Sie sind auf Seite 1von 17

16.D.

3
03/09/2021

EXECUTIVE SUMMARY

Recommendation to award Request for Proposal No. 20-7707, “Tigertail Beach Concession
Services,” to SSG Recreation, Inc., and authorize the Chair to sign the attached Revenue
Generating Agreement.

OBJECTIVE: To provide beach rental and food concession services to patrons at Tigertail Beach.

CONSIDERATIONS: The Parks and Recreation Division, through the Procurement Services Division,
produced a Request for Proposals (“RFP”) for comprehensive management of concessionaire services at
Tigertail Beach including but not limited to, food and beverage services, rental of umbrellas,
paddleboards, cabanas, beach chairs, sales of beach-related sundries, caps, shirts, jewelry, and any other
like services.

On September 16, 2020, the County released RFP No. 20-7707R to 4,201 vendors pertaining to Tigertail
Beach Concession Services. Sixty-seven interested vendors viewed the bid packages, and the County
received two proposals by the October 16, 2020 deadline. Both proposals were deemed responsive and
responsible.

A selection committee convened on December 2, 2020, and scored and ranked the vendors based on the
criteria outlined in the solicitation; which criteria included, among other things, a review of the proposers’
qualifications, detailed description of proposed operations, and compliance with the County’s hours of
operation and financial commission payment requirements.

The selection committee ranked Tigertail Explorers LLC as the number 1 ranked firm and SSG
Recreation Inc. as the number 2 ranked firm.

Name of Firm Final


Ranking
Tigertail Explorers LLC / Rising Tide / Rising Tide Explorers 1
SSG Recreation Inc. 2

On January 22, 2021, staff met with Tigertail Explorers LLC to begin negotiations of the contract.
Contract negotiations with Tigertail Explorers LLC were ultimately unsuccessful because of requested
changes to the minimum requirements established in the publicly advertised solicitation. Those requested
changes amounted to a material change in the scope of the advertised solicitation.

On February 4, 2021, Procurement staff began negotiations with SSG Recreation, Inc. (“SSG”), the
second-ranked vendor. SSG is an Orlando based, disabled veteran owned company, a sister company to
Safeway Services Group, Inc., established in February of 2017. After favorable negotiations staff is
recommending that the attached agreement be awarded to SSG.

SSG will be open for business to the public no later than thirty (30) days after the date of the attached
proposed agreement, as required in the solicitation. SSG will also immediately apply for any agreement-
required licenses upon Board approval of the agreement. The attached proposed agreement includes a
three-year initial contract term, with two one-year renewals.

FISCAL IMPACT: SSG Recreation Inc. is providing a revenue-sharing plan of a monthly concession
commission of twenty percent (20%) of gross sales or $2,000 per month, whichever is greater. Revenue is
budgeted in cost center 156363 within the Parks and Recreation Division General Fund (001) budget.

Packet Pg. 772


16.D.3
03/09/2021

GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this
Executive Summary.

LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote
for Board approval. -SRT

RECOMMENDATION: To award RFP No. 20-7707R, “Tigertail Beach Concession Services,” to SSG
Recreation, Inc., and authorize the Chair to sign the attached Revenue Generating Agreement.

Prepared By: Matthew Catoe, Contract Administration Specialist, Public Services Department

ATTACHMENT(S)

1. 20-7707R Solicitation (PDF)


2. 20-7707R Final Ranking (PDF)
3. 20-7707R NORA (PDF)
4. (linked) SSG Proposal (PDF)
5. (linked) 20-7707R_SSG Agreement_VendorSigned (PDF)
6. SSG Rec - COI - Collier County (PDF)
7. SSG Recreation-Auto Insurance (PDF)
8. SSG Recreation COI WC (PDF)

Packet Pg. 773


16.D.3
03/09/2021

COLLIER COUNTY
Board of County Commissioners

Item Number: 16.D.3


Doc ID: 14712
Item Summary: Recommendation to award Request for Proposal No. 20-7707, “Tigertail Beach
Concession Services,” to SSG Recreation, Inc., and approve the attached Revenue Generating Agreement.

