Current Contract Information Form s29

Total Page:16

File Type:pdf, Size:1020Kb

Current Contract Information Form s29

State of Washington Current Contract Information Revision Date: July 2, 2007 Effective Date: July 2, 2007

Contract number: 04103 Commodity code: 8907 (replaces 05098, 05198,05298 & 05498) Contract title: Processing of Donated USDA Commodities

Purpose: Implement price adjustment and reformulation for Horizon Foods. Implement price adjustments for Nardone Bros. and Best Express. Implement contract extension, effective 7/2/07 thru 7/2/08. Original award date: 07/03/03 Current contract period: 07/02/07 through: 07/02/08 Contract term: Not to exceed five (5) years or 07/02/08 Contract type: This contract is designated as mandatory use. SCOPE OF CONTRACT This contract is awarded to multiple contractor(s). Primary user agency(ies): Office of Superintendent of Public Instructions (OSPI) For use by: Pierre Foods (Category “A” - Item 1) Page 9 Foster Foods (Category “B” – Items 1, 2 & 3) Page 11 Michael Foods (Category “C” – Items 1 & 2) Page 13 Nardone Bros. Baking Co., Inc. (Category “D” – Items 1-4) Page 16 Williamston Foods (Category “D” - Items 5) Page 19 dba: Best Express Foods Horizon Foods (Category “F” – Item 1) Page 21 Bake R US (Category “F” – Item 2) Page 23 Burnette Foods (Category “F” – Items 3 & 4) Page 25 Miceli Dairy Products (Category “G” – Items 5 & 6) Page 27

This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

State Procurement Officer: Shannon L McGuire Phone Number: (360) 902-7284 Fax Number: (360) 586-2426 Email: [email protected]

Visit our Internet site: http://www.ga.wa.gov/purchase Current Contract Information Contract 04103

Products/Services available: Processing of USDA donated commodities such as: Beef Flame Broiled Strips, Scrambled Egg Patties, Egg Omelets with Cheese, Pepperoni Pizza, Cheese Pizza, Cheese Toast (garlic flavored), Fruit Turnovers, Fruit Bread, Applesauce Cups, Fruit Bars, Mozzarella Cheese shredded and Mozzarella Cheese Sticks. Ordering information: See page 2 Note III or page number Ordering procedures: See page 2 Note II or page number Contract exclusions: Specific reason(s) when not to use the contract. Special notes: Penalties, minimum orders, order instructions, etc. (include page numbers with each) Related product contracts: 04302 - Processing of USDA donated commodities such as: Chicken and Mozzarella Cheese Burrito with Taco Seasoning, Chicken Strips with Fajita Flavoring; Chicken Patty/Fritter Ring Shaped, Orange Juice 4 oz. and 6 oz. containers, frozen. Contract pricing: See pages 10, 12, 14, 17, 20, 22, 24, 26, 28. Term worth: $866,790.60 $0.00 MBE $0.00 WBE $866,790.60.00 OTHER $0.00 EXEMPT Current participation: MBE 0% WBE 0% OTHER 0% EXEMPT 0%

NOTES: I. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non- contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor.

If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

II. Office of Superintendent of Public Instruction (OSPI): Submit Order directly to Contractor for processing.

Page 2 Current Contract Information Contract No.04103

III. Contract Terms: This Document includes by reference all terms and conditions published in the original IFB, including Standard Terms and Conditions, and Definitions, included in the Competitive Procurement Standards published by OSP (as Amended).

SPECIAL NOTES:

1. Nardone Bros; Page 16;; Pricing Corrections for Items Number 1 & 3.Page 18& 19. 2. 07/02/07: per OSPI’s request, implemented reformulation for fruit turnovers from white flour to whole grain flour, prices increase of 9.6% due to use of whole grain flour and other added costs. (see pg. 22) 3. 07/02/07: per request of Nardone Bros., granted a 2% increase in both products prices due to the increase in operational costs. (see pg. 18 & 19) 4. 07/02/07: per request of Best Express, granted a 3.7% increase in products prices due to the increase in operational costs. (see pg. 21) 5. 07/02/07: contract has been extended for one year, until 7/2/08. SPECIAL CONDITIONS:

1. Contract Award: This Current Contract Information confirms the award of the following items of the Processing of Donated USDA Commodities contract for the Washington State Superintendent of Public Instructions:

Category “A” Item 1 Category “F” Item 1 Category “B” Item 1, 2, & 3 Category “F” Item 2 Category “C” Item 1 & 2 Category “F” Item 3 & 4 Category “D” Item 1, 2, 3, 4, & 5 Category “F” Item 5 & 6

This award includes the following sections: Special Conditions, Contract Provisions, Specifications, Price Sheets and Performance Reports.

