ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney...

115
ALTERNATE CONTRACT SOURCE NO. 93131607-15-ACS Food Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE CONTRACT SOURCE AGREEMENT For Use by all Eligible Users BACKGROUND AND AUTHORITY The Department of Management Services (DMS) is authorized by subsection 287.042 (16), Florida Statutes, to evaluate contracts let by the Federal Government, another state, or a political subdivision and, when determined in writing to be cost-effective and in the best interest of the State, to enter into agreements authorizing agencies as defined by subsection 287.012 (1), Florida Statutes, to make purchases under such contracts. Section 287.056, Florida Statutes, provides that agencies and eligible users, as defined in Rule 60A-1, Florida Administrative Code, may purchase commodities and contractual services from purchasing agreements established by DMS. Contract #C2808 for the provision and delivery of food and non-food products (Contract) was competitively procured and awarded by the Department of Corrections. DMS has evaluated the Contract and acknowledges that it is cost-effective and in the best interest of the State. Therefore, DMS enters into this alternate contract source agreement (Agreement) with Cheney Brothers, Inc. (Vendor) for the purpose of authorizing and guiding the use of the Contract by state agencies and other eligible users. The terms of the Agreement, including attachments A, B, and C, and the terms of the Contract will apply to all transactions between the Vendor and the agency or other eligible user, as defined by Rule 60A-1, Florida Administrative Code. A. Scope

Transcript of ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney...

Page 1: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ALTERNATE CONTRACT SOURCE NO. 93131607-15-ACS

Food Delivery Prime Vendor Services

Cheney Brothers, Inc.

Florida Department of Corrections

Food Products and Supplies

ALTERNATE CONTRACT SOURCE AGREEMENTFor Use by all Eligible Users

BACKGROUND AND AUTHORITY

The Department of Management Services (DMS) is authorized by subsection 287.042 (16), Florida Statutes, to evaluate contracts let by the Federal Government, another state, or a political subdivision and, when determined in writing to be cost-effective and in the best interest of the State, to enter into agreements authorizing agencies as defined by subsection 287.012 (1), Florida Statutes, to make purchases under such contracts.

Section 287.056, Florida Statutes, provides that agencies and eligible users, as defined in Rule 60A-1, Florida Administrative Code, may purchase commodities and contractual services from purchasing agreements established by DMS.

Contract #C2808 for the provision and delivery of food and non-food products (Contract) was competitively procured and awarded by the Department of Corrections. DMS has evaluated the Contract and acknowledges that it is cost-effective and in the best interest of the State.

Therefore, DMS enters into this alternate contract source agreement (Agreement) with Cheney Brothers, Inc. (Vendor) for the purpose of authorizing and guiding the use of the Contract by state agencies and other eligible users.

The terms of the Agreement, including attachments A, B, and C, and the terms of the Contract will apply to all transactions between the Vendor and the agency or other eligible user, as defined by Rule 60A-1, Florida Administrative Code.

A. Scope

State agencies and other eligible users (Customers) may make purchases from this Agreement pursuant to the terms and conditions of the Contract as modified and supplemented herein.

B. Terms and Conditions

1. This Agreement will become effective on October 1, 2014 and will have a term that is coterminous with the Contract, including any extensions or renewals by the Department of Corrections, unless terminated earlier pursuant to the Contract, this Agreement, or Florida law. The Department of Management Services reserves the right to cancel this Agreement at any time by giving 30 days written notice to the Vendor.

2. In order to procure commodities or services from the Contract, Customers shall issue purchase orders or other end user agreements (contracts), referencing this Agreement. Customers are responsible for reviewing the terms and conditions of this Agreement including the Contract attached and incorporated as Attachment B. The Department of

Page 2: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Corrections is neither a party to this Agreement nor is it a party to any contracts issued pursuant to this Agreement.

3. The State of Florida, through the DMS, has instituted the statewide eProcurement system, MyFloridaMarketPlace pursuant to subsection 287.057(23), Florida Statutes. In order to complete any transaction authorized by this Agreement, the Vendor must be registered in MyFloridaMarketPlace in accordance with Rule 60A–1.30 Florida Administrative Code which is incorporated into this Agreement by reference. Pursuant to Rule 60A-1.031 Florida Administrative Code, all payments shall be assessed a Transaction Fee of one percent (1.0%), which Vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Vendor. If automatic deduction is not possible, Vendor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), Florida Administrative Code. By submission of these reports and corresponding payments, Vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. Vendor shall receive a credit for any Transaction Fee paid by Vendor for the purchase of any item(s) if such item(s) are returned to Vendor through no fault, act, or omission of Vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to Vendor’s failure to perform or comply with specifications or requirements of the agreement.

Failure to comply with these requirements shall constitute grounds for declaring Vendor in default. DELINQUENT TRANSACTION FEES SHALL EXCLUDE VENDOR FROM CONDUCTING FUTURE BUSINESS WITH THE STATE.

4. Transaction Fee Report: Vendor is required to submit monthly Transaction Fee Reports in electronic format. Transaction Fee Reports shall be submitted in accordance with the detailed fee reporting instructions and vendor training presentations available online at the Transaction Fee Reporting and Vendor Training subsections under Vendors on the MyFloridaMarketPlace website located athttp://dms.myflorida.com/business_operations/state_purchasing/myflorida_marketplace/mfmp_vendors/vendor_toolkit/mfmp_transaction_fee_and_reporting.

5. The provisions of subsections 287.058 (1) (a), and (c), and Florida Statutes, are hereby incorporated into this Agreement by reference. If the transaction involves contractual services, the provisions of subsections 287.058 (1) (b), and (g), Florida Statutes, are also incorporated by reference.

6. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. The Vendor shall comply with sections 11.062, and 216.347, Florida Statutes, prohibiting use of funds to lobby the Legislature, Judiciary, or State agencies.

7. The Vendor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local agencies having jurisdiction and authority. By way of non-exhaustive example, the Vendor shall comply with section 247A of the Immigration and Nationality Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status.

8. Interest penalties for late payment are available subject to the provisions of section 215.422, Florida Statutes. A Vendor Ombudsman, whose duties include acting as an advocate for Vendors who may be experiencing problems in obtaining timely payment(s) from a state agency may contact the Department of Financial Services at 1- 850-413-5516 or by calling the Florida Department of Financial Services Consumer Helpline, at 1-877-693-5236.

Page 3: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

9. The exclusive venue of any legal or equitable action that arises out of or relates to this Agreement or the Contract shall be a state court of competent jurisdiction in Leon County, Florida; in any such action, Florida law shall apply, but not its choice of law provisions, and the Vendor waives any right to jury trial that it may have.

10. The Department, at its sole discretion, may unilaterally revise the Contract Administrator name and contact information during the term of this Agreement.

11. Terms and conditions, inconsistent with or contrary to the terms and conditions of this Agreement and the Contract, shall not be added to or incorporated into this Agreement or the Contract by any subsequent purchase orders or contracts or otherwise; any such attempts to add or incorporate such terms and conditions shall be null and void.

12. The Vendor shall submit a quarterly sales report to the Department of Management Services Contract Administrator noted below. Quarterly sales report form will be provided by the Contract Administrator. Quarterly reports are due by the 15th of the month following the end of the quarter. Fiscal years run from July 1 – June 30 of each year. Fiscal quarters are as follows:

Quarter 1 – July 1 – September 30 (due October 15) Quarter 2 – October 1 – December 31 (due January 15) Quarter 3 – January 1 – March 31 (due April 15) Quarter 4 – April 1 – June 30 (due July 15)

13. The Department reserves the right to require additional reports or information pertaining to this Agreement and any resulting purchase orders or contracts with Customers. The Vendor shall submit the report or information within five business days after receipt of the request, unless otherwise approved by the Department’s Contract Administrator.

14. The Vendor shall provide the Department the specific link to the Contract’s Master Product List and pricing on Cheney Brothers Order Guide. The Vendor shall, within fifteen (15) days of Agreement award, make available the online order guide that contains the items that are in the scope of the awarded Agreement.

15. Each Customer utilizing this Agreement may establish and maintain with the Vendor a specific Master Product List for their entity. The Customer may add and delete products from the Master Product List as necessary without approval from DMS, the Department of Corrections, other Customers, or the Vendor, as long as that product is carried by the Vendor, and Vendor is in agreement. A Customer’s decision to add or delete a product from their specific Master Product List shall not impact the Department of Corrections’ Master Product List or any other Customer’s Master Product List. The Vendor shall work with the Customer to ensure there is no impact to the Department of Corrections’ Master Product List. The Vendor shall make available, upon Customer’s request, samples of any products that the Customer may want to include on their Master Product List.

16. All transactions are subject to the terms of the following documents, which, in case of conflict, shall have the order of precedence listed:

a) This Agreementb) Attachment A, and C, andc) Attachment B, the Contractd) Any purchase order or contract pursuant to this Agreement

17. Attached is the preferred pricing affidavit Attachment C regarding the above-reference Agreement. During the 2010 Session, the Florida Legislature passed a bill with a provision that directs each state agency to identify contracts with a preferred pricing provision. The bill

Page 4: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

directs agencies to require vendors with such provision in a contract to submit an affidavit attesting that the vendor is in compliance with the preferred pricing provision. The bill was approved by the Governor and can now be found in Chapter No. 2010-151, Laws of Florida. Section 48 of the Law reads as follows:

a) Each state agency, as defined in s. 216.011, Florida Statutes, shall review its contracts and, for any contract with a preferred-pricing clause, the agency shall ensure that the contractor complies with such clause.

b) Each contract executed, renewed, extended, or modified on or after July 1, 2010, which includes a preferred-pricing clause, must require an affidavit from an authorized representative of the contractor attesting that the contract is in compliance with the preferred-pricing clause. Such affidavit must be submitted at least annually. A contractor’s failure to comply with a preferred-pricing clause is grounds for terminating the contract at the state agency’s sole discretion.

c) As used in this section, the term “preferred-pricing clause” means a contractual provision under which the state is offered the most favorable price that the contractor offers to any client.

(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)

Page 5: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

The above referenced contract contains a preferred pricing provision. Therefore, the Department is required to obtain an affidavit from an authorized representative of your company attesting compliance with the pricing provision. Attached is a form affidavit ready for signature which will ensure that the Department is in compliance with the new law. Please have an authorized representative execute the affidavit, have it notarized, and return the completed version to the Department. Your cooperation is greatly appreciated.

Approved by:

Division of State Purchasing Cheney Brothers, Inc.Department of Management Services

Signature: _________________________ Signature: ___________________________

Kelley J. Scott, Director of State Purchasing John Reisigl, General Managerand Chief Procurement Officer Cheney Brothers

Date: ____________________________ Date: _____________________________

(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)

Page 6: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Attachment ASpecial Conditions

The Department will maintain the following information; ordering instructions, and designation of the Department Contract Administrator. Changes to the following information do not require a formal amendment to the Agreement and may be authorized by the Department of Management Services Contract Administrator, or the Administrator’s immediate supervisor:

1. PRICE SHEETS:

Please check with the Vendor to see the current Department of Corrections Master Product List and pricing:

2. ORDERING INFORMATION:

Vendor: Cheney BrothersFEIN: 59-1003104VENDOR: Cheney BrothersSTREET ADDRESS OR P.O. BOX: One Cheney WayCITY, STATE, ZIP: Riviera Beach, Florida 33404CONTACT: John ReisiglPHONE: (561) 845-4726FAX: (561) 684-7979EMAIL: [email protected]

3. DEPARTMENT OF MANAGEMENT SERVICES CONTRACT ADMINISTRATOR:

For questions, suggestions, or Vendor issues, please contact:

Frank MillerContract ManagerDivision of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Tallahassee, FL 32399PHONE: (850) 488-7516E-MAIL: [email protected]

Page 7: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Attachment BThe Department of Corrections Contract

The Department of Corrections Contract with Cheney Brothers, Inc. for food products, No. C2808 is hereby incorporated as Attachment B to this agreement.

The DOC Contract will be added here

(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)

Page 8: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Attachment CPreferred Pricing Affidavit

REGARDING THE CONTRACT BETWEENCheney Brothers__________________ (THE “CONTRACTOR”)

ANDTHE FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

CONTRACT NO.: 93131607-15-ACS_______ DATED: October 1, 2014____ (THE “CONTRACT”)

Pursuant to section 216.0113, Florida Statutes, The undersigned contractor hereby attests that the Contractor complies with the best pricing offer clause contained in section 4(b) PUR 1000, Attachment E, of the contract.

Print Contractors Name: Cheney Brothers_____________________________

By: ________________________________________ Date: ____________ Signature of the Authorized Representative:

Print Representatives Name/Title:

______________________________________________

STATE OF ____________ COUNTY OF __________

Sworn to (or affirmed) and subscribed before me this __________ day of ________________, by ___________________________.

___________________________________. Signature of Notary

(Print, Type, or Stamp Commissioned Name of Notary Public)

[Check One] ____ Personally Known OR ____Produced the following I.D. ___________

Vendor Name: __________________________________ FEIN#_______________________Vendor’s Authorized Representative Name and Title: _________________________________Address: City, State, and Zip code: _______________________________________________________Phone Number: (___) ___-____ E-mail: ________________________________________CORPORATE SEAL (IF APPLICABLE)

Page 9: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

CONTRACT BETWEEN

THE DEPARTMENT OF CORRECTIONS

AND

CHENEY BROTHERS, INC.

This Contract is between the Florida Department of Corrections ("Department") and Cheney Brothers, Inc. ("Contractor") which are the parties hereto.

WITNESSETH

Whereas, the Department is responsible for the inmates and for the operation of, and supervisory and protective care, custody and control of, all buildings, grounds, property and matters connected with the correctional system in accordance with Section 945.04, Florida Statutes;

Whereas, it is necessary that budget resources be allocated effectively;

Whereas, this Contract is entered into pursuant to DC ITB-13-014, authorized pursuant to Section 287.057 (1)(a), Florida Statutes, and funded in Line Items: 644E, 644Q, 644AE, 644AQ, 649, 660, and 668C; and

Whereas, the Contractor is a qualified and willing participant with the Department to provide, furnish and deliver all food and non-food products to feed the current population of inmates in state-operated facilities throughout the state, with the exception of Jefferson CI, Tallahassee WRC, Marion CI, Marion Work Camp, Gainesville Work Camp, Hardee CI, and Hardee Work Camp.

Therefore, in consideration of the mutual benefits to be derived hereby, the Department and the Contractor do hereby agree as follows:

I. CONTRACT TERM AND RENEWAL

A. Contract Term

This Contract shall begin on October 1, 2014, or the date on which it is signed by both parties, whichever is later, and shall end at midnight on September 30, 2019.

This Contract is in its initial term.

B. Contract Renewal

The Department has the option to renew this Contract in accordance with Form PUR1000 #26. The renewal shall be contingent, at a minimum, on the Contractor’s satisfactory performance of this Contract as determined by the Department and subject to the availability of funds. If the Department, desires to renew the Contract, it will provide written notice to the Contractor no later than thirty (30) days prior to the Contract expiration date. The renewal term shall be considered separate and shall require exercise of the renewal option should the Department choose to renew this Contract. Page 1 of 69

Page 10: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

II. SCOPE OF SERVICE

A. General Service Description/Purpose

1. The Contractor shall supply products listed on the Master Product List (Attachment 3), and must maintain an adequate stock to meet the needs of the Department. This list may be modified by the Department during the term of the Contract.

2. Only items on the authorized Master Product List may be ordered/purchased, unless approved by the Contract Manager.

3. The Contractor shall ensure that potentially harmful products are labeled and Material Safety Data Sheets (MSDS) provided with the appropriate products.

4. All products delivered to facilities must meet or exceed United States Department of Agriculture (USDA) specifications and industry standards and have a freshness parameter to permit the facility to have a minimum of forty-five (45) days from delivery to consumption. Perishable products must have a minimum shelf-life of seven (7) days after receipt of delivery.

5. The maximum weight for packages including containers and case shall not exceed Occupational Safety and Health Administration (OSHA) standards unless otherwise specified on the Master Product List (Attachment 3). Packages exceeding the maximum weight may be rejected by the facility.

6. The Contractor shall be capable of providing all products, or approved equivalents. Any equivalent products submitted may be subject to quality testing and nutritional approval at the discretion of the Department.

7. Individual product specifications are listed on the Master Product List (Attachment 3).

8. The Department reserves the right to obtain quotes and purchase items not included on the Master Product List from a different vendor(s) than the Contractor.

B. Rules and Regulations

1. The Contractor shall provide all services in accordance with all applicable federal and state laws, rules and regulations, and Department of Corrections’ rules and procedures. All such laws, rules and regulations, current and/or as revised, are incorporated herein by reference and made a part of this Contract. The Contractor and the Department shall work cooperatively to ensure service delivery in complete compliance with all such rules and regulations.

2. The Contractor shall ensure that all Contractor’s staff providing services under this Contract complies with prevailing ethical and professional standards, and the statutes, rules, procedures and regulations mentioned above.

3. Should any of the above laws, standards, rules or regulations, Department procedures, or directives change during the course of this Contract term, the updated version will take precedence.

Page 2 of 69

CONTRACT #C2808

MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

Page 11: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

4. The Contractor may enter into written subcontract(s) for performance of certain of its functions under the Contract. No subcontract, which the Contractor enters into with respect to performance of any of its functions under the Contract, shall in any way relieve the Contractor of any responsibility for the performance of its duties. The Contractor shall ensure that all subcontractor agreements are prior approved by the Department’s Contract Manager and contain provisions requiring the subcontractor to comply with all applicable terms and conditions of this Contract.

5. The Contractor agrees to make any modifications required in order to meet or comply with changes necessitated by operation of law or due to changes in practice standards or regulations or change in the Department’s mission.

6. Any changes in the Scope of Service required to ensure continued compliance with State or Federal laws, statutes or regulations or Department policy will be made in accordance with Section VII., DD., Scope Changes After Contract Execution.

C. Communications

Contract communications will be in three (3) forms: routine, informal and formal. For the purposes of this Contract, the following definitions shall apply:

Routine: All normal written communications generated by either party relating to service delivery. Routine communications must be acknowledged or answered within thirty (30) calendar days of receipt. (Use of email is acceptable)

Informal: Special written communications deemed necessary based upon either contract compliance or quality of service issues. Must be acknowledged or responded to within fifteen (15) calendar days of receipt.

Formal: Same as informal but more limited in nature and usually reserved for significant issues such as Breach of Contract, failure to provide satisfactory performance, or contract termination. Formal communications shall also include requests for changes in the scope of the Contract and billing adjustments. Must be acknowledged upon receipt and responded to within seven (7) days of receipt.

The Contractor shall respond to Informal and Formal communications in writing, transmitted by facsimile and/or email, with follow-up by hard copy mail.

A date/numbering system shall be utilized for tracking of formal communications.

The only personnel authorized to use formal Contract communications are the Department’s Contract Manager, Contract Administrator, and the Contractor’s CEO or Project Manager. Designees or other persons authorized to utilize formal contract communications must be agreed upon by both parties and identified in writing within ten (10) days of execution of the Contract. Notification of any subsequent changes must be provided in writing prior to issuance of any formal communication from the changed designee or authorized representative.

In addition to the personnel named under Formal Contract Communications, personnel authorized to use Informal Contract Communications include any other persons so designated in writing by the parties.

Page 3 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 12: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

In addition to the contract communications noted in Section II., C., if there is an urgent administrative problem, the Department shall make contact with the Contractor and the Contractor shall orally respond to the Contract Manager within two (2) hours. If a non-urgent administrative problem occurs, the Department will make contact with the Contractor and the Contractor shall orally respond to the Contract Manager within forty eight (48) hours. The Contractor shall respond to inquiries from the Department by providing all information or records that the Department deems necessary to respond to inquiries, complaints or grievances from or about inmates within three (3) working days of receipt of the request.

D. Service Locations and Service Times

1. Institutions/Facility Locations: The facilities to be included under this Contract are indicated in Attachment 1.

2. Add/Delete Institutions/Facilities for Services : The Department reserves the right to add or delete institutions/facilities receiving or requiring services under this Contract upon thirty (30) days’ written notice. Such additions or deletions may be accomplished by letter and do not require a Contract amendment.

3. Service Times : All services, unless otherwise coordinated and approved by the Contract Manager or designee, shall be provided by the Contractor between the hours of 8:30 a.m. and 4:00 p.m. Eastern Time, Monday through Friday, excluding State holidays.

E. Contractor’s Responsibilities

1. The Contractor shall comply with the following requirements:

a. All products specified herein shall be processed, packaged and delivered in accordance with industry standards, regulations of the Florida Department of Health (DOH), USDA, and requirements of the Federal Food, Drug & Cosmetic Act (FFDCA), and regulations promulgated thereunder.

b. Products will be subject to tests as determined by the Department, conducted on a random sampling basis during the term of the contract.

c. No sulfite agents, Monosodium Glutamate (MSG), Butylated Hydroxyanisol (BHA), Butylated Hydroxytoluene (BHT), or preservatives are to be used in production of any fresh produce items.

d. Produce should not contain pesticides in excess of established tolerance limits.

e. Yields shall be calculated in liquid ounces, volume or weight as per industry standard service measurements for the food involved. Weight of additive liquids, milk, shortening, water, etc., shall be computed as one hundred twenty-eight (128) ounces per U.S. gallon. Yields not shown on labels shall be verified by calculating net weight or volume according to preparation directions.

f. The products shall be prepared, processed and packaged under modern sanitary conditions and in accordance with good commercial practice in accordance with the code of Federal regulations, Title 21, Human Foods; Current Good Manufacturing Practice (Sanitation).