Meeting Date: 03/09/2021

Prepared by:
Title: Operations Analyst – Parks & Recreation
Name: Matthew Catoe
01/13/2021 2:22 PM

Submitted by:
Title: Division Director - Parks & Recreation – Parks & Recreation
Name: Barry Williams
01/13/2021 2:22 PM

Approved By:

Review:
Public Services Department Melissa Hennig Additional Reviewer Completed 01/13/2021 2:29 PM

Parks & Recreation Ilonka Washburn Additional Reviewer Completed 01/13/2021 2:45 PM

Operations & Veteran Services Kimberley Grant Additional Reviewer Completed 01/14/2021 11:39 AM

Parks & Recreation Barry Williams Additional Reviewer Completed 01/14/2021 2:50 PM

Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 02/24/2021 4:23 PM

Public Services Department Todd Henry Public Services Deapartment Completed 02/25/2021 9:53 AM

Procurement Services Sandra Herrera Additional Reviewer Completed 02/25/2021 3:04 PM

Procurement Services Patrick Boyle Additional Reviewer Completed 02/25/2021 4:38 PM

Procurement Services Sue Zimmerman Additional Reviewer Completed 02/25/2021 9:24 PM

Procurement Services Evelyn Colon Additional Reviewer Completed 02/26/2021 8:04 AM

Public Services Department James C French PSD Dept Head Review Completed 02/26/2021 10:22 PM

County Attorney's Office Scott Teach Level 2 Attorney Review Completed 03/02/2021 9:27 AM

Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 03/02/2021 10:12 AM

County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/02/2021 1:48 PM

Budget and Management Office Ed Finn Additional Reviewer Completed 03/02/2021 4:15 PM

County Manager's Office Dan Rodriguez Level 4 County Manager Review Completed 03/02/2021 4:34 PM

Board of County Commissioners MaryJo Brock Meeting Pending 03/09/2021 9:00 AM

Packet Pg. 774


DocuSign Envelope ID: 0AA05158-9EE3-4938-BF07-59E0955ECA7A
16.D.3.a

COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS

Attachment: 20-7707R Solicitation (14712 : 20-7707R Tigertail Beach Concession Service)


REQUEST FOR PROPOSAL (RFP)

FOR

Tigertail Beach Concession Services

SOLICITATION NO.: 20-7707R

PATRICK BOYLE, PROCUREMENT STRATEGIST


PROCUREMENT SERVICES DIVISION
3295 TAMIAMI TRAIL EAST, BLDG C-2
NAPLES, FLORIDA 34112
TELEPHONE: (239) 252-8941
Patrick.Boyle@colliercountyfl.gov (Email)

This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations
to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any
subsequent award, or any other legal remedies available to the Collier County Government.

Packet Pg. 775


DocuSign Envelope ID: 0AA05158-9EE3-4938-BF07-59E0955ECA7A
16.D.3.a
SOLICITATION PUBLIC NOTICE

REQUEST FOR PROPOSAL (RFP) 20-7707R


NUMBER:
PROJECT TITLE: Tigertail Beach Concession Services

PRE-PROPOSAL CONFERENCE: Friday October 2nd, 2020 at 9:00AM


LOCATION: Tigertail Beach
490 Hernando Drive
Marco Island, Florida 34145

DUE DATE: October 16th, 2020 at 3:00PM

PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION

Attachment: 20-7707R Solicitation (14712 : 20-7707R Tigertail Beach Concession Service)


3295 TAMIAMI TRAIL EAST, BLDG C-2
NAPLES, FL 34112

All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System:
https://www.bidsync.com/bidsync-cas/
INTRODUCTION
As requested by the Parks and Recreation Division (hereinafter, the “Division or Department”), the Collier County Board of County
Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”)
with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and
specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work
stated.

