And Greater Miami Caterers, Inc. This Services Agreement ("Agreement") is entered into this January day of 12th , 2026 by and between the City of Miami, a municipal corporation of the State of Florida, whose address is 444 S.W. 2nd Avenue, 10th Floor, Miami, Florida 33130 ("City"), and, Greater Miami Caterers, Inc., a Florida Profit Corporation, qualified to do business in the State of Florida whose principal address is 4001 NW 31st Avenue, Miami, FL 33142, ("Contractor"). RECITALS: WHEREAS, the City wishes to engage the Services of Contractor, and Contractor wishes to perform the Services for the City; and WHEREAS, the City and Contractor desire to enter into this Agreement under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Contractor and the City agree as follows: 1. RECITALS AND INCORPORATIONS: The Recitals are true and correct and are hereby incorporated into and made a part of this Agreement. The following exhibits are attached hereto and are hereby incorporated into and made a part of this Agreement: Exhibit A — Scope of Services Exhibit B — Insurance Requirements Exhibit C — Certificate of Insurance Exhibit D — Company Resolution Exhibit E — Anti -Human Trafficking Affidavit In the event of a conflict between the provisions of this Agreement or any of its exhibits, the conflict shall be resolved in favor this Agreement then the priority order indicated above. 1 2. TERM The Agreement shall become effective on the date on the first page (the "Effective Date") and shall be for the duration of one (1) year or until the total expenditures reaches $25.000. The City, acting by and through its City Manager, shall have the option to terminate the Agreement for convenience, that is, for no cause; or terminate for cause due to a default. 3. SCOPE OF SERVICES: A. Contractor agrees to provide the Services as specifically described in Exhibit "A", which by this reference is incorporated into and made a part of this Agreement Contractor represents to the City that: (i) it possesses all qualifications, licenses, certificates, authorizations, registrations, and expertise required for the performance of the Services, including but not limited to full qualification to do business in Florida; (ii) it is not delinquent in the payment of any sums due the City, any City agency or instrumentality, including payment of accounts, debts, permits, fees, occupational licenses, etc., nor in the performance of any obligations or payment of any monies to the City; (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the Services will be performed in the manner described in Exhibit "A" and (v) each person executing this Agreement on behalf of Contractor has been duly authorized to so execute the same and fully bind Contractor as a party to this Agreement. B. Contractor shall at all times provide fully qualified, competent and physically capable employees to perform the Services under this Agreement. Contractor shall possess and maintain any required licenses, permits and certifications to perform the Services under this Agreement. The City may require Contractor to remove any employee the City deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued services under this Agreement is not in the best interest of the City. 4. COMPENSATION: A. The amount of compensation payable by the City to the Contractor will be based on Exhibit "A" hereto, which by this reference is incorporated into and made a part of this Agreement. B. Payment shall be made in arrears based upon work performed to the satisfaction of the City within thirty (30) days after receipt of Contractor's invoice for Services performed, which shall be accompanied by sufficient supporting documentation and contain sufficient 2 detail, to allow a proper audit of expenditures, should the City require one to be performed. Invoices shall be sufficiently detailed so as to comply with the "Florida Prompt Payment Act", §218.70. - 218.79, Florida Statutes, and other applicable laws. No advance or future payments shall be made at any time. C. Contractor agrees and understands that (i) any and all subcontractors providing Services related to this Agreement shall be paid through Contractor and not paid directly by the City, and (ii) any and all liabilities regarding payment to or use of subcontractors for any of the Services related to this Agreement shall be borne solely by Contractor. D. The Contractor shall invoice the City at a frequency of no more than once per month for the services rendered in the prior month. 5. OWNERSHIP OF DOCUMENTS: Contractor understands and agrees that any information, data, document, report or any other material whatsoever which is given by the City to Contractor, its employees, or any subcontractor, or which is otherwise obtained or prepared by Contractor solely and exclusively for the City pursuant to or under the terms of this Agreement, is and shall at all times remain the property of the City. Contractor agrees not to use any such information, data, document, report or material for any other purpose whatsoever without the written consent of the City Manager, which may be withheld or conditioned by the City Manager in his/her sole discretion. Contractor is permitted to make and to maintain duplicate copies of the files, records, documents, etc. if Contractor determines copies of such records are necessary subsequent to the termination of this Agreement; however, in no way shall the confidentiality as permitted by applicable laws be breached. The City shall maintain and retain ownership of any and all data and documents which result upon the completion of the work and Services and prepared by Contractor solely and exclusively for the City pursuant to or under the terms of this Agreement as per the terms of this Section 5. 6. AUDIT AND INSPECTION RIGHTS AND RECORDS RETENTION: A. Contractor agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this Agreement, for the purpose of audit, examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of ten (10) years following the date of final payment by the City to Contractor under this Agreement, audit and inspect, or cause to be audited and inspected, those books, documents, papers, and 3 records of Contractor which are solely related to Contractor's performance under this Agreement. Contractor agrees to maintain any and all such books, documents, papers, and records at its principal place of business for a period of ten (10) years after final payment is made under this Agreement and all other pending matters are closed. Contractor's failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of this Agreement by the City. The audit provisions set forth 18-102 of the Code of the City of Miami, Florida as same may be amended or supplemented, from time to time, are applicable to this Agreement. B. The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Contractor under this Agreement conform to the terms hereof. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. The inspection provisions set forth 18-101 of the Code of the City of Miami, Florida as same may be amended or supplemented, from time to time, are applicable to this Agreement. C. All audits, tests and inspections shall be subject to, and made in accordance with, the provisions of Sections 18-100, 18-101, and 18-102 of the Code of the City of Miami, Florida, which apply to this Agreement, as same may be amended or supplemented, from time to time. 7. AWARD OF AGREEMENT: Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 8. PUBLIC RECORDS: A. Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Contractor's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. 4 B. Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) if required, provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all electronically stored public records that must be provided to the City in a format compatible with the City's information technology systems. Notwithstanding the foregoing, Contractor shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. SHOULD CONTRACTOR DETERMINE TO DISPUTE ANY PUBLIC ACCESS PROVISION REQUIRED BY FLORIDA STATUTES, THEN CONTRACTOR SHALL DO SO AT ITS OWN EXPENSE AND AT NO COST TO THE CITY. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDSAMIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. THE CONTRACTOR MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. 9. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Contractor understands that agreements with local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, ethics, funding, lobbying, record keeping, etc. the City and Contractor agree to comply with and observe all such applicable federal, state and local laws, rules, regulations, codes and ordinances, as they may be amended from time to time. 5 Contractor further agrees to include in all of Contractor's agreements with subcontractors for any Services related to this Agreement this provision requiring subcontractors to comply with and observe all applicable federal, state, and local laws rules, regulations, codes and ordinances, as they may be amended from time to time. 10. INDEMNIFICATION: Contractor shall indemnify, save and hold harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, departments, employees, agencies, and instrumentalities (individually and collectively the "Indemnitees"), from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by performance of this Agreement by the Contractor, the Contractor's compliance and/or noncompliance with the provisions of this Agreement, and all laws and regulations pertaining to the Contractor's services which are applicable to the Contractor, the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. Contractor shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, administrative, regulatory, statutory or similar claims, injuries or damages arising or resulting from the Services, even if it is alleged that the Indemnitees were negligent. In the event that any action, cause of action, claim, demand or proceeding (collectively "Claim(s)") is brought against the City by reason of any such Claim(s), the Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel reasonably satisfactory to the City Attorney. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, hold, keep and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. The indemnification provided above shall obligate the Contractor to defend, at its own expense, to and through trial, mediation, arbitration, administrative, regulatory, appellate, supplemental or bankruptcy proceedings, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Contractor, or persons or entities employed or utilized by Contractor. These duties shall survive the cancellation or expiration of this Agreement. This Section shall be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as they may be applicable, and as they may be amended. 6 Contractor shall require all sub -contractor agreements to include a provision that each sub- contractor shall indemnify, hold harmless and defend the City in substantially the same language as this Section. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City, in no way, assumes or shares any responsibility or liability of the Contractor or sub -contractor under this Contract. Ten dollars ($10.00) of the payments made by the City shall constitute separate, distinct, and independent consideration for the granting of this indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Contractor. 11. DEFAULT: If Contractor fails to comply materially with any term or condition of this Agreement or fails to perform in any material way any of its obligations hereunder and fails to cure such failure after reasonable notice from the City, setting forth the thirty (30) time period to cure, then Contractor shall be in default. Contractor understands and agrees that termination of this Agreement under this section shall not release Contractor from any obligation accruing prior to the effective date of termination. Should Contractor be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Contractor shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. 12. RESOLUTION OF AGREEMENT DISPUTES: Contractor understands and agrees that all disputes between Contractor and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Contractor being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds Twenty - Five Thousand Dollars and No/Cents ($25,000), the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds Twenty -Five Thousand Dollars and No/Cents ($25,000), or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (one hundred 7 twenty (120) days if City Manager's decision is subject to the City Commission approval); or (iii) the City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. In no event may the amount of compensation under this Section exceed the total compensation set forth in Section 4 (A) of this Agreement. 13. TERMINATION; OBLIGATIONS UPON TERMINATION: A. The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, for convenience, and without penalty or any stated cause, at any time, by giving written notice to Contractor at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City shall pay to Contractor compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. Contractor shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. B. The City, by and acting through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, upon the occurrence of an event of a material breach hereunder, and failure to cure the same within thirty (30) days after written notice of default. In such event, the City shall not be obligated to pay any amounts to Contractor for Services rendered by Contractor after the date of termination, but the parties shall remain responsible for any payments that have become due and owing as of the effective date of termination. In no event shall the City or Contractor be liable to the other for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City or Contractor be liable for any direct, indirect, consequential or incidental damages. C. Contractor may terminate this Agreement, in whole or in part, for its convenience by providing the City with not less than sixty (60) calendar days' prior written notice. Such notice shall specify the effective date of termination. In the event of termination under this section, the City shall pay to Contractor compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. Contractor shall have no recourse or remedy 8 against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. 14. INSURANCE: A. Contractor shall, at all times during the term hereof, maintain such insurance coverage(s) as may be required by the City. The insurance coverage(s) required as of the Effective Date of this Agreement are attached hereto as Exhibit "B" and incorporated herein by this reference. The City's agreement and title number must appear on each certificate of insurance. Contractor shall add the City of Miami as an additional insured to its commercial general liability, and auto liability policies, and as a named certificate holder on all policies. Contractor shall correct any insurance certificates as requested by the City Risk Management Director. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage(s) and shall be furnished to the City Risk Management Director on Certificates of Insurance indicating such insurance to be in force and effect and any cancelled or non -renewed policy will be replaced with no coverage gap and a current Certificate of Insurance will be provided. Completed Certificates of Insurance shall be filed with the City prior to the performance of Services hereunder, provided, however, that Contractor shall at any time upon request file duplicate copies of the Certificate of Insurance with the City. B. If, in the judgment of the City, prevailing conditions warrant the provision by Contractor of additional liability insurance coverage or coverage which is different in kind, the City Risk Management Director reserves the right to require the provision by Contractor of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should Contractor fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Agreement shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. C. Contractor understands and agrees that any and all liabilities regarding the use of any of Contractor's employees or any of Contractor's sub -contractors for Services related to this Agreement shall be borne solely by Contractor throughout the term of this Agreement and that this provision shall survive the termination of this Agreement. Contractor further understands and agrees that insurance for each employee of Contractor and each sub- 9 contractor providing Services related to this Agreement shall be maintained in good standing and approved by the City Risk Management Director throughout the duration of this Agreement. D. Contractor shall be responsible for assuring that the insurance certificates required under this Agreement remain in full force and effect for the duration of this Agreement, including any extensions hereof. If insurance certificates are scheduled to expire during the term of this Agreement and any extension hereof, Contractor shall be responsible for submitting new or renewed insurance certificates to the City Risk Management Director as soon as coverages are bound with the insurers. In the event that expired certificates are not replaced, with new or renewed certificates which cover the term of this Agreement and any extension thereof: (i) the City shall suspend this Agreement until such time as the new or renewed certificate(s) are received in acceptable form by the City Risk Management Director; or the City may, at its sole discretion, terminate the Agreement for cause and seek re- procurement damages from Contractor in conjunction with the violation of the terms and conditions of this Agreement. E. Compliance with the foregoing requirements shall not relieve Contractor of its liabilities and obligations under this Agreement. 15. NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under the contract. Furthermore, Contractor affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor 10 which cannot be lawfully used, be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Contractor shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 16. ASSIGNMENT: Contractor's services are considered unique and specialized. This Agreement shall not be assigned, sold, transferred, pledged, or otherwise conveyed by Contractor, in whole or in part, and Contractor shall not assign any part of its operations which are related to the performance of this Agreement, without the prior written consent of the City Manager, which may be withheld or conditioned, in the City's sole discretion through the City Manager. 11 17. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO CONTRACTOR: John Olmo, Vice -President Greater Miami Caterers, Inc. 4001 NW 31 Avenue Miami, FL 33142 TO THE CITY: Arthur Noriega V City Manager 444 SW 2nd Avenue, 10th Floor Miami, FL 33130-1910 WITH COPIES TO: George K. Wysong III City Attorney 444 SW 2nd Avenue, 9th Floor Miami, FL 33130-1910 Annie Perez Director/Chief Procurement Officer 444 SW 2nd Avenue, 6th Floor Miami, FL 33130-1910 Oscar (Chuck) Ellis Director Parks and Recreation Department 444 SW 2nd Avenue, 8th Floor Miami, FL 33130-1910 12 18. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the parties shall be in Miami -Dade County, Florida. Each party shall bear its own attorney's fees. Each party waives any defense, whether asserted by motion, memorandum, or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. The parties freely, knowingly irrevocably waive any rights to a jury trial in any actions or proceedings between them related to this Agreement. B. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. C. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, Florida, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then the same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. D. Contractor shall comply with all applicable laws, rules and regulations in the performance of this Agreement, including but not limited to licensure, registration, and certifications required by law for professional service Contractors performing these services. E. This Agreement constitutes the sole and entire Agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. Except as otherwise set forth in Section 2 above, the City Manager shall have the sole authority to extend, amend, or modify this Agreement on behalf of the City. All changes and/or modifications to this Agreement shall be approved in advance and in writing by the Office of the City Attorney as to legal form and correctness and executed in writing by the City and Contractor. F. Title and paragraph headings are for convenient reference and are not a part of this Agreement. G. Nothing contained in this Agreement is any way intended to be a waiver of the limitation 13 placed upon the Indemnitees' liability as set forth in Chapter 768, Florida Statutes. Additionally, the Indemnitees do not waive sovereign immunity, and no claim or award against the Indemnitees shall include attorney's fees, investigative costs, pre -suit or adjusting costs, or pre -judgment interest. H. If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law or regulation, or is unenforceable or void for any reason, such term, provision or combination of same shall be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation for convenience. 19. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 20. INDEPENDENT CONTRACTORS: Contractor has been procured and is being engaged to provide Services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, neither Contractor, nor its employees, nor any subcontractor hired by Contractor to provide any Services under this Agreement shall attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Contractor, its employees, or any subcontractor hired by Contractor to provide any Services hereunder, and Contractor agrees to provide or to require subcontractor(s) to provide, as applicable, workers' compensation insurance for any employee or agent of Contractor rendering Services to the City under this Agreement. Contractor further understands and agrees that Contractor's or subcontractors' use or entry upon City properties shall not in any way change its or their status as an independent contractor. 21. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of 14 funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws or regulations, upon thirty (30) days written notice. 22. FORCE MAJEURE: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 23. CITY NOT LIABLE FOR DELAYS: Contractor hereby understands and agrees that in no event shall the City be liable for, or responsible to Contractor or any subcontractor, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in work herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. 24. USE OF NAME: Contractor understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity purposes. Contractor is allowed, within the limited scope of normal and customary marketing and promotion of its work, to use the general results of this project and the name of the City. Contractor agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. 15 25. NO CONFLICT OF INTEREST: Pursuant to the City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, Contractor hereby certifies to the City that no individual member of Contractor, no employee, and no subcontractor under this Agreement nor any immediate family member of any of the same is also city employee or a member of any board, commission, or agency of the City. Contractor hereby represents and warrants to the City that throughout the term of this Agreement, Contractor, its employees, and its subcontractors will abide by this prohibition of the City Code. Contractor additionally agrees during the term of this Agreement not to serve as a paid expert witness, affiant or otherwise furnish evidence adverse to the City in a Claim brought against the City by any third party. 26. NO THIRD -PARTY BENEFICIARY: No persons other than Contractor and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. 27. SURVIVAL: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. 28. TRUTH -IN -NEGOTIATION CERTIFICATION, REPRESENTATION AND WARRANTY: Contractor hereby certifies, represents and warrants to the City that on the date of Contractor's execution of this Agreement, and so long as this Agreement shall remain in full force and effect, the wage rates and other factual unit costs supporting the compensation to Contractor under this Agreement are and will continue to be accurate, complete, and current. Contractor understands, agrees and acknowledges that the City shall adjust the amount of the compensation and any additions thereto to exclude any significant sums by which the City determines the contract price of compensation hereunder was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant to the provisions hereof. 