request for proposals rfp 027 mobile food catering at ocean campus · 2016-11-19 · request for...

22
REQUEST FOR PROPOSALS RFP 027 MOBILE FOOD CATERING AT OCEAN CAMPUS The San Francisco Community College District/City College of San Francisco, hereinafter referred to as "CCSF", is seeking proposals from qualified bidders to provide food and beverage services at its Ocean Campus as specified herein. This Request for Proposal (RFP) will provide interested bidders with information to prepare and submit proposals for consideration by CCSF. Please submit four (4) copies of your response to this RFP in a sealed envelope clearly marked: RFP 027 MOBILE FOOD CATERING SERVICE by mail or hand delivery to: Purchasing City College of San Francisco 33 Gough Street San Francisco, CA 94103 Proposals must be received by 10:00 a.m., Thursday, December 8, 2016. Proposals received after that time and date will not be considered. Requests for clarification or additional information should be submitted in writing to the Dean of Administrative Services at the above address. Responses to all requests will be in writing as addenda to this RFP. Telephone questions are not encouraged, but may be permitted if they pertain purely to mechanical aspects of the RFP process. Phone inquiries should be directed to Kathy Hennig at (415) 487-2413. In any event, answers given to telephone questions will not be binding unless confirmed in writing by the Dean of Administrative Services or her designee. You are welcomed to walk through the site at your leisure, which is located between the Visual and Creative Arts Buildings, at the Ocean Campus, 50 Phelan Avenue, San Francisco. Interested parties are urged to tour the space prior to submitting a proposal. See picture below:

Upload: nguyenhuong

Post on 26-Jun-2018

219 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR PROPOSALS RFP 027

MOBILE FOOD CATERING AT OCEAN CAMPUS

The San Francisco Community College District/City College of San Francisco, hereinafter referred to as "CCSF", is seeking proposals from qualified bidders to provide food and beverage services at its Ocean Campus as specified herein. This Request for Proposal (RFP) will provide interested bidders with information to prepare and submit proposals for consideration by CCSF.

Please submit four (4) copies of your response to this RFP in a sealed envelope clearly marked:

RFP 027 MOBILE FOOD CATERING SERVICE

by mail or hand delivery to: Purchasing

City College of San Francisco

33 Gough Street San Francisco, CA 94103

Proposals must be received by 10:00 a.m., Thursday, December 8, 2016. Proposals received after that time and date will not be considered.

Requests for clarification or additional information should be submitted in writing to the Dean of Administrative Services at the above address. Responses to all requests will be in writing as addenda to this RFP. Telephone questions are not encouraged, but may be permitted if they pertain purely to mechanical aspects of the RFP process. Phone inquiries should be directed to Kathy Hennig at (415) 487-2413. In any event, answers given to telephone questions will not be binding unless confirmed in writing by the Dean of Administrative Services or her designee.

You are welcomed to walk through the site at your leisure, which is located between the Visual and Creative Arts Buildings, at the Ocean Campus, 50 Phelan Avenue, San Francisco. Interested parties are urged to tour the space prior to submitting a proposal. See picture below:

I. GENERAL INFORMATION

CCSF is a two-year institution of higher education, one of 107 in the California Community College system. The Ocean Campus, located at 50 Phelan Avenue, San Francisco, has an enrollment of about 22,500 full-time and part-time students. The campus has no student residence halls.

CCSF operates on a semester basis, with the Fall Semester beginning in mid-August and the Spring Semester ending near the end of May. A Summer Session of 6-8 weeks duration is normally held in the month of July. (See attached 2016-2017 Academic Year Instructional Calendar).

Current Food Service Operations: The District currently has two student-run food outlets as part of the instructional program, a cafeteria and small faculty dining room with limited hours M-Thurs, located on the main floor of Smith Hall. Additionally, a new Coffee Cart has opened at the leased bookstore, which serves sandwiches and snack foods, adjacent to the cafeteria. Current leased food retail outlets on campus include: The Lunchbox: an outdoor quick service food operation with limited outdoor seating, located near the football stadium Chasing Lions: a sandwich and coffee café featuring organic and vegetarian options, located at the Multi-Use Building, near the main student parking lot, across the campus The City Café: formerly a quick service food operation located in the basement of the Student Union, with limited indoor seating. VACANT

