Loading...
HomeMy WebLinkAbout993057.tiff CONTRACT FOR FOOD SERVICES THIS CONTRACT, made this 6th day of December, 1999, by and between Weld County, Colorado, by and through THE BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, P.O. Box 758, 915 10`" Street, Greeley, Colorado 80632, hereinafter referred to as "County," and Correctional Food Service Management headquartered at 5727 North Black Canyon Hwy.. Phoenix AZ 85015-2208, 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. 100421-91, 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, 2000, through December 31, 2000, 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, 2000. 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 Board of County Commissioners, with copies to the Weld County Director of Finance and Administrative Services and to the Weld County Sheriff Written notice to Contractor must be sent to the Contractor, Weld Board of County Commissioners, 915 10th Street, Greeley CO 80631 with a copy to Weld County Sheriffs Office, 910 10th Avenue, Greeley CO 80631 . 3. AUTHORIZATION: County hereby authorizes contractor to manage, on county's behalf, the food services at the Weld County Jail, 2110 "O" 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. Page 1 of 5 Pages 4. FACILIT1_ , AND EQUIPMENT: Contractor s._,il 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, chinaware, and thermal trays, 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. Menu: 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. 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. Preference will be given to local suppliers when practical and cost effective. d. Personnel: Contractor will provide and maintain the following staff food service manager, who is a registered dietician, baker, 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 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. Page 2 of 5 Pages (5) . .diting 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. B9900205. Each month, Contractor will submit to County officers a statement showing the following items: a. Maiming chart and work schedule for all employees and inmates. b. Meal counts indicating 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 RDA nutrients. e. The per meal rate for County Jail will be calculated each month according to the following scale: JAIL FOOD SERVICE Average Daily Population Price per MEAL Average Daily Work Release Population Price per DAY 250 $_1.187 50 $ 1.034 260 $ 1.167 60 $ 1.034 270 $ 1.147 70 $ 1.034 280 $_1.130 80 $ 1.034 290 $ 1.113 90 $ 1.034 300 $ 1.098 310 $ 1.084 320 $ 1.070 330 $_1.058 340 $ 1.046 350 $ 1.034 Compensation to Contractor will be based upon the applicable daily per meal costs appreciable by the number of meals served each day. f 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 Page 3 of 5 Pages will be p .ed in Contractor's supervisor's Office. ._ppropriate signs and safety posters will be displayed throughout the service area emphasizing sanitation practices and work habits. g. 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. h. Insurance: Contractor shall maintain insurance according to Section 5, on Page 9 of Weld County's Bid Request No. B9900205 entitled "Bid Specifications/Contract Food Service - General Specifications", which is attached hereto and made a part hereof by reference. I. Indemnification: Contractor shall indemnify County as stated in Section 4, on Page 9 of Weld County's Bid Request No. B9900205 entitled "Bid Specifications/Contract Food Service -General Specifications", which is attached hereto and made a part hereof by reference. j. 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. 8. SEVERABILITY: If any term or condition of this Contract shall be held to be invalid, illegal, or unenforceable, this Contract shall be construed and enforced without such provision to the extent that this Contract is then capable of execution within the original intent of the parties hereto. 