2. Rebid: The following items of the original Invitation for Bid will be rebid within the next 30 days with contract number 10003:

Category “A” Items 4, 5, & 6 Category “G” Items 1, 2, 3, 4, & 7 Category “E.1” Items 1, 2, 3, Category Items 1, 2, 3 “H.1” Category “E.2” Items 1, 2, 3 Category Items 1, 2, 3 “H.2”

3. Inventory Protection: Within fifteen (15) calendar days after receipt of notice of award, the Contractor shall furnish an inventory protection guarantee in the amount of $150,000 to Skip Skinner, Supervisor, Food Distribution for the Superintendent of Public Instruction with a copy to the State Procurement Officer Page 3 Current Contract Information Contract No.04103 Reference Contract Provisions, Paragraph 2 and the Master Donated Food Processing Agreement, Page 11, Article 19.

4. Master Donated Foods Processing Agreement: The Washington State Master Donated Food Processing Agreement for School Year 2004-2005, submitted by the Contractor, shall be signed by a representative of the Office of Superintendent of Public Instructions within ten (10) days after the award and will be forwarded to the Contractor under separate cover.

CONTRACT PROVISIONS

The following contract provisions were excerpted and abridged from the contract IFB.

A. MASTER DONATED FOODS PROCESSING AGREEMENT This solicitation incorporates the attached State of Washington Master Donated Food Processing Agreement, School Year 2004-2005. If there is a conflict between this document and the master agreement the master agreement shall prevail

B. INVENTORY PROTECTION GUARANTEE A. Form: Within fifteen (15) calendar days after receipt of notice of award, the Contractor shall furnish the state with an inventory protection guarantee as defined in the Master Donated Food Processing Agreement, Article 19, page 11. B. Guarantee: There shall be an Inventory protection Guarantee as defined in the Master Donated Food Processing Agreement, Article 19, page 11. C. Noncompliance: Failure to provide the required guarantee will result in contract cancellation. D. Discontinuance: Based on Contractor performance during the initial contract term, the state reserves the right to continue performance guarantee requirements in subsequent extensions. Delivery, timely correct invoices, problem resolvement, etc., will be prime consideration.

C. PACKAGING A. Specifications: Unless otherwise specified, goods are to be packaged in cartons meeting federal specifications and shipped on nonreturnable pallets. Pallets shall not exceed 2,500 pounds in weight, 48 inches high and 6 feet wide. B. Labeling: Individual shipping cartons shall be labeled with the name of the ordering agency, order number, contract number, contractor, state stock numbers, and where applicable, date of manufacture, batch number, storage requirements, conditions, and recommended shelf life. Bidders are encouraged to offer product packaging with recycled content.

D. INSURANCE A. General Requirements: Contractor shall, at their own expense, obtain and keep in force insurance as follows until completion of the contract. Within fifteen (15) calendar days of receipt of notice of award, the Contractor shall furnish evidence in the form of a Certificate of Insurance satisfactory to the state that insurance, in the following kinds and minimum amounts has been secured. Failure to provide proof of insurance, as required, will result in contract cancellation.

Page 4 Current Contract Information Contract No.04103 Contractor shall include all subcontractors as insureds under all required insurance policies, or shall furnish separate Certificates of Insurance and endorsements for each subcontractor. Subcontractor(s) must comply fully with all insurance requirements stated herein. Failure of subcontractor(s) to comply with insurance requirements does not limit Contractor’s liability or responsibility. All insurance provided in compliance with this contract shall be primary as to any other insurance or self-insurance programs afforded to or maintained by State.

B. Specific Requirements: 1. Employers Liability (Stop Gap): The Contractor will at all times comply with all applicable workers’ compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable and will maintain Employers Liability insurance with a limit of no less than $1,000,000.00. The state will not be held responsible in any way for claims filed by the Contractor or their employees for services performed under the terms of this contract.

2. Commercial General Liability Insurance: The Contractor shall at all times during the term of this contract, carry and maintain commercial general liability insurance and if necessary, commercial umbrella insurance for bodily injury and property damage arising out of services provided under this contract. This insurance shall cover such claims as may be caused by any act, omission, or negligence of the Contractor or its officers, agents, representatives, assigns, or servants.

The insurance shall also cover bodily injury, including disease, illness, and death and property damage arising out of the Contractor’s premises/operations, independent contractors, products/completed operations, personal injury and advertising injury, and contractual liability (including the tort liability of another assumed in a business contract), and contain separation of insureds (cross liability) conditions.

Contractor waives all rights against the State for the recovery of damages to the extent they are covered by general liability or umbrella insurance.