Food/catering truck: located outside near the Arts buildings, offering walk –up/take-away service from 8am-2 pm M-F. SUBJECT OF THIS RFP Food and beverage vending services are currently provided by Canteen and Pepsi. There is a Whole Foods on Ocean Avenue, within walking distance of the campus. Scope of Work It is the District's desire to contract with firms capable of successfully providing food and beverage services at the Ocean Campus. The Bidder(s) will be responsible for providing all labor, including management, supplies, materials, and equipment necessary to provide the outdoor food cart/truck services as specified herein and in the proposal response. CCSF is seeking proposals from mobile food service trucks that have a successful record of providing food services to comparable institutions. The District is very interested in proposals from Bidders who think outside of the box and who can offer the District interesting, inventive, high quality and cost effective quick dining solutions for its students, faculty and staff. We desire a vendor who will work as a member of the City College team to create a vibrant, healthy, and profitable food service solution. The District is encouraging creative bid proposals and views this as an opportunity to spice up and improve the District food service program. For example, you may offer and prepare fresh food, or may serve food purchased from outside sources such as Subway (Company names are provided solely for the purpose of suggesting possibilities for creative thinking and are not intended to be descriptive of what the students and staff prefer). The satellite food truck may serve specialty products, ethnic cuisine, and may offer items prepared elsewhere on campus. Note: no outside grilling or fryer exhaust is allowed in the courtyard area, as there is limited air circulation. No outside generators. The vehicle is to be self-contained. Proposals featuring healthy, organic quick-serve and cost effective food solutions will be considered favorably. The District is seeking to partner with Contractors who have a commitment to customer service and sustainable food service. The successful food service Contractor will be expected to participate in the college community by: interacting with the District staff/students at regular meetings; remaining responsive to the suggestions, concerns and changing needs of the students and staff; promoting healthful eating; employing environmentally sound practices; providing a good working environment; and, cooperatively coexisting with the vending services Contractors. Our students and staff require quality food at reasonable prices. The students desire food that is quick to eat, in the grab-n-go category as well as a variety of healthy alternatives. They may purchase a quick pre-made wrapped sandwich, a coffee drink, soups, salads or pastries. After lunch students generally leave the campus to go to work or home. Evening students generally arrive on campus between the hours of 5-6:30pm (see Ocean Student Traffic sheet). The staff desires organic, healthy food options. Proposals should include a plan to address the food needs of students, the number one customer, but also include ideas on how to satisfy the faculty and staff of the college. Current CCSF cafeteria food service hours of operation:

Fall and Spring Semesters Monday-Thursday 8am-6:30pm Friday Closed Saturday-Sunday Closed Finals Week (Mon-Thurs) Reduced Hours Summer Session Monday-Thursday Reduced Hours: 7:30am-2:00pm The mobile catering food truck should be prepared to operate between 8-6 pm at a min. It should be noted there are no grills or exhaust venting at any of the locations, which dictates the menu offerings. The preference is for local providers of quality coffee and sandwiches/salads/pastries. Providers are urged not to compete with existing cafeteria service on campus.

II. LENGTH OF CONTRACT

Term of Contract. This Contract shall be for a period of one (1) year initially. Subject to a review by CCSF through its designated committee or staff, the contract may be extended by mutual agreement for two (2) additional one (1) year periods. Terms and conditions of extensions shall be determined at the time the extensions are granted.

The District may withhold agreement for any extension periods where there is a breach of contract or dissatisfaction with service, rental payment or performance. After expiration of the term of this agreement including any extensions, Contractor and District agree that this Agreement may continue on a month-to-month basis with all other provisions of the then current Agreement in effect, except that the amount payable by Contractor and other terms may be changed by the District upon thirty days advance written notice to the Contractor. Such month to month Agreement shall be subject to termination upon thirty days written notice by the District or Contractor. Either party may terminate this rental agreement by providing 30 calendar days’ written notice.

III. SERVICE REQUIREMENTS

The successful bidder, hereinafter referred to as "Contractor", shall provide a self-contained, quality food and beverage. There is no power available.

1. Hours of Operation: Vendor will have their catering truck in place no later than 8am each business day, Monday through Friday and will depart after 2 pm. Vendor is urged to be in place by 7:45 and depart after 2 pm to avoid pedestrians and must yield to pedestrians when entering/exiting the area. Vendor is urged to provide services later in the afternoon at their option. 2. Location: The Visual Arts Courtyard is accessible via a wide sidewalk off Cloud Circle between the Visual and Creative Arts Buildings off Cloud Circle. There are several metal picnic tables in the area that are moveable.