BACKGROUND
The County is seeking a concessioner to provide services at Tigertail Beach. Tigertail Beach is located at 490 Hernando Drive on
Marco Island. The beach facility includes 216 beach parking spaces, approximately 3,100 linear feet of beach, restrooms, boardwalk,
and a children's playground. The park hours are 8:00 a.m. to sunset, three hundred and sixty-five (365) days per year. Based on
historical data the annual attendance for Tigertail Beach exceeds 150,000 visitors per year. The previous café and beach rental
concessionaire averaged $432,000 in sales per year during the last 3-years of the contract. Historically sales revenue for Tigertail
beach has been split 50.15% for food services and 49.85% for beach rentals.

TERM OF CONTRACT

The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices
shall remain firm for the initial term of this contract.

Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure.

The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in
this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice
of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in
effect.

All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to
comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and
place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with
VENDOR.

2
Packet Pg. 776
DocuSign Envelope ID: 0AA05158-9EE3-4938-BF07-59E0955ECA7A
16.D.3.a
DETAILED SCOPE OF WORK

The Collier County Parks and Recreation Division (CCRPD) is seeking proposals from interested vendors for the management of
concessionaire services including, but not limited to food and beverage services, sale and/or rental of umbrellas, tubes, rafts, floats,
paddleboards, cabanas, beach chairs, sales of beach-related items, caps, shirts, jewelry, and any other like services that the
concessionaire wishes to propose. Proposers may elect to propose exclusively on (Option A) the food concessions, (Option B) the
beach rental concession or (Option C) both the food and beach rental concessions.

The food concession area is approximately 24' x 15' and equipped with air conditioning and two (2) serving windows. The food
concession area includes a partially covered deck seating area and additional storage area. The food concessionaire has exclusive
rights for food and beverage service at this location. There is a 10' x 12' single roof chickee hut on the beach that is available for the
operation of the beach rental concession. If proposing only the beach rental, the awarded concessionaire shall not provide food and
beverage services on County property.

Attachment: 20-7707R Solicitation (14712 : 20-7707R Tigertail Beach Concession Service)


The concessionaire shall not conduct any other business on County property without the specific written authority of the Board of
County Commissioners. CCRPD Director or authorized representative must approve the quality and type of food products sold, prices
charged for items, and any other factor affecting the public interest before the concessions beginning operation.

1. A detailed description of the operation and design concept should be clearly stated in the proposal, including, but not
limited to the following:
• Menu items with pricing to be offered.
• The manner in which the food will be offered for sale and served (i.e. waiters, pick-up at counter, combination
of both).
• Any use and/or special themes or amenities to be offered to enhance the patrons eating experience for the outdoor
leased area.
• Advertising and marketing strategy.
• Proposed hours of operations.
• Proposed staffing levels.

❖ Beer and wine sales permitted only at the food concession building with appropriate licenses and permits.
❖ Straws are prohibited.
❖ Concessionaires are prohibited from renting sailboats or any type of motorized vessel.
❖ The use of vending machines of any type is not allowed as part of this solicitation.

2. Hours of Operation: The Beach Rental concession operation shall, at a minimum, be open and adequately staffed seven
(7) days per week from 9:00 a.m. through 5:00 p.m., including holidays. The food concession should be in operation at a
minimum from 11:00 a.m. through 5 p.m. seven (7) days per week, including holidays. Proposers are encouraged to
provide any additional operational options for consideration. All scheduled hours of operation must be approved by the
Director of the Parks and Recreation Division or their designee. All hours of service shall be posted and easily read by
park visitors.

3. Concession Operation: The concessionaire shall provide all of the services and operations, as agreed to by the County, in
this RFP, and the resultant narrative provided by the proposer(s).

4. Equipment: The concessionaire must provide and maintain, at their own expense, all equipment required to operate the
Beach concession. The concessionaire shall have the right to use County equipment, furnishings, and fixtures that may
be presently used in conjunction with the operations. Equipment inventory will be completed prior to start of agreement
with the County’s Contract Administrator. Any equipment that is lost, stolen or damaged shall be replaced or repaired at
the expense of the concessionaire; ordinary wear and tear is expected. Upon the expiration of the resultant Agreement,
the concessionaire shall quietly and peacefully, redeliver said inventory to the County. If pedal boats are rented, a chase
boat must be present and in operational use at all times.