The limits of liability insurance shall not be less than as follows: . General Aggregate Limits (other than products- $2,000,000 completed operations)  Products-Completed Operations Aggregate $2,000,000  Personal and Advertising Injury Aggregate $1,000,000 . Each Occurrence (applies to all of the above) $1,000,000 . Fire Damage Limit (per occurrence) $50,000 . Medical Expense Limit (any one person) $5,000

3. Business Auto Policy (BAP): In the event that services delivered pursuant to this contract involve the use of vehicles, or the transportation of clients, automobile liability insurance shall be required. The coverage provided shall protect against claims for bodily injury, including illness, disease and death; and property damage caused by an occurrence arising out of or in consequence of the performance of this service by the Contractor, subcontractor, or anyone employed by either. Page 5 Current Contract Information Contract No.04103 Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a combined single limit not less than $1,000,000 per occurrence. The business auto liability shall include Hired and Non-Owned coverage. Contractor waives all rights against the State for the recovery of damages to the extent they are covered by business auto liability or commercial umbrella liability insurance. 4. Additional Provisions: Above insurance policies shall include the following provisions: a. Additional Insured: The State of Washington and all authorized contract users shall be named as an additional insured on all general liability, umbrella, excess, and property insurance policies. All policies shall be primary over any other valid and collectable insurance. Notice of policy(ies) cancellation/non-renewal: For insurers subject to RCW 48.18 (Admitted and regulated by the Washington State Insurance Commissioner) a written notice shall be given to the State forty-five (45) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract. For insurers subject to RCW 48.15 (Surplus Lines) a written notice shall be given to the State twenty (20) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract. If cancellation on any policy is due to non-payment of premium, the State shall be given a written notice ten (10) calendar days prior to cancellation. b. Identification: Policy(ies) and Certificates of Insurance must reference the state’s bid/contract number. c. Insurance Carrier Rating: The insurance required above shall be issued by an insurance company authorized to do business within the State of Washington. Insurance is to be placed with a carrier that has a rating of A- Class VII or better in the most recently published edition of Best’s Reports. Any exception must be reviewed and approved by General Administration’s Risk Manager, or the Risk Manager for the State of Washington, by submitting a copy of the contract and evidence of insurance before contract commencement. If an insurer is not admitted, all insurance policies and procedures for issuing the insurance policies must comply with Chapter 48.15 RCW and 284-15 WAC. d. Excess Coverage: The limits of all insurance required to be provided by the Contractor shall be no less than the minimum amounts specified. However, coverage in the amounts of these minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits.

E. PRICING AND ADJUSTMENTS Unless otherwise stipulated all bids must include unit prices and extensions where applicable and be otherwise in the format requested.

Page 6 Current Contract Information Contract No.04103

All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington.

All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract period pricing shall remain firm and fixed for the initial twenty-four (24) months term of the contract. Adjustments in pricing will be considered after firm fixed price period on a pass through basis only. A minimum of 45 calendar days advance written notice of price increase is required which is to be accompanied by sufficient documentation to justify the requested increase. Acceptance will be at the discretion of the State Procurement Officer and shall not produce a higher profit margin than that established on the original contract pricing. Approved price adjustments shall remain unchanged for at least 365 calendar days thereafter. During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or lower pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

F. CONTRACTOR PERFORMANCE A. General Requirements: The state in conjunction with OSPI, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. (See attached Master Donated Food Processing Agreement, Article 15). B. Liquidated Damages: the state has an immediate requirement for the materials, equipment or services specified herein. Bidders are urged to give careful consideration to the state’s requirements and to the manufacturer’s production capabilities when establishing a delivery date(s). Liquidated damages will be assessed in the amount of actual damages incurred by the state as a result of Contractor’s failure to perform herein. C. Cost of Remedying Defects: All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials or equipment will be charged against the Contractor.

G. OSHA AND WISHA REQUIREMENTS Contractor agrees to comply with conditions of the Federal Occupational Safety and Health Acts of 1970 (OSHA), as may be amended, and, if it has a workplace within the State of Washington, the Washington Industrial Safety and Health Act of 1973 (WISHA), as may be amended, and the standards and regulations issued thereunder and certifies that all items furnished and purchased under this order will conform to and comply with said standards and regulations. Contractor further agrees to indemnify and hold harmless purchaser from all damages assessed against purchaser as a result of Contractor’s failure to comply with the acts and standards thereunder and for the failure of the items furnished under this order to so comply.

Page 7 Current Contract Information Contract No.04103

H. REPORTS The contractor(s) must provide the following report(s) to OSPI. They should include the appropriate USDA Delivery Order (DO) number and Notice of Delivery (ND) number with quantities received, processed, and shipped annotated. (Refer to master Donated Food Processing Agreement Articles 15, 16 & 35 C & F).