3. Vendor’s truck shall be parked across from the Gallery entrance, in such a manner as to not block the sidewalk or any wheelchair ramps or building doors. Food prep shall be self-contained within the truck. Note: this area has restricted access, so size of the truck is a consideration. 4. Cleanliness and trash: Vendor will provide one garbage can at a minimum, which may be emptied at the opposite end of the Visual Arts Building into the large dumpsters. UNDER NO CIRCUMSTANCES shall vendor drain waste water or oils into planters or drains. City College is not responsible for providing additional trash or janitorial services. Vendor agrees to keep area clean and free of food, refuse, vermin, and stains on the cement. 5. Permits: Vendor is responsible for obtaining and keeping current on all permits necessary to run a food service operation. 6. Vendor will pay wages that meet or exceed City and County of San Francisco regulations http://sfgov.org/olse/minimum-wage-ordinance-mwo. 7. A certificate of insurance coverage listing the City College of San Francisco as an Additional Insured, along with a W-9 and signed copies of this contract must be returned to Administrative Services, 33 Gough Street, San Francisco CA 94103, otherwise there is no agreement to proceed. 8. Vendor may set up no more than 2 signs in the area advertising their presence. These signs may not be affixed to City College buildings or trees. 9. Sanitation: Restrooms are located in the Visual Arts Building for your use. A water tap is located outside on the wall near the gallery. NOTE: no hoses can be run across the plaza as it is a tripping hazard. 10. Additional generators, grills, and other equipment shall not be permitted, due to safety and noise concerns. 11. All packaging, and take-out utensils shall be made of recyclable materials, per City of San Francisco mandates. Absolutely no Styrofoam. IV. SUBMISSION OF PROPOSALS

A. CCSF invites all interested bidders to submit proposals in response to this RFP to provide food and beverage services at the venue stated in Section III above.

B. All proposals must include: 1 A cover letter of interest, stating the bidder's intent to bid on the required services and the bidder's ability to service the Contract if one is awarded, and Attachments A, B, C, D,E 2 The Quotation Sheet (Attachment E), duly completed as required, and 3 Any attachments and documents in support of the bidder's proposals.

C. As indicated on the Quotation Sheet, CCSF will consider bids either in terms of a flat monthly rent or percentage of daily sales rental rate.

V. AWARDING OF CONTRACT

A. Financial considerations will not be the sole determining factor in evaluating the proposals. Proposals will be evaluated based on their overall quality, with the best interests of students and staff being of prime importance. Interviews may be held in late December, early January.

B. The overall business profile of bidders will be evaluated, including food service experience, size of business and references, among other factors. A minimum of three (3) years’ of demonstrated successful experience in the food and beverage industry is preferred. CCSF wishes to promote the development of locally-owned small businesses.

C. Quality and prices of proposed menu items will be an important factor. CCSF reserves the right to call for samples of proposed products for test and evaluation as to their acceptability at no cost to CCSF.

D. A committee of students, faculty, staff and administration shall review the proposals and make a recommendation to the Board of Trustees, whose decision shall be final. CCSF reserves the right to reject any or all proposals.

VI. GENERAL CONDITIONS

A. Agreement with The Pepsi Bottling Group. CCSF currently is under contract with The Pepsi Bottling Group whereby The Pepsi Bottling Group has the exclusive right to make "Beverages" available for sale and distribution at all CCSF facilities through vending, food service and concessionaires, and including the right to provide all "Beverages" sold at athletic contests, booster club activities and all other special events conducted at any CCSF facilities. The term "Beverages" means all carbonated and lion-carbonated, non-alcoholic drinks, including but not limited to, (i) colas and other flavored carbonated drinks; (ii) fruit juice, fruit juice containing and fruit flavored drinks; (iii) chilled coffee drinks; (iv) chilled tea products; (v) hypertonic, isotonic and hypotonic drinks (sports drinks, energy and fluid replacements); and (vi) bottled or canned water whether carbonated or still (spring, mineral or purified). CCSF reserves the right to extend the contract with The Pepsi Bottling Group or enter into a new contract with another carbonated soft drink supplier after the current contract expires in December 2012.

Contractor agrees to abide by the conditions of CCSF's contract with the Pepsi Bottling Group and/or any subsequent contract with another carbonated soft drink supplier.

B. Conduct of Service and Sales. CCSF, or persons designated by CCSF, shall have the right to make reasonable objections in writing to the Contractor as to the quality of the food or drinks, the prices charged, the character of the services rendered, and the appearance and condition of the leased premises, Contractor shall discontinue or remedy any such objectionable condition to the reasonable satisfaction of CCSF.