Page 4 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 13: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

g. If a product contains artificial sweeteners, the label or technical publication shall bear Federal Drug Administration (FDA) warnings.

h. The materials used in the ingredients shall be clean, sound, wholesome and free from infestation and other objectionable foreign matter.

2. Distribution/Warehouse Center

a . Location/Hours of Service: The Contractor shal l have and maintain a distribution/warehouse center in Florida. Such location shall serve for, at a minimum, the following:

1) pick-up of products by the Department for “Will Call” orders upon twenty-four (24) hours of notification and written confirmation from the Contractor;

2) delivery of products to institutions/facilities within seventy-two (72) hours, upon receipt of written notification, and written confirmation from the Contractor for normal deliveries;

3) delivery of products to institutions/facilities within twenty-four (24) hours for emergencies (e.g. natural disasters, riots, strikes).

b. The Contract Manager or designee may perform unannounced on-site visits to the warehouse/distribution center to ascertain that appropriate storage requirements and sanitation are in place to support the requirements of the Contract.

3. Quality Control Procedures

a. Each case of food and non food products shall have the date or coded date inscribed on it. Conversion tables shall be provided for all date codes.

b. The Contractor shall have instituted an established quality assurance program that complies with industry standards. This quality control plan must detail the Contractor’s quality control programs that will ensure compliance with the contractual requirements.

c. The Contractor shall have a written quality control program that ensures all products are handled in a manner that complies with all Hazard Analysis Critical Control Point (HACCP) regulatory requirements as well as the Current Good Manufacturing Practices (CGMP) and Standard Sanitary Operating Procedures (SSOP). Any suppliers/manufacturers providing products to the Contractor shall have verifiable HACCP programs in place at their facilities. The Contractor shall monitor the quality control program of all suppliers/manufacturers. NOTE: The Department may conduct a quality test on products delivered to the facilities to ensure that they meet the required product specifications.

4. Out of Stock/Not Available Product

a. The Contractor shall notify the ordering facility of out-of-stock/not available products upon receipt of order, but in no event later than forty-eight (48) hours before the scheduled delivery. If the Contractor is unable to fill an order completely, they must inform the ordering facility of the “shortage” within 24 hours of receiving the order.

Page 5 of 69 MODEL DOCUMENT REVISED 08//01/13

Page 14: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

b. A substitute product may be provided with prior approval by the Contract Manager in accordance with Section II. J. Such substitutions shall be of same or better grade and quality. Substitutions shall be priced using the same unit price as the original product. Substitutions should not be made on a continuing basis. Explanation of repeated/continued substitutions shall be made to the Department.

[NOTE: Out-of-stock/not available product situations may be a basis for cancellation of contract and/or charging back for open market purchase or any other appropriate remedies].

5. Rescheduling, Cancelations, or Delays

The Contractor shall not charge any fees to the Department for instances in which the Contractor attempts to deliver to the institution/facility and the delivery is delayed, or cancelled due to an emergency, security concerns (e.g., lock-downs), institutional needs, or inspections of vehicle and trailers. Whenever possible, the Department will notify the Contractor in advance if a delivery cannot be made on the day it is scheduled.

6. Order Process

a. The facility staff will choose the food or non-food item from an approved product list through a Contractor supplied electronic ordering system. The system shall be capable of the following:

1) providing confirmation, upon receipt of any order to the ordering facility;

2) notifying the ordering facility of any unavailable product(s), at the time the order is placed;

3) restricting orders to authorized items only; and4) printing out the order when completed.

b. The Contractor shall be responsible for clarifying any order discrepancies prior to shipment. The Contractor shall be responsible for ensuring their electronic ordering system is updated on a weekly basis and provide training on their electronic ordering system, on an as needed basis, for Department staff.

c. The Contractor shall accept orders up to seventy-two (72) hours in advance of the regularly scheduled delivery day.

d. Contractor must have available at least ninety-five percent (95%) of the items and quantities ordered.

e. The Contractor shall provide a minimum ninety-eight percent (98%) fill-rate per month. The fill-rate will be calculated by dividing the number of units received on the due date by the number of units ordered.

7. Delivery

Deliveries shall be made once per week, unless otherwise requested by the facility due to storage limitations. However, the Contractor shall not make more than two deliveries per week, unless an emergency delivery is required. Product(s) shall be shipped within seventy-two (72) hours after receipt of an order. Deliveries must be made between 8:30 a.m. to 4:00 p.m. Eastern Time, Monday thru Friday excluding Saturdays, Sundays, and

Page 6 of 69

Page 15: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 16: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

state holidays, unless otherwise requested by the facility. In the case of the third day being on a weekend or state holiday, delivery is expected to be made on the next working day.

NOTE: The manufacturer, brand name, global trade item number (GTIN) and the universal product code (UPC) provided on the Master Product List (Attachment 3) for each item must be shown on each case received by the institution. Additionally, the contract number must be shown on each case. All of this information must be provided on the shipping manifest provided to the institution when the products are delivered to ensure proper identification and receiving for invoice certification.

a. All products must be delivered and maintained at the appropriate temperature for the product, i.e., frozen, refrigerated.

b. Frozen Products

The maximum time products may be held in a frozen state prior to delivery shall be as follows:

1) Fresh frozen meat (except ground and diced meat) – sixty (60) days;

2) Ground and diced meats – thirty (30) days; and3) Cured and processed meat – forty-five (45) days.

c. Delivery vehicles must be designed to transport the product, and be equipped with a drop lift capability for delivery to the facilities as indicated on Attachment 1. The Contractor must provide cart/hand truck delivery when required by ordering facility.

d. Delivery vehicles must be pre-cooled to the proper temperature in accordance with the guidelines provided in Section II. B., Rules and Regulations, prior to loading.

e. Delivery shall be made in clean, closed (i.e. semi-trailer) vehicles. When transporting food items, the vehicles shall be maintained in good sanitary condition to prevent contamination of the supplies. Delivery vehicle used to deliver items under this Contract shall be subject to inspection for sanitation. Supplies transported in vehicles which are not sanitary, or which are not equipped to maintain prescribed temperatures, may be rejected without further inspection. Contractor delivery vehicles shall be equipped to maintain the appropriate temperatures and product segregation as necessary to deliver products at proper temperature (in accordance with the guidelines provided in Section II. B. 1).

f. Transportation temperature recordings may be requested at any time to verify product temperature integrity.

g. The Contractor shall deliver the items in the quantity ordered, and on the date and time requested by the facility. If the Contractor cannot meet the delivery schedule, the facility must be notified and the delivery made on, or before, the new agreed upon delivery date.

h. Back orders will not be accepted.

i. Products delivered to a facility shall be securely and properly packed for storage and stocking in appropriate, clearly marked shipping containers and according to

Page 7 of 69 MODEL DOCUMENT REVISED 08//01/13

Page 17: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

acceptable commercial practices. No extra charge for packing materials, cases, or other types of containers will be accepted. Containers shall become and remain the property of the facility.

j. All deliveries shall be made as specified at each facility. Any losses resulting from the Contractor’s failure to deliver within specified timeframes shall be borne exclusively by the Contractor.

k. Palletized Deliveries

1) Shipments must be made as palletized deliveries unless otherwise approved by the facility.

2) Palletized shipments must be made on manufactured standard 40x48 inch pallets.

3) Each pallet must be shrink-wrapped, have a maximum height of 5 foot, 6 inches, and weight of no more than thirty-five hundred (3500) pounds.

4) All shipping units shall have a uniform block and tier.5) Containers shall be strapped to pallets or shrink-wrapped to prevent movement of

the load during shipping to prevent damage, to ensure prompt unloading and to avoid the need for restacking.

6) Pallets shall be returned or exchanged to Contractor at time of delivery, on subsequent deliveries, or as arranged between the Contractor and the ordering facility. Pallet exchange should be pallets of like materials (i.e. wood pallet for wood pallet.)

7) The Contractor may utilize double palleting in shipping, however, if double palleting is used, the Contractor shall be responsible for unloading and ensuring safe handling.

8) Mixed loads of dissimilar products are to be avoided, as well as inappropriate stacking of heavy/dense items on top of light items.

l. Product Security Requirements

1) Institutions/facilities require packaging and containers that do not present security problems (i.e. wire, metal, sharp edges, glass that may possibly be fashioned into a weapon). No glass containers will be allowed. The Contractor may be required to modify and/or change packaging and/or containers for delivery to all locations, in order to reduce potential security problems. There shall be no surcharge in pricing for Contractor's packaging or containers used to meet security requirements.

2) No product containing any form of alcohol may be shipped to any institution/facility, unless approved by the Contract Manager or designee.

F. Contractor’s Inventory Level

The Contractor shall determine the usage requirements of each facility and must stock an adequate inventory to meet those requirements. The Contract Manager or designee will respond to requests for information from the Contractor as needed. There will be no minimum or maximum order size.

Page 18: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Page 8 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 19: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

G. Emergency Orders/Deliveries

The Contractor shall provide emergency delivery upon request of the Contract Manager or designee. An emergency delivery is defined as: a delivery that must be made resulting from an unforeseen circumstance that cannot be accommodated by a regular scheduled delivery. The Contractor shall be prepared to deliver products within twenty-four (24) hours. The Contractor shall provide facilities with the names and availability (normal business hours only) of the Contractor’s representative responsible for handling such emergency service and phone numbers.

H. Recalled Products

The Contractor shall have the ability to track all products delivered. Product recalls from the manufacturers, suppliers, FDA, or DOH, shall be promptly reported to the Contract Manager or designee, which shall include, but not be limited to, the following:

1. The Contractor shall have a product recall program that provides for immediate notification to all facilities that have received the recalled products.

2. The Contractor shall be responsible for picking up and replacing all products that are subject to recall, and ensuring that all manufacturers and suppliers to the Contractor have the same requirements in place.

3. The Contractor shall issue a credit, or a one-for-one replacement item that meets the specifications of the original delivery, as approved by the Contract Manager or designee.

4. Subsequent credits must be applied, for any recall items, as applicable.

5. A final report shall be made to the Contract Manager or designee stating the number of cases shipped, locations and number of returns.

I. Returns

The Contractor shall provide the Contract Manager, within fifteen (15) days after contract execution, a return product policy for approval, which shall allow for the following:

1. Full credit and pick-up within five (5) working days after notification of the rejected product due to incorrect delivery, spoiled, adulterated, damaged, or with insufficient shelf-life to permit safe consumption. The Contractor shall not charge a restocking fee to the Department. The facility desiring credit and pick-up of items will notify the Contractor within twenty-four (24) hours of discovery, or next business day, whichever comes first.

2. Rejected items not removed from the facility by the Contractor within ten (10) working days after date of notification shall be regarded as abandoned by the Contractor and the facility shall have the right to dispose of the items as its own property. The Contractor shall, within twenty (20) working days after notification, reimburse the Department for any and all costs and expenses incurred in affecting removal or disposition.

3. The Department’s food service or warehouse personnel shall have the right to reject products for non-compliance at the point of delivery.

Page 9 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 20: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

J. Contract Substitutions

The Contractor shall be required to provide only product(s) on the Master Products List (Attachment 3) unless prior approval, of a change, is received from the Contract Manager. Substituted products delivered or provided to the Department without prior approval by the Contract Manager are prohibited, will be returned to the Contractor at the Contractor's expense, and may cause termination of the contract.

In the event the product specified can no longer be provided for reasons beyond the Contractor’s control (e.g. - product discontinuance), the Contractor shall provide an alternate product request to the Contract Manager along with product nutritional analysis. The substituted product shall meet (or exceed) all terms, conditions, and specifications applicable to the original specified product. An alternate product sample may be required by the Department for review prior to acceptance. The Department reserves the right to conduct taste test(s).

NOTE: All requests for substitutions shall be submitted in writing (via email) by the Contractor to the Contract Manager.

K. Damaged Goods

The Contractor shall be responsible for filing, processing and collecting all damage claims. However, to assist the Contractor in the expeditious handling of damage claims, the ordering facility staff will:

1. Record any evidence of visible damage on all copies of the delivery carrier’s Bill of Lading.

2. Report damage of delivered goods to the carrier and contract supplier, confirming such reports, in writing, within seven (7) days of delivery, requesting that the carrier inspect the damaged merchandise.

3. Retain the item and its shipping container, including inner packing material, until inspection is performed by the carrier and disposition given by the contract supplier.

4. Provide the Contractor with a copy of the carrier’s Bill of Lading and Damage Inspection Report.

L. Department’s Responsibilities

1. The Department will provide, at its expense and judgment, a sufficient number of Correctional Officers to supervise those inmates receiving services from the Contractor.

2. The Department will provide the Contractor with access to all applicable Department rules and regulations. The Department will inform the Contractor of any regulatory or operational changes impacting the delivery of services to be provided pursuant to this Contract.

M. Contractor’s Requirements

1. Conduct and Safety Requirements

When providing services to the inmate population or in a correctional setting, the Contractor’s staff shall adhere to the standards of conduct prescribed in Chapter 33-208, Florida Administrative Code, and as prescribed in the Department’s personnel policy and procedure guidelines, particularly rules of conduct, employee uniform and clothing

Page 10 of 69 MODEL DOCUMENT REVISED 08//01/13

CONTRACT #C2808

Page 21: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Prime Vendor Food Service Scope revised 1/27/214

Page 22: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

requirements (as applicable), security procedures, and any other applicable rules, regulations, policies and procedures of the Department.

In addition, the Contractor shall ensure that all staff adhere to the following requirements:

a. The Contractor’s staff shall not display favoritism to, or preferential treatment of, one inmate or group of inmates over another.

b. The Contractor’s staff shall not deal with any inmate except in a relationship that supports services under this Contract. Specifically, staff members must never accept for themselves or any member of their family, any personal (tangible or intangible) gift, favor, or service from an inmate or an inmate’s family or close associate, no matter how trivial the gift or service may seem. The Contractor shall report to the Contract Manager any violations or attempted violation of these restrictions. In addition, no staff member shall give any gifts, favors or services to inmates, their family or close associates.

c. The Contractor’s staff shall not enter into any business relationship with inmates or their families (example – selling, buying or trading personal property), or personally employ them in any capacity.

d. The Contractor’s staff shall not have outside contact (other than incidental contact) with an inmate being served or their family or close associates, except for those activities that are to be rendered under the Contract.

e. The Contractor’s staff shall not engage in any conduct which is criminal in nature or which would bring discredit upon the Contractor or the State. In providing services pursuant to this Contract, the Contractor shall ensure that its employees avoid both misconduct and the appearance of misconduct.

f. At no time shall the Contractor or Contractor’s staff, while delivering services under this Contract, wear clothing that resembles or could reasonably be mistaken for an inmate’s uniform or any correctional officer’s uniform or that bears the logo or other identifying words or symbol of any law enforcement or correctional department or agency.

g. Any violation or attempted violation of the restrictions referred to in this section regarding employee conduct shall be reported by phone and in writing to the Contract Manager or their designee, including proposed action to be taken by the Contractor. Any failure to report a violation or take appropriate disciplinary action against the offending party or parties shall subject the Contractor to appropriate action, up to and including termination of this Contract.

h. The Contractor shall report any incident described above, or requiring investigation by the Contractor, in writing, to the Contract Manager or their designee within twenty four (24) hours, of the Contractor’s knowledge of the incident.

2. TB Screening/Testing

The Contractor shall ensure that Contractor's staff that performs their duties in institutions under this Contract are screened and/or tested for tuberculosis prior to the start of service delivery, as appropriate, and screened/tested annually thereafter, as required by Department Procedure 401.015, Employee Tuberculosis Screening and

Page 11 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 23: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

Control Program. The Contractor shall provide the institutional Senior Registered Nurse Supervisor with proof of testing prior to the start of service delivery by the staff member and annually thereafter. The Contractor shall be responsible for obtaining the TB screening/testing. The Contractor shall bear all costs associated with the TB screening/testing for their staff or subcontractor staff.

3. Staff Levels and Qualifications

a. The Contractor shall provide an adequate level of staffing for provision of the services outlined herein and shall ensure that staff providing services is highly trained and qualified. Additionally, the contractor shall liaise with and maintain a good working relationship with the judiciary, criminal justice system, DC staff, and the community if required to support the Contract.

b. The Contractor shall NOT provide individuals possessing “temporary work visas” to fill positions under this scope of service.

c. All contractor/subcontractor staff providing services under the Contract shall have the ability to understand and speak English to allow for effective communication between Contractor staff and Department staff and inmates.

4. Contractor Key Staff Administrative Positions and Responsibilities

The Contractor shall provide the following minimum key administrative staff positions in support of this Contract:

a. Chief Executive Officer (or equivalent title) - The Chief Executive Officer is the highest-ranking officer in the Contractor’s company or organization. The CEO should have a minimum of two (2) years’ experience as CEO in a company providing food services.

b. Project Manager for Food Services (or equivalent title) - The Project Manager for food services is the individual who will have corporate responsibility for programmatic administration of the Contract. This individual should have a minimum of two (2) years’ experience at the management level, directly managing a food service delivery service and products with a correctional population.

c. Customer Support for Food Services- The Contractor shall provide the following customer support:

1) Toll Free telephone number.

2) Telephone customer service representatives to respond to inquiries from facilities during normal business hours to assist with routine problems related to ordering, shipment, and billing.

3) Field service representative to call on facilities, if needed, to resolve problems.4) Suitable equipment and staff to accept orders and send information electronically

and by facsimile.5) Emergency service.6) Acceptance of electronically and facsimile transmitted orders.7) Electronic Access Ordering System.

Page 12 of 69 MODEL DOCUMENT REVISED 08//01/13

Page 24: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Prime Vendor Food Service Scope revised 1/27/214

Page 25: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

5. Staff Background/Criminal Record Checks

a. The Contractors’ staff assigned to this Contract shall be subject, at the Department’s discretion and expense, to a Florida Department of Law Enforcement (FDLE) Florida Crime Information Center/National Crime Information Center (FCIC/NCIC) background/criminal records check. This background check will be conducted by the Department and may occur or re-occur at any time during the Contract period. The Department has full discretion to require the Contractor to disqualify, prevent, or remove any staff from any work under the Contract. The use of criminal history records and information derived from such records checks are restricted pursuant to Section 943.054, F.S. The Department shall not disclose any information regarding the records check findings or criteria for disqualification or removal to the Contractor. The Department shall not confirm to the Contractor the existence or nonexistence of any criminal history record information. In order to carry out this records check, the Contractor shall provide prior to commencing services upon institution property the following data for any individual Contractor or subcontractor’s staff assigned to the Contract: Full Name, Race, Gender, Date of Birth, Social Security Number, Driver’s License Number and State of Issue. If requested, the Contractor’s staff shall submit to fingerprinting by the Department of Corrections for submission to the Federal Bureau of Investigation (FBI). The Contractor shall not consider new employees to be on permanent status until a favorable report is received by the Department from the FBI.

b. The Contractor shall ensure that the Contract Manager or designee is provided the information needed to have the NCIC/FCIC background check conducted prior to any new Contractor staff being hired or assigned to work under the contract. The Contractor shall not offer employment to any individual or assign any individual to work under the contract, who has not had an NCIC/FCIC background check conducted.

c. No person who has been barred from any Department institution or other facility shall provide services under this Contract.

d. The Contractor shall not permit any individual to provide services under this Contract who is under supervision or jurisdiction of any parole, probation or correctional authority. Persons under any such supervision may work for other elements of the Contractor’s agency that are independent of the contracted services. The objective of this provision is to ensure that no employee of the Contractor, under any such legal constraint, has contact with or access to any records of Department of Corrections’ inmates sentenced to sites included under this Contract.

6. Utilization of E-Verify

As required by State of Florida Executive Order Number 11-116, the Contractor identified in this Contract is required to utilize the U.S. Department of Homeland Security’s E-Verify system to verify employment eligibility of: all persons employed during the contract term by the Contractor to perform employment duties pursuant to the Contract, within Florida; and all persons, including subcontractors, assigned by the Contractor to perform work pursuant to the Contract with the Department. (http://www.uscis.gov/e-verify) Additionally, the Contractor shall include a provision in all subcontracts that requires all subcontractors to utilize the U.S. Department of Homeland Security’s E-Verify system to verify employment eligibility of: all persons

Page 13 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 26: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

employed during the contract term by the Contractor to perform work or provide services pursuant to this Contract with the Department.

7. General Reporting Requirements

The Contractor shall provide the following general reports to the Department, as delineated below in an approved format approved by the Contract Manager.

a. Monthly Summary Detail Report - The Contractor shall provide to the Contract Manager or designee a monthly summary report of all items being invoiced. The report must list by line item the amounts of each product delivered for all shipments to all facilities during the monthly billing period. The report shall include, at a minimum, the following:

1) monthly invoice number;

2) region;

3) facility number;*

4) facility name;

5) product specification number;*

6) commodity type;

7) product manufacturer and brand name;**

8) universal product code (UPC) or Global Trade Item Number (GTIN);

9) pack size;

10) product description;

11) identify product as food or non-food;

12) quantity delivered (cases);

13) delivery ticket number;

14) delivery date;

15) unit price;

16) delivery charge; and

17) extended price.

* Provided to the Contractor by the Department

** Should match what was originally provided by the Contractor on the Master Product List (Attachment 3) unless a substitution is approved by the Contract Manager.

b. Monthly Summary Report - The Contractor shall provide to the Contract Manager or designee a monthly summary report. The report shall include, at a minimum, the following:

1) each product being invoiced showing quantity and value;

Page 27: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

2) food and non-food will be clearly indentified.

Deliveries will be considered complete and certified as payable when all required monthly reports for the previous month have been received.

