Loading...
HomeMy WebLinkAbout850976.tiff CONTRACT FOR FOOD SERVICES THIS CONTRACT, made this 23rd day of December, 1985 , by and between Weld County, Colorado, by and through THE BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, P. O. Box 758 , Greeley, Colorado 80632 , hereinafter referred to as "County, " and SERVICE AMERICA CORPORATION, headquartered at 88 Gatehouse Road, Stamford, Connecticut 06902 , hereinafter referred to as "Contractor. " WITNESSETH: WHEREAS , County desires to contract with Contractor for food services in the Weld County Jail, and WHEREAS , Contractor desires to provide food services for inmates and other persons whom the Weld County Sheriff may designate. NOW, THEREFORE, for and in consideration of the promises and mutual agreements contained herein, County and Contractor hereby agree as follows: 1 . Contract Documents: The "Contract Documents" of this contract shall include, along with the main contract herein, all bid documents contained in Weld County Bid Request No. 059-85 , which documents are attached hereto and made a part hereof by reference. The parties hereto shall comply with all of the terms , conditions, and specifications contained in the contract documents. The terms and conditions of the main contract herein shall control in the case of any inconsistency between them and the terms, conditions, and specifications of the bid documents. 2 . Duration: This contract shall be effective January 1 , 1986 , through December 31 , 1986 , and is automatically renewable by both parties each year for a term of three (3) years (36 months) subject to price adjustments mutually agreed upon. County agrees to allow Contractor' s management staff to be on-site at the Weld County Jail to observe and prepare for transfer of food service responsibility the two (2) weeks prior to January 1 , 1986 . This contract may be terminated by either party provided a sixty-day written notice is given to the other party. Written notice to County must be sent to the Weld County Director of Finance and Administrative Services, with copies to the Weld County Sheriff and the Weld County Board of County Commissioners. Written notice to Contractor must be sent to the Service America Corporation, Western Zone President, with a copy to Contractor' s Senior District Manager. 3 . Authorization: County hereby authorizes Contractor to manage, on County ' s behalf, the food services at the Weld County �Y/1 �� J Q. 65097bPage 1 of 5 Pages ((; , /i Jail, 915 Tenth Street, Greeley, Colorado, and to supervise , on County' s behalf, preparation and service of food, including therapeutic diets, for inmates and any other persons whom the Contracting Officer for County may designate. 4 . Facilities and Equipment: Contractor shall have full use of County' s food production and food service facilities. Contractor has examined said facilities and is satisfied that they will meet the needs of Contractor for said food production and food service. County shall provide initial inventory of glassware, silverware, and chinaware, but Contractor shall maintain the inventory of these items as a direct cost of said operation. 5 . Obligations of Contractor: a. Food Services: Contractor agrees to operate and supervise County' s Jail food services facilities, on County' s premises, and to supervise the furnishing of food and food products, including therapeutic diets , for County' s inmates and any other persons whom the contracting officers may designate. Hours and types of service shall at all times be under the control of County' s Contracting Officer. b. Menus: Menus shall be submitted to County' s Contracting Officer at least one week in advance of service for approval. Menus shall be nutritionally adequate and conform to any requirements made by County. Menu change/complaint forms shall be provided to inmates when said inmates have complaints concerning the menus. Completed forms shall be reviewed by Contractor' s management personnel and appropriate changes shall be made after consultation with the contracting officers. County may at any time inspect any or all aspects of the food service program provided by Contractor or request menu variations. c. Meal Delivery: Contractor shall purchase a sufficient number of thermal trays (approximately 250) for the delivery of food to the inmate housing area. The cost of said trays purchased by Contractor shall be amortized over the three-year period of this contract. County agrees to buy back any of the unamortized tray investment should this contract be terminated prior to December 31 , 1988 . d. Purchase