16 29. ANTI -HUMAN TRAFFICKING: The Contractor confirms and certifies that it is not in violation of Section 787.06, Florida Statutes, and that it does not and shall not use "coercion" for labor or services as defined in Section 787.06, Florida Statutes. The Contractor shall execute and submit to the City an Affidavit, of even date herewith, in compliance with Section 787.06(13), Florida Statutes, attached an incorporated herein as "Anti -Human Trafficking Affidavit". If the Contractor fails to comply with the terms of this Section, the City may suspend or terminate this Agreement immediately, without prior notice, and in no event shall the City be liable to Contractor for any additional compensation or for any consequential or incidental damages. 30. ANTITRUST VIOLATOR VENDORS: Pursuant to Section 287.137, Florida Statutes, a person or an affiliate who has been placed on the Antitrust Violator Vendors List following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any agreement to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on any agreement with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a grantee, supplier, subcontractor, or consultant under an agreement with a public entity; and may not transact new business with a public entity. 31. COUNTERPARTS, ELECTRONIC SIGNATURES: This Agreement may be executed in counterparts, each of which shall be an original as against either party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. 32. E-VERIFY: By entering into this Agreement, the Contractor and its subcontractors are jointly and severally obligated to comply with the provisions of Section 448.095, Florida Statutes, as amended, titled 17 "Employment Eligibility." The Contractor affirms that (a) it has registered and uses the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees of the Contractors; (b) it has required all subcontractors to this Agreement to register and use the E-Verify system to verify the work authorization status of all new employees of the subconsultant; (c) it has an affidavit from all subcontractors to this Agreement attesting that the subconsultant does not employ, contract with, or subcontract with, unauthorized aliens; and (d) it shall maintain copies of any such affidavits for the duration of the Agreement. Registration information is available at: http://www.uscis.gov/e-verify. If City has a good faith belief that Contractor has knowingly violated Section 448.09(1), Florida Statutes, then City shall terminate this Agreement in accordance with Section 448.095(5)(c), Florida Statutes. In the event of such termination, the Contractor agrees and acknowledges that it may not be awarded a public contract for at least one (1) year from the date of such termination and that Contractor shall be liable for any additional costs incurred by the City because of such termination. In addition, if City has a good faith belief that a subcontractor has knowingly violated any provisions of Sections 448.09(1) or 448.095, Florida Statutes, but Contractor has otherwise complied with its requirements under those statutes, then Contractor agrees that it shall terminate its contract with the subcontractor upon receipt of notice from the City of such violation by subcontractor in accordance with Section 448.095(5)(c), Florida Statutes. Any challenge to termination under this provision must be filed in the Circuit or County Court by the City, Contractor, or subcontractor no later than twenty (20) calendar days after the date of Agreement termination. 33. ENTIRE AGREEMENT: This instrument and its exhibits constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect 18 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: BY: "Contractor" Greater Miami Caterers, Inc., A Florida Profit Corporation BY: NAME: L s P• ras NAME: John Olmo TITLE: Business Administrator TITLE: Vice -President (Corporate Seal) ATTEST: BY: DocuSigned by: Signed by: "City" THE CITY OF MIAMI, A MUNICIPAL CORPORATION OF THE STATE OF FLORIDA DocuSigned by: N.I (1MM' 1 "V% lvr,lw E4,6Dd,S69DR6F-1,449... P6FC94 DD42A_. Todd B. Hannon Arthur Noriega V City Clerk City Manager APPROVED AS TO LEGAL FORM AND APPROVED AS TO INSURANCE CORRECTNESS: BY:—%877PF9FF82242R DS "—DocuSigned by: �r�i�l�sai�lll � REQUIREMENTS: DocuSigned by: 'v'atAk a144vy BY: 27395C6318214E7... George K. VVysong III 26-30 David Ruiz City Attorney Interim Director of Risk Management 19 EXHIBIT A SCOPE OF SERVICES Scope of Work Program Administrator — Alliance for Aging Local Services Program (LSP)** 1. Program Overview The City of Miami (the "City") seeks a qualified organization ("Program Administrator" or "Contractor") to manage and operate the Alliance for Aging Local Services Program ("LSP") in full compliance with the Florida Department of Elder Affairs ("DOEA") requirements, Alliance for Aging policies, and all City regulations. The Program Administrator will oversee the complete delivery of congregate meal services, serving of congregate meals, and related activities for eligible older adults, ensuring high -quality service, regulatory compliance, and accurate reporting. 2. Objectives • Provide nutritious congregate meals that meet DOEA standards. • Ensure that all eligible seniors are properly enrolled and tracked. • Maintain accurate daily, monthly, and annual program data. • Deliver services that promote safety, nutrition, dignity, and well-being for older adults. 3. Scope of Work & Responsibilities A. Eligibility & Enrollment The Program Administrator shall: 1. Complete, maintain, and securely store 701-C intake and assessment forms for all participants. 2. Verify participant eligibility in accordance with DOEA and Alliance for Aging guidelines. 3. Conduct ongoing eligibility tracking to ensure services prioritize individuals most in need. 4. Maintain audit -ready participant files for City, DOEA, or Alliance for Aging review. B. Meal Service Standards The Program Administrator shall: 1. Provide all staffing and administrative support necessary to monitor, track, deliver and serve meals to approximately 150 adults aged 60+, Monday through Friday. 20 2. Be, or contract with, an approved DOEA caterer to prepare individually packaged or bulk meals in compliance with all DOEA nutritional standards. 3. Ensure meals meet or exceed DOEA nutrition requirements, including caloric, dietary, and food -safety standards. 4. Facilitate daily meal delivery and service (Monday —Friday) to each designated park site, ensuring the correct number of meals arrive on schedule and serve during designated meal time. 5. Coordinate with the City's designee(s) for ongoing meal quality checks, including temperature control, portion accuracy, and food -safety compliance. 6. Oversee all aspects of meal service operations, including preparation, delivery, serving, sanitation, and site oversight. C. Monitoring, Documentation & Reporting The Program Administrator is responsible for: 1. Maintaining daily attendance logs, meal counts, and sign -in sheets for each congregate site. 2. Creating and submitting all required DOEA reports, including those related to meal service and Local Services Program (LSP) requirements. 3. Completing required documentation through the State's Enterprise Client Information and Registration Tracking System (eCIRTS). 4. Submitting monthly reports to both the City and DOEA, including: o Meals served o Participant attendance o Eligibility tracking updates o Any incidents, deficiencies, or site concerns 5. Maintaining audit -ready documentation and implementing timely corrective actions when required. D. Staffing & Training The Program Administrator shall: 21 1. Provide adequate staffing to ensure smooth program operations, including managers, clerical personnel, and meal service staff. 2. Ensure all staff meet qualification, background screening, and DOEA compliance requirements. 3. Train all personnel on: o DOEA policies and program requirements o Food safety, sanitation, and temperature control o Documentation and reporting responsibilities, including eCIRTS o Emergency protocols and participant safety 4. Maintain training logs and verify ongoing competency. 4. Performance Standards The Program Administrator must: • Maintain full compliance with DOEA and Alliance for Aging guidelines. • Submit timely, accurate reports to the City and State. • Maintain a safe, respectful, and clean environment at all service sites. • Respond promptly to City or DOEA requests, evaluations, or corrective action requirements. 