NOTE: Past deliveries not made during the invoiced billing period may require a copy of the signed delivery ticket (proof of delivery) is submitted to the Department for approval of payment.

In addition, the Contractor shall submit the following reports electronically to the Contract Manager or designee.

Page 14 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 28: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

c. Weekly Cost Report - The Contractor shall provide to the Contract Manager or designee weekly, a weekly cost report for each institution/facility. The report shall include, at a minimum, the following:

1) total sales (cumulative to date) for each facility by value; of food and non-food;

2) aggregate sales (cumulative to date) for each facility showing quantity and value.

d. Weekly Delivery Report - The Contractor shall provide to the Contract Manager or designee weekly a report of deliveries made the prior week. The report shall include, at a minimum, the following:

1) monthly invoice number;

2) region;

3) facility number;*

4) facility name;

5) product specification number;*

6) commodity type;

7) product manufacturer and brand name;**

8) universal product code (UPC) or Global Trade Item Number (GTIN);**;

9) pack size;

10) product description

11) identify product as food or non-food

12) quantity ordered

13) quantity delivered (cases)

14) delivery ticket number; and

15) delivery date

8. Performance Guarantee

The Contractor shall furnish the Department with a Performance Guarantee in the amount of one million dollars ($1,000,000.00) that shall be in effect for each year of the term of the Contract. The guarantee shall be in the form of a surety bond, made payable to the Department and issued by a surety company authorized to do business in the State of Florida by the Department of Financial Services and in compliance with applicable Florida Statutes. The guarantee shall be furnished to the Contract Manager within thirty (30) days after execution of the Contract. No payments shall be made to the Contractor until the guarantee is in place and approved by the Department in writing. Upon any renewal of the Contract, the Contractor shall provide proof that the performance guarantee has been renewed for the term of the Contract renewal.

N. Performance Measures

Page 29: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

The Department has developed the following performance measures categories which shall be used to measure the Contractor’s performance and delivery of services. All performance shall be measured no less than semi-annually. The Department reserves the right to add/delete performance measures as needed to ensure the adequate delivery of services.

1. Performance Outcomes and Standards

2. Other Contract Requirements

Page 15 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 30: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

A description of each of the Performance Measure categories is described below: 1.

Performance Outcomes and Standards

Listed below are the key Performance Outcomes and Standards deemed most crucial to the success of the overall desired service delivery. The Contractor shall ensure that the stated performance outcomes and standards (level of achievement) are met. Performance shall be measured, beginning the second month after which service has been fully implemented.

1) Timely Delivery

Outcome: All orders will be delivered within the approved delivery window for each facility.

Measure: The timely delivery rate will be calculated by dividing the number of deliveries received during the approved delivery window by the total number of deliveries received. Late deliveries caused by circumstances beyond the control of the contractor (e.g. Lockdowns) may be excluded from both the numerator and the denominator of this equation. The determination of the excusable delay will be at the sole discretion of the Contract Manager.

Standard: Achievement of outcome must meet or exceed eighty-five percent (85%) of deliveries on a monthly basis at each institution/facility.

2) Fill Rate

Outcome: All orders are expected to be filled with one hundred percent (100%) of all units on orders being delivered.

Measures: The fill rate will be calculated by dividing the number of units received at each facility on the due date by the number of units ordered at the facility.

Standard: The Contractor shall maintain a fill-rate per order, per facility of ninety eight percent (98%) or better.

3) Invoice Accuracy

Outcome: All food and non-food products delivered shall be invoiced at the agreed-upon price.

Measure: The invoice accuracy rate will be determined by dividing the number of accurate invoices (on the initial submittal) by the total number of invoices submitted.

Standard: Invoices shall contain no errors, include all required supporting documentation and required reports at least ninety-nine percent (99%) of the time.

4) Total Price Accuracy

Outcome: The Contractor is expected to maintain a total price accuracy rate of 100%.

Page 16 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 31: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

Measure: Total price accuracy is defined as the number of audited items where the total price is equal to or less than the total contract price for that item.

Standard: Achievement of outcome must meet or exceed ninety nine percent (99%).

Note: Audit requirements are outlined in Section III. A., Payment, #1. c. 5)

Unit Price Accuracy

Outcome: The Contractor is expected to maintain a unit price accuracy rate of 100%.

Measure: Unit price accuracy is defined as the number of audited contractor supplier invoices where the unit price is equal to or less than the contractor’s actual product cost and inbound freight and other approved costs associated with bringing the product into the contractor’s warehouse.

Standard: Achievement of outcome must meet or exceed ninety nine percent (99%).

Note: Audit requirements are outlined in Section III. A., Payment, #1. d. 2.

Other Contract Requirements

Standard: The Department will monitor the Contractor’s performance on a monthly basis to ensure maximum compliance with other contract requirements including, but not limited to, the following:

a. Terms and conditions of the Contract not involving delivery of services listed above;

b. Accuracy, thoroughness, and timely submission of invoicing and supporting documentation/reports as outlined in Section III. C.; and

c. Compliance with the Department’s Master Product Specifications.

Measure: The Contractor shall achieve 100% compliance with all requirements after the time frames allowed for corrective action on identified deficiencies.

O. Liquidated Damages

The Contractor shall agree to the imposition of liquidated damages for failures to meet the Performance Standards and Outcomes. The Department’s Contract Manager will provide written notice to the Contractor’s Representative of all liquidated damages assessed accompanied by detail sufficient for justification of assessment. The Contractor shall forward a cashier’s check, money order, or company check to the Contract Manager, payable to the Department in the appropriate amount, within ten (10) business days of receipt of a written notice of demand for damages due.

Page 17 of 69

Page 32: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 33: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

1) Liquidated Damages for Failure to meet Performance Outcomes and Standards

a. For failure to comply with Section II., N., 1., 1) Timely Delivery, the Department will impose one thousand dollars ($1,000) for each day the delivery is late for each institution that is below the performance standard.

b. For failure to comply with Section II., N., 1., 2) Fill Rate, the Department will impose one thousand dollars ($1,000) for each instance that the Contractor fails to deliver all products ordered for each institution that is below this performance standard.

c. For failure to comply with Section II., N., 1., 3) Invoice Accuracy, the Department will impose one thousand dollars ($1,000) for each instance that is below this performance standard.

d. For failure to comply with Section II., N., 1., 4) Total Price Accuracy, the Department will impose one thousand dollars ($1,000) for each instance that is below this performance standard.

e. For failure to comply with Section II., N., 1., 5) Unit Price Accuracy, the Department will impose one thousand dollars ($1,000) for each instance that is below this performance standard.

2) Liquidated Damages for Failure to meet Other Contract Requirements.

After fifteen (15) business days of initial notice of unsatisfactory service in performing other contract requirements in accordance with Section II., N., 2., (without corrective action initiated by the Contractor and if unsatisfactory service continues) the Department will impose five hundred dollars ($500.00) for each day the deficiency/issue remains uncorrected.

P. Instances of Failure

Failure to meet either the Performance Outcomes and Standards or Other Contract Requirements or to correct deficiencies may, in addition to imposition of liquidated damages, result in termination of the Contract in accordance with Section VI., Termination.

Q. Monitoring Methodology

The Department’s Contract Manager or designee for contract monitoring will monitor the Contractor’s performance and service delivery no less than semi-annually to determine if the Contractor has achieved the required level of performance outlined in Section II., N., Performance Measures.

If the Department determines that the Contractor has failed a Performance Outcome and Standard or Other Contract Requirement, the Contractor will be sent a copy of the monitoring report notating the deficiency. Within ten (10) business days of receipt of the Department’s monitoring report, the Contractor shall provide a formal Corrective Action Plan (CAP) in response to all noted deficiencies to include responsible individuals and required time frames for achieving compliance. The Contract Manager or designee for contract monitoring may conduct follow-up monitoring reviews at any time to determine compliance based upon the submitted CAP. NOTE: Approval of the Contractor’s

Page 18 of 69 MODEL DOCUMENT REVISED 08//01/13

Page 34: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Prime Vendor Food Service Scope revised 1/27/214

Page 35: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

corrective action plan does not negate the fact that liquidated damages may be imposed in accordance with section Liquidated Damages.

R. Deliverables

The following services or service tasks are identified as deliverables for the purposes of this Contract:

1. Timely delivery of food products to institutions/facilities identified in Attachment 1.2. A minimum fill-rate at institutions/facilities identified in Attachment 1, per Section II., N.,

1., 2) Fill Rate.3. Reports as required in Section II., M., 7.4. Compliance with Other Contract Requirements as identified in Section II., N., 2.

S. Contract Modifications

During the term of the Contract, the Department reserves the right to add or delete product and add or delete institutions/facilities upon thirty (30) calendar day’s written notice. This may be accomplished by letter from the Contract Manager or designee and does not require a formal contract amendment. The parties agree to renegotiate this Contract to comply with any applicable current or revised state laws, regulations, or increases/decreases in allocations making any changes in the Contract necessary, shall be accomplished through a formal written contract amendment signed by both parties.

I I I . C O M P E N SA T I O N

A. Payment

The Department will compensate the Contractor for services as specified in Section II, Scope of Service. All charges must be billed in arrears in accordance with Section 215.422 of the Florida Statutes. The Department requires a consolidated, single invoice, on a monthly billing cycle, with supporting documentation as indicated in Section III., C., Submission of Invoice and Section III., D., Supporting Documentation.

1. Pricing

This Contract is a cost plus fixed fee contract.

a. Fixed Fee – The fixed fee (delivery charge) shall be free on board (FOB) destination. The Contractor shall receive the same fixed fee for all products, with the exception of bread items listed on lines 13, 14 and 15 of the Master Products List (Attachment 3), which has a lower delivery charge fee (fixed). The fixed fee charge is per case. The fixed fee shall remain constant for the duration of the contract except as provided for in the escalation clause below. Petitions for fixed fee increases may be granted in accordance with terms of the below paragraph in the event of abnormal increases in cost.

1) Escalation/De-Escalation Clause –Fixed fee costs may also be set aside by the Department because of labor strikes, drastic escalations in fuel costs (20% plus or minus), or drastic escalation of freight costs (20% plus or minus).

The Department will allow for fixed fee increase (or decrease) based on increases or decreases in the consumer price index for all urban consumers (CPI-U), adjusted for geographic region, and subject to legislative approval and appropriation. If the

MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

Page 36: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Page 19 of 69

CONTRACT #C2808

adjusted CPI-U increases, the Contractor may submit a written request for an increase to the fixed fee prior to September 1 of each year. However, the amount of the increase will not exceed the adjusted CPI-U for the 12-month period ending June 30 of the same year. If the CPI-U decreases, the Department will notify the Contractor in writing by September 1 of each year if the Department plans to seek a decrease in the fixed fee. However, the amount of the decrease may not exceed the adjusted services CPI-U for the 12-month period ended June 30 of the same year.

Any requested increase to the fixed fee will be reflected in the Department’s annual Legislative Budget Request and subject to Legislative approval and appropriation. Any increase to the contract will be effective on the date specified in the appropriation. If the appropriation does not specify an effective date, the increase to the fixed fee will be effective on July 1 of the year in which the appropriation is made. Any decrease to the fixed fee will be automatically effective at the beginning of the next contract year and will not require legislative approval.

2) Fixed Fee Charge Increases:

The Contractor may request a charge increase (or decrease) by submitting a letter to the Contract Manager at least forty-five (45) days prior to the annual anniversary date of the Contract. Increases (or decreases), if granted, shall be in increments of full cents per case only and shall be based on the monthly Producer Price Indexes p u b l i s h e d b y t h e Bu r e a u o f S t a t i s t i c s , U . S . D e p a r t m e n t o f L a b o r (http://www.bls.gov/ppi/).

The Department will review the appropriate annual data and send a report to the Contractor concerning the calculations derived for granting or not granting increases as may be applicable. The decision for granting increases (or decreases) shall rest solely with the Department.

b. Unit Price – The unit price shall be the contractor’s actual product cost. This includes the Contractor’s cost of the product and inbound freight, as well as other approved costs associated with bringing product into the contractor’s warehouse as shown on supplier invoices. The Department understands that food and non food product pricing may fluctuate over the course of the contract. Therefore, the Contractor shall submit a weekly unit price list (in an excel format) to the Contract Manager for review. At a minimum, the weekly price list shall provide the following information:

1) Product Specification Number

2) Vendor Product Item Number3) Product Manufacturer/Supplier4) Product Brand Name5) Universal Product Code6) Global Trade Item Number7) Product Unit Size8) Product Description9) Currently Approved Delivery Charge10) Currently Approved Unit Price11) Requested Unit Price Increase/Decrease12) Percentage difference between both prices13) Comment Section (for approval/disapproval)

Page 37: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Page 20 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

The Contractor shall submit the weekly unit price list each Friday by 12:00 p.m. (Eastern Time) for the contract manager’s review and approval/disapproval for the following weeks pricing.

If a product cost escalates by more than five percent (5%) in a week or by ten percent (10%) in a month, the Contractor must include a written justification for the increase with the weekly unit price list. The Department may request the Contractor to solicit prices from other sources whenever better values are perceived to be available.

c. Total Price Accuracy Audit - The Contractor shall obtain a third party firm at no additional cost to the State to conduct external price audits on this contract. The Contractor shall contract with a third party firm (to be approved by the Department) to conduct a semi-annual sampling of ordered items to confirm the accuracy of list price. The size of the semi-annual sample shall be determined by applying a 95% confidence level with a 10% confidence interval to the number of products ordered during the semi-annual period. Specifically, the third party firm will confirm the prices displayed on the Contractor’s website are equal to or less than the contract terms. The third party firm shall provide a semi-annual report to the Department’s contract manager indicating the Price Accuracy Rate (Price Accuracy Rate = the number of audited items where the total price charged for each item audited is equal to or less than the contract price for that item). Finally the report shall identify items not in compliance with the contract terms, provide the date of the audit, and screenshots of the Contractor’s on-line catalog of all items in the audited sample that were not in compliance with the contract terms.

d. Unit Price Accuracy Audit - The Contractor shall obtain a third party firm at no additional cost to the State to conduct supplier invoice audits on the contract. The Contractor shall contract with a third party firm (to be approved by the Department) to conduct a semi-annual sampling of supplier invoices to confirm the accuracy of the unit price submitted to the Department. The size of the semi-annual sample shall be determined by applying a 95% confidence level with a 10% confidence interval to the number of supplier invoices received by the contractor during the semi-annual period. Specifically, the third party firm will confirm the unit price submitted to the Department for approval is equal to or less than the prices displayed on the Contractor’s supplier invoices. The third party firm shall provide a semi-annual report to the Department’s contract manager indicating the Unit Price Accuracy Rate (Unit Price Accuracy Rate = the number of audited items each semi-annual period where the unit price submitted to the Department for approval for each item audited is equal to or less than the supplier invoice price for that item). Finally the report shall identify items not in compliance with the contract terms, provide the date of the audit, and copies of the contractors supplier invoices in the audited sample that were not in compliance with the contract terms.

B. MyFloridaMarketPlace

1. Transaction Fee

The State of Florida has instituted MyFloridaMarketPlace, a statewide eProcurement System (“System”). Pursuant to Section 287.057(22), Florida Statutes, all payments shall be assessed a Transaction Fee of one percent (1.0%), which the Contractor shall pay to the State, unless exempt pursuant to 60A-1.032, F.A.C.

Page 38: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If

Page 21 of 69 MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee.

The Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non -refundable when an item is rejected or returned, or declined, due to the Contractor’s failure to perform or comply with specifications or requirements of the agreement.

Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES SHALL BE EXCLUDED FROM CONDUCTING FUTURE BUSINESS WITH THE STATE.

NOTE: Currently, the Transaction Fee can not be automatically deducted from payments to the Contractor.

2. Vendor Substitute W9

The State of Florida Department of Financial Services (DFS) requires all vendors that do business with the state to electronically submit a Substitute W-9 Form to https://flvendor.myfloridaacfo.com . Forms can be found at:

http://www.myfloridacfo.com/aadir/docs/SubstituteFormW-9-03-21-11.pdf . Frequently asked questions/answers related to this requirement can be found at the following website: http://www.myfloridacfo.com/aadir/docs/VendorFAQPosted090310.pdf. DFS is ready to assist vendors with additional questions. You may contact their Customer Service Desk at 850-413-5519 or [email protected].

C. Submission of Invoice(s)

The Contractor agrees to request compensation on a monthly basis through submission to the Department of a properly completed monthly invoice, by institution, and submitted electronically to the Department’s Contract Manager or designee within fifteen (15) days following the end of the month for which payment is being requested. The Contractor’s invoice shall include the Contractor’s name, mailing address, tax ID number/FEIN, Contract number, and dates of service.

Every invoice must be accompanied by the appropriate supporting documentation as outlined in Section II., M., 7., General Reporting Requirements.

The Contractor agrees to submit invoices for compensation for delivery of products/ services in detail sufficient for a proper pre-audit and post-audit thereof

D. Supporting Documentation Invoices will be paid upon receipt, inspection and acceptance of products/service(s) and shall

Page 39: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

satisfy contract requirements for reporting services rendered and documenting compliance with performance measures.

Page 22 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 40: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

NOTE: The Department reserves the right to request proof of delivery from the Contractor for any items it cannot verify receipt. If the contractor is unable to provide this information, the monthly invoice will be adjusted accordingly.

E. Official Payee The name and address of the official payee to whom payment shall be

made is as follows:

Cheney Brothers, Inc.One Cheney WayRiviera Beach, Florida 33404

F. Travel Expenses

The Department shall not be responsible for the payment of any travel expense for the Contractor that occurs as a result of this Contract.

G. Contractor’s Expenses

The Contractor shall pay for all licenses, permits, and inspection fees or similar charges required for this Contract, and shall comply with all laws, ordinances, regulations, and any other requirements applicable to the work to be performed under this Contract.

H. Annual Appropriation

The State of Florida’s and the Department’s performances and obligations to pay for services under this Contract are contingent upon an annual appropriation by the Legislature. The costs of services paid under any other Contract or from any other source are not eligible for reimbursement under this Contract.

I. Tax Exemption

The Department agrees to pay for contracted services according to the conditions of this Contract. The State of Florida does not pay federal excise taxes and sales tax on direct purchases of services.

J. Timeframes for Payment and Interest Penalties

Contractors providing goods and services to the Department should be aware of the following time frames:

1. Upon receipt, the Department has five (5) working days to inspect and approve the goods and services and associated invoice, unless this Contract specifies otherwise. The Department has twenty (20) days to deliver a request for payment (voucher) to the Department of Financial Services. The twenty (20) days are measured from the latter of the date the invoice is received or the goods or services are received, inspected, and approved.

2. If a payment is not available within forty (40) days, a separate interest penalty, as specified in Section 215.422, Florida Statutes, will be due and payable, in addition to the invoice amount, to the Contractor. Interest penalties of less than one (1) dollar will not be enforced unless the Contractor requests payment. Invoices, which have to be returned to a Contractor because of Contractor preparation errors, may cause a delay of the payment. The invoice payment requirements do not start until the Department receives a properly completed invoice.

Page 23 of 69 MODEL DOCUMENT REVISED 08//01/13

Page 41: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Prime Vendor Food Service Scope revised 1/27/214

Page 42: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

K. Final Invoice

The Contractor shall submit the final invoice for payment to the Department no more than forty-five (45) days after acceptance of the final deliverable by the Department or the end date of this Contract, whichever occurs last. If the Contractor fails to do so, all right to payment is forfeited, and the Department will not honor any request submitted after aforesaid time period. Any payment due under the terms of the Contract may be withheld until all applicable deliverables and invoices have been accepted and approved by the Department.

L. Vendor Ombudsman

A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted by calling the Department of Financial Services’ Toll Free Hotline.

M. Electronic Transfer of Funds

Contractors are encouraged to accept payments for work performed under this contract by receiving Direct Deposit. To enroll in the State of Florida’s Direct Deposit System the Contractor must complete a direct deposit form by contacting the Florida Department of Financial Services, B u r e a u o f A c c o u n t i n g D i r e c t D e p o s i t S e c t i o n a t http://www.myfloridacfo.com/aadir/direct_deposit_web/index.htm or by phone at (850) 413-5517.

IV. CONTRACT MANAGEMENT

A. Department’s Contract Manager

The Contract Manager for this Contract will be:

Shane Phillips

Operations Manager, Contract Management Bureau of Contract Management and Monitoring Florida Department of Corrections501 South Calhoun StreetTallahassee, Florida 32399-2500Telephone: (850) 717-3957Fax: (850) 488-7189

The Contract Manager will perform the following functions:

1. Maintain a Contract Management file;

2. Serve as the liaison between the Department and the Contractor;3. Monitor the Contractor’s progress;4. Evaluate the Contractor's performance;5. Submit request to the Contract Administrator to process all amendments, renewals and

termination of this Contract;6. Review, verify, and approve invoices from the Contractor; and7. Evaluate Contractor performance upon completion of the overall Contract. This evaluation

will be placed on file and will be considered if the Contract is subsequently used as a reference in future procurements.

MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

Page 43: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Page 24 of 69

CONTRACT #C2808

The Contract Manager may delegate the following functions to the Local Contract Coordinator:

1. Verify receipt of deliverables from the Contractor;

2. Monitor the Contractor’s performance; and3. Review, verify, and approve invoices from the Contractor.

The Local Contract Coordinator for this Contract will be:

Geoff Pitts

Government Operations Consultant IIBureau of Contract Management and Monitoring Florida Department of Corrections501 South Calhoun StreetTallahassee, Florida 32399-2500Telephone: (850) 717-3958Fax: (850) 488-7189

B. Department’s Contract Administrator

The Contract Administrator for this Contract will be:

Operations Manager, Contract Administration Bureau of Contract Management and Monitoring Florida Department of Corrections

501 South Calhoun StreetTallahassee, Florida 32399-2500Telephone: (850) 717-3681Fax: (850) 488-7189

The Contract Administrator will perform the following functions:

1. Maintain the official Contract Administration file;

2. Process all Contract amendments, renewals, and termination of the Contract; and3. Maintain the official records of all formal correspondence between the Department and the

Contractor provided by the Contract Manager for filing in the Contract Administration file.

C. Contractor’s Representative

The name, title, address, and telephone number of the Contractor’s representative responsible for administration and performance under this Contract is:

John Reisigl

General ManagerOne Cheney WayRiviera Beach, Florida 33404Telephone: (561) 845-4726Fax: (561) 684-7979Email: [email protected]

Page 44: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Page 25 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 45: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

D. Contract Management Changes

After execution of this Contract, any changes in the information contained in Section IV., Contract Management, will be provided to the other party in writing and a copy of the written notification shall be maintained in the official Contract record.

V. CONTRACT MODIFICATION

Unless otherwise stated herein, modifications to the provisions of this Contract, with the exception of Section III., C., Invoice Submission and Section IV., CONTRACT MANAGEMENT, shall be valid only through execution of a formal Contract amendment.

VI. TERMINATION

A. Termination at Will

This Contract may be terminated by the Department upon no less than ninety (90) calendar days’ notice and upon no less than one hundred eighty (180) calendar days’ by the Contractor, without cause, unless a lesser time is mutually agreed upon by both parties. Notice shall be delivered by certified mail (return receipt requested), by other method of delivery whereby an original signature is obtained, or in-person with proof of delivery.

B. Termination Because of Lack of Funds

In the event funds to finance this Contract become unavailable, the Department may terminate the Contract upon no less than twenty-four (24) hours’ notice in writing to the Contractor. Notice shall be delivered by certified mail (return receipt requested), facsimile, by other method of delivery whereby an original signature is obtained, or in-person with proof of delivery. The Department shall be the final authority as to the availability of funds.

C. Termination for Cause

If a breach of this Contract occurs by the Contractor, the Department may, by written notice to the Contractor, terminate this Contract upon twenty-four (24) hours’ notice. Notice shall be delivered by certified mail (return receipt requested), by other method of delivery whereby an original signature is obtained, or in-person with proof of delivery. If applicable, the Department may employ the default provisions in Chapter 60A-1, Florida Administrative Code. The provisions herein do not limit the Department’s right to remedies at law or to damages.

D. Termination for Unauthorized Employment

Violation of the provisions of Section 274A of the Immigration and Nationality Act shall be grounds for unilateral cancellation of this Contract.

VII. CONDITIONS

A. Records

1. Public Records Law

The Contractor agrees to: (a) keep and maintain public records that would ordinarily and necessarily be required by the Department to perform the contracted services; (b) allow

Page 26 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 46: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

public access to records in accordance with the provisions of Chapter 119 and 945.10, Florida Statutes; (c) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) meet all requirements for retaining public records and transfer to the Department, at no cost, all public records in the Contractor’s possession upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the Department in a format that is compatible with the Department’s information technology systems. The Contractor’s failure to comply with this provision shall constitute sufficient cause for termination of this Contract.

2. Audit Records

a. The Contractor agrees to maintain books, records, and documents (including electronic storage media) in accordance with generally accepted accounting procedures and practices which sufficiently and properly reflect all revenues and expenditures of funds provided by the Department under this Contract, and agrees to provide a financial and compliance audit to the Department or to the Office of the Auditor General and to ensure that all related party transactions are disclosed to the auditor.

b. The Contractor agrees to include all record-keeping requirements in all subcontracts and assignments related to this Contract.

3. Retention of Records

The Contractor agrees to retain all client records, financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertaining to this Contract for a period of five (5) years. The Contractor shall maintain complete and accurate record-keeping and documentation as required by the Department and the terms of this Contract. Copies of all records and documents shall be made available for the Department upon request. All invoices and documentation must be clear and legible for audit purposes. All documents must be retained by the Contractor at the address listed in Section IV., C., Contractor’s Representative or the address listed in Section III., D., Official Payee, for the duration of this Contract. Any records not available at the time of an audit will be deemed unavailable for audit purposes. Violations will be noted and forwarded to the Department’s Inspector General for review. All documents must be retained by the Contractor at the Contractor’s primary place of business for a period of five (5) years following termination of the Contract, or, if an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. The Contractor shall cooperate with the Department to facilitate the duplication and transfer of any said records or documents during the required retention period. The Contractor shall advise the Department of the location of all records pertaining to this Contract and shall notify the Department by certified mail within ten (10) days if/when the records are moved to a new location.

B. State Objectives

Within thirty (30) calendar days following award of the contract, the Contractor shall submit plans addressing each of the State’s four (4) objectives listed below, to the extent applicable to the items/services covered by this Contract.

Page 27 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 47: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

(Note: Diversity plans and reporting shall be submitted to Jane Broyles, MBE Coordinator, Bureau of Procurement and Supply, Department of Corrections, 501 South Calhoun Street, Tallahassee, FL 32399-2500. All other plans shall be submitted to the Contract Manager or designee as specified.)

1. Diversity in Contracting

The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority-, women-, and service-disabled veteran business enterprises in the economic life of the state. The State of Florida Mentor Protégé Program connects minority-, women-, and service-disabled veteran business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protégé Program, please contact the Office of Supplier Diversity at (850) 487-0915.

The state is dedicated to fostering the continued development and economic growth of small, minority-, women-, and service-disabled veteran business enterprises. Participation by a diverse group of Vendors doing business with the state is central to this effort. To this end, it is vital that small, minority-, women-, and service-disabled veteran business enterprises participate in the state’s procurement process as both Contractors and sub- contractors in this solicitation. Small, minority-, women-, and service-disabled veteran business enterprises are strongly encouraged to contribute to this solicitation.

The Contractor shall submit documentation addressing diversity and describing the efforts being made to encourage the participation of small, minority-, women-, and service-disabled veteran business enterprises

Information on Certified -Minority Business Enterprises (CMBE) and Certified Service-Disabled Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity http://dms.myflorida.com/other programs/office of supplier diversity osd/.

Diversity in Contracting documentation should identify any participation by diverse contractors and suppliers as prime contractors, sub-contractors, vendors, resellers, distributors, or such other participation as the parties may agree. Diversity in Contracting documentation shall include the timely reporting of spending with certified and other minority/service-disabled veteran business enterprises. Such reports must be submitted at least monthly and include the period covered, the name, minority code and Federal Employer Identification Number of each minority/service-disabled veteran vendor utilized during the period, commodities and services provided by the minority/service-disabled veteran business enterprise, and the amount paid to each minority/service-disabled veteran vendor on behalf of each purchasing agency ordering under the terms of this contract.

2. Environmental Considerations

The State supports and encourages initiatives to protect and preserve our environment. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of Contractor‘s explanation of its company’s hazardous waste plan and shall explain in detail its handling and disposal of this waste.

Page 28 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 48: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

3. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (“PRIDE”)

The Contractor agrees that any articles which are the subject of, or are required to carry out this Contract, shall be purchased from PRIDE, identified under Chapter 946, Florida Statutes, in the same manner and under the procedures set forth in Subsections 946.515(2) and (4), Florida Statutes. The Contractor shall be deemed to be substituted for the Department in dealing with PRIDE, for the purposes of this Contract. This clause is not applicable to subcontractors, unless otherwise required by law. Available products, pricing, and delivery schedules may be obtained by contacting PRIDE.

4. Products Available from the Blind or Other Handicapped (RESPECT):

The State/Department supports and encourages the gainful employment of citizens with disabilities. It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this contract shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section 413.036(1) and (2), Florida Statutes; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for this agency insofar as dealings with such qualified nonprofit agency are concerned." Additional information about the designated nonprofit agency and the products it offers is available at http://www.respectofflorida.org.

C. Prison Rape Elimination Act (PREA)

The Contractor will comply with the national standards to prevent, detect, and respond to prison rape under the Prison Rape Elimination Act (PREA), Federal Rule 28 C.F.R. Part 115. The Contractor will also comply with all Department policies and procedures that relate to PREA.

D. Procurement of Materials with Recycled Content

It is expressly understood and agreed that any products or materials which are the subject of, or are required to carry out, this Contract shall be procured in accordance with the provisions of Sections 403.7065, Florida Statutes.

E. Sponsorship

If the Contractor is a nongovernmental organization which sponsors a program financed partially by State funds, including any funds obtained through this Contract, it shall, in publicizing, advertising, or describing the sponsorship of the program, state: “Sponsored by Cheney Brothers, Inc. and the State of Florida, Department of Corrections.” If the sponsorship reference is in written material, the words “State of Florida, Department of Corrections” shall appear in the same size letters or type as the name of the organization.

F. Employment of Department Personnel

The Contractor shall not knowingly engage in this project, on a full-time, part- time, or other basis during the period of this Contract, any current or former employee of the Department where such employment conflicts with Section 112.3185, Florida Statutes.

Page 29 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 49: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

G. Non-Discrimination

No person, on the grounds of race, creed, color, national origin, age, gender, marital status or disability, shall be excluded from participation in, be denied the proceeds or benefits of, or be otherwise subjected to, discrimination in the performance of this Contract.

H. Americans with Disabilities Act

The Contractor shall comply with the Americans with Disabilities Act. In the event of the Contractor’s noncompliance with the nondiscrimination clauses, the Americans with Disabilities Act, or with any other such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Contracts.

I. Indemnification

The Contractor shall be liable, and agrees to be liable for, and shall indemnify, defend, and hold the Department, its employees, agents, officers, heirs, and assignees harmless from any and all claims, suits, judgments, or damages including court costs and attorney’s fees arising out of intentional acts, negligence, or omissions by the Contractor, or its employees or agents, in the course of the operations of this Contract, including any claims or actions brought under Title 42 USC § 1983, the Civil Rights Act.

J. Contractor’s Insurance

The Contractor agrees to provide adequate insurance coverage on a comprehensive basis and to hold such insurance at all times during the existence of this Contract. The Contractor accepts full responsibility for identifying and determining the type(s) and extent of insurance necessary to provide reasonable financial protection for the Contractor and the Department under this Contract. Upon the execution of this Contract, the Contractor shall furnish the Contract Manager written verification of such insurance coverage. Such coverage may be provided by a self-insurance program established and operating under the laws of the State of Florida. The Department reserves the right to require additional insurance where appropriate.

If the Contractor is a state agency or subdivision as defined in Section 768.28, Florida Statutes, the Contractor shall furnish the Department, upon request, written verification of liability protection in accordance with Section 768.28, Florida Statutes. Nothing herein shall be construed to extend any party’s liability beyond that provided in Section 768.28, Florida Statutes.

K. Independent Contractor Status

The Contractor shall be considered an independent Contractor in the performance of its duties and responsibilities under this Contract. The Department shall neither have nor exercise any control or direction over the methods by which the Contractor shall perform its work and functions other than as provided herein. Nothing in this Contract is intended to, nor shall be deemed to constitute, a partnership or a joint venture between the parties.

L. Disputes

Any dispute concerning performance of this Contract shall be resolved informally by the Contract Manager. Any dispute that can not be resolved informally shall be reduced to writing and delivered to the Department’s Contract Manager Director. The Director shall decide the dispute, reduce the decision to writing, and deliver a copy to the Contractor, the Contract Manager and the Contract Administrator.

Page 30 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 50: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

M. Copyrights, Right to Data, Patents and Royalties

Where activities supported by this Contract produce original writing, sound recordings, pictorial reproductions, drawings or other graphic representation and works of any similar nature, the Department has the right to use, duplicate and disclose such materials in whole or in part, in any manner, for any purpose whatsoever and to have others acting on behalf of the Department to do so. If the materials so developed are subject to copyright, trademark, or patent, legal title and every right, interest, claim or demand of any kind in and to any patent, trademark or copyright, or application for the same, will vest in the State of Florida, Department of State for the exclusive use and benefit of the State. Pursuant to Section 286.021, Florida Statutes, no person, firm or corporation, including parties to this Contract, shall be entitled to use the copyright, patent, or trademark without the prior written consent of the Department of State.

The Department shall have unlimited rights to use, disclose or duplicate, for any purpose whatsoever, all information and data developed, derived, documented, or furnished by the Contractor under this Contract. All computer programs and other documentation produced as part of the Contract shall become the exclusive property of the State of Florida, Department of State, and may not be copied or removed by any employee of the Contractor without express written permission of the Department.

The Contractor, without exception, shall indemnify and save harmless the Department and its employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by the Contractor. The Contractor has no liability when such claim is solely and exclusively due to the combination, operation, or use of any article supplied hereunder with equipment or data not supplied by the Contractor or is based solely and exclusively upon the Department's alteration of the article. The Department will provide prompt written notification of a claim of copyright or patent infringement and will afford the Contractor full opportunity to defend the action and control the defense of such claim.

Further, if such a claim is made or is pending, the Contractor may, at its option and expense, procure for the Department the right to continue use of, replace, or modify the article to render it noninfringing. (If none of the alternatives are reasonably available, the Department agrees to return the article to the Contractor upon its request and receive reimbursement, fees and costs, if any, as may be determined by a court of competent jurisdiction.) If the Contractor uses any design, device, or materials covered by letter, patent or copyright, it is mutually agreed and understood without exception that the Contract prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work to be performed hereunder.

N. Subcontracts

The Contractor is fully responsible for all work performed under this Contract. The Contractor may, upon receiving written consent from the Department’s Contract Manager, enter into written subcontract(s) for performance of certain of its functions under this Contract. No subcontract, which the Contractor enters into with respect to performance of any of its functions under this Contract, shall in any way relieve the Contractor of any responsibility for the performance of its duties. All payments to subcontractors shall be made by the Contractor.

If a subcontractor is utilized by the Contractor, the Contractor shall pay the subcontractor within seven (7) working days after receipt of full or partial payments from the Department, in accordance with Section 287.0585, Florida Statutes. It is understood and agreed that the Department shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract and that the Contractor shall be solely liable to the subcontractor for all expenses and liabilities under this Contract.

Page 31 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 51: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

Failure by the Contractor to pay the subcontractor within seven (7) working days will result in a penalty to be paid by the Contractor to the subcontractor in the amount of one-half (½) of one percent (1%) of the amount due per day from the expiration of the period allowed herein for payment. Such penalty shall be in addition to actual payments owed and shall not exceed fifteen percent (15%) of the outstanding balance due.

O. Assignment

The Contractor shall not assign its responsibilities or interests under this Contract to another party without prior written approval of the Department’s Contract Manager. The Department shall, at all times, be entitled to assign or transfer its rights, duties and obligations under this Contract to another governmental agency of the State of Florida upon giving written notice to the Contractor.

P. Force Majeure

Neither party shall be liable for loss or damage suffered as a result of any delay or failure in performance under this Contract or interruption of performance resulting directly or indirectly from acts of God, fire, explosions, earthquakes, floods, water, wind, lightning, civil or military authority, acts of public enemy, war, riots, civil disturbances, insurrections, strikes, or labor disputes.

Q. Severability

The invalidity or unenforceability of any particular provision of this Contract shall not affect the other provisions hereof and this Contract shall be construed in all respects as if such invalid or unenforceable provision was omitted, so long as the material purposes of this Contract can still be determined and effectuated.

R. Use of Funds for Lobbying Prohibited

The Contractor agrees to comply with the provisions of Section 216.347, Florida Statutes, which prohibits the expenditure of State funds for the purposes of lobbying the Legislature, the Judicial branch, or a State agency.

S. Verbal Instructions

No negotiations, decisions, or actions shall be initiated or executed by the Contractor as a result of any discussions with any Department employee. Only those communications that are in writing from the Department’s staff identified in Section IV., Contract Management, of this Contract shall be considered a duly authorized expression on behalf of the Department. Only communications from the Contractor’s representative identified in Section IV., C., which are in writing and signed, will be recognized by the Department as duly authorized expressions on behalf of the Contractor.

T. Conflict of Interest

The Contractor shall not compensate in any manner, directly or indirectly, any officer, agent or employee of the Department for any act or service that he/she may do, or perform for, or on behalf of, any officer, agent, or employee of the Contractor. No officer, agent, or employee of the Department shall have any interest, directly or indirectly, in any contract or purchase made, or authorized to be made, by anyone for, or on behalf of, the Department.

Page 32 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 52: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

U. Department of State Licensing Requirements

All entities defined under Chapters 607, 617 or 620, Florida Statutes, seeking to do business with the Department, shall be on file and in good standing with the State of Florida, Department of State.

V. MyFloridaMarketPlace Vendor Registration

All Contractors that have not re-registered with the State of Florida, shal l go to

http://vendor. myfloridamarketplace.com/ to complete on-line registration, or call 1- 866-352-3776 for assisted registration.

W. Public Entity Crimes Information Statement

A person or affiliate who has been placed on the Convicted Vendor List following a conviction for a public entity crime may not submit a bid or proposal to provide any goods or services to a public entity, may not submit a bid or proposal to a public entity for the construction or repair of a public building or public work, may not submit bids or proposals for leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of thirty-six (36) months from the date of being placed on the Convicted Vendor List.

In executing this contract and any subsequent renewals, the Contractor certifies that it is not listed on the Convicted Vendor list.

X. Discriminatory Vendors List

An entity or affiliate who has been placed on the Discriminatory Vendor List may not submit a bid or proposal to provide goods or services to a public entity, may not submit a bid or proposal with a public entity for the construction or repair of a public building or public work, may not submit bids or proposals on leases of real property to a public entity, may not perform work as a Contractor, supplier, subcontractor or consultant under a Contract with any public entity and may not transact business with any public entity.

In executing this contract and any subsequent renewals, the Contractor certifies that it is not listed on the Discriminatory Vendor list.

Y. Scrutinized Companies Lists

Pursuant to Chapter 287.135, F.S., an entity or affiliate who has been placed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is ineligible for and may not bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of $1 million or more.

In executing this contract and any subsequent renewals, the Contractor certifies that it is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to section 215.473, Florida Statutes. Pursuant to section 287.135(5), F.S., the Contractor agrees the Department may immediately terminate this contract for cause if the Contractor is found to have submitted a false certification or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum

Page 33 of 69 MODEL DOCUMENT REVISED 08//01/13

Page 53: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Prime Vendor Food Service Scope revised 1/27/214

Page 54: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

Energy Sector List during the term of the contract. Additionally, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs.

Z. Governing Law and Venue

This Contract is executed and entered into in the State of Florida, and shall be construed, performed and enforced in all respects in accordance with the laws, rules and regulations of the State of Florida. Any action hereon or in connection herewith shall be brought in Leon County, Florida.

AA. No Third Party Beneficiaries

Except as otherwise expressly provided herein, neither this Contract, nor any amendment, addendum or exhibit attached hereto, nor term, provision or clause contained therein, shall be construed as being for the benefit of, or providing a benefit to, any party not a signatory hereto.

BB. Reservation of Rights

The Department reserves the exclusive right to make certain determinations regarding the service requirements outlined in this Contract. The absence of the Department setting forth a specific reservation of rights does not mean that any provision regarding the services to be performed under this Contract are subject to mutual agreement. The Department reserves the right to make any and all determinations exclusively which it deems are necessary to protect the best interests of the State of Florida and the health, safety and welfare of the Department’s inmates and of the general public which is serviced by the Department, either directly or indirectly, through these services.

CC. Cooperative Purchasing

Pursuant to their own governing laws, and subject to the agreement of the Contractor, other entities may be permitted to make purchases in accordance with the terms and conditions contained herein. The Department shall not be a party to any transaction between the Contractor and any other purchaser.

Other state agencies wishing to make purchases from this agreement are required to follow the provisions of Section 287.042(16) (a), F.S. This statute requires the Department of Management Services to determine that the requestor’s use of the Contract is cost effective and in the best interest of the State.

DD. Scope Changes After Contract Execution

During the term of the Contract, the Department may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract.

The Department may make an equitable adjustment in the Contract prices or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld.

The Department shall provide written notice to the Contractor thirty (30) days in advance of any Department required changes to the technical specifications and/or scope of service that affect the Contractor’s ability to provide the service as specified herein. Any changes that are other than purely administrative changes will require a formal Contract Amendment.

Page 34 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 55: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

EE. Convicted Felons Certification

No personnel assigned to this Contract may be a convicted felon or have relatives either confined by or under supervision of the Department.

Waiver of breach of any provision of this Contract shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Contract.

This Contract, any attachments, ITB —DC-13-014, and the Contractors response to the ITB, contain all the terms and conditions agreed upon by the parties. In the event of any conflict in language among these documents, the Department's Contract will govern.

IN WITNESS THEREOF, the parties hereto have caused this Contract to be executed by their undersigned officials as duly authorized.

Approved as to form and legal i ty, subject to execution.

1/ 7 VriA

Jennifer A. Parker

General Counsel Department of Correction

MODEL DOCUMENT REVISED Ir. f.",10i13Prime Vendor food S..-rviee Score EC% 1127:214

SIGNED BY:

NAME:

TITLE:

DATE: DATE:

Page 56: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

ATTACHMENT 1 -INSTITUTIONS/FACILITIES LIST

DEPARTMENT OF CORRECTIONSMAJOR INSTITUTIONS

* Indicates a work camp adjacent to an institution.