5. Trash, Rubbish and Garbage Removal: The County will provide all garbage, trash and rubbish receptacles within the
confines of the area. The concessionaire shall be responsible for the pickup and removal of all rubbish, trash and garbage
including removal of trash from the concession area to the dumpster. The concessionaire agrees to perform daily removal
of litter in the immediate exterior area within fifty (50) feet of the concession.

6. Zoning and Permitting Requirements: Parks and Recreation, in conjunction with the County Zoning Division, has
determined that the zoning at Tigertail Beach does not need to be changed to accommodate storage of equipment on the

3
Packet Pg. 777
DocuSign Envelope ID: 0AA05158-9EE3-4938-BF07-59E0955ECA7A
16.D.3.a
beach and in the parking area. The zoning is considered a compatible accessory use which allows for commercial activity
at the beach location (i.e., storage of chairs on beach). The successful concessionaire is responsible for any future costs,
and submittals, for any zone or permit requirements including but limited to a vehicle on the beach permit.

7. Commission to County:
If proposing for Option A, the food or Option B, the beach rentals separately, CCRPD is seeking a twenty percent (20%)
payment of gross receipts to the county for either option. This amount shall be no less than one thousand dollars
($1,000.00) per month for the food concession and one thousand dollars ($1,000.00) per month for the beach rental
concession.

If proposing for Option C, both the food and beach rental concession the CCRPD is seeking a twenty percent (20%)
payment of monthly gross receipts, to the County. This amount shall be no less than two thousand dollars ($2,000.00) per
month.

Attachment: 20-7707R Solicitation (14712 : 20-7707R Tigertail Beach Concession Service)


Commission payments are due to the County by the fifteenth (15th) of each month for the preceding month and said
payment shall be accompanied by a statement of gross receipts for the preceding month. It is also understood that the
applicable Florida State Sales Use Tax on payments shall be added to the concessionaire's payment and forwarded to the
County as part of said payments. The County intends that it is to receive the amount as net, free and clear of all costs and
charges arising from or relating to said premises.

The Concessionaire(s) shall provide the County a copy of its State Sales and Use Tax Report, as prescribed by the State
of Florida Revenue.

8. Reports: A monthly report of activities shall be submitted to the CCRPD by the fifteenth (15th) of each month. This report
can be in the form developed by the concessionaire and must be approved by the Director of Parks and Recreation or his
authorized representative. The report, as a minimum, shall include hours of operation, daily attendance figures, and
weather conditions, etc. This report shall accompany the monthly statement of gross revenues and will be subject to audit.

A. Certified Monthly Location Total Sales Report: By location, a summary report which identifies the total:
• Monthly gross sales by category (i.e., food, beverage, rentals, merchandise, etc.);
• Tax dollars for the gross sales;
• Gross Sales dollars less tax;
• Number of credit card transactions and dollar amount;
• Number of cash transactions and dollar amount;
• A clearly written certification statement that contains the following: "To the best of my knowledge, The
Certified Monthly Location Total Sales Report, and any additional reports attached hereto, are accurate and
reflect the sales and commission owed to the County."

B. Daily Transaction Report: An itemized transaction report which identifies the following:
• A transaction reference number that includes the category (i.e., food, beverage, rentals, merchandise, etc.),
the cost by item, related sales tax, the total of the individual transaction and the payment method (credit
card or cash). The final page of the report should summarize the total number of transactions for that day,
the dollar total of cash transactions and the dollar total of credit card transactions.

9. Gross Receipts: The term "gross receipts" is understood to mean all income collected or accrued, derived by the
concessionaire under the privileges granted by this Agreement or other document entered into with the County, excluding
amounts of any Federal, State or City sales tax, or other tax, collected by the concessionaire from customers and required
by law to be remitted to the taxing authority.

10. Collier County will provide:


• Periodic inspections (a minimum of once a month) of the concession stand premises and equipment at the
operating facilities during the contract term.
• Utilities, including electricity, water, and sewer service.
• Garbage, trash and rubbish receptacles within the confines of the area
• Structural maintenance of the facilities unless such maintenance is required because of damage caused by the
concessionaire.