5. Deliverables • Completed 701-C forms and updated eligibility documentation • Daily meal count logs and attendance records • eCIRTS submissions and monthly DOEA-required reporting • Training records and staff rosters • Year-end program summary • Documentation supporting all meals delivered for reimbursement 6. Term of Service The Contractor shall perform all duties for the term specified by the City or until services are formally renewed or terminated. 7. Compliance & Reimbursement 22 • The Program Administrator must comply with all DOEA, Alliance for Aging, and City requirements. • The monthly administrative fee shall not include the price of any meals delivered under this program. • The Program Administrator is responsible for seeking meal reimbursement directly from the State of Florida under the Local Services Program (LSP) guidelines. • Meal reimbursement guidance is available through the DOEA's official program information website. 23 • Greater Miami Caterers, Inc. LANDMARKS IN THE FOOD SERVICE INDUSTRY 4001 N.W. 31st AVENUE, MIAMI, FLORIDA 33142 (305) 633-8066 • (305) 633-4616 Broward (954) 927 3266 • Fax (305) 635-5202 Web Site: www.master-host.net • E-mail: info@mhcater.com • Alt. Fax (305) 635-0653 December 11, 2025 To: Virginia Bentley, Parks and Recreation Services Coordinator City of Miami, Parks & Recreation Department From: John Olmo, Vice -President Re: Rebeca Sosa Park — Senior Program Adult Catered Meals Quote 01/05/26 to 02/25/26 As per your request, Greater Miami Caterers is responding with a quote to provide lunch and snack meal catering for adults. Pricings are for a bulk packaged meal that includes disposables and delivery. Any changes to our offer may require another version of this quote. Please call if you have any questions and thank you for your consideration. • Greater Miami Caterers, Inc. LANDMARKS IN THE FOOD SERVICE INDUSTRY 4001 N.W. 31st AVENUE, MIAMI, FLORIDA 33142 (305) 633-8066 • (305) 633-4616 Broward (954) 927 3266 • Fax (305) 635-5202 Web Site: www.master-host.net • E-mail: info@mhcater.com • Alt. Fax (305) 635-0653 City of Miami, Parks & Recreation Department Rebeca Sosa Park - Service Agreement pg. 1 Greater Miami Caterers, Inc. (herein referred to as "G.M.C.") will provide the following services to City of Miami (herein referred to as "C.O.M.") c/o Virginia Bentley, service location at Rebeca Sosa Park, 25 Tamiami Blvd., Miami, FI. 33144 with a commencement service date approximately Monday, January 05th, 2026. A.) Bulk packaged catered lunch meals based on the four cycle menus attached which are designed for the nutrition of an adult meeting the usual one-third R.D.A. required. Field trip box lunches are available with three days' notice. Meals will be provided for one portion category group (category 5: adults). B.) The cost for services would be as follows: Lunch Lunch Lunch Lunch Lunch Lunch 1-Jan 2-Jan 3-Jan 4-Jan 5-Jan 150 150 150 150 150 750 $4.54 $3,405.00 12-Jan 13-Jan 14-Jan 15-Jan 16-Jan 150 150 150 150 150 750 $4.54 $3,405.00 19-Jan 20-Jan 21-Jan 22-Jan 23-Jan 150 150 150 150 600 $4.54 $2,724.00 26-Jan 27-Jan 28-Jan 29-Jan 30-Jan 150 150 150 150 150 750 $4.54 $3,405.00 2-Feb 3-Feb 4-Feb 5-Feb 6-Feb 150 150 150 150 150 750 $4.54 $3,405.00 9-Feb 10-Feb 11-Feb 12-Feb 13-Feb 150 150 150 150 150 750 $4.54 $3,405.00 Lunch 16-Feb 17-Feb 0 150 Lunch 18-Feb 19-Feb 20-Feb 150 150 150 600 $4.54 $2,724.00 23-Feb 24-Feb 25-Feb 26-Feb 27-Feb 150 150 150 450 $4.54 $2,043.00 5400 Lunch $24,516.00 • Greater Miami Caterers, Inc. LANDMARKS IN THE FOOD SERVICE INDUSTRY 4001 N.W. 31st AVENUE, MIAMI, FLORIDA 33142 (305) 633-8066 • (305) 633-4616 Broward (954) 927 3266 • Fax (305) 635-5202 Web Site: www.master-host.net • E-mail: info@mhcater.com • Alt. Fax (305) 635-0653 City of Miami, Parks & Recreation Department Rebeca Sosa Park - Service Agreement pg. 2 The price includes the menu of the day, any condiments usually consumed with the menu components, paper/plastic disposables for meal consumption and delivery. No pureeing or chopping of foods is offered or available. This pricing applies for five-day service, delivered Monday thru Friday. C.) Service description - food quality is to be nutritional and of good quality. Portion sizes are as stated in the menus. Food preparation style is normally low salt, low fat and low cholesterol. Holiday menus are available and will be coordinated between GMC and C.O.M.. Delivery services will be provided to the one designated site once daily prior to your appointed lunch serving time at: 1) 25 Tamiami Blvd., Miami, FI. 33144. All components of the daily menu will be delivered to the site. This delivery is to be received by a representative of Roberto Clemente Park, checking the items they are receiving for the proper volume and acceptability and affirming their conformity by signing the delivery Slip which states the products and quantity being delivered. No goods shall be left if the delivery receipt is not signed. Accepted on this 11 day of December, 2025, with the intent to be legally bound. City of Miami, Parks & Recreation Department Witness Buyer Date Greater Miami Caterers, Inc. Little Havana Activities Nutrition Centers of Dade County Adult Day Care Cycle 2 Menu — July 14, 2025 — January 11, 2026 Week 1 — Effective: July 21, 2025 Monday Tuesday Wednesday Thursday Friday Week 1 Week 1 Week 1 Week 1 Week 1 1 c. Red Bean Soup 3 oz. Lemon Pepper Roasted Chicken 1/4 c. White Rice 1/4 c. Oven Baked Plantains 1 ea. Orange 8 oz. 1% Milk 3 oz. Lomo Saltado % c. Mashed Potatoes % c. Capri Blend Vegetables 1 ea. WW Roll 1 ea. Banana 8 oz. 1% Milk 1 c. Split Pea Soup w/ Ham & Chorizo 5 oz. Tamal en Hoja 2 oz. Shredded Pork % c. White Rice % c. Mixed Vegetables 1/4 c. Mandarin Oranges in Juice 8 oz. 1% Milk 1 c. Ajiaco Soup 3 oz. Picadillo w/ 1 oz. Diced Green Bell Peppers ' c. Brown Rice 1 c. Spinach w/ 4 ea. Cherry Tomato Salad 1 tsp. Lite Dressing 1 ea. WW Roll ' c. Pineapple Delight 8 oz. 1% Milk 1 c. Cream of Malanga Soup 3 oz. Sliced Roast Pork w/ 1 oz. Mojo ' c. Moros (1/2 c. Brown Rice & 1/4 c. Black Beans) 1 ea. Papaya Slice 8 oz. 1 % Milk Week 2 — Effective: July 28, 2025 Week 2 Week 2 Week 2 Week 2 Week 2 3 oz. Meatloaf w/ Gravy ' c. Mashed Potato ' c. Calabaza w/ Olive Oil & Onions 1 ea. Whole Wheat Dinner Roll 1 ea. Orange 8 oz. 1% Milk ' c. Plantain Soup 3 oz. Roasted Chicken Leg Quarter w/ Mojo ' c. Brown Rice - ' c. Marinated Tomato, Onion Salad 1 ea. WW Roll 1 ea. Tangerine 8 oz. 1% Milk 10.5 oz. Spaghetti Bolognese (3/4 WW Pasta, 3oz. Beef, 1 oz. Tomato Sauce and ' oz. Mozzarella Cheese (send separate) ' c. Caesar Salad 1 t. Caesar Salad Dress. 1 ea. Garlic Roll ' c. Tropical Fruit Salad 8 oz. 1 % Milk 1 c. Black Bean Soup 3 oz. Turkey Picadillo a la Guajira ' c. White Rice ' c. Lettuce, Tomato & Carrot Salad 1 T. Lite Dressing 1 ea. Peach or Plum 8 oz. 1% Milk 3 oz. BBQ Chicken Leg Quarter ' c. Mashed Potato ' c. California Blend Vegetables 1 ea. Banana ' c. Natilla w/ Cinnamon 8 oz. 1% Milk Dietitian Signature: Date: Little Havana Activities Nutrition Centers of Dade County Adult Day Care Cycle 2 Menu — July 14, 2025 — January 11, 2026 Week 3 — Effective: August 4, 2025 Monday Tuesday Wednesday Thursday Friday Week 3 Week 3 Week 3 Week 3 Week 3 % c. Galician Soup (White Beans, Turnips, Cabbage, & Potato) 4 oz. Chicken Fricassee w/ Potatoes, Olives, Peppers & Onions, % c. White Rice % c. Oven Fried Plantains % c. Applesauce 8 oz. 1 % Milk 3 oz. Shredded Roast Pork in 1 oz. Garlic Sauce % c. White Rice % c. Red Bean Soup 1/2 c. Yuca w/ Mojo 1 ea. Fresh Orange 8 oz. 1 % Milk 4 oz. Carne con Papas % c. Brown Rice 1 c. Spinach, Tomato & Carrot Salad 1 tsp. French Dressing 1 sl. WW Bread 1 tsp. Margarine 4 oz. Yogurt w/ Berries 8 oz. 1 % Milk 7 oz. Imperial Rice (2'/2 oz. Shredded chicken. % oz. Mozzarella Cheese (send separate) & % c. Yellow Rice) % c. Oven Fried Plantains 1 c. Spring & Cucumber Salad w/ 1 T. French Dressing 1 ea. Fresh Orange 8 oz. 1 % Milk 3 oz. Estofado de Carne (Pot Roast) % c. Tamal en Cazuela 1/2 c. Green Bean & Onion Salad % c. Fruited Gelatin 1 ea. Guava Pastry 8 oz. 1 % Milk Week 4 — Effective: July 14, 2025 Week 4 Week 4 Week 4 Week 4 Week 4 1 c. Black Bean Soup 2.5 oz. Shredded Pork 1/2 c. White Rice % c. Spinach Salad w/ French Dressing 1 ea. Orange 8oz. 1 % Milk 4oz. Meatballs in Sweet & Sour Sauce w/ 2 oz. Red Bell Peppers — Extra Sauce 1 c. Oriental Rice w/ Vegetables % c. Oriental Blend Vegetables 1 ea. Banana 8 oz. 1 % Milk 8 oz. Arroz (Brown) con Pollo (3 oz. Chicken & % c. Brown Rice & 1 oz. Veg.) 1 c. Oven Baked Plantains % c. Marinated Tomato and Onion Salad. 