C. Potential Future Service Locations. This Contract pertains to services only at the Ocean Campus location specified in Section III above. Successful operation of this Contract shall have no bearing on the award of future food operation contracts, if any, at any campus location.

D. Permits and Licenses. Contractor shall be responsible for obtaining and maintaining all necessary and required San Francisco permits and licenses for proposed food services.

E. Restrictions. CCSF through its designated committee or staff shall have reasonable control over the types of products being served or sold insofar as the health and welfare of students and staff are concerned. Any products found to be objectionable must be removed upon request. The sale of alcohol and tobacco products shall be prohibited.

CCSF promotes environmental safeguards and requires that Styrofoam products not be used. Paper cups and food containers are acceptable and the use of products made from recycled materials is encouraged.

F. Cleanliness and Sanitation Standards. To protect the health and welfare of students and staff, CCSF is committed to providing a clean and safe environment on campus. Contractor shall maintain all premises under contract to the highest standards of cleanliness and sanitation possible. Contractor agrees that all refuse and garbage from its operations shall be removed daily or more frequently as necessary and deposited into the closest CCSF dumpsters for collection by Waste Management. Contractor agrees to keep its contracted premises free of food, refuse, vermin and stains on the floor. Contractor further agrees that at least one staff member on duty at all times shall possess the Serve-Safe Certificate.

G. Custodial Services. CCSF provides custodial services in the building premises. However, cleaning, sanitation and trash disposal of the leased spaces (including any outside seating or trash cans) is the sole responsibility of the Contractor. Contractor agrees that all materials to be discarded, including but not limited to refuse and foodstuff, shall be removed so the designated areas are maintained in a clean and orderly manner at all times. If CCSF determines that Contractor's operation increases CCSF's custodial expenses or requires the retention of pest control services, such additional expenses shall be borne by the Contractor.

H. Advertising. Contractor shall be entitled to place signs in and about the contracted premises and distribute promotional materials, including flyers advertising its business and merchandise offered for sale. Such signage and promotional items shall be subject to written approval in advance by CCSF's designated committee or staff. I. Monthly Reporting. Note there are two options for figuring monthly rental payments. Should Contract payment be in terms of percentage of gross sales, Contractor shall submit sales reports on a monthly basis to the Bursar’s Office, located in Conlan Hall, 50 Phelan Avenue, San Francisco. Such reports shall contain daily gross sales totals with supporting documents, such as copies of cash register receipts.

J. Independent Contractor. District and Contractor agree the Contractor is an independent contractor and not an employee of the District. Contractor agrees that during the term of this Agreement, Contractor will not accept any employment by the District or any of the entities that are directly or indirectly affiliated or associated with the District, including but not limited to auxiliary organizations, student body organizations, or foundations. In the event the Contractor becomes an employee of the District as described above, this Agreement may be immediately terminated in the sole discretion of the District. Subcontracting of contract is strongly discouraged. As an Independent Contractor, the Contractor shall be responsible for any payroll or withholding taxes and workers’ compensation benefits which may be required for itself or its employees. The District is not responsible for permits or related business expenses. The District shall not be liable to Contractor for any expenses paid or incurred by the Contractor unless otherwise agreed in writing. The District makes no guarantees as to traffic or potential sales.

K. Rental. Space rental is due on the first of the month, paid at the Bursar’s Office, Conlan Hall, 50 Phelan Avenue, San Francisco CA 94112. Due to class schedules, no rent is charged for the month of June, although the vendor is welcome to provide food services then. Note: there is a 10% percent late fee if space rent is not received by the 6th day of the month. Checks returned for insufficient funds will be treated as late payments, and resulting bank fees the responsibility of the vendor. Rent is paid in advance. L. Premise Condition: Wear and tear is to be expected but, should the Contractor vacate the space, it will be returned to similar condition, pavement cleaned of any spills and oily spots, and walls cleaned of any resulting soot, and all electrical and plumbing fixtures functioning in a normal manner. Any damages will be the responsibility of the Contractor.

VII. COMPLIANCE WITH LAW

Contractor shall comply with all Federal, State and local laws, rules and regulations applicable to food sales and service.

VIII. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE

Throughout the term of the Contract and any extension thereof, Contractor, at Contractor's expense shall maintain an insurance policy issued by an insurance company satisfactory to and in a form approved by the Purchasing Manager, CCSF. Said insurance company shall have a policyholder's surplus of at least ten times the amount of the liability coverage under said policy.