11. Employee Qualifications: The concessionaire shall have an experienced manager or managers overseeing the facility.
Conduct of the employees of the concessionaire shall be subject to reasonable regulation by the Director of CCRPD or
designee. The concessionaire shall employ people to work at this facility who are professional, literate, neat, clean, well-
groomed and courteous and wear a uniform of the awarded company.
4
Packet Pg. 778
DocuSign Envelope ID: 0AA05158-9EE3-4938-BF07-59E0955ECA7A
16.D.3.a

12. Point of Sale Equipment: The concessionaire must use point-of-sale (POS) electronic cash machines or other electronic
accounting control equipment for the proper control of cash payments. Point of Sale reports must be maintained and made
available upon demand during the entire term of the resultant Agreement with Collier County. All electronic cash
equipment and accounting procedures must be approved by the Collier County Finance Department. All sales must be
accompanied by a receipt to the customer.

13. Maintenance and Repairs: The concessionaire shall to the satisfaction of the Director of CCRPD or authorized
representative to provide normal and routine daily, monthly, yearly maintenance of the facilities, designed to keep the
premises and equipment in a good state of repair, free from hazardous conditions and deterioration, thus providing for
the comfort and safety of visitors and patrons. Maintenance is to include but is not limited to bi-annual hood system
cleaning, power-washing of the deck where concession operation is based, cleaning of tables, chairs and trash facilities
in the concession area, and the cleaning and maintenance of grease traps if grease traps are a part of this operation per the
grease trap permitting requirements of Marco Island. Any improvements to an existing structure must be approved in

Attachment: 20-7707R Solicitation (14712 : 20-7707R Tigertail Beach Concession Service)


writing by the CCRPD Director or designee. All structures and improvements shall become the property of Collier County
at the end of the resultant Agreement. Any alterations made for the benefit of the concessionaire shall be paid for by the
concessionaire.

14. Security: The concessionaire shall provide any security measures which may be required to protect his/her area and his/her
equipment, materials, and facilities.

15. Commencement of Operation: The successful proposer shall be open for business to the public no later than thirty (30)
days after the approval of the resultant agreement by the Board of County Commissioners.

16. Licenses and Certifications: Concessionaire shall maintain all required licenses and/or certifications to conduct business
throughout the contract if applicable.
• Food Manager Certification
• State of Florida Department of Business and Professional Regulation Food Service License (this license is per
location and will need to have a transfer of "ownership")
• State of Florida Department Division of Corporations Registration
• Resale Certification
• Safe Serve certified (certification form needs to be provided for all employees)
• Collier County Health Permit
• Florida State Food Service License (per business)
• Beer and Wine License
• Marco Island Grease Trap Permit (within 30 calendar days of Notice of Recommended Award)
• The Concessionaire agrees to follow best practices to operate retail food stores, restaurants, and associated
pick-up and delivery services during the COVID-19 pandemic to safeguard workers and consumers, as
directed by the FDA CDC, EPA and OSHA. Please see attached FDA information for reference.

5
Packet Pg. 779
DocuSign Envelope ID: 0AA05158-9EE3-4938-BF07-59E0955ECA7A
16.D.3.a

Attachment: 20-7707R Solicitation (14712 : 20-7707R Tigertail Beach Concession Service)


REQUEST FOR PROPOSAL (RFP) PROCESS
1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Evaluation Criteria for
Development of Shortlist, which will be the basis for short-listing firms.
The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and
scored by the COUNTY. The COUNTY will then score and rank the firms and enter into negotiations with the top ranked
firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations
to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be
developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the
Board of County Commissioners.
1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process.
1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability,
staffing and organizational structure.
1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct
discussions with the Selection Committee to clarify questions and concerns before providing a final rank.
1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying
questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer.
1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations
with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be
successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations
shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals
in the best interest of the COUNTY.