R e g i o n IApalachee Correctional Institution East Apalachee Correctional Institution West

35 Apalachee Drive 52 West Unit DriveSneads, Florida 32460-4166 Sneads Florida 32460-4165

* Calhoun Correctional Institution * Century Correctional Institution19562 SE Institution Drive 400 Tedder Road

Blountstown, Florida 32424-5156 Century, Florida 32535-3659

*Franklin Correctional Institution Gadsden Reentry Center1760 Highway 67 North 26380 Blue Star Highway

Carrabelle, Florida 32322 Havana, FLGulf Correctional Institution *Gulf Correctional Institution Annex

500 Ike Steele Road 699 Ike Steel RoadWewahitchka, Florida 32465-0010 Wewahitchka, Florida 32465

* Holmes Correctional Institution * Jackson Correctional Institution3142 Thomas Drive 5563 10th Street

Bonifay, Florida 32425-0190 Malone, Florida 32445-3144* Liberty Correctional Institution Northwest Florida Reception Center11064 N.W. Dempsey Barron Road 4455 Sam Mitchell Drive

Bristol, Florida 32321-9711 Chipley, Florida 32428-3597Northwest Florida Reception Center Annex *Okaloosa Correctional Institution

4455 Sam Mitchell Drive 3189 Little Silver Rd.Chipley, Florida 32428-3597 Crestview, Florida 32539-6708

Quincy Annex Santa Rosa CI2225 Pat Thomas Parkway 5850 East Milton Rd.

Quincy, Florida 32351-8645 Milton, Florida 32583-7914

Santa Rosa Annex *Taylor Correctional Institution5850 East Milton Rd. 8501 Hampton Springs Road

Milton, Florida 32583-7914 Perry, Florida 32348-8747

Taylor Correctional Institution Annex * Wakulla Correctional Institution8501 Hampton Springs Road 110 Melaleuca Drive

Perry, Florida 32348 Crawfordville, Florida 32327-4963

Wakulla Annex * Walton Correctional Institution110 Melaleuca Drive 691 Institution Road

Crawfordville, Florida 32327-4963 DeFuniak Springs, Florida 32433-1831

R e g i o n I I* Baker Correctional Institution Columbia Correctional InstitutionP.O. Box 500, 20706 US 90 W. 216 S.E. Corrections WaySanderson, Florida 32087-0500 Lake City, Florida 32025-2013

Page 36 of 69MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

Page 57: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

Columbia Correctional Institution Annex * Cross City Correctional Institution216 S.E. Corrections Way 568 NE 255th Street

Lake City, Florida 32025-2013 Cross City, Florida 32628* Florida State Prison Florida St. Prison West Unit7819 N.W. 228th Street Post Office Box 747

Raiford, Florida 32026-1000 State Road 16(Delivery Vehicle must have drop lift capacity) Starke, Florida 32091-0747

Hamilton Correctional Institution Hamilton Correctional Institution Annex10650 SW 46th Street 10650 S.W. 46th Street

Jasper, Florida 32052-1360 Jasper, Florida 32052-1360

* Lancaster Correctional Institution Lawtey Correctional Institution3449 S.W. State Road 26 7819 N.W. 228th Street

Trenton, Florida 32693-5641 Raiford, Florida 32026-2000

*Lowell Correctional Institution Lowell Correctional Institution Annex11120 NW Gainesville Rd 11120 NW Gainesville RdOcala, Florida 34482-1479 Ocala, Florida 34482-1479

Florida Women’s Reception Center * Madison Correctional Institution3700 NW 1 1 1th Place 382 Southwest MCI Way

Ocala, Florida 34482-1479 Madison, Florida 32340-4430

* Mayo Correctional Institution Annex Putnam Correctional Institution8784 US Highway 27 West 128 Yelvington RoadMayo, Florida 32066-3458 East Palatka, Florida 32131-2112

*Reception and Medical Center Reception and Medical Center WestP.O. Box 628 8183 SW 152nd Loop

Hwy 231 P.O. Box 628Lake Butler, Florida 32054-0628 Lake Butler, Florida 32054-0628

*Suwannee Correctional Institution Suwannee Correctional Institution Annex5964 U.S. Highway 90 5964 U.S. Highway 90

Live Oak, Florida 32060 Live Oak, Florida 32060* Tomoka Correctional Institution Union Correctional Institution

3950 Tiger Bay Road 7819 N.W. 228th StreetDaytona Beach, Florida 32124-1098 Raiford, Florida 32026-4000

Reg ion I I I* Avon Park Correctional Institution Central Florida Reception Center

P.O. Box 1100 7000 H C Kelley RdCounty Road 64 East Orlando, Florida 32831-2518

Avon Park, Florida 33826-1100Central Florida Reception Center East Central Florida Reception Center South

7000 H C Kelley Road 7000 H C Kelley RoadOrlando, Florida 32831-2518 Orlando, Florida 32831-2518

Charlotte Correctional Institution Dade Correctional Institution33123 Oil Well Road 19000 S. W. 377th Street

Punta Gorda, Florida 33955-9701 Florida City, Florida 33034-6409

Page 37 of 69MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

Page 58: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

* DeSoto Annex13617 S.E. Highway 70

Arcadia, Florida 34266-7800

Everglades Correctional Institution1601 S.W. 187th Ave.

Miami, Florida 33185-3701

Hernando Correctional Institution Homestead Correctional Institution16415 Springhill Drive 19000 S. W. 377th Street

Brooksville, Florida 34604-8167 Florida City, Florida 33034-6409

Lake Correctional Institution * Martin Correctional Institution19225 U.S. Highway 27 1150 S.W. Allapattah Road

Clermont, Florida 34715-9025 Indiantown, Florida 34956-4397

Okeechobee Correctional Institution * Polk Correctional Institution3420 N.E. 168th St. 10800 Evans Road

Okeechobee, Florida 34972-4824 Polk City, Florida 33868-6925South Florida Reception Center South Florida Reception Center

14000 NW 41st Street South Unit:Doral, Florida 33178-3003 13910 NW 41st Street

Doral, Florida 33178-3014Sumter Correctional Institution and BTU Zephyrhills Correctional Institution

9544 County Road 476B 2739 Gall BoulevardBushnell, Florida 33513-0667 Zephyrhills, Florida 33541-9701

WORK CAMPS, FORESTRY CAMPS & ROAD PRISONS

R e g i o n IBerrydale Forestry Camp Calhoun Work Camp

6920 Highway 4 19564 SE Inst. DriveJay, Florida 32565-2204 Blountstown, Florida 32424-5156

Century Work Camp Franklin Work Camp400 Tedder Road 1760 Highway 67 North

Century, Florida 32535-3659 Carrabelle, FL 32322

Graceville Work Camp Gulf Forestry Camp5230 Ezell Road 3222 DOC Whitfield Road

Graceville, Florida 32440-4289 White City, Florida 32465

Holmes Work Camp Jackson Work Camp3182 Thomas Drive 5607 10th Street, Hwy 71 North

Bonifay, Florida 32425-4238 Malone, Florida 32445-9998

Liberty South Work Camp Okaloosa Work Camp11064 NW Dempsey Barron Road 3189 Little Silver Road

Bristol, Florida 32321-0711 Crestview, Florida 32539-6708

Wakulla Work Camp Walton Work Camp110 Melaleuca Drive 301 World War II Veterans Lane

Crawfordville, Florida 32327-4963 De Funiak Springs, Florida 32433-1838Taylor Work Camp

8501 Hampton Springs RoadPerry, Florida 32348-0000

Page 38 of 69MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

Page 59: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

Reg ion I IBaker Work Camp

P.O. Box 500Cross City Work Camp

568 N.E. 255th StreetUS 90 E. Cross City, Florida 32628

Sanderson, Florida 32087-0500Lancaster Work Camp Lowell Work Camp

3449 SW SR 26 11120 NW Gainesville RoadTrenton, Florida 32693-5641 Ocala, Florida 34482

Madison Work Camp Mayo Work CampPost Office Box 692 8976 US 27 West

382 SW MCI Way Mayo, Florida 32066Madison, Florida 32340-4430

RMC Work Camp Suwannee Work CampP.O. Box 628 5964 U.S. Highway 90

Lake Butler, Florida 32054 Live Oak, Florida 32060Tomoka Work Camp Union Work Camp

3950 Tiger Bay Road 7819 N.W. 228 StreetDaytona Beach, Florida 32124-1098 Raiford, Florida 32026-4000

Reg ion I I IArcadia Road Prison Avon Park Work Camp

2961 N.W. County Road 661 Post Office Box 1100Arcadia, Florida 34266-8203 County Road 64 East

Avon Park, Florida 33826-1100Big Pine Key Road Prison DeSoto Work Camp

P.O. Box 430509 Highway 70 East450 Key Deer Blvd. Arcadia, Florida, 34266

Big Pine Key, Florida 33043-0509Ft. Myers Work Camp Largo Road Prison

P.O. Box 051107 5201 Ulmerton Road12551 Wainwright Drive Clearwater, Florida 33760-4006

Immokalee, Florida 34142-9628Loxahatchee Road Prison Martin Work Camp

230 Sunshine Road 1150 SW Allapattah RoadWest Palm Beach, Florida 33411-3616 Indiantown, Florida 34956-4310

Polk Work Camp Sago Palm Work Camp10800 Evans Road 15500 Bay Bottom Rd

Polk City, Florida 33868-6925 Pahokee Florida 33476

Sumter Work CampPost Office Box 1807

9544 County Road 476BBushnell, Florida 33513-0667

Page 39 of 69MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

Page 60: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

WO RK RE LE AS E C EN TE RS

R e g i o n IPanama City WRC Pensacola WRC3609 Highway 390 3050 North L. Street

Panama City, Florida 32405-2795 Pensacola, Florida 32501-1010

R e g i o n I IDaytona Beach WRC Dinsmore WRC

3601 U.S. Highway 92 West 13200 Old Kings RoadDaytona Beach, Florida 32124-1002 Jacksonville, Florida 32219

Lake City WRC1099 N.W. Dot Gln

Lake City, Florida 32055-2564Region III

Atlantic WRC Bartow WRC263 Fairgrounds Road 550 N. Restwood Avenue

West Palm Beach, Florida 33411-3639 Bartow, Florida 33830-4200Satellite Fed by Loxahatchee Road Prison

Cocoa WRC Ft. Pierce WRC585 Camp Road 1203 Bell Avenue

Cocoa, Florida 32927-4738 Ft. Pierce, Florida 34982-6544Hollywood WRC Kissimmee WRCP.O. Box 8759 2925 Michigan Avenue

8501 W. Cypress Drive Kissimmee, Florida 34744-1200Pembroke Pines, Florida 33025-4542

Miami North WRC Opa Locka WRC7090 Northwest 41st Street 5400 Northwest 135th StreetMiami, Florida 33166-6817 Opa Locka, Florida 33054-4310

Orlando WRC Pinellas WRC7300 Laurel Hill Road 5205 Ulmerton Road

Orlando, Florida 32818-5278 Clearwater, Florida 33760-4002St. Petersburg WRC Tarpon Springs WRC4237 8th Avenue, South 566 Brady Road

St. Petersburg, Florida 33711-2000 Tarpon Springs, Florida 34689-6707West Palm Beach WRC

261 West Fairgrounds RoadWest Palm Beach, Florida 33411-3639

Satellite Fed by Loxahatchee Road Prison

MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

Page 61: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Page 40 of 69

CONTRACT #C2808

ATTACHMENT 2

Firm Representing: Cheney Brothers, Inc.

Name of Employee/Vendor:

(Print)

D E P A R T M E N T O F C O R R E C T I O N S

SECURITY REQUIREMENTS FOR CONTRACTORS

(1) FS 944.47: Except through regular channels as authorized by the officer-in-charge of the correctional institution, it is unlawful to introduce into or upon the grounds of any state correctional institution, or to take or attempt to take or send or attempt to send therefrom any of the following articles, which are hereby declared to be contraband.

(a) Any written or recorded communication or any currency or coin given or transmitted, or intended to be given or transmitted, to any inmate of any state correctional institution.

(b) Any article of food or clothing given or transmitted, or intended to be given or transmitted, to any inmate of any state correctional institution.

(c) Any intoxicating beverage or beverage which causes or may cause an intoxicating effect.(d) Any controlled substance or any prescription or nonprescription drug having a hypnotic,

stimulating or depressing effect.(e) Any firearm or weapon of any kind or any explosive substance. (This includes any weapons left in

vehicles)(f) Any cellular telephone or other portable communication device intentionally and unlawfully

introduced inside the secure perimeter of any state correctional institution without prior authorization or consent from the officer in charge of such correctional institution.

A person who violates any provision of this section as it pertains to an article of contraband described in subsections (a), (b), or (f) is guilty of a felony of the third degree. In all other cases, a violation of a provision of this section constitutes a felony of the second degree.

(2) Do not leave keys in ignition locks of motor vehicles. All vehicles must be locked and windows rolled up when parked on state property. Wheel locking devices may also be required.

(3) Keep all keys in your pockets.

(4) Confirm, with the Institutional Warden, where construction vehicles should be parked.

(5) Obtain formal identification (driver’s license or non-driver’s license obtained from the Department of Highway Safety and Motor Vehicles). This identification must be presented each time you enter or depart the institution.

(6) Absolutely no transactions between contract personnel and inmates are permitted. This includes, but is MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

Page 62: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

not limited to, giving or receiving cigarettes, stamps, or letters.

(7) No communication with inmates, verbal or otherwise, is permitted without the authorization of the officer-in-charge.

Page 41 of 69

CONTRACT #C2808

(8) Strict tool control will be enforced at all times. Tools within the correctional institution are classified as AA, A, or B. Class AA tools are defined as any tool that can be utilized to cut chain link fence fiber or razor wire in a rapid and effective manner. Class A tools are defined as those tools which, in their present form, are most likely to be used in an escape or to do bodily harm to staff or inmates. Class B tools are defined as tools of a less hazardous nature. Every tool is to be geographically controlled and accounted for at all times. At the end of the workday, toolboxes will be removed from the compound or to a secure area as directed by security staff. You must have two copies of the correct inventory with each tool box, one copy will be used and retained by security staff who will search and ensure a proper inventory of tools each time the tool box is brought into the facility, the other copy will remain with the tool box at all times. Tools should be kept to a minimum (only those tools necessary to complete your job). All lost tools must be reported to the Chief of Security (Colonel or Major) immediately. No inmate will be allowed to leave the area until the lost tool is recovered.

(9) Prior approval must be obtained from the Chief of Security prior to bringing any powder-activated tools onto the compound. Strict accountability of all powder loads and spent cartridges is required.

(10)All construction materials will be delivered into the compound on trucks entering through the sallyport gate. As the security check of vehicles is an intensive and time consuming (10-15 minutes) process, the contractor is requested to minimize the number of deliveries.

(11)Establish materials storage and working areas with the Warden and/or Chief of Security.

(12)Control end-of-day construction materials and debris. Construction materials and debris can be used as weapons or as a means of escape. Construction material will be stored in locations agreed to by security staff and debris will be removed to a designated location. Arrange for security staff to inspect the project area before construction personnel leave. This will aid you in assuring that necessary security measures are accomplished.

(13)Coordinate with the Warden and Chief of Security regarding any shutdown of existing systems (gas, water, electricity, electronics, sewage, etc.). Obtain institutional approval prior to shutting down any existing utility system. Arrange for alternative service (if required) and expeditious re-establishment of the shutdown system.

(14) With the intent of maintaining security upon the institution’s grounds, a background check will be made upon all persons employed by the contractor or who work on the project. The department, represented by institution’s Warden, reserves the right to reject any person whom it determines may be a threat to the security of the institution.

Signature of Employee/Vendor

Page 63: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Date Signature of Staff Witness

Page 42 of 69

Page 64: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified in

Section III., A.Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade Item

NumberUnit

Price(PerCase)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

1Apple Juice JUICE, APPLE, CONCENTRATE: to be packed to U.S. Grade A standards; 100%

juice; clear, 4:1 ratio; No FLORIDANATURAL DAILY SUN 16300 36107‐ $44.80 $1.97 $46.77

2Applesauce APPLESAUCE, CANNED, UNSWEETENED: to be packed to U.S. Grade A

Standard; natural flavor; natural color; Unsweetened; regular form or style;6/10

NoLA FOODS

CHEF

MAXWELLN/A $ 20.45 $1.97 $ 22.42

3 Baking Powder BAKING POWDER, DOUBLE ACTING: industry standard; 8/5 lb No GILSTER‐MARYLEE GILSTER 1.00719E+13 $28.75 $1.97 $30.72

4 Baking Soda BICARBONATE OF SODA: industry standard; 24/1 lb No GILSTER‐MARYLEE HOSPITALITY 1.00719E+13 $12.35 $1.97 $14.32

5Barbecue Sauce BARBECUE SAUCE: shall comply with CID A A20305A; flavor III; type B;‐

Hickory smoke flavor; plastic containers only; approved brands: Kens orapproved equivalent

YesFOUR IN ONE FOUR IN ONE N/A $16.17 $1.97 $18.14

6Beans, GreatNorthern, Dry

BEAN, GREAT NORTHERN, DRY: to be packed to U.S. Grade standard No. 1; 50lb No LA FOODS

CHEFMAXWELL N/A $38.50 $1.97 $40.47

7Vegetable,Beans, Green,Cut

BEAN, GREEN, CUT, FROZEN: round type; to be packed to U.S. grade Bstandard; 20 lb bulk No STELLAR

MARKET

STELLAR

MARKETN/A $9.10 $1.97 $11.07

8Beans, Kidney,Dry

BEAN, KIDNEY, DRY: to be packed to U.S. Grade standard No. 1; 50 lb No MARTA FOODSMARTAFOODS N/A $32.50 $1.97 $34.47

9 Kidney Beans,Canned, Kosher

BEAN, KIDNEY, CANNED, KOSHER: shall comply with CID A A 20134B; Type I;‐Class F (Light Red Kidney); Style I (Brine); Must be Kosher certified form oneof the following: Union of Orthodox Jewish Congregations, Organized Kashruslaboratories, "KOF K" Kosher Supervision Services or "Star K"; 6/#10 cans‐ ‐

No

OUR HOUSE AMERICAN N/A $19.20 $1.97 $21.17

Page 43 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 65: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProduct

Code

GlobalTrade Item

NumberUnit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

10Beans, Pinto,Dry

BEAN, PINTO, DRY: to be packed to U.S. Grade standard No. 1; 50 lb No HIGHLANDFOODS

HIGHLANDFOODS N/A $29.00 $1.97 $30.97

11

Pinto Beans,Canned, Kosher

BEAN, PINTO, CANNED, KOSHER: shall comply with CID A A 20134B; Type I;‐Class B (Pinto); Style I (Brine); Must be Kosher certified form one of thefollowing: Union of Orthodox Jewish Congregations, Organized Kashruslaboratories, "KOF K" Kosher Supervision Services or "Star K". 6/#10 cans‐ ‐

No

OUR HOUSEAMERICAN

FARMSN/A $17.99 $1.97 $19.96

12Soup Base,Vegetarian,Beef Like

SOUP BASE, BEEF LIKE, VEGETARIAN: low sodium; no animal products; shelfstable;1 lb yields 6 gal; Approved Brands: Food Concepts or approvedequivalent

Yes FOOD

CONCEPTS

FOOD

CONCEPTS3.9955E+11 $27.42 $1.97 $ 29.39

13Bread, Sliced BREAD, SLICED, ENRICHED: day old acceptable; round top, sliced 0.9 oz/slice,

26 slices per loaf; 24 oz./loaf No FLOWERSBAKERY

FLOWERSBAKERY N/A $0.82 $ 0.19 $1.01

14Bread, Sliced BREAD, SLICED, ENRICHED: day old acceptable; round top, sliced 0.9 oz/slice,

22 slices per loaf; 20 oz./loaf No FLOWERSBAKERY

FLOWERSBAKERY N/A $0.68 $ 0.19 $0.87

15Bread, WholeWheat, Sliced

BREAD, WHOLE WHEAT, SLICED, ENRICHED: whole grain must be listed as thefirst ingredient, day old acceptable; round top, sliced 1.0 oz/slice. Y es FLOWERS

BAKERY

FLOWERS

BAKERYN/A $1.15 $ 0.19 $1.34

16

Beverage, Base,Powdered,Cherry

BEVERAGE BASE, POWDERED: cherry flavored; fortified; minimumrequirements: calcium, 177 mg; vitamin C, 88 mg; B12, 2.7 mcg; D2, 58 IU;potassium, 150 mg; 5 oz. mix yields 5 gal; Approved brands: Citrus King,Food Concepts or approved equivalent

Yes FOOD

CONCEPTS

FOOD

CONCEPTS3.99549E+11 $91.24 $1.97 $93.21

17

Beverage, Base,Powdered,Grape

BEVERAGE BASE, POWDERED: grape flavored; fortified; minimumrequirements: calcium, 177 mg; vitamin C, 88 mg; B12, 2.7 mcg; D2, 58 IU;potassium, 150 mg; 5 oz. mix yields 5 gal; Approved brands: Citrus King,Food Concepts or approved equivalent

Yes FOOD

CONCEPTS

FOOD

CONCEPTS3.99549E+11 $91.24 $1.97 $93.21

Page 44 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 66: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

ATTACHMENT 3

MASTER PRODUCTS LIST

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

AWARDED PRODUCT INFORMATIONTHIS INFORMATION MAY VARY AS SPECIFIED IN SECTION Delivery Extended

Nutritional II., J. Charge PriceManufacturer Brand Universal Global (PerItem # Product Department Required Product Specification Analysis