and Procurement. Purchase and procurement of all food and food supplies utilized in the food service department needed for the County' s jail facility, and any other food service department services that may mutually be agreed upon, shall be the responsibility of Contractor. In the course of procurement, Contractor will take advantage of discounts and cost savings through volume purchasers. Page 2 of 5 Pages Preference will be given to local suppliers when practical and cost-effective. e. Government Commodities : Government commodities will be obtained by Contractor and used the maximum amount allowable by law. The "determined value" will be credited to County at 100% of the wholesale value less any delivery charge. The "determined value" will be negotiated and mutually agreed upon by both parties when food service begins. Contractor will maintain separate inventory records by item for all federal surplus commodities. Commodities in storage will be available for inspection by state or federal representatives. f. Personnel : Contractor will provide and maintain the following staff: food service manager, a.m. cook, p.m. cook, weekend relief cook on duty at the food service facility. Contractor will also provide administrative support through its region and zone support management staffs. Contractor' s personnel shall in no way be deemed to be employees of County and shall in no way be subject to or benefit from Weld County' s employment handbook. Contractor will review performance and evaluate current County staff with no obligation to retain said staff. Contractor is responsible for the training and education, as needed, for staff and inmate workers. Contractor' s food service manager will coordinate with County officers on a daily basis. Contractor' s food service manager will be responsible for: (1) Assuring contract compliance. (2) Budgeting of financial results. (3) Menu revisions. (4) Managing and training all staff. (5) Auditing sanitation standards. (6) Weekly management meetings. (7) Coordinating all units. (8) Applicable jail security requirements. 6 . Financial Arrangement: Contractor agrees to manage the entire food service program for County Jail in accordance with the specifications found in Weld County' s Bid Request No. 059-85 . Each month, Contractor will submit to County officers a statement showing the following items: Page 3 of 5 Pages a. Manning chart and work schedule for all employees and inmates. b. Meal counts indicated the number of meals prepared (daily census plus extra meals) . c. Weekly inventory record by item of all items in warehouse. d. Nutritional menu analysis showing the 18 R.D.A nutrients. e. A record of all surplus commodities received. f. Copies of all forms for order and control of surplus commodities. The per meal rate for County Jail will be calculated each month according to the following scale: Average Daily Population Price Per Meal 110 $1 . 415 120 1 . 359 130 1 . 294 140 1 .246 150 1 .206 160 1 . 256 170 1 . 219 180 1 . 187 190 1. 157 200 1 . 130 Compensation to Contractor will be based upon the applicable daily per meal costs appreciable by the number of meals served each day. g. Health Examinations : All employees of Contractor assigned to duty at County ' s jail food service facility must meet applicable standards required by County Health Department. Said employees shall maintain current health cards which will be posted in Contractor' s supervisor' s office. Appropriate signs and safety posters will displayed throughout the service area emphasizing sanitation practices and work habits. h. Performance Bond: Contractor shall furnish a performance bond in the sum of not less than 100% of this contract on or before the commencement date of the service contemplated herein. i. Insurance: Contractor shall maintain insurance according to Section 5 , on Page 6 of Weld County' s Bid Page 4 of 5 Pages Request No. 059-85 entitled "Bid Specifications/Contract Food Service - General Specifications, " which is attached hereto and made a part hereof by reference. j . Indemnification: Contractor shall indemnify County as stated in Section 4 , on Page 6 of Weld County' s Bid Request No. 059-85 entitled "Bid Specifications/Contract Food Service - General Specifications. " k. Contractor' s employees will exercise due care in the use of County food service equipment and notify County when said equipment is in need of repair or replacement. 7 . Access to Records: Contractor will provide County access to full and accurate accounts and records of its direct cost as may be necessary for County to meet auditing requirements. CONTRACTOR: SERVICE RICA CORPORATION a h 3�d'� By. /(7,4„.