Receiving Document Within 15 days of receipt, send information that bulk USDA commodities have been received. This may be transmitted by fax or mail.

Notification of Processing Completion Transmitted by fax, include case count by product number, nomenclature and expected ship date.

Notification of Shipment Transmitted by fax, include case count by end product, nomenclature, specific ship date and appropriate location(s).

Page 8 Current Contract Information Contract 04103

CONTRACTOR INFORMATION

Contractor: Pierre Foods 9990 Princeton Road Cincinnati, OH 45246 Contact: Valerie Fairbanks Ron McWhorter Phone: 800-543-1604 Ext. 656 800-543-1604 Ext. 322 Fax: 513-874-5150 513-874-5150 Email: [email protected] [email protected] Internet address: www.pierrefoods.com Federal ID No.: 56-0945643 Supplier No.: 4214 Contract worth: $384,000.00 Payment address: Location #00260 Cincinnati, OH 45264-0260 Order placement address: 9990 Princeton Road Cincinnati, OH 45246 Payment terms: Net 30 days Shipping destination: Freight on Board (FOB) destination Freight: Prepaid and included

Page 9 Current Contract Information Contract No.04103 SPECIFICATIONS & PRICE SHEET

Category “A”

UTILIZING COARSE GROUND BEEF; USDA #A594, ALL PRECOOKED, READY TO HEAT AND SERVE

Item 1: Beef Flame Broiled Strips – 0.70 oz. Flame Broiled Beef Dipper with Teriyaki Sauce Glaze

Product to be packed at a minimum of 17.50 pounds net weight per case. All cases/ cartons must be identified with the information outlined in paragraph 3.1 above.

The product formula must meet all CN (Child Nutrition) specifications.

The vegetable protein in this product conforms to the School Lunch Regulations Part 210, Appendix A.

The four (4) 0.70 oz. flame broiled strip shaped beef patties provide 2.0 oz. equivalent meat/meat alternate for child nutrition meal pattern requirements.

The ground beef used must be USDA donated ground beef. The seasonings must have a characteristic Teriyaki flavor. The product must be made under USDA inspection and a USDA approved Total Quality Control program. The beef strip must be cooked to a minimum internal temperature of 155 F for 16 seconds, in a convection oven. The average fully cooked portion weight of each strip must be 0.70 oz. (19.85 gm) with no portion lighter than 0.60 oz. (17.01 gm).

The form must resemble a strip of flame broiled beef. All products must pass through a metal detector prior to packaging. The beef strips must be individually quick frozen

Alternate Protein Product: Soy Concentrate 3.96% dry

Processing Price Per Pound: $0.96 Number of servings per case: 100 each Transportation Price Per Pound: $0.00 Cost per serving: $0.168 Total Price Per Pound Bid: $0.96 Case weight: 17.50 lbs.

Page 10 Current Contract Information Contract No.04103 CONTRACTOR INFORMATION

Contractor: Foster Poultry Farms 1000 Davis Street Livingston, CA 95334 Contact: Jim Luster Lindsay Ahlem Phone: 209-668-6687 209-394-6487 Fax: 209-668-6628 209-668-6628 Email: [email protected] [email protected] Internet address: www.fosterfarms.com Federal ID No.: 94-1543499 Supplier No.: 110703 Contract worth: $74,300.00 Payment address: Department 33334 P.O. Box 3900 San Francisco, CA 94139 Order placement address: Lindsay Ahlem Foodservice Post Office Box 457 Livingston, CA 95334 Payment terms: Net 30 days Shipping destination: Freight on Board (FOB) destination Freight: Prepaid and included

Page 11 Current Contract Information Contract No.04103

SPECIFICATIONS & PRICE SHEET

Category “B”

TURKEY PRODUCTS PROCESSED FROM TURKEY, BULK; USDA #A534 ALL PRECOOKED, READY TO HEAT AND SERVE

Item 1: Turkey Breast, Roast, All White Product to be packed at a minimum of 18 pounds net weight per case. All cases/ cartons must be identified with the information outlined in paragraph 3.1 above. 20 to 30 pound cases are preferred

Processing Price Per Pound: $1.39 Number of servings per case: 144 each Transportation Price Per Pound: $0.00 Cost per serving: $0.1738 Total Price Per Pound Bid: $1.39 Case weight: 18.00 lbs.

Item 2: Turkey Smoked Ham Product to be packed at a minimum of 11 pounds net weight per case. All cases/ cartons must be identified with the information outlined in paragraph 1 above. 20 to 30 pound cases are preferred.