9. NO THIRD PARTY BENEFICIARY ENFORCEMENT: It is expressly understood and agreed that the enforcement of the terms and conditions of this Contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing contained in this Contract shall give or allow any claim or right of action whatsoever by any other person not included in this Contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Contract shall be an incidental beneficiary only. Page 4 of 5 Pages 10. ENTIRE_ _REEMENT: The parties hereby agret .at neither has made or authorized any Contract with respect to the subject matter of this instrument other than expressly set forth herein, and no oral representation, promise, or consideration different from the terms herein contained shall be binding on either party, or its agents or employees, hereto. This Contract embodies all agreements between the parties hereto and there are no promises, terms, conditions, or obligations referring to the subject matter whereof other than as contained herein. 11. NO WAIVER OF IMMUNITY: No portion of this Contract shall be deemed to constitute a waiver of any immunities the parties or their officers or employees may possess, nor shall any portion of this Contract be deemed to have created a duty of care which did not previously exist with respect to any person not a party to this Contract. The parties hereto acknowledge and agree that no part of this Contract is intended to circumvent or replace such immunities. 12. AMENDMENT: This Contract may be amended in writing, signed by the parties hereto. IN WITNESS WHEREOF the parties hereto have signed this Agreement the clay, month and year set forth above. CONTRACTOR: President Title: SUBSCRIBED AND SWORN to before me this 2nd day of January WITNESS my hand and official seal. EAL CINDY TANLER / Notary Public ��' �? NOTARY PUBLIC-ARIZONA My commission expires: '£/3 • , •` MyC ImRIIC AA COUNT.Explree z002 ATTEST: E uoa, WELD COUNTY, COLORADO, by and through THE BOARD OF COUNTY COMMISSIONERS OF 463ZP WELD COUNTY, COLORAD/O� BY: BY:Thz9V Dale K. Hall, Chairman / Page 5 of 5 Pages PERFORMANCE BOND Bond No. 19 86 53 KNOW ALL MEN BY THESE PRESENTS: That CORRECTIONAL FOODSERVICE MANAGEMENT as Principal,and AMERICAN HOME ASSURANCE COMPANY as Surety,are held and firmly bound unto, THE BOARD OF WELD COUNTY COMMISSIONERS, STATE OF COLORADO as Obligee,in the sum of FOUR HUNDRED EIGHTY THREE THOUSAND EIGHT HUNDRED SEVENTY EIGHT AND 00/100 DOLLARS ($483.878.00 ) ,for the payment of which sum,well and truly be made,the Principal and Surety bind themselves, their heirs,executors, administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has entered into a written contract dated with the Obligee for FOOD SERVICE MANAGEMENT,CENTENNIAL JAIL,NORTH JAIL COMPLEX,CENTENNIAL RESIDENTIAL WORK RELEASE FACILITY—CONTRACT 89900205 in accordance with drawings and specifications prepared by contract is by reference made a par,hereof,and is hereinafter referred to as tie Contract. NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that,if contractor shall promptly and faithfully perform said Contract,then this obligation shall be null and void;otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be,and declared by Owner to be in default under the contract,the Owner having performed Owner's obligations thereunder,the Surety may promptly remedy the default,or shall promptly I. Complete the Contract in accordance with its terms and conditions,or 2. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions,and upon determination by Surety of the lowest responsible bidder,or, if the Owner elects,upon determination by the Owner and the Surety jointly of the lowest responsible bidder,arrange for a contract between such a bidder and Owner, and make available as Work progresses(even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph)sufficient funds to pay the cost of completion less the balance of the contract price;but not exceeding, including other costs and damages for which the Surety may be liable hereunder,the amount set forth in the first paragraph hereof The term"balance of the contract price",as used in this paragraph,shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two(2)years from the date on which final payment under the Contract falls due. Provided,however,notwithstanding anything herein to the contrary and regardless of the term of the aforesaid contract,that this bond shall be in effect for a term beginning JANUARY IsT.2000 ending DECEMBER 3IsT,2000 and shall cover work performed during such term,unless surety elects to extend the effective term of the bond by issuing one or more continuation certificates. The issuance of any such continuation certificate shall not increase surety's liability hereunder and surety's liability hereunder shall not, in the aggregate,exceed the penal sum of the bond. Furthermore,failure of surety to extend the term of this bond or failure of principal to provide a new bond shall not be cause for a claim hereunder. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or their heirs,executors,administrators or successors of Owner. Signed,scale and dated DECEMBER 307'1. 1999 CORRECTIONAL FOODSERVICE,MANAGEMENT ' (Principal) (Seat '� y i J / ( i ones) By f� FLc E', �� ' ia, ie)Counsel & Asst. Sec AMERICAN HOME ASSURANCE COMPANY /9 J9keph Pietrangelo-Attorney-In-East •i American Home Assurance CL .pany POWER OF ATTORNEY National Union Fire Insurance Company of Pittsburgh, Pa. Principal Bond Office. 175 Water Street, New York, N.Y. 10038 No. 83-B-06975 KNOW ALL MEN BY THESE PRESENTS: That American Home Assurance Company, a New York corporation, and National Union hire Insurance Company of Pittsburgh, Pa , a Penns lvani❑ corporation, does each hereby appoint —Kaaren Reagan, Frank Sioli,Joseph Pietrangelo,William L. Parker,Juan E. Beltran, E. B. Blonde'',Jr.,Gladys Ogden, Olga Iglesias: of Miami, Florida— its tnte and lawful Attorney(s)-;.n-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. hate -each executed these presents this 30'h day of December,�ye/ 1997. M , ,, � a ,{, Lawrence W.eitrlstrom, Senior Vice President 3c`�%� 2 National Union Fire Insurance Company of Pittsburgh, PA. thg2snr.�' 3=drn •t• Vice President American Home Assurance Company STATE OF NEW YORK } i COUNTY OF NEW S'ORK)ss,. On this 30w day of December, 1997, before me came the • me aares e n:ar ed officer of American Home Assurance Company and 4'j e ( a te_ Naomi:: I Iiiiiiii Fire Insurance Company of Pittsburgh, Pa., to me CZBadatiA I-AnIPI pe:sepal:r k.a..an to be the individual and officer described herein, Ph2sy Aar,a ce '"'°.S'1 an i! a,n::, edged that he executed the foregoing instrument and PD.OI}k 1d29 a:..era: ",e seal; of said corporations thereto by authority of his etrilEgdin&fat Canty tr lac v'k Eaas Are 30,j 7 jj c::;.e CERTIFICATE I sseirk or Resolutions adopted by the Boards of Directors of American flame Assurance Company and National Union Fire Insurance Company nl l'aciiis_!t, Pa on May IX, 1976_ "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authonrcd to appoint Attorneys-in-Fact to re !::-<:a and -act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings ,.:2 r..r. .r.;he nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RE SOtA'E:D, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to .,:r. ,eit:La:e :elating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsin'nle signatures or facsimile seal shall Is: i aid .and binding ulwn the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or w'''''. ''h1:o.a:an in the nature titer;:of; "12 F S0)I ED that an•: such Altornev-in-Fact delivering a secretarial certification that the limrcooing resolutions still be in effect mar insert in such ,.. ...,.a:. a: 'l.e date thereof, said date to be not later than the date of delivery thereof by such Attorney-iiiFact " I. : ._'.a:eth St Tuck, Secretary of American Home Assurance Company and of National Cuaon Fire Insurance Company of Pittsburgh, Pa do Mat the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney a.i::e.1 r'.rc.vrt thereto, are true and correct, and that both the Resolutions and the Powers of:Attorney arc in full limrce and effect. IN N ITN ESS O.II FREOF. I have hereunto set my hand and affixed the facsimile seal of each corporation this 30th day o` December 1999 a . 