“_, Date: George R. Lane, President Western Zone ASUBS� AND SWORN to before me this 23,t/ day of ky , 19 85 • WITNESS my hand and official seal. Not OFFICIAL SEAL My commission expires: 'ice%e GETHA MC TIERNAN P r ^g�'`. NOTARY PUBLIC-CALIFORNIA ,. LOS ANGELES COUNTY �1� My COMM. expires JUN 13, 19116 n � BOARD 3261' 5td'1t�'iN�IIONERS ATTEST: ( "� WELD COUNTY, CO RADO Weld County Clerk and Recorder B� and Clerk to the Bo rd C airm Q Deputy County Clerk Page 5 of 5 Pages SERVICE AMERICA CORPORATION A subsidiary of ALLEGHENY BEVERAGE CORPORATION December 23, 1985 Jacqueline Johnson Board of County Commissioners of Weld County P.O. Box 758 Greeley, Colorado 80632 Dear Ms . Johnson: Enclosed as requested by Bruce T. Barker, Weld County Assistant County Attorney is the duly signed and notarized contract for food services provided for Weld County Jail by Service America Corporation. Sinpgrgly, George R. Lane President, Western Zone GRL/ds cc : Fred Niven Western Zone • 3201 East 59th Street • P.O. Box 960 • Long Beach, CA 90801 • (213) 634-8100 WELD COUNTY, COLORADO PURCHASING DEPARTMENT BID REQUEST NO. 059-85 Date: October 3, 1985 I . NOTICE TO BIDDERS Sealed bids will be received at the office of the Purchasing Director, 915 10th Street, Greeley, Colorado, until Tuesday. November 5. 1985 at 10.3(1 a m for furnishing the Sheriff's Department of Weld County for the following merchandise or equipment: CONTRACT FOOD SERVICES FOR THE WELD COUNTY JAIL II . INVITATION TO BID Sealed bids , subject to the conditions as shown herein, are requested on the following list of articles or services with delivery to 910 10th Avenue. Greeley. CO the destination, and to include any charges for freight, delivery, containers , packaging, etc. Bids must be enclosed in envelopes furnished by the Purchasing Department. III . INSTRUCTIONS TO BIDDERS 1 . Proposals shall be typewritten or written in ink on the form prepared by the County. Officials of corporations shall designate their official title; partners or sole owners shall so state, giving the names of all interested parties. All corrections or erasures shall be initialed by the person signing the bid. 2. A bidder shall not stipulate in his proposal any conditions not contained in the specifications unless specifically requested in the special instructions . Any pro- posal which fails to comply with the literal letter of these instructions and the specification may be rejected forthwith. 3. When approximate quantities are stated, the County reserves the right to increase or decrease the quantity as best fits its needs. 4. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. 5. In submitting the proposal , the vendor agrees that acceptance of any or all bids by the County within a reasonable time or period constitutes a contract. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Purchasing Director of Weld County. It is understood that it is necessary for all invoices to be made out to Weld County, Colorado, not to the Department securing the merchandise. 6. It is understood that the Board of County Connnissioners of Weld County reserves the right to reject any or all bids, to waive any informalities in bids , and to accept the bid that, in the opinion of the Board, is to the best interests of the Board and of the County of Weld, State of Colorado. 7. It is also understood that the Board of County Commissioners of Weld County will give preference to resident Weld County bidders in all cases where the bids are competitive in price and quality. -2- 8. Discounts will be figured from the date of delivery and acceptance of the articles , or in the case of incorrect invoice, from the date of receipt of corrected invoice, if this be subsequent to delivery and acceptance. 9. In determining the lowest responsible bid, the County will consider all acceptable bids on a basis of the net price to be paid after deduction of the discount speci- fied by the bids. 10. The successful bidder shall indemnity and save harmless Weld County against all claims for royalties , for patents or suit for infringement thereon which may be involved in the manufacture or use of the material to be furnished. 11 . All goods shall remain the property of the seller until delivered to and accepted by the County. 