6
Packet Pg. 780
DocuSign Envelope ID: 0AA05158-9EE3-4938-BF07-59E0955ECA7A
16.D.3.a
RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST:
1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score
each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing
materials. Proposals must address the following criteria:
Evaluation Criteria Maximum Points

1. Cover Letter / Management Summary 5 Points


2. Certified Woman and/or Minority Business Enterprise 5 Points
3. Business Plan 35 Points
4. Experience and Capacity of the Firm 25 Points
5. Specialized Expertise of Team Members 20 Points
6. Local Vendor Preference 10 Points

Attachment: 20-7707R Solicitation (14712 : 20-7707R Tigertail Beach Concession Service)


TOTAL POSSIBLE POINTS 100 Points
Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work
previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four
(24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system
of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the
Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on
random selection by the Procurement Services Director before at least three (3) witnesses.
----------------------------------------------------------------------------------------------------------------------------------------------------------
Each criterion and methodology for scoring is further described below.
***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or
your proposal may be deemed non-responsive***

EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available)


Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in
providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact
person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any
awards as a result of this RFP.

EVALUATION CRITERIA NO. 2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE (5


Total Points Available)
Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman
and/or Minority Business Enterprise.

EVALUATION CRITERIA NO. 3: BUSINESS PLAN (35 Total Points Available)


In this criteria, include but not limited to:
• Detailed plan of approach (including major tasks and sub-tasks).
• The type of menu items with prices to be offered, if applicable.
• The manner in which the food will be offered for sale and served (i.e. waiters, pick-up at counter, combination
of both), if applicable.
• Any use and/or special themes or amenities to be offered to enhance the patrons eating experience for the outdoor
leased area, if applicable.
• Rental Concession business plan with pricing and services, if applicable.
• Advertising and marketing strategy.
• Proposed hours of operations.
• Proposed staffing levels.

EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM (25 Total Points Available)
In this criteria, include but not limited to:
• Provide information that documents your company’s qualifications to produce the required deliverables,
including abilities, capacity, skill, and financial strength, and number of years of experience in providing the
services.
7
Packet Pg. 781
DocuSign Envelope ID: 0AA05158-9EE3-4938-BF07-59E0955ECA7A
16.D.3.a
• Describe the various team members’ successful experience.

EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (20 Total Points
Available)
In this criteria, include but not limited to:
• Description of roles to be played by each member of the team.
• Attach brief resumes of all proposed team members who will be involved in the management of the total package
of services, as well as the delivery of specific services.

The County requests that the vendor submit three (3) completed reference forms from clients whose projects are of
a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the
vendor that best represent projects of similar size, scope and complexity of this project using the Reference Questionnaire

Attachment: 20-7707R Solicitation (14712 : 20-7707R Tigertail Beach Concession Service)


form provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project
that provides the information to assess the experience of the Proposer on relevant project work.

EVALUATION CRITERIA NO. 6: LOCAL VENDOR PREFERENCE (10 Total Points Available)
Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax
Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent
physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and
performs business in an area zoned for the conduct of such business.

VENDOR CHECKLIST

***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)***

8
Packet Pg. 782
DocuSign Envelope ID: B7606842-FEAB-498E-B229-9100A9B4AB07
16.D.3.b

Attachment: 20-7707R Final Ranking (14712 : 20-7707R Tigertail Beach Concession Service)
RFP #: 20-7707R
Title: Tigertail Beach Concession Services

Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their scoring of the proposals.

Step 2: The procurement professional will review the mathematically tabulated scores.

Step 3: The Committee will determine the number of proposers to bring back for oral presentations.