1 sl. WW Bread % c. Fruited Yogurt 8 oz. 1 % Milk 10 oz. Meat Lasagna (2oz Ground Turkey, 3 c. Pasta w/ 1 oz. Tom. Sauce & 1 oz Mozzarella Cheese(send separate) % c. Caesar Salad 1 t. Light Cesar Dressing 1 ea. WW Garlic Roll 1 c. Chicken Noodle Soup % c. Pineapple in Juice 8 oz. 1% Milk % c. Lentil Soup 3 oz. Cilantro Lime Shredded Chicken 1% c. White Rice % c. Fried Boniato 1 ea. Fresh Orange 8 oz. 1 % Milk Dietitian Signature: Date: EXHIBIT B INSURANCE REQUIREMENTS PSA FOR ADULT MEAL DISTRIBUTIONS Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Personal and Adv. Injury Products/Completed Operations B. Endorsements Required City of Miami listed as additional insured Primary Insurance Clause Endorsement Contingent Exposures Included II. Business Automobile Liability $1,000,000 $ 2,000,000 $ 1,000,000 $ 1,000,000 A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required City of Miami listed as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit IV. Umbrella Liability Each Occurrence Policy Aggregate 24 $1,000,000 $1,000,000 City listed as additional insured. Coverage is excess over the general liability and auto policies. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance to policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. 25 EXHIBIT C CERTIFICATE OF INSURANCE 26 EXHIBIT D COMPANY RESOLUTION AND EVIDENCE OF QUALIFICATION TO DO BUSINESS IN FLORIDA (This Resolution needs to authorize the signatory to sign) WHEREAS, Greater Miami Caterers, Inc. ., a Corporation (company type: Inc., LLC.), desires to enter into an Agreement with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached; and WHEREAS, the Board of Directors, Inc., (board type; Board of Directors for Inc, Board of Managers for LLC.) at a duly held company meeting has considered the matter in accordance with the bylaws of the company; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD of same as identified above) that this company is authorized to enter into the Agreement with the City, and the President (company officer title) and the Vice -President (company officer title) are hereby authorized and directed to execute the Agreement in the name of this Company and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. IN WITNESS WHEREOF, this 5th day of January , 2026. Greater Miami Caterers, Inc. ("Contractor") An Florida (State) Company By: Print Name: Jaqueline Butler (sign) TITLE: President Print Name: John Olmo TITLE: Vice -President (sign) 27 EXHIBIT E Anti -Human Trafficking Affidavit 28 ANTI -HUMAN TRAFFICKING AFFIDAVIT i, The undersigned affirms, certifies. attests, and stipulates as follows: a. The entity is a non -governmental entity authorized to transact business in the State of Florida and in good standing with the Florida Department of State, Division of Corporations. b. The nongovernmental entity is either executing, renewing. or extending a contract (including, but not limited to. any amendments, as applicable) with the City of Miami ("City") or one of its agencies, authorities, boards, trusts, or other City entity which constitutes a governmental entity as defined in Section 287.138(1), Florida Statutes (2024), c. The nongovernmental entity is not in violation of Section 787.06, Florida Statutes (2024). titled "Human Trafficking." d. The nongovernmental entity does not use "coercion" for labor or services as defined in Section 787.06, Florida Statutes (2024). attached and incorporated herein as Exhibit Affidavit -I. 2. Under penalties of perjury, I declare the following: a. I have read and understand the foregoing Anti -Human Trafficking Affidavit and that the facts, statements and representations provided in Section 1 are true and correct, b. I am an officer or a representative of the nongovernmental entity authorized to execute this Anti - Human Trafficking Affidavit. Nongovernmental Entity: Greater Miami Caterers, Inc. Nance: John Olmo Officer Title: Vice -President Signature of Officer: Office Address: 4001 NW 31 Ave e, Miami, FL 33142 Email Address: JOlmo@gmcater.COm FEINNo.5/9-1/2/0/9/1 /7/4 STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) Main Phone Number: (305) 633-4616 x. 106 The foregoin instrument was sworn to and s}�bscribed before me by means of fysical presence or O online notarization, this 5 day of clrI tJOKI by ..1(nn (Arno , as the authorized officer or representative for the nongovernmental entity.. He/she is personally known to me or has produced (NOTARY PUBLq�it; LUIS PORRAS " COMMISSION # HH 246862 EXPIRES: July 30, 2026 My Commission Expires: Ju1j 3O 24 as identification. (Printed, Typed. or Stamped Name of Notary Public) Select Year: 2024 v The 2024 Florida Statutes Go Title Chapter 787 View Entire XLVI KIDNAPPING; CUSTODY OFFENSES; HUMAN TRAFFICKING; AND RELATED Chapter CRIMES OFFENSES 787.06 Human trafficking.— (1)(a) The Legislature finds that human trafficking is a form of modern-day slavery. Victims of human trafficking are young children, teenagers, and adults. Thousands of victims are trafficked annually across international borders worldwide. Many of these victims are trafficked into this state. Victims of human trafficking also include citizens of the United States and those persons trafficked domestically within the borders of the United States. The Legislature finds that victims of human trafficking are subjected to force, fraud, or coercion for the purpose of sexual exploitation or forced labor. (b) The Legislature finds that while many victims of human trafficking are forced to work in prostitution or the sexual entertainment industry, trafficking also occurs in forms of labor exploitation, such as domestic servitude, restaurant work, janitorial work, sweatshop factory work, and migrant agricultural work. (c) The Legislature finds that traffickers use various techniques to instill fear in victims and to keep them enslaved. Some traffickers keep their victims under lock and key. However, the most frequently used practices are less obvious techniques that include isolating victims from the public and family members; confiscating passports, visas, or other identification documents; using or threatening to use violence toward victims or their families; telling victims that they will be imprisoned or deported for immigration violations if they contact authorities; and controlling the victims' funds by holding the money ostensibly for safekeeping. (d) It is the intent of the Legislature that the perpetrators of human trafficking be penalized for their illegal conduct and that the victims of trafficking be protected and assisted by this state and its agencies. In furtherance of this policy, it is the intent of the Legislature that the state Supreme Court, The Florida Bar, and relevant state agencies prepare and implement training programs in order that judges, attorneys, law enforcement personnel, investigators, and others are able to identify traffickers and victims of human trafficking and direct victims to appropriate agencies for assistance. It is the intent of the Legislature that the Department of Children and Families and other state agencies cooperate with other state and federal agencies to ensure that victims of human trafficking can access social services and benefits to alleviate their plight. (2) As used in this section, the term: (a) "Coercion" means: 1. Using or threatening to use physical force against any person; 2. Restraining, isolating, or confining or threatening to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or services are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threatening to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule II of s. 893.03 to any person for the purpose of exploitation of that person. (b) "Commercial sexual activity" means any violation of chapter 796 or an attempt to commit any such offense, and includes sexually explicit performances and the production of pornography. (c) "Financial harm" includes extortionate extension of credit, loan sharking as defined in s. 687.071, or employment contracts that violate the statute of frauds as provided in s. 725.01. (d) "Human trafficking" means