12. These instructions, the Proposal Form and Specifications have been developed with the hope of raising the standard of purchase negotiations to a satisfactory plane so that all transactions will be mutually satisfactory to all concerned. Your cooperation is invited. GENERAL SPECIFICATIONS, CONDITIONS AND INFORMATION Design: The equipment shall be manufacturer's latest model of production. The equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will insure long life, dependability and low costs of maintaining and repairing. Standard: When the word "standard" is used in this specification to describe an item of equipment or an assembly, it shall be construed to mean that the item or assembly so described shall be the latest regular current product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard sub-assemblies, accessories , fittings , and finishes shall be construed to be those which are regularly furnished as a part of the principal unit or assembly and included in the selling price thereof. • REPUTABLE MANUFACTURER DEFINED: A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of the County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three instances and the performance of such equipment has been satisfactory. Manufacturers who have been engaged in the business of manufacturing said equipment for a period of one year prior to the date fixed for opening bids shall , prima facie, be deemed to have been engaged in such business a reasonable length of time. -3- "OR EQUAL" DEFINED The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design , efficiency, and quality de- sired and shall not be construed in such a manner as to exclude man- ufacturer's equipment of comparable quality, design, and efficiency. PRE-DELIVERY SERVICE: Office equipment is to be delivered, as directed, unpacked, assembled, cleaned and adjusted for immediate use at a location designated by the Purchasing Director. Motor vehicles and other items of equipment shall be ready for immediate use at the time of delivery to a designated lo- cation. The equipment shall be clean and all instruments properly ad- justed, check inflation of tires , complete lubrication, check crankcase for proper oil level and other servicing normally provided by dealers. Proper state inspection seal shall be provided. Operating and maintenance manuals shall be provided at the time of delivery. Parts and price lists shall be included in special equipment or when requested by the County. ACKNOWLEDGEMENT AND DELIVERY SCHEDULE OF INITIAL ORDER: Time is of the essence. A delivery schedule of not more than calendar days after receipt of the order shall be deemed reasonable and serve the best interests of the County. Proposals exceeding this schedule will be rejected. Delivery will be made on or before 19 . The successful bidder shall acknowledge the receipt of the order and certify delivery schedule. GENERAL INFORMATION: Bidders shall submit with their bids the following information pertaining to the equipment upon which bids are submitted: (a) Detailed equipment specifications to include the warranty. (b) Descriptive literature. BID REQUEST NO. 059-85 Page 4 Ms. Bette Rhoden Purchasing Director 915 10th Street P.O. Box 758 Greeley, CO 80632 Dear Ms. Rhoden: The undersigned, having become familiar with the specifications for the Contract Food Services for the Weld County Jail , hereby proposes to provide the services to Weld County as designated in the following specifications : Average Daily Population Price Per Meal 110 $ 120 $ 130 $ 140 $ 150 $ 160 $ 170 $ 180 $ 190 $ 200 $ I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the items offered for intended use by Weld County will meet all the specifications it has so indicated in this bid form. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO. BID REQUEST NO. 059-85 Page 5 BY TITLE DATE DOES YOUR BID MEET OUR SPECIFICATIONS? YES X NO WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. CERTIFICATE OF EXEMPTION #98-03551. BID REQUEST NO. 059-85 Page 6 BID SPECIFICATIONS/CONTRACT FOOD SERVICE GENERAL SPECIFICATIONS 1. The period for which food service shall be provided in accordance with these specifications is 12 months commencing on January 1, 1986 and concluding on December 31, 1986 but automatically renewable by both parties subject to necessary cost adjustments mutually agreed upon. " 2. The successful bidder (Hereinafter called "contractor") shall execute an appropriate contract with Weld County for a term of three years (36 months) which shall be subject to and incorporated by reference all bid documents including the invitation, conditions and instructions , and specifications within 10 days after the date of award of the bid. 3. The Contractor shall furnish a performance bond in a sum not less than 100% of the contract. 