Processing Price Per Pound: $1.39 Number of servings per case: 88 each Transportation Price Per Pound: $0.00 Cost per serving: $0.1738 Total Price Per Pound Bid: $0.89 Case weight: 11.00 lbs.

Item 3: Breaded Turkey Corn Dogs 4 oz. = 2 oz., M/MA + 1.00 Bread Product to be packed at a minimum of 18 pounds net weight per case. All cases/ cartons must be identified with the information outlined in paragraph 3.1 above. 20 to 30 pound cases are preferred.

Processing Price Per Pound: $0.72 Number of servings per case: 72 each Transportation Price Per Pound: $0.00 Cost per serving: $0.1800 Total Price Per Pound Bid: $0.72 Case weight: 18.00 lbs.

Page 12 Current Contract Information Contract No.04103 CONTRACTOR INFORMATION

Contractor: Michael Foods, Inc. 401 Carlson Parkway, Suite 300 Minnetonka, MN 55304 Contact: Michael Butkus Rollie Woodward Phone: 763-434-3245 952-258-4875 Fax: 952-258-4710 952-258-4710 Email: [email protected] [email protected] Internet address: www.michaelfoods.com Federal ID No.: 47-0445304 Supplier No.: 4484 Contract worth: $37,315.10 Payment address: Post Office Box 98378 Chicago, IL 60693-8378 Order placement address: 401 Carlson Parkway Suite 300 Minnetonka, MN 55305 Payment terms: Net 30 days Shipping destination: Freight on Board (FOB) destination Freight: Prepaid and included

Page 13 Current Contract Information Contract No.04103

SPECIFICATIONS & PRICE SHEET

Category “C”

EGG PRODUCTS PROCESSED FROM EGGS, WHOLE BULK; USDA #A566 ALL PRECOOKED, READY TO HEAT AND SERVE

Item 1:CURRENT PRICE: $18.33 NEW PRICE: $ 17.24 Scrambled Egg Patties – pre-cooked, grilled frozen scrambled egg patties, 300 – 1.25 oz./ case Product to be packed at a minimum of 23 pounds net weight per case. All cases/ cartons must be identified with the information outlined in paragraph 3.1 above.

Fully cooked patties made with pasteurized fresh eggs, steam cooked and then individually frozen (IQF).

The product formula must meet all CN (Child Nutrition) specifications.

Assured by CN label to provide 1.0 oz. equivalent meat alternate per patties.

Alternate Protein Product: A566 (100%)

Processing Price Per Pound: $0.6696 Number of servings per case: 300 each Transportation Price Per Pound: $0.065 Cost per serving: $0.0574 Total Price Per Pound Bid: $0.7346 Case weight: 23.44 lbs.

Item 2: CURRENT CASE PRICE: $23.89 NEWCASE PRICE $21.24/ CHEDDAR OMELETS CURRENT CASE PRICE: $23.89 NEWCASE PRICE $21.24/ COLBY OMELETS Egg Omelets with Cheese – pre-cooked frozen scrambled egg omelets, 144 - 2.0 oz./ case Product to be packed at a minimum of 18 pounds net weight per case. All cases/ cartons must be identified with the information outlined in paragraph 3.1 above. Specify type of cheese and bid separately if pricing is different. Acceptable cheeses: Cheddar and Colby.

Fully cooked omelets made with pasteurized fresh eggs, steam cooked and then individually frozen (IQF).

The product formula must meet all CN (Child Nutrition) specifications.

Assured by CN label to provide 2.0 oz. equivalent meat alternate per serving.

Alternate Protein Product: A566 (100%)

Page 14 Current Contract Information Contract No.04103 Cheddar: Processing Price Per Pound: $1.2622 Number of servings per case: 144 each Transportation Price Per Pound: $0.065 Cost per serving: $0.1659 Total Price Per Pound Bid: $1.3272 Case weight: 18.00 lbs.

Colby: Processing Price Per Pound: $1.1540 Number of servings per case: 144 each Transportation Price Per Pound: $0.065 Cost per serving: $0.1600 Total Price Per Pound Bid: $1.2190 Case weight: 18.90 lbs.