___ 1. Workers’ Compensation and Employer’s Liability Insurance: Contractor shall obtain with liability limits not less than $1,000,000 each accident. Such Insurance shall relieve the District from all responsibility therefore. Contractor shall supply the District with proof of a Workers’ Compensation Insurance policy with an Employer’s Certificate of Insurance of said protection defining the term of the policy before execution of the Agreement.

___ 2. Comprehensive General Liability Insurance with limits not than $1,000,000

each occurrence Combined Single Limit for Bodily Injury and Property Damage, including contractual Liability, Personal Injury, Location, Products and Completed Operations.

___ 3. Comprehensive Automobile Liability Insurance with limits not less than

$1,000,000 each occurrence combined Single Limit for Bodily Injury and Property Damage, including Owned and Non-owned and hired auto coverage, as applicable.

___ 4. Professional Liability Insurance with limits not less than $1,000,000 each

claim with respect to negligent acts, errors or omissions, and any deductible not to exceed ________ per each claim.

Endorsements

Comprehensive General Liability and Comprehensive Automobile Liability Insurance policies shall be endorsed to provide the following:

1. Name as additional insured, the San Francisco Community College District, its Board of Trustees, and all of the District’s Officers, Agents and Employees, including the Associated Students of City College of San Francisco, and shall stipulate that no other insurance effected by the District will be called upon to contribute to a loss covered thereunder.

2. That such policies are primary insurance to any other insurance available

to the Additional Insured, with respect to any claim arising out of this Agreement, and that insurance applies separately to each insured against whom a claim made or suit brought.

Policy shall provide that written notice of cancellation, or of any material change shall be delivered to Aaron Holmberg, Risk Services Coordinator, San Francisco Community College District, 33 Gough Street, San Francisco, CA 94103, by the issuing company within thirty (30) days in advance of the effective date thereof. Contractor shall increase the aforesaid limit upon the written demand of the Risk Services Coordinator of CCSF provided that such increase is found reasonable and necessary by CCSF.

A certificate of insurance showing the required coverage and the endorsement of additional insured shall be delivered to CCSF prior to the Contractor's commencing service of this Contract. On the renewal anniversary of said policy, if the term of the agreement has been extended, CCSF will accept a certificate of insurance from the insurance company indicating that the policy has been renewed without change.

IX. INDEMNIFICATION

Contractor shall defend, indemnify, and hold harmless CCSF, its Board of Trustees, officers, employees and agents from any and all claims, loss, damage, injury, and liability of every kind and nature including those from or on behalf of employees of the Contractor, arising directly or indirectly from Contractor's performance of this Contract, including but not limited to, the use of facilities or equipment provided by CCSF or others, regardless of the active or passive negligence of whether liability without fault is imposed or sought to be imposed on CCSF, its Board of Trustees, officers, employees and/or agents except to the extent that such claim, loss, damage, injury or liability is the result of the sole negligence or sole willful misconduct of CCSF, its Board of Trustees, officers, employees and/or agents. Contractor specifically acknowledges and agrees that it has an independent obligation to defend CCSF, its Board of Trustees, officers, employees and agents from any claim, which actually or potentially falls within this indemnification provision even if such claim is or may be groundless, fraudulent or false.

X. NONDISCRIMINATORY EMPLOYMENT PRACTICES

It is the policy of the District to provide equal employment and educational opportunity without regard to race, color, national origin, ethnic group identification, religion, age, sex, marital status, sexual orientation or physical or mental disability. These matters are reflective of the San Francisco Community College District Policy Manual Sections 3.02 and 5.07. The Contractor agrees that in connection with all work performed under contract, there be no discrimination against any employee or prospective employee engaged in work under this Agreement because of race, color, national origin, ethnic group identification, religion, age, sex, marital status, sexual orientation, physical or mental disability, or status as a Vietnam-era veteran. To violate this Agreement would constitute cause for immediate termination of this Agreement by the District.

XI. BIDDER AS INDEPENDENT CONTRACTOR

Contractor agrees that Contractor is an independent contractor and not an employee of CCSF. As an independent contractor, Contractor shall be responsible for any payroll or withholding taxes and workers' compensation benefits which may be required for itself or its employees. CCSF shall not be liable to Contractor for any expenses paid or incurred by Contractor in the performance of this Contract unless otherwise agreed in writing. Contractor is not eligible for and shall not participate in any employee pension, health, or other fringe benefit plan of CCSF.