transporting, soliciting, recruiting, harboring, providing, enticing, maintaining, purchasing, patronizing, procuring, or obtaining another person for the purpose of exploitation of that person. (e) "Labor" means work of economic or financial value. (f) "Maintain" means, in relation to labor or services, to secure or make possible continued performance thereof, regardless of any initial agreement on the part of the victim to perform such type service. (g) "Obtain" means, in relation to labor, commercial sexual activity, or services, to receive, take possession of, or take custody of another person or secure performance thereof. (h) "Services" means any act committed at the behest of, under the supervision of, or for the benefit of another. The term includes, but is not limited to, forced marriage, servitude, or the removal of organs. (i) "Sexually explicit performance" means an act or show, whether public or private, that is live, photographed, recorded, or videotaped and intended to arouse or satisfy the sexual desires or appeal to the prurient interest. (j) "Unauthorized alien" means an alien who is not authorized under federal law to be employed in the United States, as provided in 8 U.S.C. s. 1324a(h)(3). The term shall be interpreted consistently with that section and any applicable federal rules or regulations. (k) "Venture" means any group of two or more individuals associated in fact, whether or not a legal entity. (3) Any person who knowingly, or in reckless disregard of the facts, engages in human trafficking, or attempts to engage in human trafficking, or benefits financially by receiving anything of value from participation in a venture that has subjected a person to human trafficking: (a)1. For labor or services of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services of an adult commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (b) Using coercion for commercial sexual activity of an adult commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (c)1. For labor or services of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services of an adult who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (d) Using coercion for commercial sexual activity of an adult who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (e)1. For labor or services who does so by the transfer or transport of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services who does so by the transfer or transport of an adult from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (f)1. For commercial sexual activity who does so by the transfer or transport of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age from outside this state to within this state commits a felony of the first degree, punishable by imprisonment for a term of years not exceeding life, or as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for commercial sexual activity who does so by the transfer or transport of an adult from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (g) For commercial sexual activity in which any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age, or in which any person who is mentally defective or mentally incapacitated as those terms are defined in s. 794.011(1), is involved commits a life felony, punishable as provided in s. 775.082(3)(a)6., s. 775.083, or s. 775.084. For each instance of human trafficking of any individual under this subsection, a separate crime is committed and a separate punishment is authorized. (4)(a) Any parent, legal guardian, or other person having custody or control of a minor who sells or otherwise transfers custody or control of such minor, or offers to sell or otherwise transfer custody of such minor, with knowledge or in reckless disregard of the fact that, as a consequence of the sale or transfer, the minor will be subject to human trafficking commits a life felony, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (b) Any person who, for the purpose of committing or facilitating an offense under this section, permanently brands, or directs to be branded, a victim of an offense under this section commits a second degree felony, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. For purposes of this subsection, the term "permanently branded" means a mark on the individual's body that, if it can be removed or repaired at all, can only be removed or repaired by surgical means, laser treatment, or other medical procedure. (5) The Criminal Justice Standards and Training Commission shall establish standards for basic and advanced training programs for law enforcement officers in the subjects of investigating and preventing human trafficking crimes. Every basic skills course required for law enforcement officers to obtain initial certification must include training on human trafficking crime prevention and investigation. (6) Each state attorney shall develop standards of instruction for prosecutors to receive training on the investigation and prosecution of human trafficking crimes and shall provide for periodic and timely instruction. (7) Any real property or personal property that was used, attempted to be used, or intended to be used in violation of this section may be seized and shall be forfeited as provided by the Florida Contraband Forfeiture Act. After satisfying any liens on the property, the remaining proceeds from the sale of any property seized under this section and owned by a defendant convicted of a violation of this section must first be allocated to pay any order of restitution of a human trafficking victim in the criminal case for which the owner was convicted. If there are multiple human trafficking victims in the criminal case, the remaining proceeds must be allocated equally among the victims to pay restitution. If the proceeds are sufficient to pay any such order of restitution, any remaining proceeds must be disbursed as required by s. 932.7055(5)-(9). (8) The degree of an offense shall be reclassified as follows if a person causes great bodily harm, permanent disability, or permanent disfigurement to another person during the commission of an offense under this section: (a) A felony of the second degree shall be reclassified as a felony of the first degree. (b) A felony of the first degree shall be reclassified as a life felony. (9) In a prosecution under this section, the defendant's ignorance of the victim's age, the victim's misrepresentation of his or her age, or the defendant's bona fide belief of the victim's age cannot be raised as a defense. (10)(a) Information about the location of a residential facility offering services for adult victims of human trafficking involving commercial sexual activity, which is held by an agency, as defined in s. 119.011, is confidential and exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution. This exemption applies to such confidential and exempt information held by an agency before, on, or after the effective date of the exemption. (b) Information about the location of a residential facility offering services for adult victims of human trafficking involving commercial sexual activity may be provided to an agency, as defined in s. 119.011, as necessary to maintain health and safety standards and to address emergency situations in the residential facility. (c) The exemptions from s. 119.07(1) and s. 24(a), Art. I of the State Constitution provided in this subsection do not apply to facilities licensed by the Agency for Health Care Administration. (11) A victim's lack of chastity or the willingness or consent of a victim is not a defense to prosecution under this section if the victim was under 18 years of age at the time of the offense. (12) The Legislature encourages each state attorney to adopt a pro -prosecution policy for human trafficking offenses, as provided in this section. After consulting the victim, or making a good faith attempt to consult the victim, the state attorney shall determine the filing, nonfiling, or diversion of criminal charges even in circumstances when there is no cooperation from a victim or over the objection of the victim, if necessary. (13) When a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services as defined in this section. For purposes of this subsection, the term "governmental entity" has the same meaning as in s. 287.138(1). History.