Page 15 Current Contract Information Contract No.04103 CONTRACTOR INFORMATION

Contractor: Nardone Bros. Baking Co., Inc. 420 New Commerce Boulevard Wilkes Barre, Pennsylvania 18706 Contact: Vincent Nardone Maria Nardone Phone: 800-822-5320 800-822-5320 Fax: 570-823-2581 570-823-2581 Email: [email protected] [email protected] Internet address: http://www.nardonebros.com Federal ID No.: 23 2629582 Supplier No.: 3082 Contract worth: $102,264.00 Payment address: 420 New Comerce Blvd. Order placement address: Same as above Payment terms: Net 30 days Shipping destination: Freight on Board (FOB) destination Freight: Prepaid and included

Page 16 Current Contract Information Contract No.04103

SPECIFICATIONS & PRICE SHEET

C ategory “D”

1. Pizza, Pepperoni, - 3.2” x 5” size, 100/ case Product to be packed at a minimum of 23 pounds net weight per case. All cases/ cartons must be identified with the information outlined in paragraph 3.1 above.

50%/50% Blend Mozzarella (Commodity) and sub-Mozzarella Cheese Reduced Fat Pepperoni Topping.

Each Serving to equal 2 oz. cooked lean meat/meat alternate, 1.5 bread services & 1/8 cup vegetable.

Processing Price Per Pound: $0.9098 Number of servings per case: 100 each Transportation Price Per Pound: $0.0858 Cost per serving: $0.2240 Total Price Per Pound Bid: $0.9956 Case weight: 22.50 lbs.

2. Pizza, Pepperoni, - 4” x 6” size, code #63616-UM, 96/ case Product to be packed at a minimum of 30 pounds net weight per case. All cases/ cartons must be identified with the information outlined in paragraph 3.1 above.

50%/50% Blend Mozzarella (Commodity) and sub-Mozzarella Cheese Reduced Fat Pepperoni Topping.

Each Serving to equal 2 oz. cooked lean meat/meat alternate, 2 bread services & 1/8 cup vegetable.

Processing Price Per Pound: $0.7038old Number of servings per case: 96 each $0.7197 Cost per serving: $0.2478old Transportation Price Per Pound: $0.0893 $0.2528 Total Price Per Pound Bid: $0.7931old Case weight: 30.00 lbs. $0.8090

Page 17 Current Contract Information Contract No.04103

3. Pizza, Cheese, - 3.2” x 5” size, 100/ case Product to be packed at a minimum of 23 pounds net weight per case. All cases/ cartons must be identified with the information outlined in paragraph 3.1 above.

50%/50% Blend Mozzarella (Commodity) and sub-Mozzarella Cheese Reduced Fat.

Each Serving to equal 2 oz. cooked lean meat/meat alternate, 1.5 bread services & 1/8 cup vegetable.

Processing Price Per Pound: $0.9098 Number of servings per case: 100each Transportation Price Per Pound: $0.0858 Cost per serving: $0.2240 Total Price Per Pound Bid: $0.9956 Case weight: 22.50 lbs.

4. Pizza, Cheese, - 4” x 6” size, code #63616-UM, 96/ case Product to be packed at a minimum of 30 pounds net weight per case. All cases/ cartons must be identified with the information outlined in paragraph 3.1 above.

50%/50% Blend Mozzarella (Commodity) and sub-Mozzarella Cheese Reduced Fat.

Each Serving to equal 2 oz. cooked lean meat/meat alternate, 2 bread services & 1/8 cup vegetable.

Processing Price Per Pound: $0.6375old Number of servings per case: 96 each $0.6520 Cost per serving: $0.2271old Transportation Price Per Pound: $0.0893 $0.2317 Total Price Per Pound Bid: $0.7268old Case weight: 30.00 lbs. $0.7413

Page 18 Current Contract Information Contract No.04103 CONTRACTOR INFORMATION

Contractor: Williamston Foods Inc. dba: Best Express Foods, Inc. 1776 Mentor Avenue, Suite 300 Cincinnati, OH 45212-3567 Contact: Allan Berliant Sales Representative: Lore Erpelding Phone: (513) 531-2378 ext. 107 Cell Phone: (503) 559-8422 Fax: (513) 531-0766 Email: [email protected] Email: [email protected] Internet address: www.bestexpressfoods.com Federal ID No.: 31-1603509 Supplier No.: 111165 Contract worth: $28,895.50 Payment address: 1776 Mentor Avenue, Suite 300 Cincinnati, OH 45212-3567 Order placement address: Same as above Contact: Sharon Salter Payment terms: Net 30 days Phone: (513) 531-2378 ext. 102 Fax: (513) 531-0766 Shipping destination: Freight on Board (FOB) destination Freight: Prepaid and included

Page 19 Current Contract Information Contract No.04103

SPECIFICATIONS & PRICE SHEET

C ategory “D”

UTILIZING MOZZARELLA CHEESE; USDA #B077

Item 5: Cheese Toast, Garlic Flavored, Thick Sliced “Texas” bread, 5 oz. per serving/ 72 per case, bulk pack. Each Serving to equal 2 oz. M/MA, 3 servings bread.