Required Product Trade Item Unit Case) (UnitCode Number Price (Dollar Price +

(Per Value DeliveryCase) Only) Charge)

18

Beverage, Base,Powdered,Various Flavors,PC Orange‐

BEVERAGE BASE, POWDERED, ORANGE: PC; fortified; minimumrequirements: calcium, 177 mg; vitamin C, 88 mg; B12, 2.7 mcg; D2, 58 IU;potassium, 150 mg; each packet to yield 8 oz; Must be Kosher certified formone of the following: Union of Orthodox Jewish Congregations, Organized YesKashrus laboratories, "KOF K" Kosher Supervision Services or "Star K".‐ ‐ FOOD FOODApproved brands: Citrus King, Food Concepts or approved equivalent CONCEPTS CONCEPTS 3.9955E+11 $13.40 $1.97 $15.37

Beverage, Base, BEVERAGE BASE, POWDERED, GRAPE: PC; fortified; minimum requirements:19 Powdered,

Various Flavors,PC Grape‐

calcium, 177 mg; vitamin C, 88 mg; B12, 2.7 mcg; D2, 58 IU; potassium, 150mg; each packet to yield 8 oz; Must be Kosher certified form one of thefollowing: Union of Orthodox Jewish Congregations, Organized Kashruslaboratories, "KOF K" Kosher Supervision Services or "Star K". Approved‐ ‐brands: Citrus King, Food Concepts or approved equivalent

Yes

FOOD FOODCONCEPTS CONCEPTS 3.9955E+11 $13.40 $1.97 $15.37

Beverage, Base, BEVERAGE BASE, POWDERED, CHERRY: PC; fortified; minimum requirements:

20

Powdered,Various Flavors,PC Cherry‐

calcium, 177 mg; vitamin C, 88 mg; B12, 2.7 mcg; D2, 58 IU; potassium, 150mg; each packet to yield 8 oz; Must be Kosher certified form one of thefollowing: Union of Orthodox Jewish Congregations, Organized Kashruslaboratories, "KOF K" Kosher Supervision Services or "Star K". Approved‐ ‐brands: Citrus King, Food Concepts or approved equivalent

Yes

FOOD FOODCONCEPTS CONCEPTS 3.9955E+11 $13.40 $1.97 $15.37

Mix, Brownie MIX, BROWNIE, CHOCOLATE: Shall conform to CID A A 20181B for Bakery‐ ‐21 Mixes; Type VI; made with enriched flour that conforms to U.S. Standards of Yes

Identity for Enriched Flour; add water only mix; 50 lb bag; Approved Brands: JIFFYGilster Mary Lee or approved equivalent.‐ FOODSERVICE CMC 2.08467E+13 $35.05 $1.97 $37.02

Page 45 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 67: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

AWARDED PRODUCT INFORMATIONTHIS INFORMATION MAY VARY AS SPECIFIED IN SECTION Delivery Extended

Nutritional II., J. Charge PriceManufacturer Brand Universal Global (PerItem # Product Department Required Product Specification Analysis

Required Product Trade Item Unit Case) (UnitCode Number Price (Dollar Price +

(Per Value DeliveryCase) Only) Charge)

22 Cake Mix,Devil's Food

CAKE MIX, DEVIL'S FOOD: Cake Mix shall comply with all applicable Federaland State mandatory requirements and regulations relating to thepreparation, packaging, labeling, storage, distribution, and sales of the mixwithin the commercial marketplace. The mix shall contain flour, leaveningagents, and other ingredients appropriate for the type, style, and class of mix.

Yes

Approved Brands: General Foods, General Mills, Pillsbury, Quaker, Gilster‐ JIFFYMary Lee, Host Favorite, or equivalent. FOODSERVICE CMC 2.08467E+13 $28.35 $1.97 $30.32

23

Mix, Cake,White

MIX, CAKE, WHITE: Shall to conform to CID A A 20181B for Bakery Mixes;‐Type I; Style A; made with enriched flour that conforms to U.S. Standards of YesIdentity for Enriched Flour; add water only mix; 50 lb bag; Approved Brands: JIFFYChelsea Mills or approved equivalent. FOODSERVICE CMC 2.08467E+13 $24.75 $1.97 $26.72

24

Mix, Cake,Yellow

MIX, CAKE, YELLOW: Shall to conform to CID A A 20181B for Bakery Mixes;‐Type I; Style B; made with enriched flour that conforms to U.S. Standards of YesIdentity for Enriched Flour; add water only mix; 50 lb bag; Approved Brands: JIFFYChelsea Mills or approved equivalent. FOODSERVICE CMC 2.08467E+13 $25.35 $1.97 $27.32

25Carrots, Diced,Frozen

CARROTS, DICED, FROZEN: to be packed to U.S. Grade A standards; 1/4 to 3/8inch dice; 20 lb No STELLAR

MARKETSTELLARMARKET N/A $ 5.90 $1.97 $7.87

Cereal, Corn CEREAL, CORNFLAKES, LS, ENRICHED: shall comply with CID A A 20000D; type‐ ‐26 Flakes, Low

Sodium, .75 ozBowl

II; class 1; 96/1 oz. bowl, approved brands: Must be Kosher certified form oneof the following: Union of Orthodox Jewish Congregations, Organized Kashruslaboratories, "KOF K" Kosher Supervision Services or "Star K". Kellogg's,‐ ‐Gilster Mary Lee or equivalent‐

No

GILSTER‐

MARYLEEHOSPITALITY 38000001963 $16.20 $1.97 $18.17

Page 46 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 68: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade Item

NumberUnit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

27Oatmeal, QuickCooking

CEREAL, OATMEAL: shall comply with CID A A 20090E; type II; flavor A; style‐ ‐1; rolled oats; quick cooking; 50 lb bag; Approved brands: Quaker; Gilster‐Mary Lee or equivalent

NoLA FOODS

CHEF

MAXWELLN/A $21.50 $1.97 $23.47

28

Cheese,Imitation,Fortified

CHEESE, AMERICAN, IMITATION: satisfactory meltablilty; stagger stacked;fortified to contain 400 mg calcium per ounce; one (1) or one half (1/2) ‐ounceslices; 240 day shelf life; approved brands: Beaver Valley or approvedequivalent; 4/5 lb loafs/case

Yes

LA FOODS WHITEHAL N/A $16.40 $1.97 $18.37

29

Cheese Sauce CHEESE SAUCE, POWDERED: shall comply with CID A A 20345; type III ; flavor‐D; add water only; Approved Brands: Economy, Food Concepts or approvedequivalent; 40 lb bag

Yes FOOD

CONCEPTS

FOOD

CONCEPTS3.9955E+11 $54.00 $1.97 $55.97

30

Chicken, LegQuarter

CHICKEN, LEG QUARTERS, FROZEN: processed from U.S Grade A chickens;broilers/fryers; individually frozen; packed in 2 mil low density polyethelynebags; 9 14 oz portions; processing and delivery standards to comply with‐Title 9 CFR 381.66; 40 lb case

No

LA FOODSCHEF

MAXWELLN/A $27.20 $1.97 $29.17

31Soup Base,Vegetarian,Chicken Like

SOUP BASE, CHICKEN LIKE, VEGETARIAN: low sodium; no animal products;shelf stable;1 lb yields 6 gal; Approved Brands: Food Concepts or approvedequivalent.

Yes FOOD

CONCEPTS

FOOD

CONCEPTS3.9955E+11 $27.42 $1.97 $29.39

32

Poultry Patty,PepperFlavored

POULTRY PATTY, 50/50 SOY BLEND, PEPPER FLAVORED: 4 oz pre cooked‐weight; 50/50 blend mechanically separated turkey or chicken/VPP; VPPallowed in accordance with Title 7 CFR 210;18% protein by weight when fullyrehydrated or formulated; not to exceed 15% fat; not to exceed 300mgsodium per 113.2g (4 oz); Approved Brands: PRIDE or approved equivalent;80/4 oz case

Yes

PRIDE PRIDE N/A $14.60 $1.97 $16.57

Page 47 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 69: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

AWARDED PRODUCT INFORMATIONTHIS INFORMATION MAY VARY AS SPECIFIED IN SECTION Delivery Extended

Nutritional II., J. Charge PriceManufacturer Brand Universal Global (PerItem # Product Department Required Product Specification Analysis

Required Product Trade Item Unit Case) (UnitCode Number Price (Dollar Price +

(Per Value DeliveryCase) Only) Charge)

33 Poultry Patty,Smoke Flavored

POULTRY PATTY, 50/50 SOY BLEND, SMOKE FLAVORED: 4 oz pre cooked‐weight; 50/50 blend mechanically separated turkey or chicken/VPP; VPPallowed in accordance with Title 7 CFR 210;18% protein by weight when fullyrehydrated or formulated; not to exceed 15% fat; not to exceed 60 mgsodium per 113.4g (4 oz); Approved Brands: PRIDE or approved equivalent;

Yes

80/4 oz case PRIDE PRIDE N/A $14.60 $1.97 $16.57Poultry Patty,BuffaloFlavored

POULTRY PATTY, 50/50 SOY BLEND, BUFFALO FLAVORED: 4 oz pre cooked‐weight; 50/50 blend mechanically separated turkey or chicken/VPP; VPPallowed in accordance with Title 7 CFR 210;18% protein by weight when fully

34 rehydrated or formulated; not to exceed 15% fat; not to exceed 300mgsodium per 113.4g (4 oz); Approved Brands: PRIDE or approved equivalent;

Yes

80/4 oz case PRIDE PRIDE N/A $14.60 $1.97 $16.5735 Poultry Patty,

Savory FlavoredPOULTRY PATTY, 50/50 SOY BLEND, SAVORY FLAVORED: 4 oz pre cooked‐weight; 50/50 blend mechanically separated turkey or chicken/VPP; VPPallowed in accordance with Title 7 CFR 210;18% protein by weight when fullyrehydrated or formulated; not to exceed 15% fat; not to exceed 300mgsodium per 113.4g (4 oz); Approved Brands: PRIDE or approved equivalent;

Yes

80/4 oz case PRIDE PRIDE N/A $14.60 $1.97 $16.5736 Poultry Patty,

Zesty FlavoringPOULTRY PATTY, 50/50 SOY BLEND, ZESTY FLAVORED: 4 oz pre cooked‐weight; 50/50 blend mechanically separated turkey or chicken/VPP; VPPallowed in accordance with Title 7 CFR 210;18% protein by weight when fullyrehydrated or formulated; not to exceed 15% fat; not to exceed 300mgsodium per 113.4g (4 oz); Approved Brands: PRIDE or approved equivalent;

Yes

80/4 oz case PRIDE PRIDE N/A $14.60 $1.97 $16.57

Page 48 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 70: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade ItemNumber

Unit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +Delivery

Charge)37

Coffee, Instant COFFEE, INSTANT: shall comply with CID A A 20184B; type I; style A; 60/8 oz‐bags case; approved brands: Brisk or equivalent. No

INTERSTATEGOURMETCOFFEE BOSTON BEST 17809000902 $99.03 $1.97 $101.00

38

Coffee, Instant,Kosher

COFFEE, INSTANT: shall comply with CID A A 20184B; type I; style A; 24/4 oz.‐500/ea packs spray dried.; Must be Kosher certified form one of thefollowing: Union of Orthodox Jewish Congregations, Organized Kashruslaboratories, "KOF K" Kosher Supervision Services or "Star K". Approved‐ ‐brands: Emerald Coast or approved equivalent.

No INTERSTATE

GOURMETCOFFEE

INTERSTATE $19.41 $1.97 $21.38

39

Mix, Cookie,Basic

MIX, COOKIE, BASIC: Shall comply with CID A A 20181B for Bakery Mixes;‐ ‐Type VII Cookie Mixes; style D; made with enriched flour that conforms to‐U.S. Standards of Identity for Enriched Flour; add water only mix: ApprovedBrands: Chelsea Mills or approved equivalent; 50 lb bag

Yes JIFFY

FOODSERVICECMC 2.08467E+13 $25.00 $1.97 $26.97

40Cornstarch CORNSTARCH: Shall be a pure, unmodified, pulverized, white, free flowing

powder derived from dent corn (maize). Shall comply with all Federal andState requirements. 85% minimum starch.

No ACH FOODARGO 1.07617E+13 $14.75 $1.97 $16.72

41Vegetable,Corn, WholeKernel

CORN, WHOLE KERNEL, FROZEN: to be packed to U. S. Grade B standard;yellow or golden; 20 lb case No STELLAR

MARKET

STELLAR

MARKETN/A $11.70 $1.97 $13.67

42

Milk, Dry MILK, DRY; shall comply with CID A A20085C; type II; class B; fortified with‐vitamins A & D. To reconstitute as a one to one replacement for whole, 2%,or skim milk. Approved Brand: Gilster Mary Lee, Economy or equivalent‐

#N/A FOOD

CONCEPTS

FOOD

CONCEPTS3.99549E+11 $72.40 $1.97 $74.37

43Dressing,French

DRESSING, FRENCH: shall comply with CID A A 20162B; Type I; Class A; Style‐1; 4/1 gal; plastic containers only; Approved Brands: Ken's, Royal or approvedequivalent.

No TRUJILLO &

SONSCHEF CHOICE N/A $22.55 $1.97 $24.52

Page 49 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 71: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade Item

NumberUnit

Price(PerCase)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

44Dressing, Salad DRESSING, SALAD, MAYONNAISE TYPE: shall comply with CID A A 20140;‐ ‐

Type I; Style A; 4/1 gal, plastic containers only: Approved Brands: HarvestValue or approved equivalent

Yes VENTURA

FOODS

VENTURA

FOODSN/A $16.94 $1.97 $18.91

45

Eggs, Frozen,Scramble In‐ ‐The Bag‐

EGGS, PASTURIZED, FROZEN: no salt added; homogenized whole eggs, skimmilk, corn starch, xanthan gum, citric acid, annato; packed and frozen in abag specially designed for cooking in hot water; must be from a USDAapproved egg product plant with an official USDA shield on the label; 6/5lbcase

YesMICHAEL

FOODSPAPETTI

46025‐

54232 00‐$24.30 $1.97 $26.27

46 Eggs, Fresh EGGS, FRESH: Grade A; large. No FOODS CBI 8.07665E+11 $35.55 $1.97 $37.5247 Eggs, Fresh EGGS, FRESH: Grade A; large. No FOODS CBI 8.07665E+11 $17.85 $1.97 $19.82

48Flavoring,Vanilla,imitation

VANILLA FLAVORING, IMITATION: non alcoholic.; carmel colored; plastic‐containers only; Approved brands: Durkee, Flaco, French, McCormick orequivalent; 4/1 gal

No PREMIER FOOD

GROUPREGIO 33891102560 $16.81 $1.97 $18.78

49 Flour, GeneralPurpose

FLOUR, WHEAT: all purpose; enriched; bleached; shall comply with CID A A‐20126F; Type III, Style B; 50 lb bag No BAY STATE

MILLING FRONTE 7.968E+11 $14.25 $1.97 $16.22

50Greens, Collard GREENS, COLLARD, FROZEN: to be packed to U.S. Grade A standard;

chopped. 36 lb case NoLA FOODS

CHEF

MAXWELLN/A $21.24 $1.97 $23.21

51Greens, Turnip GREENS, TURNIP WITH TURNIP ROOT, FROZEN: to be packed to U.S. Grade A

standard; chopped with diced turnips; 80/20 proportion. 36 lb case NoLA FOODS

CHEF

MAXWELLN/A $21.24 $1.97 $23.21

52Grits GRITS, WHITE, ENRICHED: shall comply with CID A A 20035D; type 1; style B;‐

flavor 1; quick cooking; Approved brands: Jim Dandy Quaker, Gilster Mary‐Lee or equivalent; 8/5 lb case

YesQUAKER QUAKER 30000043783 $18.85 $1.97 $20.82

Page 50 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 72: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade ItemNumber

Unit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

53Grits GRITS, WHITE or YELLOW, ENRICHED: shall comply with CID A A 20035D;‐

type I or II; style B; flavor 1; quick cooking; Approved brands: Jim Dandy,Quaker, Gilster Mary Lee or equivalent; 50 lb bag‐

Yes FOOD

CONCEPTS

FOOD

CONCEPTSN/A $21.46 $1.97 $23.43

54

Jelly, PC JELLY: Assorted flavors. Individual serving portions. 10 gram packets. Mustbe Kosher certified form one of the following: Union of Orthodox JewishCongregations, Organized Kashrus laboratories, "KOF K" Kosher Supervision‐Services or "Star K". Approved brands: Poco Pac or equivalent.‐

#N/A

FOUR IN ONE FOUR IN ONE 86410341230 $7.13 $1.97 $9.10

55Jelly, Apple JELLY, APPLE: shall comply with CID A A 20078C; Type I; Kind A; Style 1; Grade‐

A. Approved brands: Sunshine or approved equivalent;12/4 lb bags/caseNo

SUNSHINE SUNSHINE N/A $23.50 $1.97 $25.47

56Jelly, Grape JELLY, GRAPE: shall comply with CID A A 20078C; Type I; Kind M; Style 1;‐

Grade A. Approved brands: Sunshine or approved equivalent;12/4 lbbags/case

NoSUNSHINE SUNSHINE N/A $23.75 $1.97 $25.72

57

Kosher Jelly,Grape

KOSHER JELLY, GRAPE: shall comply with CID A A 20078C; Type I; Kind M;‐Style 1; Grade A; Plastic jars . Must be Kosher certified form one of thefollowing: Union of Orthodox Jewish Congregations, Organized Kashruslaboratories, "KOF K" Kosher Supervision Services or "Star K". Approved‐ ‐Brand: Smuckers or approved equivalent.

No

SMUCKERS SMUCKERS 5150005711 $21.25 $1.97 $23.2258 Catsup CATSUP, CANNED: to be packed to U.S. Grade C standard; 6/10 cans No OUR HOUSE OLD CAL N/A $15.10 $1.97 $17.07

59Catsup,Individuals

CATSUP, INDIVIDUALS: to be packed to U.S. Grade B standards; not less than5 gram packets; 1000 case No FOUR IN ONE FOUR IN ONE 86111341232 $13.50 $1.97 $15.47

60Macaroni,Elbow

PASTA, MACARONI: shall comply with CID A A 20062E; type I; style A; made‐from enriched semolina and durum wheat flour; 20 lb case No GIOVANNI

PRIMOGIOVANNIPRIMO 7.50223E+12 $8.60 $1.97 $10.57

Page 51 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 73: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

AWARDED PRODUCT INFORMATIONTHIS INFORMATION MAY VARY AS SPECIFIED IN SECTION Delivery Extended

Nutritional II., J. Charge PriceManufacturer Brand Universal Global (PerItem # Product Department Required Product Specification Analysis

Required Product Trade Item Unit Case) (UnitCode Number Price (Dollar Price +

(Per Value DeliveryCase) Only) Charge)

Mayonnaise,Individuals

MAYONNAISE, INDIVIDUALS: shall comply with CID A A 20140D; type I; style‐ ‐A;12 gram packet; Must be Kosher certified form one of the following: Union

61 of Orthodox Jewish Congregations, Organized Kashrus laboratories, "KOF K"‐ NoKosher Supervision Services or "Star K". 200 case‐ FOUR IN ONE FOUR IN ONE 8613541232 $14.50 $1.97 $16.47

62Milk, Low Fat,1%

MILK, 1%: shall comply with CID A A 20338; group I; type C; fortified with‐vitamins D & A; maximum of 3 g or less total fat; 48 1/2 pint case‐ No M&B COOL COW 1.07155E+13 $11.14 $1.97 $13.11

63 Milk, Skim MILK, SKIM: shall comply with CID A A 20338; group I; type D; fortified with‐ Novitamins D & A; less than 0.5 g of total fat; 48 1/2 pint case‐ M&B COOL COW 1.07155E+13 $10.96 $1.97 $12.93

64 Vegetable,Mixed

MIXED VEGETABLES, FROZEN: to be packed to U.S. Grade A standards; 4 way‐mix to include corn, green beans, peas and carrots; none of the vegetables tobe less than 8% or more than 35% by weight; frozen, bulk pack; 20 lb case

No

CHEFLA FOODS MAXWELL N/A $12.40 $1.97 $14.37

65 Mustard MUSTARD, PREPARED: shall comply with CID A A 20036C; type I; plastic‐ No SUPREME OILcontainers only; 4/1 gal COMPANY CBI 8.79836E+11 $11.40 $1.97 $13.37

66Mustard,Individuals

MUSTARD, PREPARED, INDIVIDUALS: shall comply with CID A A 20036C; type‐I; not less than 4.5 gram packets; 500 cs. No

FOUR IN ONE FOUR IN ONE 35006341239 $ 4.56 $1.97 $6.53

67 Margarine MARGARINE: shall comply to CID A A 20357; type I; style B; size 2; no animal‐ Yesfat;1 lb solids individually wrapped. 30 lb case SUNNYLAND SUNNYLAND 70990042073 $16.00 $1.97 $17.97

Margarine, TFF MARGARINE, TFF: shall comply to CID A A 20357; type IV; style B; size 2;1 lb‐68 solids individually wrapped. 30 lb case Yes SUNNYLAND SUNNYLAND 1.00267E+13 $25.24 $1.97 $ 27.2169 Orange Juice JUICE, ORANGE, CONCENTRATE: to be packed to U.S. Grade A standards; No FLORIDA

100% juice; non refrigerated, unsweetened, grade A. Reconstitute 4:1 ratio;‐ NATURAL DAILY SUN 16300 36109‐ $44.80 $1.97 $46.77

Page 52 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 74: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade ItemNumber

Unit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

70

Pancake Mix MIX, PANCAKE: Shall comply with CID A A 20181B; Type II Quick Bread‐ ‐ ‐Mixes; Class I; Style C; made with enriched flour that conforms to U.S.Standards of Identity for Enriched Flour; add water only mix; 50 lb bag;Approved brands: Gilster Mary Lee, Chelsea Mills or approved equivalent.