4. Responsibility of Contractor: (a) The Contractor shall assume full responsibility for and shall indemnify the County for any damage to or loss of any County property, including buildings, fixtures, furnishings, equipment, supplies, accessories, or parts resulting in whole or part from any negligent acts or omissions of the Contractor, any subcontractor, or any employee, agent, or repre- sentative of the Contractor or the subcontractor. (b) The contract shall defend, hold harmless, and indemnify the County against any and all liability, claims, costs of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any property occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operations, or performance of work under the terms of this Contract, resulting in whole or in part from the negligent acts or omissions of the Contractor, any subcontractor, or any employee, agent, or representative of the Contractor or subcontractor. 5. Insurance - The Contractor shall obtain and maintain continuously during the life of the contract the following minimum limits of insurance: (a) Workman's Compensation coverage as required by law. (b) Comprehensive general bodily injury liability insurance coverage in amount not less than $500,000 per occurrence. (c) Comprehensive property damage liability insurance in an amount not less than $300,000 per occurrence. BID REQUEST NO. 059-85 Page 7 (d) Comprehensive automobile bodily injury and property damage liability insurance with combined single liability of not less than $250,000. The Contractor shall provide the County not later than the date of commence- ment of service under the contract with certificates of insurance for the foregoing coverages which designate Weld County as an additional insured with respect to the Contractors s participation in the contract and which include a provision that the coverage shall not be cancelled, terminated, or otherwise modified without a 60 days prior written notice provided to Weld County. 6. Contractor's Failure to Perform - The Contractor shall commence performing the work in accordance with the specifications on January 1, 1986. Failure to perform the work as provided herein may result in written notice to the Contractor terminating its right to proceed as to the whole or any part of the contract. In the event of such termination, the County may have the services performed by other means and the Contractor shall be liable to the County for any excess costs for such services. 7. Contracting Officer' s - The Sheriff of Weld County or his designee shall be the Contracting Officer(s) who shall act as the agent of Weld County for the purpose of serving as the County's contract person(s) for the Contractor, overseeing performance and completion of the contract pursuant to its terms and receiving, reviewing, and processing billings from the Contractor, con- ducting periodic inspections of the food service area and reviewing menus. 8. Compensation - As full and complete compensation to the Contractor for all food, labor, and materials furnished and all services performed pursuant to this Agreement, the County shall pay the Contractor monthly payments upon the submission of properly certified invoices approved by the Contracting Officer. Compensation will be based on the applicable daily per meal costs expressed in awarded bid proposal , appreciable by the number of meals served each day. Invoices must be submitted within the first five (5) working days of each month for services provided the preceding month. Invoices must itemize the total number of meals served each day, the number of breakfast, lunch, and dinner meals served each day, the cost per meal for each day of the month invoiced, as fixed by bid quote. However, per meal price quotes will be reflected on a sliding scale. Scale to start at an Average Daily Population of 110, with price quotes up to 200 in divisions of 10 i .e. , 110 = $1. 15 120 = $1. 13 130 = $1. 15 140 = $1. 17 150 = $1.16 BID REQUEST NO. 059-85 Page 8 9. Compliance with Laws and Regulations - The Contractor shall fully comply with all federal , state, and local rules and regulations which may be applicable to the work performed by the Contractor. 10. Taxes, Licenses, and Permits - The Contractor shall pay all applicable taxes including sales and excise taxes and shall obtain and keep current all necessary licenses and permits. 1/11. This contract may be terminated by either party provided a sixty (60) day written notice is given to the other party. Written notice to the County must be sent to the Director of Finance, with copies to the Sheriff and the Board of County Commissioners. 