Pricing valid for USDA cheese and USDA nonfat dry milk (NFDM). Either USDA product may be utilized.

Bulk pack pricing per case: Processing Price Per Pound: $0.8059old $0.8755 Number of servings per case: 72 each Transportation Price Per Pound: $0.0968 Cost per serving: $0.2990old Total Price Per Pound Bid: $0.9027old $0.3221 $0.9723 Case weight: 23.85 lbs. Total Price Per Case: $22.36old $23.19

Ovenable Mylar, individually wrapped pricing per case: Processing Price Per Pound: $0.9266 Number of servings per case: 72 each Transportation Price Per Pound: $0.0968 Cost per serving: $0.3390 Total Price Per Pound Bid: $1.0234 Case weight: 23.85 lbs.

Page 20 Current Contract Information Contract No.04103

CONTRACTOR INFORMATION

Contractor: Horizon Snack Foods, Inc. 7066 Las Positas Road, Suite A Livermore, CA 94551 Contact: Curt Connor Phone: 800-327-6919 Fax: 630-761-9046 Email: [email protected] Internet address: www.horizonsnackfoods.com Federal ID No.: 87-0440607 Supplier No.: 111177 Contract worth: $33,276.00 Payment address: 135 S. La Salle, Dept. 4305 Chicago, IL 60674-4305 Order placement address: Angela Talbot 888-296-6241 ext 2 443 W 400 North 801- 303-0715 Salt Lake City, UT 84103 [email protected] Payment terms: 1% 10 Days, Net 30 days Shipping destination: Freight on Board (FOB) destination Freight: Prepaid and included

Page 21 Current Contract Information Contract No.04103

SPECIFICATIONS & PRICE SHEET

Category “F”

Item 1: Fruit Turnover, reduced fat, individually wrapped, 3.75 oz serving. 80 servings per case. One serving provides ½ cup fruit and 2 bread requirements, using whole grain flour only. To include bonus USDA frozen and canned fruits.

Processing Price Per Pound: $0.8080old Number of servings per case: 80 each $0.8928 Cost per serving: $0.2060old Transportation Price Per Pound: $0.0709 $0.2259 Total Price Per Pound Bid: $0.8789old Case weight: 18.75 lbs. $0.9637

Page 22 Current Contract Information Contract No.04103

CONTRACTOR INFORMATION

Contractor: Bake R US, Inc. Dba Dave’s Baking Co. Post Office Box 3160 Santa Monica, CA 90408-3160 Contact: Mike Aframian David Aframian Phone: 310-644-1453 310-644-1453 Fax: 310-644-1331 310-644-1331 Email: [email protected] [email protected] Federal ID No.: 95-4590512 Supplier No.: 111176 Contract worth: $39,440.00 Payment address: Post Office Box 3160 Santa Monica, CA 90408-3160 Order placement address: Post Office Box 3160 Santa Monica, CA 90408-3160 Payment terms: Net 30 days Shipping destination: Freight on Board (FOB) destination Freight: Prepaid and included

Page 23 Current Contract Information Contract No.04103

SPECIFICATIONS & PRICE SHEET

Category “F”

Item 2: Fruit Bread, mini-loaf, individually wrapped, 3.2 oz. serving, 90 servings per case. One serving provides 7/16 fruit and 2 bread requirements. Utilizes blueberries, USDA 3 A367 or A366. May include other bonus USDA fruits as flavor options.

Processing Price Per Pound: $0.9664 Number of servings per case: 90 each Transportation Price Per Pound: $0.0530 Cost per serving: $0.203 Total Price Per Pound Bid: $1.0194 Case weight: 18lbs.

Page 24 Current Contract Information Contract No.04103

CONTRACTOR INFORMATION

Contractor: Burnette Foods 87171 County Road Hartford, MI 49057 Contact: Jack Wyatt David Whalen Phone: 269-621-3181 734-453-0612 Ext. 106 Fax: 269-621-4504 734-453-1800 Email: [email protected] [email protected] Internet address: www.burnettefoods.com Federal ID No.: 38-1891327 Supplier No.: 111179 Contract worth: $138,800.00 Payment address: UCG/Burnette Foods 44450 Pinetree Drive Plymouth, MI 48170 Order placement address: Same as above Payment terms: Net 30 days Shipping destination: Freight on Board (FOB) destination Freight: Prepaid and included

Page 25 Current Contract Information Contract No.04103

SPECIFICATIONS & PRICE SHEET

Category “F”

Item 3: Applesauce Cups, shelf stable, individual servings, 4 oz. serving. 96 servings per case. One serving provides a minimum of ½ cup fruit requirements. Utilizes frozen, sliced apples as base component, USDA #346. May include other USDA bonus fruits as flavor options.