YesJIFFY

FOODSERVICECMC 2.08467E+13 $20.45 $1.97 $22.42

71Peaches PEACHES, SLICED, CANNED: to be packed to U.S. Grade B standard; packed in

light syrup, natural fruit juice or water; drain weight: 72 oz.; 6/#10 case Yes LA FOODSCHEFMAXWELL N/A $21.46 $1.97 $23.43

72

Peanut Butter,Smooth, LowSalt/No Salt

PEANUT BUTTER, NO/LOW SALT: to be packed to U.S. Grade A standards;stabilized; Style I; Class A; Texture I; Type a; non fortified; max 5 mg sodium‐ ‐per ounce; 35 lb tub. Approved brands: Sunshine or approved equivalent

YesSUNSHINE SUNSHINE N/A $43.75 $1.97 $45.72

73

Peanut Butter,Creamy, Kosher

PEANUT BUTTER, CREAMY, KOSHER: shall comply with CID A A 20328B; U.S.‐Grade A standards; stabilized; Style I; Class A; Texture I; Type a; non fortified;‐ ‐

Must be Kosher certified form one of the following: Union of OrthodoxJewish Congregations, Organized Kashrus laboratories, "KOF K" Kosher‐Supervision Services or "Star K". Approved brands: Skippy or approved‐equivalent

Yes MOUNT

FRANKLINFOODS

MOUNT

FRANKLIN1.00077E+14 $38.65 $1.97 $40.62

74

Peanut Butter,Creamy, Kosher,PC

PEANUT BUTTER, CREAMY, KOSHER: shall comply with CID A A 20328B; U.S.‐Grade A standards; stabilized; Style I; Class A; Texture I; Type a; non fortified;‐ ‐

Must be Kosher certified form one of the following: Union of OrthodoxJewish Congregations, Organized Kashrus laboratories, "KOF K" Kosher‐Supervision Services or "Star K". Approved brands: Skippy or approved‐equivalent

Yes

SUNSHINE SUNSHINE N/A $52.00 $1.97 $53.97

75Pepper,DisposableShakers

PEPPER, BLACK, GROUND: shall comply with CID A A 20001B; class X; form 1;‐disposable shaker; 1.50 oz; 48 case No DIAMOND

CRYSTALDIAMOND 13600050085 $42.15 $1.97 $ 44.12

Page 53 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 75: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade Item

NumberUnit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

76Pepper,Individuals

PEPPER, BLACK, GROUND: shall comply with CID A A 20001B; class X; form 1;‐individual packets; 3000 case No DIAMOND

CRYSTAL DIAMOND 37003341236 $8.39 $1.97 $10.36

77Vegetable,Peppers, Green,Frozen, Diced

PEPPERS, GREEN, FROZEN, DICED: to be packed to U.S. Grade A standard;type I; 20 lb case No

LA FOODSCHEF

MAXWELLN/A $17.20 $1.97 $19.17

78Pineapple PINEAPPLE, CANNED: tidbits; to be packed to U.S Grade B standards; solid

pack in water and/or juice; no added sweetener; drain weight, 63 ounces;6/10 cans

NoLA FOODS

CHEF

MAXWELLN/A $18.50 $1.97 $20.47

79Rice RICE, WHITE, ENRICHED, MILLED: to be packed to meet USDA Standards of

Rice; medium or long grain; parboiled; 50 lb case. NoA.C. OF MIAMI

A.C. OF

MIAMIN/A $18.90 $1.97 $20.87

80 Rotini PASTA, ROTINI: shall comply with CID A A 20062E; type V; style A; made from‐enriched semolina and durum wheat flour; 20 lb case No GIOVANNI

PRIMOGIOVANNIPRIMO 7.50223E+12 $ 8.60 $1.97 $10.57

81Salad Oil OIL, VEGETABLE: to comply with CID A A 20091D; Type I; style A; plastic‐ ‐

containers only: 3/1 gal NoSTRATAS STERLING 1.07617E+13 $27.52 $1.97 $29.49

82 Salt SALT, IODIZED: fine; table; 25 lb bag No CARGILL SALT‐ DIAMOND 6.11878E+11 $4.25 $1.97 $6.22

83Salt SALT, IODIZED: fine; table; disposable shakers; 4 ounce; 48/case No DIAMOND

CRYSTAL DIAMOND 6.11878E+11 $11.45 $1.97 $13.42

84Salt SALT, IODIZED: fine; table; packets; Must be Kosher certified form one of the

following: Union of Orthodox Jewish Congregations, Organized Kashruslaboratories, "KOF K" Kosher Supervision Services or "Star K". 3000 ea.‐ ‐

No DIAMOND

CRYSTALDIAMOND 7.19098E+11 $4.09 $1.97 $6.06

85Soy Sauce SOY SAUCE: shall comply with CID A A 20087C; type II, non fermented; plastic‐ ‐

containers only; 4/1 gal No SUPREME OILCOMPANY PIKNIK 76355411419 $11.95 $1.97 $13.92

86Spaghetti PASTA, SPAGHETTI: shall comply with CID A A 20062E; type VI; style A; made‐

from enriched semolina and durum wheat flour; 20 lb case No GIOVANNIPRIMO

GIOVANNIPRIMO 7.50223E+12 $8.60 $1.97 $10.57

Page 54 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 76: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProduct

Code

GlobalTrade Item

NumberUnit

Price(PerCase)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

87 Spinach,Canned

GREENS, SPINACH, CANNED: to be packed to U.S. Grade A standards;chopped; drain weight, 58 ounces; 6/10 cans No ALLEN

CANNING ALLEN 1.00394E+13 $ 22.64 $1.97 $ 24.61

88Spinach, Frozen GREENS, SPINACH, FROZEN: to be packed to U.S. Grade A standard; chopped.

36 lb case No STELLARMARKET

STELLARMARKET N/A $22.86 $1.97 $ 24.83

89Vegetable,Squash, Frozen,Zucchini

SQUASH, ZUCCHINI, FROZEN: to be packed to U.S. Grade A standard; sliced;20 lb case. No

LA FOODSCHEF

MAXWELLN/A $11.80 $1.97 $13.77

90

Syrup, Maple,Imitation

SYRUP, TABLE: shall comply with CID A A 20124D; Style IV; type 1; flavor A.‐4/1 gal, plastic containers only; Approved Brands: Hungry Jack or approvedequivalent

YesSUNSHINE SUNSHINE N/A $11.50 $1.97 $13.47

91

Tea, PowderedMix

BEVERAGE BASE, POWDERED: tea flavored; fortified; minimumrequirements: calcium, 133 mg; vitamin C, 88 mg; B12, 2.7 mcg; D2, 58 IU;potassium, 150 mg; zinc lactate 1 mg; 5 oz. mix yields 5 gal; Approvedbrands: Citrus King, Food Concepts or approved equivalent

Yes FOOD

CONCEPTS

FOOD

CONCEPTS3.39549E+11 $91.24 $1.97 $93.21

92 Tomatoes,Canned

TOMATOES, DICED, CANNED: to be packed to U.S. Grade C standard; packedin juice; drain weight 63.5 oz; 6/10 case‐ No OUR HOUSE OLD CAL N/A $13.90 $1.97 $15.87

93 Tomato Paste TOMATO PASTE, CANNED: to be packed to U.S. Grade B standard; 6/10 case No HIGHLANDFOODS

HIGHLANDFOODS N/A $ 20.00 $1.97 $21.97

94 Tomato Sauce TOMATO SAUCE, CANNED: to be packed to U.S. Grade A standard; 6/10 case No OUR HOUSE OLD CAL N/A $14.35 $1.97 $16.32

95

Turkey Breast TURKEY BREAST, SLICED: cured turkey breast meat; BL; fully cooked (ovenprepared); Gluten free; water not to exceed 20%; < 15% fat; 90 day shelf life;appearance of white meat turkey. 1 oz slices; 3/5lb/case. Approved brands:Jennie O, Perdue or approved equivalent‐

Yes

JENNIE O‐ JENNIE O‐ N/A $23.75 $1.97 $25.72Page 55 of 69

MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 77: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade Item

NumberUnit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

96

Poultry Franks POULTRY FRANKS, FROZEN: made from turkey or chicken; no internal organs;fat not to exceed 20%; USDA or FDA inspected; 10 to 1; individual links;gluten free;1 mil poly bag to protect entire case; Approved brands: Jennie O,‐ ‐Perdue or approved equivalent; 20 lb case

Yes

JENNIE O‐ JENNIE O‐42222‐

GBCJ1C$16.00 $1.97 $17.97

97

Poultry, Ground POULTRY, GROUND: Whole muscle portions from turkey or chicken carcassesafter completion of deboning process. Muscle portions in natural proportionsof white and dark meats; 15% fat or less; not to exceed 70 mg sodium per113.4g (4 oz); Approved Brands: Miami Beef or approved equivalent

Yes

MIAMI BEEF MIAMI BEEF 24627110485 $27.60 $1.97 $29.57

98

Poultry, GroundBulk w/VPP50/50

POULTRY, GROUND w/VPP, 50/50: made from mechanically separated turkeyor chicken, water and vegetable protein product (VPP); VPP allowed inaccordance with Title 7 CFR 210;18% protein by weight when fullyrehydrated or formulated; not to exceed 120 mg sodium per 113.4g (4 oz);Approved Brands: Miami Beef or approved equivalent; 4/10 lb case

Yes

MIAMI BEEF MIAMI BEEF 24627110621 $26.00 $1.97 $27.97

99

Poultry,Sausage Link,Smoked

POULTRY SAUSAGE, SMOKED: links; made from mechanically separatedturkey or chicken, less than 15% fat; not to exceed 500mg sodium per 113.4g(4 oz); gluten free; 6 month shelf life; frozen; 3.2 oz ea; 20.0 lb case.‐Approved Brand: PRIDE or approved equivalent

Yes

PRIDE PRIDE N/A $23.80 $1.97 $25.77

100WorcestershireSauce

WORCESTERSHIRE SAUCE: shall comply with CID A A 20099C; plastic‐containers only; 4/1 gal No SUPREME OIL

COMPANYPIKNIK 76355512420 $11.95 $1.97 $13.92

101Vinegar VINEGAR, WHITE: distilled; 40 or 50 grain; plastic containers only; 4/1 gal No AMERICAN

SPICE TRADING CBI 8.12375E+11 $8.40 $1.97 $10.37

Page 56 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 78: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProduct

Code

GlobalTrade Item

NumberUnit

Price(PerCase)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

102

Poultry,Sausage Patty,50/50 soy blend

POULTRY SAUSAGE, PATTY w/VPP, 50/50: made from mechanicallyseparated turkey or chicken, water, vegetable protein product (VPP) andseasonings; VPP allowed in accordance with Title 7 CFR 210;18% protein byweight when fully rehydrated or formulated; not to exceed 15 %fat; not toexceed 300mg sodium per 113.4g (4 oz); 2 oz. ea.; Approved Brands: PRIDEor approved equivalent; 20 lb

Yes

PRIDE PRIDE N/A $15.60 $1.97 $17.57

103Turkey Ham,Sliced

POULTRY HAM, SLICED, FROZEN: made from cured turkey thigh meat; fullycooked; gluten free; less than 20% water; Good Source, Perdue or approved‐equivalent

YesJENNIE O‐ JENNIE O‐ 4222225912 $ 23.54 $1.97 $25.51

104

Turkey,Bologna,1 ozSlices

POULTRY BOLOGNA, FROZEN: turkey only allowable meat, maximum 20 %fat; gluten free; sliced; each slice 1 oz.; 4 5 inch diameter; 180 day shelf life.‐ ‐Approved brand: Good Source, House of Raeford, Jennie O or approved‐equivalent.

Yes

JENNIE O‐ JENNIE O‐ 4222225892 $23.54 $1.97 $25.51

105Turkey, Salami,1 oz. Slices

POULTRY SALAMI, FROZEN: turkey or chicken; maximum 20 %fat; gluten‐free; sliced, each slice 1 oz; 4 5 inch diameter; 180 day shelf life. Approved‐brands: Good Source, Jennie O or approved equivalent.‐

YesJENNIE O‐ JENNIE O‐ 4422225902 $23.54 $1.97 $25.51

106Egg Substitute EGG SUBSTITUTE: cholesterol free; 99 % egg white; artificial color; 30 cal or

less per 2 oz; approved brands: Fleishman's, Egg Beaters, Echo Lakes orequivalent.

Yes MICHAEL

FOODSPAPETTI

46025‐

89241 00‐$26.40 $1.97 $28.37

107

Jelly, Dietetic,Individuals,Multi Flavor‐

JELLY, DIETETIC: Shall comply with CID A A 20087C; Type I; Kind A, M or AA or‐Type II; Kind Mixed Fruit; Style 2, Finished product quality B; Equivalent to‐Grade A; 200/case; 12 gr. portion pack; Diamond Crystal, Poco Pac orapproved equivalent.

Yes

FOUR IN ONE FOUR IN ONE 1.07191E+13 $6.88 $1.97 $8.85

Page 57 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 79: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade Item

NumberUnit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

108MargarinePatties, Vegan,Salt Free

MARGARINE, PATTIES, VEGAN, SALT FREE: shall comply to CID A A 20357;‐type VI; style F; size 2; no animal products; .17 oz patties; 1080 patties percase; 12 lb

Yes VENTURA

FOODS

VENTURA

FOODSN/A $11.59 $1.97 $13.56

109

MargarinePatties, kosher

MARGARINE, PATTIES, KOSHER: shall comply to CID A A 20357; type I or type‐II; style F; size 2; Must be Kosher certified form one of the following: Union ofOrthodox Jewish Congregations, Organized Kashrus laboratories, "KOF K"‐Kosher Supervision Services or "Star K". 0.17 oz patties; 1080 patties per‐case; 12 lb

YesVENTURA

FOODS

SMART

BALANCEN/A $16.96 $1.97 $18.93

110

SugarSubstitute

ARTIFICIAL SWEETENER, INDIVIDUAL: shall comply with CID A A 20178A; type‐I or type III; packets hermetically sealed polyethylene lined; Approved brands:Equal with NutraSweet, Diamond Crystal Ultra (aspartame), Dixie CrystalsSweet Thing II (aspartame) or equivalent.

NoDOMINO

FOODSDOMINO N/A $13.75 $1.97 $15.72

111

Tuna TUNA, CANNED: chunk; light; regular; packed in water; max.1 gr fat per 2 ozserv; max.190mg sodium per 2 oz serv.; 6 66.5 ounce cans only; drain‐weight, 51 ounces; Approved Brands; Starkist, International Green orapproved equivalent.

Yes

REMA FOODS REMA 7.19303E+11 $54.45 $1.97 $56.42

112

Tuna, PC,Kosher

TUNA, POUCH: shall comply with CID A A 20155B for chunk; light; regular;‐packed in water; max.1 gr fat per 3 oz serv; 3 ounce pouches. Must beKosher certified form one of the following: Union of Orthodox JewishCongregations, Organized Kashrus laboratories, "KOF K" Kosher Supervision‐Services or "Star K". Approved Brands; Starkist, International Green or‐approved equivalent.

Yes

BUMBLEE BEE

FOODSBUMBLE B 48000093158 $24.33 $1.97 $26.30

113 Banana BANANA: US #1; 6 to 6 7/8 inches, packed 100 count per case, 40# box. No CFNA ATLANTA‐ CHIQUITA N/A $16.25 $1.97 $18.22

Page 58 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

CONTRACT #C2808

Page 80: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProduct

Code

GlobalTrade Item

NumberUnit

Price(PerCase)

(PerCase)

(DollarValueOnly)

(Unit

Price +Delivery

Charge)114

Cabbage CABBAGE, FRESH: to be packed to U.S. Commercial Standard Grade; Danishor Domestic; 50 lb bags or crates No BUSHWICK

COMMISSION CBI N/A $14.85 $1.97 $16.82

115Carrots CARROTS, FRESH, TOPPED: to be packed to U.S. No.1 Grade standard;

medium or jumbo size; 50 lb No BUSHWICKCOMMISSION CBI N/A $18.25 $1.97 $20.22

116Celery, Diced,Frozen

CELERY, DICED, FROZEN: to be packed to U.S. Grade A standard; 1/4" to 3/8"dice; 20 lb bulk No STELLAR

MARKETSTELLARMARKET $13.00 $1.97 $14.97

117Cucumbers CUCUMBER, FRESH: to be packed to U.S. No 2 Grade standard; large; 1.1

bushel No J&J PRODUCE CBI N/A $14.90 $1.97 $16.87

118Lettuce LETTUCE, ICEBERG, FRESH: to be packed to U.S. No.1 Grade standard; well

trimmed; 2 doz heads per carton; 24 ea.; 40 lb net minimum case weight No OCEAN MIST

FARMSCBI N/A $18.92 $1.97 $ 20.89

119Onions ‐Bermuda‐Granex Grano‐

ONION, FRESH: to be packed to U.S. No.1 Grade standard: size: shall complywith CID A A 20193B; type I, color A or B; style A; medium, large or jumbo;‐ ‐50 lb bag

NoCBI PRODUCE CBI N/A $15.75 $1.97 $17.72

120Oranges ORANGES, FRESH: to be packed to U.S. No.1 Grade standard: Navel, Valencia,

Temple; 138 count NoCUSTOMPRODUCESALES CBI N/A $27.85 $1.97 $29.82

121Potatoes POTATOES, FRESH: to be packed to U.S. Commercial Grade standard; size:

Chef's; Russett, white or red; Yukon Gold; 50 lb bag No BUSHWICKCOMMISSION CBI N/A $13.00 $1.97 $14.97

122Tomatoes,Fresh

TOMATOES, FRESH: to be packed to U.S. No. 2 Grade standards; ripeness:stage 5 or light red; size: medium (6x7) or large (6x6); 25 lb No CBI PRODUCE CBI N/A $8.50 $1.97 $10.47

123Serving Gloves GLOVES, POLY: disposable; clear; polyethylene; size large; 10/100 case‐ No ROYAL PAPER

PRODUCTS ROYAL 72288107306 $4.45 $1.97 $6.42

124Sandwich Bags BAG, SANDWICH, FLIP LOCK: plastic; .59 to 1.0 mil thickness; .59 to 1.0 mil

thickness (+/- ; 5.5" x 6.5" to 6.5" x 7.0" (+/-.25")( / ) ( / )

NoR3 PAPERCRAFT REYNOLDS 1.00279E+13 $10.80 $1.97 $12.77

Page 59 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 81: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProduct

Code

GlobalTrade Item

NumberUnit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +Delivery

Charge)125

Apron,Disposable

APRON, PLASTIC: Bib type; disposable; white; polypropylene or similarmaterial; flame resistant; 10/100 case No ROYAL PAPER

PRODUCTSROYAL 72288107269 $25.76 $1.97 $27.73

126 Paper Bags BAG, PAPER: brown; 6 #; Union or equivalent. 2/500 bale No DURO BAG DURO 79594809832 $16.16 $1.97 $18.13

127Film, FoodWrap

FOOD WRAP: clear; 18 inch; standard thickness; non metal cutter; 2000' roll;‐Filmco or equivalent. No DARNEL INC DARNEL 6.45667E+11 $9.61 $1.97 $11.58

128Cap, Bouffant CAP, BOUFFANT: 21 inch; white; elastic band; cloth like material; provides ‐

fullhair coverage; 10/100 case

No MARLINPRODUCTS DOLPHIN N/A $27.25 $1.97 $29.22

129Napkins NAPKINS: bleached; white; 3.5 x 6.5 folded; 40/250 case No HATTIESBURG

PAPER HATTIESBURG 94922117953 $25.10 $1.97 $27.07

130

Biscuit Mix MIX, BISCUIT: Shall comply with CID A A 20181B; Type II Quick Bread Mixes;‐ ‐Class 2; made with enriched flour that conforms to U.S. Standards of Identityfor Enriched Flour; add water only mix; 50 lb bag. Approved Brands: ChelseaMills or approved equivalent

YesJIFFY

FOODSERVICECMC 2.08467E+13 $20.55 $1.97 $22.52

131

Cornbread Mix MIX, CORNBREAD: Shall comply with CID A A 20181B; Type II Quick Bread‐ ‐ ‐Mixes; Class 3; made with enriched flour that conforms to U.S. Standards ofIdentity for Enriched Flour; add water only mix; 50 lb bag; Approved brands:Chelsea Mills or approved equivalent

Yes JIFFY

FOODSERVICECMC 2.08467E+13 $21.35 $1.97 $ 23.32

132Parsley PARSLEY, FLAKES: shall comply with CID A A 20001B; type I; class W; form 6;‐

plastic containers only: approved brands: French's, Nifda or equivalent. No PREMIER FOOD

GROUPREGIO N/A $2.33 $1.97 $ 4.30

133Cumin CUMIN, GROUND: shall comply with CID A A 20001B; type I; class L; form 1;‐

plastic containers only; approved brands: French's, Nifda or equivalent. No PREMIER FOODGROUP REGIO N/A $2.28 $1.97 $4.25

134Paprika, Ground PAPRIKA, GROUND: shall comply with CID A A 20001B; type I; class V; form 1;‐

plastic containers only approved brands: French's, Nifda or equivalent. No PREMIER FOODGROUP REGIO N/A $1.92 $1.97 $3.89