—s. 2, ch. 2004-391; s. 1, ch. 2006-168; s. 5, ch. 2012-97; s. 300, ch. 2014-19; s. 7, ch. 2014-160; s. 96, ch. 2015-2; s. 2, ch. 2015-147; s. 3, ch. 2016-24; s. 25, ch. 2016-105; s. 4, ch. 2016-199; s. 2, ch. 2020-49; s. 2, ch. 2021-189; s. 3, ch. 2023-86; s. 7, ch. 2024- 184. Copyright © 1995-2024 The Florida Legislature • Privacy Statement • Contact Us STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-1011 Ron DeSantis, Governor Melanie S. Griffin, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DIVISION OF HOTELS AND RESTAURANTS LICENSE NUMBER: CAT2326832 EXPIRATION DATE: OCTOBER 1, 2026 THE CATERER (2013) HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 509, FLORIDA STATUTES GREATER MIAMI CATERERS INC GREATER MIAMI CATERERS 4001 NW 31 AVE /2 BUILDINGS MIAMI FL 33142 ISSUED: 08/06/2025 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 3550978 BUSINESS NAME LOCA11O I GREATER MIAMI CATERERS INC 4001 NW 315T AVE MIAMI FL 33142-5103 OWNER GREATER MIAMI CATERERS INC Employee(s) 5 LBT J RECEIPT NO. RENEWAL 1070499 ti SEC_ TYPE OF BUSINESS 195 CATERING BUSINESS CAT2326832 EXPIRES SEPTEMBER 30, 2026 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $75.00 08/26/2025 PTBTE-25-303267 This Lace! Business Tex Receipt only carrfima parawat of the Local BusinaTax. The Receipt is note license, permit. ore certification of the fielder's qualifications, to do business Holder must comply with any governmental or nongovernmental regulatory laws end requirements which apply tatty buttress. The RECEIPT NO. above mess he displayed on all commercial vehicles- Miami -Bede Code Sec is-275. For more Information, visit mdctscollector.gov ACORD CERTIFICATE OF LIABILITY INSURANCE `----- DATE(MM/DD/YYYY) 10/6/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Keyes Coverage Insurance 5900 Hiatus Road Tamarac FL 33321 CONTACT NAME: Melissa Vivanco PHONE FAX (A/C No Ext): 954-724-7000 (A/C, No): E-MAIL ADDRESS: Imvivanco@keyescoverage.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: The Charter Oak Fire Ins. Co. 25615 INSURED 7252 Greater Miami Caterers, Inc Master Host Dinner Service 4001 NW31stAvenue Miami FL 33142 INSURERB: Travelers Property Casualty of America 25674 INSURERC: St Paul Protective Insurance Company 19224 INSURERD: INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER: 1465981415 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF-.., (MMIDDn'YYYI. POLICY EXP ` (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y 660-3X412189 /� AP+) 10/3/``:�10/3/2026 ^ � EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO J ECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS -COMP/OP AGG $ 2,000,000 $ C AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY BA-B9464662 ^ 1 ' D/. 025 ! 10/3/2026 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE CUP-3X430620 10/3/2025 10/3/2026 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED X RETENTION $ 1 n,nnn $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE 7E.L. OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A PER STATUTE OTH- ER EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Bid No. IFB 480327, Child Care Food Program City of Miami and City of Miami c/o Purchasing Department is included as an additional insured with respects to Auto Liability and General Liability policies when required by written contract. General Liability policy is on a primary and non-contributory basis. Umbrella follows Form. CERTIFICATE HOLDER CANCELLATION 30 Days Notice / 10 Days for Non -Pa City of Miami c/o Purchasing Department 444 S.W. 2 Avenue 6th Floor Miami FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD kymberiygroup - Payroll Solutions January 13, 2024 Greater Miami Caterers, Inc. 4001 NW 31sT Avenue Miami, FL 33142 RE: Assumption of Coverage To Whom it May Concern: Please accept this letter as proof of Workers' Compensation coverage for Greater Miami Caterers, Inc. Coverage has been bound under Kymberly Group Payroll Solution's Master Policy with CHUBB Insurance Company, effective January 28, 2020. Any injury claims from this date forward should be directed to the attention of Kymberly Group Payroll Solution's Risk Management Department. WC Codes: FL.7380 Local Delivery/ Drivers — Commercial FL.8810 Clerical Office Employees FL.9082 Food Services/ Restaurant If you have any questions or if I can assist with anything further, please do not hesitate to contact me. Sincerely, Katy Patton Business Development Manager KYMBERLY GROUP PAYROLL SOLUTIONS 1 CHURCH STREET, SUITE 200 ORLANDO, FL 32801 (407) 228-6428 De Vito, Daniel From: Sent: To: Cc: Subject: Hello Danny, The COI is acceptable to Risk. Thanks, Frank Gomez, PIAM, CPII Property & Casualty Manager City of Miami Risk Management 14 N.E. 1st Avenue 2nd Floor Miami, Florida 33132 (305) 416-174o Office (305) 416-176o Fax fgomez@miamigov.com Gomez Jr., Francisco (Frank) Tuesday, October 21, 2025 1:57 PM De Vito, Daniel; Quevedo, Terry Aviles, Yesenia RE: PROCUREMENT INSURANCE REVIEW FOR GREATER MIAMI CATERERS INC "Serving, Enhancing, and Transforming our Community" From: De Vito, Daniel <DaDeVito@miamigov.com> Sent: Tuesday, October 21, 2025 1:52 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com> Cc: Aviles, Yesenia <YAviles@miamigov.com> Subject: PROCUREMENT INSURANCE REVIEW FOR GREATER MIAMI CATERERS INC 1 Good afternoon team, Please review the insurance attached at your earliest convenience and advise if adequate according to insurance requirements contained therein. Thank you! Daniel De Vito Procurement Contracting Officer City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 Office: (305) 416-1922 - Fax (305) 400-5075 Email: dadevito©miamigov.com Helpful Links: For vendor registration click Here k//1/For current solicitations please Visit our Solicitation Page Current contracts can be viewed by Visiting our Contract Databas For solicitations in the Cone of Silence please visit our Cone of, -� Webpage 2 DIVISION OF CORPORATIONS of JSj`/ii»: 0 Arrip( �1rr)Di�� I� fin official 5tate of Florida weir.ite Department of State / Division of Corporations / Search Records / Search by Entity Name / 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 31STAVENUE MIAMI, FL 33142 Changed: 07/08/1991 Mailing Address 4001 NORTHWEST 31STAVENUE MIAMI, FL 33142 Changed: 07/08/1991 Registered Agent Name & Address Weintraub, Peter 7700 Congress Ave. Suite 1110 Boca Raton, FL 33487 Name Changed: 04/08/2019 Address Changed: 04/02/2021 Officer/Director Detail Name & Address Title PST BUTLER, JACQUELINE 4001 NORTHWEST 31STAVENUE MIAMI, FL 33142 Title VP OLMO, JOHN 4001 NORTHWEST 31STAVENUE MIAMI, FL 33142 Title VP Butler, John R. 4001 NORTHWEST 31STAVENUE MIAMI, FL 33142 Annual Reports Report Year Filed Date 2023 03/27/2023 2024 03/20/2024 2025 03/13/2025 Document Images 03/13/2025 --ANNUAL REPORT 03/20/2024 --ANNUAL REPORT 03/27/2023 --ANNUAL REPORT 03/28/2022 --ANNUAL REPORT 04/02/2021 --ANNUAL REPORT 03/27/2020 --ANNUAL REPORT 04/08/2019 --ANNUAL REPORT 04/02/2018 --ANNUAL REPORT 02/23/2017 --ANNUAL REPORT 03/01/2016 --ANNUAL REPORT 02/27/2015 --ANNUAL REPORT 04/01/2014 --ANNUAL REPORT 01/22/2013 --ANNUAL REPORT 01/30/2012 --ANNUAL REPORT 03/31/2011 --ANNUAL REPORT 05/10/2010 --ANNUAL REPORT 03/24/2009 --ANNUAL REPORT 03/17/2008 --ANNUAL REPORT 05/10/2007 --ANNUAL REPORT 03/13/2006 --ANNUAL REPORT 03/01/2005 --ANNUAL REPORT 02/27/2004 --ANNUAL REPORT 04/21/2003 --ANNUAL REPORT 04/18/2002 --ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format 04/27/2001 --ANNUAL REPORT 02/26/2000 --ANNUAL REPORT 04/08/1999 --ANNUAL REPORT 02/27/1998 --ANNUAL REPORT 03/17/1997 --ANNUAL REPORT 02/06/1996 --ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations Olivera, Rosemary From: Gandarilla, Aimee Sent: Tuesday, January 13, 2026 9:13 AM To: Hannon, Todd Cc: Olivera, Rosemary; Brown, Sadie; Fossler, Thomas; Johnson, Antiwonesha; Ewan, Nicole Subject: PSA Greater Miami Caterers, Inc. (matter 26-30) Attachments: PSA Greater Miami Caterers, Inc. (matter 26-30).pdf Good morning Todd, Please find attached the fully executed copy of an agreement from DocuSign that will be considered an original agreement for your records. Antiwonesha: Please close Matter 26-30. Thank you, Aivne� q,a ista Cilia, Procurement Assistant City of Miami Procurement Department 444 SW 2nd Avenue, 6th floor, Miami, FL 33130 P (305) 416-1906 F (305) 400-5073 E agandarilla@miamigov.com "Serving, Enhancing, and Transforming our Community" i