XII. ASSIGNMENT

The Contract or any interest therein may not be assigned without prior written approval of the Purchasing Manager of CCSF. Subcontracting of contract is strongly discouraged.

XIII. GOVERNING LAW

Any agreement or contract between CCSF and Contractor shall be construed in accordance with and governed by the laws of the State of California. Venue for all litigation relative to the formation, interpretation, and performance of said agreement or contract shall be in San Francisco.

Debriefings are available by request through the Purchasing Office for unsuccessful respondents as per Board Resolution No. 050526-S2.

City College of San Francisco is legally precluded from engaging in campaign activities. No contribution to a ballot measure or Board election is requested or required, and any contribution to a campaign, if known, will not be considered in awarding the contract or City College’s future relationship with the contractor. Should your firm be contacted about such activities, please notify Purchasing at 415 487 2413.

CALENDAR OF INSTRUCTION(ALL CREDIT CLASSES)

Event Fall 2016 Spring 2017

Martin Luther King, Jr.’s Birthday - No Monday evening class January 16

First day of Saturday classes August 13 January 21

Labor Day Weekend September 3-5

Presidents’ Birthday weekend. No Saturday/Sunday classes February 18 – 19

Faculty Flex Day - No classes October 18

Cesar Chavez Day November 31

Faculty Flex Day - No classes April 20

Thanksgiving Holiday No classes November 24-27

First day of final examinations for day classes December 9 May 17

Last session & final examinations for Saturday classes December 10 May 20

Last session & final examinations for Monday evening classes December 12 May 22

Last session & final examinations for Tuesday evening classes December 13

Last session & final examinations for Tuesday, Tuesday/Thursday evening classes May 23

Last session & final examinations for Thursday, Tuesday/Thursday classes December 15

Last day of final examinations for day classes December 16 May 19

Last session & final examinations for Thursday evening classes May 18

Veteran’s Day November 11

Spring Vacation March 25-30

End of the midterm period October 14 March 17

Native American Day (No classes) September 23

Washington’s Birthday February 20

Lincoln’s Birthday February 17

Instruction begins - Day/Evening Classes August 12, 2016 January 17, 2017

Instruction begins - Day/Evening Classes August 12, 2016 January 17, 2017

Mid-year recess No classes December 17, 2016 – January 16, 2017

Last session & final examinations for Thursday evening classes May 18

Attachment A – RFP 027 References

SIMILAR CONTRACTS PERFORMED: List below contracts under which the Prospective Contractor provided similar food services during the past three (3) years.

Financial stability, technical and support capabilities will be verified through reference checking, which may include site visits and contact with other clients. Your firm name: ____________________________

FIRM NAME: _____________________________________________________________

ADDRESS: ______________________________________________________________

PHONE NUMBER: ________________________________________________________

CONTACT PERSON: ______________________________________________________

DATE OF CONTRACT: ______________________through ________________________

FIRM NAME: _____________________________________________________________

ADDRESS: ______________________________________________________________

PHONE NUMBER: ________________________________________________________

CONTACT PERSON:

DATE OF CONTRACT: _________________________through _____________________

FIRM NAME: _____________________________________________________________

ADDRESS:

PHONE NUMBER:

CONTACT PERSON: ______________________________________________________

DATE OF CONTRACT: _________________________through _____________________

Attachment B – RFP 027 NON-COLLUSION AFFIDAVIT

STATE OF CALIFORNIA COUNTY OF _____________________ I, _____________________________, being first duly sworn, deposes and says that I am (Typed or Printed Name) the __________________________of _______________________, the party submitting (Title) (Bidder Name) the foregoing Bid Proposal (“the Bidder”). In connection with the foregoing Bid Proposal, the undersigned declares, states and certifies that: 1. The Bid Proposal is not made in the interest of or on behalf of, any undisclosed person, partnership, company, association, organization or corporation. 2. The Bid Proposal is genuine and not collusive or sham. 3. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in sham bid, or to retain from bidding. 4. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to fix any overhead, profit or cost element of the bid price or that of any other bidder, or to secure any advantage against the public body awarding the contract or of anyone interested in the proposed contract. 5. All statements contained in the Bid Proposal and related documents are true. 6. The bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed this ________ day of ________________, 20___at______________________ (City. County and State) I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. _____________________________________ Name _____________________________________ Address _____________________________________ (______) _____________________________ (Area Code and Telephone Number)

______________________________________ (Signature)

Attachment C – RFP 027 DRUG-FREE WORKPLACE CERTIFICATION

I, _________________________________________, am the ____________________________ of (Print Name) (Title) . I declare, state and certify to all of the following: (Supplier Name) I am aware of the provisions and requirements of California Government Code §§8350 et seq., the Drug Free Workplace Act of 1990.