12. The bidder shall provide a clear, complete, concise, and accurate technical description of the proposed system. The package shall include, but not be limited to, descriptions of all services required by the specifications. 13. The Contractor shall be prepared to make both verbal and written presenta- tions to the Weld County Commissioners. 14. The Contractor will provide with his bid, outlines of the structure of his organization and of the personnel to be employed to provide said con- tracted services along with individual job descriptions and levels of responsibility to the Contracting Officer. (Span of control , chain-of- command, management philosophy, harmony of operation with contracting entity) Bid is to include continued employment of existing kitchen personnel as dic- tated by Contractor's staffing requirements providing those employees meet Contractor's employment criteria and providing those employees wish to transfer employment to the contracting entity. 15. The Contractor will include with the proposal , one copy of the latest published annual report for the company or submit satisfactory written evidence of the financial stability of the organization. BID REQUEST NO. 059-85 Page 9 SERVICE SPECIFICATIONS 1. General Information (a) These specifications cover food services for the term of the contract. All services to be performed under the contract shall be performed within the area of the Weld County Sheriff's Office. (b) Services performed under this contract shall be subject to inspection and approval of the Contracting Officer(s). or their designee. (c) All necessary foods, supplies, paper products , and cleaning supplies will be furnished by the Contractor. (d) Electrical power will be furnished by the County at existing power outlets for the Contractor's use to operate such equipment as is necessary in the conduct of its work. Hot and cold water will be made available to use as necessary for that purpose. (e) Storage space will be provided for use by the Contractor for storing supplies, equipment, and limited personal property. The County will not be responsible for any loss of, or damage to, the Contractor's supplies , materials, equipment, or the personal belongings of its employees caused by fire, theft, accident, or otherwise. 2. Conduct of Contractor's Employees (a) Contractor's employees will be subject to a background investigation at the discretion of the Sheriff. (b) The Sheriff shall be advised of any Contractor' s employees charged with any crime during the life of the contract. (c) The Contractor shall prohibit its employees from personal use of telephone or office equipment provided for official County business. (d) The Contractor shall instruct its employees as to the strict necessity for security within the facility, and that all rules and regulations established by the Weld County Sheriff's Office shall be adhered to. (e) All Contractor personnel , including employees, Subcontractors, agents, or representatives of the Contractor or Subcontractor, will be required to wear identification badges issued by the Sheriff's Department. Ad- mission to any portion of the facility will be granted only with the appropriate identification badge. BID REQUEST NO. 059-85 Page 10 (f) The Contractor shall require its employees to comply with the Weld County Sheriff's rules and regulations as they relate to the activities or functions governing the health, welfare, and security of the facility and its employees and inmates. No person suffering from any infections or contagious diseases will be assigned to duty including handling of or serving of food. (g) No food, supplies , materials, or equipment provided, acquired, or utilized in the performance of the contract shall be removed from the corrections facility for personal use or used in any manner not provided within the contract. 3. Services Provided by Contractor (a) Prepare meals as specified herein. (b) Purchase of all food, paper, and cleaning products, and supplies necessary for the performance of the contract. (c) Perform regular routine cleaning of the kitchen area including all equip- ment and fixtures therein sufficient to continuously maintain such area, equipment, and fixtures in a clean, sanitary condition as specified by the County Health Department and other applicable Federal and State laws. (d) Maintain such daily, weekly, and/or monthly records of its services provided as the Contracting Officers may require. (e) Provide continuous general supervision of its employees and those inmate trustees assigned to kitchen duty. (f) Provide staff support