Rosemary Audrey
Name of Firm Toni Mott Dayne Atkinson Total Scores Final Ranking
LaBarge Martinez

Tigertail Explorers LLC / Rising Tide / Rising Tide Explorers 87 76 79 87 329.00 1


SSG Recreation Inc. 80 78 49 75 282.00 2

Page 1 of 1
Packet Pg. 783
DocuSign Envelope ID: B7606842-FEAB-498E-B229-9100A9B4AB07
16.D.3.c

Notice of Recommended Award

Solicitation: 20-7707R Title: Tigertail Beach Concession Services

Due Date and Time: October 16th, 2020 at 3:00PM

Respondents:
Company Name City County State Final Ranking Responsive/Responsible

Attachment: 20-7707R NORA (14712 : 20-7707R Tigertail Beach Concession Service)


Tigertail Explorers LLC Naples Collier FL 1 YES/YES
SSG Recreation Inc. Orlando Orange FL 2 YES/YES

Utilized Local Vendor Preference: Yes No

Recommended Vendor(s) For Award:


On September 16th, 2020 the Procurement Services Division released Request for Proposal 20-7707R to four
thousand two hundred and one (4,201) vendors for Tigertail Beach Concession Services. Sixty-seven (67) bid
packages were viewed, and two (2) proposals were received by the October 16th, 2020 deadline.

A selection committee convened December 2nd, 2020. The committee scored and ranked the vendors based
on the criteria outlined in the solicitation.

Award is recommended to Tigertail Explorers LLC.

Required Signatures

12/10/2020
Project Manager:

12/10/2020
Procurement Strategist:

Procurement Services Director:

12/10/2020

___________________________________________________
Sandra Herrera

Packet Pg. 784


16.D.3.f
DATE (MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE 2/26/2021
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 CONTACT
NAME: Commercial Service
PHONE FAX
Alliance & Associates Financial Services, Inc. (A/C, No, Ext): 855-210-9528 (A/C, No): 904-930-4672
E-MAIL
1091 Oakleaf Plantation Parkway ADDRESS: Certificates@alliance321.com
INSURER(S) AFFORDING COVERAGE NAIC #

Attachment: SSG Rec - COI - Collier County (14712 : 20-7707R Tigertail Beach Concession Service)
Orange Park FL 32065 INSURER A : NORTHFIELD INS CO 27987
INSURED INSURER B :
SSG Recreation, Inc INSURER C :
8000 S Orange Ave Unit #212 INSURER D :

INSURER E :
Orange Park FL 32065 INSURER F :

COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:


THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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 ADDL SUBR POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS

✘ COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE


DAMAGE TO RENTED
$ 1,000,000
CLAIMS-MADE ✘ OCCUR PREMISES (Ea occurrence) $ 100,000
MED EXP (Any one person) $ 5,000
A Y Y WS423416 06/01/2020 06/01/2021 PERSONAL & ADV INJURY $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
✘ POLICY
PRO-
JECT LOC PRODUCTS - COMP/OP AGG $ 2,000,000
OTHER: $

AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $


(Ea accident)
ANY AUTO BODILY INJURY (Per person) $
OWNED SCHEDULED BODILY INJURY (Per accident) $
AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY (Per accident)
$

UMBRELLA LIAB OCCUR EACH OCCURRENCE $


EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED RETENTION $ $
WORKERS COMPENSATION PER OTH-
STATUTE ER
AND EMPLOYERS' LIABILITY Y/N
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? N/A
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $
Employee Theft 50,000
A Crime Y Y WS423416 06/01/2020 06/01/2021

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Certificate Holder is named as Additional Insured on the Insurance Certificate for Commercial General Liability where required. This insurance is primary and non-contributory with respect to any other insurance maintained by, or
available for the benefit of, the Additional Insured. Waiver of Subrogation applies in respects to the General Liability.

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE


THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS.

3295 Tamiami Trail East AUTHORIZED REPRESENTATIVE

Naples FL 34112
© 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
Packet Pg. 785
Form_SCTNID_CTGRY.XX10025241_OTHER

<docindex><index>OTHER</index></docindex>
16.D.3.g
Progressive
P.O. Box 94739
Cleveland, OH 44101

1-800-895-2886 Policy number: 03294926-0


Underwritten by:
Progressive Express Ins Company
February 24, 2021
Page 1 of 1

Attachment: SSG Recreation-Auto Insurance (14712 : 20-7707R Tigertail Beach Concession Service)
Certificate of Insurance
Certificate Holder
……………………………………………………………………………………………………………………………………………………………………………
COLLIER COUNTY BOARD OF COUNTY
COMMISSIONERS
3295 PAMIAMI TRAIL EAST
NAPLES, FL 34112