Page 60 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 82: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade Item

NumberUnit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +Delivery

Charge)135

Oregano,Ground

OREGANO, GROUND: shall comply with CID A A 20001B; type I: class U; form‐1; plastic containers only approved brands: French's, Nifda or equivalent. No PREMIER FOOD

GROUPREGIO N/A $2.19 $1.97 $4.16

136Garlic Powder GARLIC, POWDER: 100 %garlic; plastic containers only approved brands:

Nifda, Monaarch or equivalent. No PREMIER FOODGROUP REGIO N/A $3.20 $1.97 $5.17

137Chili Powder CHILI POWDER: shall comply with CID A A 20001B; type II; class A; plastic‐

containers only approved French, Nifda or equivalent. No PREMIER FOODGROUP REGIO N/A $1.92 $1.97 $3.89

138Cinnamon,Ground

CINNAMON' GROUND: shall comply with CID A A 20001B; Type I; class I; form‐1; plastic containers only approved brands: French's, Nifda or equivalent. No PREMIER FOOD

GROUPREGIO N/A $ 2.01 $1.97 $3.98

139Broccoli, Cut,Frozen

BROCCOLI, FROZEN, CUT:to be packed to U.S. Grade A standard; 20 lb bulk No STELLARMARKET

STELLARMARKET N/A $10.20 $1.97 $12.17

140Brown Sugar SUGAR, BROWN: shall comply with CID A A 20135D; type II; style A; 24/1 lb‐ No DOMINO

FOODS DOMINO 3.00758E+13 $20.35 $1.97 $22.32

141Brown Sugar SUGAR, BROWN: shall comply with CID A A 20135D; type II; style A; 25 lb bag‐ No DOMINO

FOODS DOMINO 49200009802 $16.43 $1.97 $18.40

142Brown Sugar SUGAR, BROWN: shall comply with CID A A 20135D; type II; style A; 50 lb bag‐ No DOMINO

FOODS DOMINO 49200009703 $26.21 $1.97 $28.18

143PowderedSugar

SUGAR, POWDERED: shall comply with CID A A 20135D; type I; style C; 6 x or‐10X grind; 50 lb bag No DOMINO

FOODS DOMINO N/A $25.96 $1.97 $27.93

144GranulatedSugar

SUGAR, GRANULATED: shall comply to CID A A 20135D; type I; style A; 50 lb‐bag No DOMINO

FOODSDOMINO 49200009505 $18.96 $1.97 $20.93

145Juice, MixedFruit Punch

JUICE, MIXED FRUIT, CONCENTRATE: 100% fruit juice concentrate, (apple,grape, pear), non refrigerated, unsweetened, reconstitute 4:1‐ No FLORIDA

NATURALDAILY SUN 16300 36108‐ $44.80 $1.97 $ 46.77

Page 61 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 83: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProduct

Code

GlobalTrade Item

NumberUnit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

146VegetableShortening

SHORTENING, VEGETABLE: no animal products; shall comply with CID A A‐ ‐20100C; type I; packed in 1 mil. plastic lined box; Approved brands: GoldenChef or equivalent; 50 lb

NoSTRATAS CBI 78684731718 $21.43 $1.97 $23.40

147ShreddedCheese

CHEESE, IMITATION CHEDDAR, SHREDDED: feather shred; pleasing flavor &odor; satisfactory meltability; Approved Brands; Beaver Valley or approvedequivalent; 4/5lb bags per case

YesLA FOODS WHITEHAL 31249544109 $22.80 $1.97 $ 24.77

148PoultrySeasoning

POULTRY SEASONING, GROUND: shall comply with CID A A 20001B; type II;‐class C; plastic containers only. Approved brands: French's, Nifda orequivalent;

No PREMIER FOOD

GROUPREGIO N/A $1.83 $1.97 $ 3.80

149Pepper, blackground

PEPPER, BLACK, GROUND: shall comply with CID A A 20001B; class X; form 1;‐5 l b bulk No PREMIER FOOD

GROUP REGIO N/A $24.67 $1.97 $26.64

150Spork SPORK: polypropylene; white; medium weight; bulk; 1000 case.

NoHALEY SALESANDMARKETING PREMIERE 11435146171 $7.00 $1.97 $8.97

151Pumpkin,Canned

PUMPKIN, CANNED: to be packed to U.S. Grade A standards; 106 ounces;6/10 case No OUR HOUSE OLD CAL N/A $21.95 $1.97 $23.92

152Sweet Potato,Canned

SWEET POTATO, CANNED: to be packed to U.S. Grade A standards: halves orwhole; packed in light syrup; minimum drain weight, 69.8 ounces; 6/10 case No HANOVER

FOODSHANOVER 4.00288E+13 $22.65 $1.97 $24.62

153Onion,dehydrated

ONION, DEHYDRATED: minced; processed from white onions; uniform size;3/8" 7/8"; rehydrate 8:1;15 lb case‐ No PREMIER FOOD

GROUP REGIO N/A $32.89 $1.97 $34.86

154Pan Liner PAN LINER: reusable; high wet strength,; all natural; 16 3/8" x 24 3/8";1000‐ ‐ No HANDY WAX HANDY 7.87074E+11 $27.56 $1.97 $29.53

155Tray, Styrofoam TRAY, STYROFOAM: three compartment; tab closure. Sixe 9.5" x 9.5" x 2.5"

(approximate); 150 case NoDARNEL INC DARNEL 5.74608E+13 $12.96 $1.97 $14.93

Page 62 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 84: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProduct

Code

GlobalTrade Item

NumberUnit

Price(PerCase)

(PerCase)

(DollarValueOnly)

(Unit

Price +Delivery

Charge)156

Cup, Stryofoam CUP, STYROFOAM: 8 oz; max height 3.5"; approved brands: Dixie, WinCup orequivalent No DART

CONTAINER DART 41594200070 $15.14 $1.97 $17.11

157

Sugar,Granulated,Packets

SUGAR, GRANULATED, INDIVIDUALS: shall comply to CID A A 20135D; type I;‐style A; 3 gram (1/10 oz.); moisture resistant packaging; Must be Koshercertified form one of the following: Union of Orthodox Jewish Congregations,Organized Kashrus laboratories, "KOF K" Kosher Supervision Services or "Star‐ ‐K". 2000 case

NoDOMINO

FOODSDOMINO 49200022351 $9.87 $1.97 $11.84

158Pudding,Banana

PUDDING, POWDERED MIX: potassium fortified; dry mix; instant; add wateronly; must contain a minimum of 740 mg potassium per serving. BananaFlavored Approved Brands: Sunshine or approved equivalent

Yes FOOD

CONCEPTS

FOOD

CONCEPTS3.9955E+11 $25.01 $1.97 $26.98

159Pudding,Chocolate

PUDDING, POWDERED MIX: potassium fortified; dry mix; instant; add wateronly; must contain a minimum of 740 mg potassium per serving. Chocolateflavored. Approved Brands: Sunshine or approved equivalent

Yes FOOD

CONCEPTS

FOOD

CONCEPTS3.99549E+11 $ 25.01 $1.97 $26.98

160Pudding, Vanilla PUDDING, POWDERED MIX: potassium fortified; dry mix; instant; add water

only; must contain a minimum of 740 mg potassium per serving. Vanillaflavored. Approved Brands: Sunshine or approved equivalent

Yes FOOD

CONCEPTS

FOOD

CONCEPTS3.99549E+11 $25.01 $1.97 $26.98

161CranberrySauce

CRANBERRY SAUCE, CANNED: to be packed to U.S. Grade A standards; style I(jellied);106 ounces; 6/10 case No OCEAN SPRAY

CRANBERRIES OUR HOUSE 1.00312E+13 $25.30 $1.97 $27.27

162Test Strips,Chlorine

CHLORINE TEST STRIPS: measures chlorine within a range of 10 200 p.p.m.;‐packed 200 strips per vial; color coded chart on vial for quick comparison.

No

TCD PARTS INC TCD N/A $1.78 $1.97 $3.75

Page 63 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 85: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

Department Required Product Specification

BREAKFAST BEVERAGE, no animal products: May not contain any animal products; Must have the appearance and flavor similar to milk; must not need refrigeration prior to reconstituting; must remain wholesome for 48 72 hours after reconstituting, if held at 41° F. Must contain a minimum of 96 calories, 575 IU of Vitamin A, 130 IU of Vitamin D, 345 mg. of Calcium, 231 mg of potassium, no more than 50 mg of sodium with a maximum of 4 gr. of fat per 8 oz. serving. Each pound of product should yield a minimum of

Product

Breakfast Beverage, Vegan

Breakfast Beverage,Vegan, pouch

Juice, Lemon

AWARDED PRODUCT INFORMATIONTHIS INFORMATION MAY VARY AS SPECIFIED IN SECTION

II., J.Delivery ChargeManufacturer Brand Universal Global

Product Trade ItemCode Number

(PerUnit Case)

Price (Dollar(Per ValueCase) Only)

FOOD CONCEPTS

FOOD CONCEPTS 3.99549E+11 $ 39.67

Yes

FOOD

CONCEPTS

FOOD

CONCEPTS3.99549E+11 $16.40 $1.97

No AMERICANSPICE TRADING AMERICAN 6.93895E+11 $13.75 $1.97

$18.37

$15.72

Nutritional Analysis Required

Yes

Page 86: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

1.25 gallons of beverage. Product should be packed 8/3 lb case; Approved brands: Food Concepts or approved equivalent.BREAKFAST BEVERAGE, POUCH: no animal products: May not contain any animal products; Must have the appearance and flavor similar to milk; must not need refrigeration prior to reconstituting; Must contain a minimum of 96 calories, 575 IU of Vitamin A, 130 IU of Vitamin D, 345 mg. of Calcium, 231 mg of potassium, no more than 50 mg of sodium with a maximum of 4 gr. of fat per 8 oz. serving. Each pack should contain 8 ounce beverage. Plastic pouches. Product should be packed case; Must be Kosher certified form one of the following: Union of Orthodox Jewish Congregations, Organized Kashrus laboratories, "KOF K" Kosher ‐Supervision Services or "Star K". Approved ‐ brands: Food Concepts or approved equivalent.LEMON JUICE: to be packed to U.S. Grade A standards; plastic bottles only; approved brands: Real Lemon or equivalent

Page 64 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

164

Page 87: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Item #

Product

166

Kosher Fish Filet Meal, Pre ‐Packaged, Shelf Stable

Kosher Chicken Patty Meal, Pre packaged‐

167

CONTRACT #C2808

ATTACHMENT 3MASTER PRODUCTS LIST

Department Required Product Specification

KOSHER FISH FILET MEAL, PRE PACKAGED, SHELF ‐STABLE: Meal consists of 4 oz fillet cut from solid muscle fillet block pollack, whiting, flounder, cod, tilapia or other white fish flesh fillet; 2ozw

tomato sauce; 4 oz white rice; 4 oz mature lima beans; Must be Kosher certified form one of the following: Union of Orthodox Jewish Congregations, Organized Kashrus laboratories, "KOF K" Kosher Supervision Services or "Star K". ‐ ‐Approved Varieties: The Kosher Kitchen or approved equivalent. Each meal must conform to Statement of Work Requirements.

KOSHER CHICKEN PATTY MEAL, PRE PACKAGED, ‐SHELF STABLE: Meal consists of 4 oz chicken patty made from chunked and formed dark or white meat in any proportion (not from mechanically de‐boned meat.) Breaded (Combined breading and added ingredients may not exceed 35% including no more than 5 % soy used as a stabilizer); 2 oz chicken gravy; 6 oz mashed potatoes; 4 oz mixed

vegetables. Must be Kosher certified form one of the following: Union of Orthodox Jewish Congregations, Organized Kashrus laboratories, "KOF‐K" Kosher Supervision Services or "Star K". ‐Approved Brand: The Kosher Kitchen or approved equivalent; Each meal must conform to Statement of Work Requirements.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary ass p e c i fi e d i n

Section III., A.

Delivery Charge

(PerUnit Case)

Price (Dollar(Per Value

Case) Only)

ExtendedPrice

(Unit Price + Delivery Charge)

Nutritional Analysis Required

Page 88: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

AWARDED PRODUCT INFORMATIONTHIS INFORMATION MAY VARY AS SPECIFIED IN

SECTIONII., J.

MEAL MART

MEAL MART

MEAL MART

MEAL MART

5132870555

5132870577

Page 89: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE
Page 90: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

Manufacturer Brand Universal GlobalProduct Trade Item

Code Number

Page 65 of 69

MODEL DOCUMENT REVISED 08//01/13Prime Vendor Food Service Scope revised 1/27/214

Page 91: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

Page 66 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

ATTACHMENT 3MASTER PRODUCTS LIST

Bra n d

M a n ufactu rerP rod u

ct

A W A R D E D P R O D U C T IN F O R M A T IO NTHIS INFORMATION MAY VARY AS SPECIFIED IN SECTION

II., J.Del ivery Ch a rge

( P e rUnit Case)Price (Dollar(Per ValueCase) Only)

Nutritional Analysis Required

KOS H E R TU RK EY CUTLET M EA L, P RE PACKAG ‐D, S H E LF STAB LE : M ea l con sists

of 4 oz turkey cutlet made from chunked a nd formed d a rk or wh ite meat i na ny p ro po rtio n ( n ot from m ec h a n ica l ly d e bo n ed m eat . ) B rea ded ( Co m b i n ed‐

b rea d i n g a n d a d d ed i ngred i e nts m ay n ot exceed 3 5% i n cl u d i n g n o mo re t h a n 5 % soy used as a stabilizer); 2 oz gravy; 6oz mashed potatoes; 4 oz mixed vegetables. Must be Kosher certified form one of the following: Union of Orthodox Jewish Congregations, Organized Ka s h r u s la bo rato ries, " KO F K" ‐Kosher Supervision Services or "Star K". Approved Brand: The Kosher Kitchen ‐ or approved equivalent; Each meal must conform to Statement of Work Req u i re me nts.KOSHER MEATLOAF MEAL, PRE PACKAGED, SHELF STABLE: Meal consists of 4 ‐ozw meatloaf (made with ground beef and not more than: 20% fat; 20% added ingredients; no soy protein); 2 ozw brown gravy; 6 ozw mashed potatoes; 4 ozw mixed vegetables. Must be Kosher certified form one of the following: Union of Orthodox Jewish Congregations, Organized Kashrus laboratories, "KOF K" Kosher Supervision Services or "Star K". Approved ‐ ‐ Brand: The Kosher Kitchen or approved equivalent; Each meal must conform to Statement of Work Requirements.

KosherTurkey Cut let Mea l, P re pa c kaged‐

M EA L MART M EAL MART 5 1 3 2870587 $ 3 1 . 94 $1.97 $ 3 3 . 9 1

MEAL MART MEAL MART 5132870476 $33.02 $34.99

Awarded PRICINGINFORMATION

Invoiced Pricing may vary ass p e c i fi e d i n

Section III., A.

ExtendedPrice

( U n it Price + De l ive ry Ch a rge )

K o s h e r Meatloaf Meal, Pre packaged‐

Depa rt m ent Req u i red Prod u ct Specificati on

U n iversa l

Prod uctCod e

G lo ba lTra d e

ItemN u m ber

Page 92: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProductCode

GlobalTrade ItemNumber

Unit

Price(PerCase)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

170

KosherSalisbury SteakMeal, Pre‐packaged

KOSHER SALISBURY STEAK MEAL, PRE PACKAGED, SHELF STABLE: Meal‐consists of 4 ozw Salisbury steak (made with ground beef and not more than:20% fat; 20% added ingredients; no soy protein); 2 ozw brown gravy; 6 ozwmashed potatoes; 4 ozw mature lima beans. Must be Kosher certified formone of the following: Union of Orthodox Jewish Congregations, OrganizedKashrus laboratories, "KOF K" Kosher Supervision Services or "Star K".‐ ‐Approved Brand: The Kosher Kitchen or approved equivalent; Each meal mustconform to Statement of Work Requirements.

Yes

MEAL MART MEAL MART 5132870475 $32.87 $1.97 $34.84

171

KosherSpaghetti andMeatballs Meal,Pre packaged‐

KOSHER SPAGHETTI & MEATBALLS MEAL, PRE PACKAGED, SHELF STABLE:‐Meal consists of 4 oz/wt cooked beef meatballs (made with ground beef andnot more than: 20% fat; 20% added ingredients; no soy protein); 5 ozwspaghetti pasta; 3 ozw tomato sauce; 8 ozw sweet peas; Must be Koshercertified form one of the following: Union of Orthodox Jewish Congregations,Organized Kashrus laboratories, "KOF K" Kosher Supervision Services or "Star‐ ‐K". Approved Brand: The Kosher Kitchen or approved equivalent; Each mealmust conform to Statement of Work Requirements.

Yes

MEAL MART MEAL MART 5132870513 $36.14 $1.97 $ 38.11

172

Coffee Cake Mix MIX, COFFEE CAKE, Shall to conform to CID A A 20181B for Bakery Mixes;‐Type I; Style H; made with enriched flour that conforms to U.S. Standards ofIdentity for Enriched Flour; add water only mix; 50 lb bag; Approved Brands:Chelsea or approved equivalent.

Yes JIFFY

FOODSERVICECMC 2.08467E+13 $ 25.05 $1.97 $27.02

173Sugarsnap peasw/Carrots

SUGARSNAP PEAS W/CARROTS, FROZEN: to be packed to U. S. Grade Bstandard or U.S. Extra Standard for Frozen Mixed Vegetables; 20 lb case;Approved Brands: Paris Foods or approved equivalent.

No STELLAR

MARKET

STELLAR

MARKETN/A $12.00 $1.97 $13.97

Page 67 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 93: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

CONTRACT #C2808

ATTACHMENT 3

MASTER PRODUCTS LIST

AWARDED PRODUCT INFORMATION

THIS INFORMATION MAY VARY AS SPECIFIED IN SECTIONII., J.

Awarded PRICINGINFORMATION

Invoiced Pricing may vary asspecified inSection III., A.

Item #

Product Department Required Product Specification Nutritional

AnalysisRequired

Delivery

Charge

Extended

PriceManufacturer Brand UniversalProduct

Code

GlobalTrade Item

NumberUnit

Price(Per

Case)

(PerCase)

(DollarValueOnly)

(Unit

Price +DeliveryCharge)

174Can Liner, 56gal clear

Liner, Can: 56 gallon clear can liner .90mil 43x47 packed 1/100 case.Approved brands– Heritage or approved equivalent. No OMEGA

PLASTICS OMEGA 8.22391E+12 $28.41 $1.97 $30.38

175

Italian Blend,Vegetables,Frozen

ITALIAN BLEND VEGETABLES, FROZEN: To be packed to US Grade B standardor better. Shall comply with CID AA 20294A, Vegetable Blends, Frozen; Blend‐IV, carrots, diced, sliced, strips or chips (30%); zucchini chips (30)%;cauliflower, nuggets or small clusters (24%); Italian beans, short cuts (15%);red peppers, diced (1%); 20 lb box w/poly bag. Approved brands Paris foods‐or approved equivalent.

No

STELLAR

MARKET

STELLAR

MARKETN/A $15.90 $1.97 $17.87

176

Chip, Potato,PC, kosher

Potato Chip, Plain: potato chip, salted, 1.5 oz bag, Must be Kosher certifiedform one of the following: Union of Orthodox Jewish Congregations,Organized Kashrus laboratories, "KOF K" Kosher Supervision Services or "Star‐ ‐K". Approved Brand: Lays or approved equivalent.

No

FRITO LAY LAYS 28400443593 $23.74 $1.97 $25.71

177

Juice, Vegetable Juice, Vegetable: Vegetable juice, 100%, shall comply with A A 20156B, Type‐I, Flavor A, Style I, size b; Must be Kosher certified form one of the following:Union of Orthodox Jewish Congregations, Organized Kashrus laboratories,"KOF K" Kosher Supervision Services or "Star K".V 8 type juice packed in 5.5‐ ‐ ‐oz cans; 48/case.

Yes CAMPBELL

FOOD SERVICECOMPANY

V8 1.00416E+13 $22.48 $1.97 $24.45

178

Juice, Vegetable Juice, Vegetable: Vegetable juice, 100%, shall comply with A A 20156B, Type‐I, Flavor A, Style I, size h; Must be Kosher certified form one of the following:Union of Orthodox Jewish Congregations, Organized Kashrus laboratories,"KOF K" Kosher Supervision Services or "Star K".V 8 type juice packed in 46‐ ‐ ‐oz cans; 24/case.

Yes CAMPBELL

FOOD SERVICECOMPANY

V8 51000085252 $14.64 $1.97 $16.61

179Lid, Plastic Lid, Plastic: lid to fit 8 ounce Styr o foam cup;, white; approved brands: Dixie,‐ ‐

WinCup or equivalent No DARTCONTAINER DART 41594200124 $9.00 $1.97 $10.97

Page 68 of 69 MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Page 94: ACS Agreement No - Florida Department of … · Web viewFood Delivery Prime Vendor Services Cheney Brothers, Inc. Florida Department of Corrections Food Products and Supplies ALTERNATE

AWARDED PRODUCT INFORMATIONTHIS INFORMATION MAY VARY AS SPECIFIED IN

ProducNutritional Analysis Required

Manufacturer

DART CONTAINER

Lid, Plastic: lid to fit 8 ounce Styr o foam cup;, white; approved brands: Dixie, ‐ ‐WinCup or equivalent

MODEL DOCUMENT REVISED 08//01/13

Prime Vendor Food Service Scope revised 1/27/214

Lid,

Page 69 of 69

Department Required Product Specification