Plain Cinnamon Processing Price Per Pound: $0.5500 Number of servings per case: 96 each Transportation Price Per Pound: $0.0800 Cost per serving: $0.1579 Total Price Per Pound Bid: $0.6300 Case weight: 24 lbs.

All other flavors Processing Price Per Pound: $0.6140 Number of servings per case: 96 each Transportation Price Per Pound: $0.0800 Cost per serving: $0.1735 Total Price Per Pound Bid: $0.6940 Case weight: 24 lbs.

Item 4: Fruit Bars, individually wrapped, 2 oz. serving. 132 servings per case. Each bar provides ½ cup fruit and 1 bread requirements. Utilizes fruit and nut trail mix, USDA #261. May include other bonus USDA dried or frozen fruits.

Processing Price Per Pound: $1.5000 Number of servings per case: 132 each Transportation Price Per Pound: $0.0800 Cost per serving: $0.1975 Total Price Per Pound Bid: $1.5800 Case weight: 16.5 lbs.

Page 26 Current Contract Information Contract No.04103

CONTRACTOR INFORMATION

Contractor: Miceli Dairy Products 2721 E. 90th Street Cleveland, OH 44104 Contact: Joseph Miceli David Whalen Phone: 216-791-6222 Ext. 111 734-453-0612 Ext. 106 Fax: 216-231-2504 734-453-1800 Email: [email protected] [email protected] Internet address: www.miceli-dairy.com Federal ID No.: 34-0843026 Supplier No.: 111182 Contract worth: $28,500.00 Payment address: UCG/Miceli 44450 Pinetree Drive Plymouth, MI 48170 Order placement address: Same as above Payment terms: Net 30 days Shipping destination: Freight on Board (FOB) destination Freight: Prepaid and included

Page 27 Current Contract Information Contract No.04103

SPECIFICATIONS & PRICE SHEET

CATEGORY “G”

UTILIZING NON-FAT DRY MILK; USDA # B114 OR SIMILAR.

Item 5: Cheese, Mozzarella LMPS, shredded, 30#/cs.

Processing Price Per Pound: $0.8650 Number of servings per case: 320 each Transportation Price Per Pound: $0.0850 Cost per serving: $0.5900 Total Price Per Pound Bid: $0.9500 Case weight: 20 lbs.

Item 6: Cheese, Mozzarella LMPS, stick, individually wrapped, 360 each 1 oz. stick/ case.

(pack sizes shown are preferred, specify if bidding other sizes.

Processing Price Per Pound: $1.8150 Number of servings per case: 360 each Transportation Price Per Pound: $0.0850 Cost per serving: $0.1188 Total Price Per Pound Bid: $1.9000 Case weight: 22.5 lbs.

Page 28 Current Contract Information Contract 04103

PERFORMANCE REPORT FOR PURCHASING & CONTRACT ADMINISTRATION

To OSP Customers: Please take a moment to let us know how our services have measured up to your expectations on this contract. Please copy this form locally as needed and forward to the Office of State Procurement Purchasing Manager. For any comments marked unacceptable, please explain in remarks block.

Procurement services provided: Excellent Good Acceptable Unacceptable  Timeliness of contract actions  Professionalism and courtesy of staff  Services provided met customer needs  Knowledge of procurement rules and regulations  Responsiveness/problem resolution  Timely and effective communications

Comments:

Agency: Prepared by: Contract No.: Title: Contract Title: Date: Phone:

Send to:

Purchasing Manager Office of State Procurement PO Box 41017 Olympia, Washington 98504-1017

Page 29 PERFORMANCE REPORT FOR CONTRACTOR PRODUCT/SERVICE

Complete this form to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this report.

Contract number and title: 04103 Processing of Donated USDA Commodities

Supplier’s name: Supplier’s representative:

PRODUCT/SERVICE

Contract item quality higher than required Damaged goods delivered Contract item quality lower than required. Item delivered does not meet P.O./contract specifications Other: SUPPLIER/CONTRACTOR PERFORMANCE

Late delivery Slow response to problems and problem resolution Incorrect invoice pricing. Superior performance Other: CONTRACT PROVISIONS

Terms and conditions inadequate Additional items or services are required. Specifications need to be revised Minimum order too high. Other:

Briefly describe situation:

Agency Name: Delivery Location: Prepared By: Phone Number: Date: Supervisor:

Address: Email:

Send To:

SHANNON L MCGUIRE STATE PROCUREMENT OFFICER OFFICE OF STATE PROCUREMENT PO BOX 41017 OLYMPIA WA 98504-1017

Recommended publications