services as it and the Contracting Officers agree upon. (g) Conduct food preference surveys among the inmates when requested by the Contracting Officers. (h) Provide a qualified nutrition consultant on its staff for consultation and review of menus. (i) Provide facilities design assistance and prepare kitchen equipment specifi- cations as requested by the Contracting Officer. (j) Develop an operational system consistent with the operational plans of the Weld County Sheriff's Office. (k) Provide a thermal tray system of delivery of food to the inmate housing area. Trays to be purchased by the County on a three-year lease/purchase agreement with said cost to be amortized over this same three-year period. Amount of trays to be bid - 250. • BID REQUEST NO. 059-85 Page 11 • (1) Maintain an open line of communication between its staff and the Con- tracting Officer(s) . 4. Services Provided by the County (a) Maintain and replace as necessary, kitchen fixtures, equipment, and lamps. (b) Provide inmate-trustee labor to perform: (1) floor cleaning (2) wall washing (3) trash removal (4) meal delivery to inmates (5) retrieval of food trays, utensils , and containers from the inmate housing area (6) washing of trays, cups, utensils, pots, and pans (7) assistance in preparation of sack lunches for work release inmates (c) Provide equipment, facilities, and all utilities. (d) Provide extermination and pest control measures as necessary. BID REQUEST NO. 059-85 Page 12 RAW FOOD SPECIFICATIONS Contractor shall have the responsibility of purchasing all food for the County Jail Food Service Program. Food stuffs will be purchased through Contractor's suppliers and not through County contracts. 1. Beef, veal , and lamb shall be of at least USDA Choice. 2. Poultry shall be at least of USDA Grade A. 3. Canned fruits and vegetables shall be of at least USDA Grade C or Standard. 4. Frozen fruits and vegetables shall be of at least USDA Grade B. 5. Fresh produce shall be of at least USDA No. 2. 6. Dairy products shall be of a least USDA Grade A. 7. Eggs shall be at least USDA Grade A Medium. 8. Frozen fish and seafood must be a nationally distributed brand, packed under continuous government inspection. BID REQUEST NO. 059-85 Page 13 MEAL SPECIFICATIONS 1. Meal Preparation (a) All meals shall consist of a meat portion, vegetable, potatoes , bread and butter, dessert, and beverage. (b) Inmate caloric intake will be 2,600 to 2,800 calories a day. (c) The Contractor shall provide special diets as requested by Weld County Sheriff's Office Medical Section. (d) The average inmate count per meal is 113. (e) Contractor shall provide sack lunches as needed to work release inmates. 2. Meal Schedule (a) Breakfast 0730 - 0830 hours. (b) Lunch 1130 - 1330 hours. (c) Dinner 1630 - 1730 hours. (d) All serving and removing of trays for breakfast, lunch, and dinner will be completed within a sixty (60) minute time period starting when the food leaves the kitchen. 3. Surplus Food (a) The Contractor agrees to assist Weld County Sheriff's Office in attempting to secure surplus food items when minimum quality standards are satisfied and when costs of a given surplus item are less than that available to the Contractor. (b) If surplus food is used, the Contractor agrees to fully utilize all appropriate surplus food commodities obtained by the Weld County Sheriff's Office from the U.S. Department of Agriculture. The Contractor's use of monthly surplus commodity foods shall be reflected in the monthly report and shall be deducted from the amount billed each month as agreed upon by both parties. 4. Knife Security (a) The Contractor agrees that all knives and kitchen utensils shall be counted and locked for safe keeping every night. BID REQUEST NO: 059-85 FOR: CONTRACT FOR FOOD SERVICES FOR WELD COUNTY JAIL - Sheriff's Dept. Bids to be presented on Wednesday, November 6, 1985 to be considered for approval on Monday, November 25, 1985: BIDDERS Service America Corporation 3131 Oakland Street Aurora, CO 80010 ARA Services , Inc. 650 California Street, Suite 2121 San Francisco, CA 94108 Canteen Corporation 1430 Merchandise Mart Chicago, IL 60654 Szabo Food Service, Inc. 2000 Spring Road, Suite 300 Oak Brook, IL 60521 After careful review of the specifications, the Weld County Commissioners awarded the contract to Service America Corporation for the period of January 1, 1986 - December 31 , 1986 automatically renewable by both parties subject to price adjustments mutually agreed upon for a term of three years. WELD COUNTY, COLORADO BY Bet e Rho n P rchasi Director November 25, 1985 Hello