I am authorized to certify, and do certify, on behalf of Supplier that a drug free workplace will be provided by Supplier by doing all of the following:

Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited in Supplier's workplace and specifying actions which will be taken against employees for violation of the prohibition;

Establishing a drug-free awareness program to inform employees about all of the following:

(i) The dangers of drug abuse in the workplace; (ii) Supplier's policy of maintaining a drug-free workplace; (iii) The availability of drug counseling, rehabilitation and employee-assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations; Requiring that each employee engaged in the performance of the Contract be given a copy of the statement required by subdivision (A), above, and that as a condition of employment by Supplier in connection with the Work of the Contract, the employee agrees to abide by the terms of the statement.

Supplier agrees to fulfill and discharge all of Supplier's obligations under the terms and requirements of California Government Code §8355 by, inter alia, publishing a statement notifying employees concerning: (a) the prohibition of any controlled substance in the workplace, (b) establishing a drug-free awareness program, and (c) requiring that each employee engaged in the performance of the Work of the Contract be given a copy of the statement required by California Government Code §8355(a) and requiring that the employee agree to abide by the terms of that statement.

Supplier and I understand that if the District determines that Supplier has either: (a) made a false certification herein, or (b) violated this certification by failing to carry out and to implement the requirements of California Government Code §§8355, the Contract awarded herein is subject to termination, suspension of payments, or both. Supplier and I further understand that, should

Supplier violate the terms of the Drug-Free Workplace Act of 1990, Supplier may be subject to debarment in accordance with the provisions of California Government Code §§8350, et seq.

Supplier and I acknowledge that Supplier and I are aware of the provisions of California Government Code §§8350, et seq. and hereby certify that Supplier and I will adhere to, fulfill, satisfy and discharge all provisions of and obligations under the Drug-Free Workplace Act of 1990.

I declare under penalty of perjury under the laws of the State of California that all of the foregoing is true and correct. Executed at this_________day of ___________________, 20____. (City and State) ________________________________________ (Signature) _____________________________ (Printed Name)

Attachment D RFP 027

Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion — as per Federal OMB Circular A-110 Executive Order 12549 and

12689

By signing and submitting this proposal, the prospective contractor is providing the certification set out below:

1. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective contractor knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

2. The prospective contractor certifies that it has not and will not provide any gratuities to any agency elected or appointed official, employee, representative, or consultant in connection with the award or administration of the contract that is expected to result from this solicitation.

3. The prospective contractor shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective contractor learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances.

4. The terms “covered transaction,” “debarred,” “suspended,” “ineligible,” “lower tier covered transaction,” “participant,” “person,” “primary covered transaction,” “principle,” “proposal,” and “voluntarily excluded,” as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to whom this proposal is submitted for assistance in obtaining a copy of those regulations.

5. The prospective contractor agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any covered transaction with a person who is proposed for debarment under 48 CFR Part 9, Subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

6. The prospective contractor further agrees by submitting this proposal that it will include this clause title, “Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion — Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR Part 9, Subpart 9.4, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. A participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non-procurement Programs.

8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a

prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under Paragraph 4 of these instructions, if a participant in a

covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR Part 9, Subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

10. The prospective contractor certifies, by submission of this proposal, that neither it nor its principals, nor its prospective subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency.

11. Where the prospective contractor is unable to certify to any of the statements in this certification, such prospective contractor shall attach an explanation to this proposal.

Signature: ____________________________________________

Typed or Printed Name: _________________________________

Title: ________________________________________________

Organization: __________________________________________

Date: ________________________________________________

Attachment E RFP 027 QUOTATION SHEET –MOBILE CATERING Food and Beverage Services

Answer all questions and items unless otherwise indicated and provide backup documentation where requested. Additional materials may be attached in support of your proposal.

1. State the official registered name and address of your business.

2. State the gross sales receipts of your company in California for each of the last 3 years. How many employees did you have during these years in California?

3. List 3-5 firms/locations in San Francisco and the Bay Area that are being or have been serviced by your company. Please provide names of contact persons and phone numbers.