Insured Agent/Surplus Lines Broker


……………………………………………………………………………………………………………………………………………………………………………
SSG RECREATION INC PROG COMMERCIAL
8000 S ORANGE AVE SUITE 203 PO BOX 94739
ORLANDO, FL 32809 CLEVELAND, OH 44101

This document certifies that insurance policies identified below have been issued by the designated insurer to the insured
named above for the period(s) indicated. This Certificate is issued for information purposes only. It confers no rights upon
the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies listed below.
The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations, endorsements, and
conditions of these policies.
………………………………………………………………………………………………………………………………………………………..
Policy Effective Date: Feb 24, 2021 Policy Expiration Date: Feb 24, 2022
Insurance coverage(s) Limits
………………………………………………………………………………………………………………………………………………………..
Bodily Injury/Property Damage $500,000 Combined Single Limit
………………………………………………………………………………………………………………………………………………………..
Uninsured Motorist $10,000/$20,000 Non-Stacked
………………………………………………………………………………………………………………………………………………………..
Personal Injury Protection $10,000 w/Workers Comp - Named Insured Only

Description of Location/Vehicles/Special Items


Scheduled autos only
………………………………………………………………………………………………………………………………………………………..
2003 FORD EXPLORER 1FMZU72K93UB83586
Certificate number
05521A14926
Please be advised that the certificate holder will not be notified in the event of a mid-term cancellation.

Form 5241 (10/02)

Packet Pg. 786


16.D.3.h

CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)


03/02/2021
PRODUCER THIS CERTIFICATION IS ISSUED AS A MATTER OF INFORMATION
Automatic Data Processig Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
One ADP Boulevard HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Roseland, NJ 07068
INSURERS AFFORDING COVERAGE NAIC #
INSURED INSURER A: Technology Insurance Company, Inc
SSG RECREATION INC
INSURER B:
8000 S Orange Ave
INSURER C:
Ste 212
INSURER D:
Orlando FL 32809
INSURER E:

COVERAGES

Attachment: SSG Recreation COI WC (14712 : 20-7707R Tigertail Beach Concession Service)
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION
LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YYYY) DATE (MM/DD/YYYY) LIMITS

GENERAL LIABILITY EACH OCCURRENCE $


DAMAGE TO RENTED
COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $

CLAIMS MADE OCCUR MED EXP (Any one person) $


PERSONAL & ADV INJURY $

GENERAL AGGREGATE $
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $
PRO-
POLICY JECT LOC $

AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $
ANY AUTO (Ea accident)

ALL OWNED AUTOS


BODILY INJURY $
SCHEDULED AUTOS (Per person)

HIRED AUTOS
BODILY INJURY $
NON-OWNED AUTOS (Per accident)

PROPERTY DAMAGE $
(Per accident)

GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $

ANY AUTO EA ACC $


OTHER THAN
AUTO ONLY: AGG $
EXCESS / UMBRELLA LIABILITY EACH OCCURRENCE $
OCCUR CLAIMS MADE AGGREGATE $

DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND WC STATU- OTH-
A EMPLOYERS' LIABILITY TWC3962731 02/26/2021 02/26/2022 TORY LIMITS ER
Y/N
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000.
OFFICER/MEMBER EXCLUDED? N
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000.
If yes, describe under
SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000.
OTHER

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS

CERTIFICATE HOLDER CANCELLATION


SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION

Collier County DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN

NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
Board of County Commissioners
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
3295 Tamiami Trail REPRESENTATIVES.
East Naples FL 34112 AUTHORIZED REPRESENTATIVE
Nicole Kern
ACORD 25 (2009/01) © 1988-2009 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD

Packet Pg. 787


16.D.3.h

IMPORTANT

If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

Attachment: SSG Recreation COI WC (14712 : 20-7707R Tigertail Beach Concession Service)
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).

DISCLAIMER

This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon.

ACORD 25 (2009/01)

Packet Pg. 788

Das könnte Ihnen auch gefallen