(see attached reference sheet) 4. List any complaints files with the Better Business Bureau/Health Department or any litigation filed against your company in the past three years. How were these complaints and/or lawsuits resolved? (Attach separate sheet if necessary)

5. Proposed monthly rental rate shall be no less than $700 per month, based on 11 months per year (no rental due in June). There is a 10% percent late fee if space rent is not received by the 6th day of the month, in advance. Interested vendors are urged to review the calendar of instruction, enclosed. Hours of operation must be within the window of 7:30 am to 8 pm, with a minimum hours of operation of Monday through Friday 8 am to 2 pm. (Choose A or B below):

A. % of monthly gross sales, with no less than $700 per month paid. Indicate percentage of gross sales you are offering: _________ % -or- B. Monthly rental rate of no less than $700 per month. Indicate monthly rental amount you are offering: $ _________ per month

Proposed hours of operation: Fall/Spring Semester:_______________________ Summer & Intersession Semesters:_________________________________________________________

6 Please provide descriptions and photos of the food service truck you plan to install at the leased site.

7 Please attach a detailed list and prices of proposed menu items for sale.

8 Are you a minority, women-owned, or local-owned business, as certified by the City/County of San Francisco, PUC, or State of California? ___________________________________________ If so, please provide copies of your certification with the response.

9 Please describe your hiring process

10 Employment and training opportunities are an important aspect of a college education. What percentage of CCSF and Riordan High School students do you intend to employ?

11 What are your plans for quality control?

12 What experience have you had running a food service establishment?

13 Name any additional San Francisco locations.

14 Please indicate any community involvement you’ve had

15 Please describe your major business partnerships

16 The college is most interested in local, sustainable, nutritious food. What is your commitment to this desire? What is your commitment to quality?

17 Please indicate, by your initials here, the understanding that Styrofoam/clam-shell packaging and plastic bags are not to be used on campus: ________________________

18 What steps will your firm take to assure indoor and outdoor cleanliness of your facility?

19 What makes your offer unique?

20 Being a college, cost is a major concern of the students. How will you address that?

Proposal submitted by:

Signature:

Name:

Address:

Phone/Fax:

Email:

Date:

Map of Ocean campus with catering truck location marked with X

Time of Day (TOD) Attendance Level Heatmap.

Sunday Monday Tuesday Wednesday Thursday Friday Saturday

06:00-06:3006:30-07:0007:00-07:3007:30-08:0008:00-08:3008:30-09:0009:00-09:3009:30-10:0010:00-10:3010:30-11:0011:00-11:3011:30-12:0012:00-12:3012:30-13:0013:00-13:3013:30-14:0014:00-14:3014:30-15:0015:00-15:3015:30-16:0016:00-16:3016:30-17:0017:00-17:3017:30-18:0018:00-18:3018:30-19:0019:00-19:3019:30-20:0020:00-20:3020:30-21:0021:00-21:3021:30-22:0022:00-22:30

1984905145516296648128459861,2401,2631,2981,5271,5271,4981,4981,3691,23512699

20201151151191602922994194648249061,6261,6762,4232,5333,3713,4264,0784,1123,1213,0731,0781,07012210543

123581,0421,8252,0582,2622,3132,3991,7168888381,1871,2881,5841,9542,3852,5653,9124,1273,4764,8225,2215,2535,2965,2984,8392,6331,5911,4701028543

3571,0811,8242,0982,2342,2462,1251,6937687421,1161,2851,6251,8602,2192,4212,7523,0663,6213,9214,7374,7785,1845,3584,2673,9781,3471,2841028543

3891,0381,9662,5882,8132,8642,7962,0818627411,2581,3591,8132,1882,6152,8044,0644,2833,5524,8725,2445,2675,3155,3174,8392,6311,6181,49711810143

3229961,7081,9662,1532,1652,1251,7227076628511,0011,4681,7001,9802,1882,5612,9353,5153,8184,6554,7275,1655,3104,1853,8811,2841,2211159843

What are the attendance patterns at CCSF during a term?Ocean Location(s) count of Attendance during 2016(7) - Fall

This Data Visual produces theattendance or section countduring various times of day bydays of the week at CityCollege of San Francisco (CCSF)location(s).

Attendance is INCOMPLETE forcurrent and future terms. Onlyuse section measure for currentand future terms.

Attendance is based on sectioncredit/noncredit status.

Use slicers below to filter data.

Term of Interest2016(7) - Fall

Measure Attendance

CR/NonCR All

Location(s)AirportChinatown/North BeachCivic CenterDowntownEvansFort MasonJohn AdamsMissionOceanSoutheast

Excludes online sections.