5$' e ce- r{, t 1 _ ptth /^/ r / j�p/ �ti , y/' '/jam/ ' A, {{// a �1 i.• Elizabeth M. Tuck, Secretary ACORD CERTIFICA 1 E OF LIABILITY INSURE-.SCE DATE(MM/DDm) 12/30/1999 PRODUCER ena Aon Risk Services, Inc. Of Florida ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 019012 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Miami, Fl 33101-9012 INSURERS AFFORDING COVERAGE INSURED Correctional Foodservice Management INSURER American Home Assurance 4200 Wackenhut Drive, #100 INSURERS National Union Fire Ins. Co Palm Beach Gardens, FL 33410 INSURER D Insurance Co. Of State Of PA INSURER 0 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH G CLAIMS. IN5R!-- I POLICY NUMBER POLICY EFFECTIVE �POLTE(MMPI A ION _-- S POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID Y)I DATE(MM(DDTIVE LIMIT LTR I TYPE OF INSURANCE GENERAL LIABILITY I I I EACH OCCURRENCE I $ 5000000 A X COMMERCIIA GENERAL I I RMGL6122790 I 07/01/1999 I O7/O1/2OOO I FIRE DAMAGE(07/01/2000 I FIRE DAMAGE Any one fire) $ XXXXXX -OCCUR h MED EXP(My one person) $ XXXXXX X CONTRACTUAL E&O GENEIT.AL AGGREGATE $ 5000000 PERSONAL 8.ADV I I X i PROF LIABILITY $ 5000000 GENL AGGREGATE LIMIT APPLIES PER!j $ 5000000 PRODUCTS COMP/OP AGG POLICY ni PRO- ',, XI LOC I AUTOMOBILE LIABILITY I RMCA3209968 07/01/1999 07/01/2000 COMBINED SINGLE LIMIT $ 5000000 A X 'ANY AUTO (Ea acsidenp X ALLOW I NED AUTOS �RMCA3209969(TX) BODILY INJURY $ I (Per person)--- SCHEDULED AUTOS . - X 'I HIRED AUTOS BODILY INJURY $ X i NON-OWNED AUTOS (PeracddenI) PROPERTY DAMAGE $ • (Per accident) GARAGE LIABILITY AUTO ONLY EA ACCIDENT $ I --- EA ACC I $ OTHER THAN -I ANY AUTO - - F- ' '. �'I AUTO ONLY- AGG I r$ EXCESS LIABILITY I I , EACH OCCURRENCE I $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE L—.----. $ RETENTION $ $ WORKERS COMPENSATION AND I RMWC3474335 (A) 07/01/1999 07/01/2000 X I-PORYLIMITS 10ER I A EMPLOYERS'LIABILITY !RMWC3474338 (A) E L EACH ACCIDENT r$ 1000000 B ' !RMWC3474339(B) E .DISEASE-EA EMPLOYEE $ -000000 RMWC3474343 (C) _ - C E.L.DISEASE-POLICY LIMIT $ 1000000 • OTHER III DESCRIPTION OF OPERATIONSILOCATIONSNE ICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS r@ilOW/ E r- PLEASE SEE ATTACHED J CERTIFICATE HOLDER I ADDITIONAL INSURED;INSURER LETTER: CANCELLATION I--- -- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION BOARD OF WELD COUNTY COMMISSIONERS, COLORADO DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN P. O. BOX 758 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL GREELEY, CO 80632 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHO IZEoj3,EFE6E�ITA11 V E ACORD 25-5(7/97) o ACORD CORPORATION 1988 PAGE 1 OF 2 ATTACHED TO AND FORMING PART OF CERTIFICATE OF INSURANCE ISSUED TO BOARD OF WELD COUNTY COMMISSIONERS, COLORADO BOARD OF WELD COUNTY COMMISSIONERS, COLORADO IS ADDED AS ADDITIONAL INSURED BUT ONLT AS TO LIABILITY ARISING OUT OF OPERA`TIONS PERFORMED FOR SUCH INSUREDS BY OR ON BEHALF OF THE NAMED INSURED. CORRECTIONAL FOODSERVICE MANAGEMENT ("CFM'S") NAMING OF CLIENT ("BOARD OF WELD COUNTY COMMISSIONERS, COLORADO"), AS AN ADDITIONAL INSURED IN ITS LIABILITY POLICY(IES) PURSUANT TO THIS CONTRACT, SHALL AFFORD COVERAGES ONLY FOR THE GENERAL AND AUTO LIABILITY LIMITS SPECIFIED IN THE CONTRACT BETWEEN THE CERTIFICATE HOLDER AND THE INSURED ARISING OUT OF THE NEGLIGENT PERFORMANCE OF ACTIVITY BY CFM FOR CLIENT PURSUANT TO THIS CONTRACT, BE LIMITED BY THE TERMS AND CONDITIONS APPEARING IN SUCH CONTRACT, AND IN NO EVENT BE CONSTRUED FOR ANY PURPOSE SO AS TO MAKE CFM OR ITS INSURER LIABILE FOR THE ACTS OR OMISSIONS OF THE CLIENT, ITS AGENTS, ITS SERVANTS OR EMPLOYEES. CONTRACT NAME: 2000 FOOD SERVICE SHERIFF'S DEPT. CONTRACT/PO NO. B9900205 SERVICE: FOOD SERVICE JOB SITE: CENTENNIAL JAIL, NORTH JAIL COMPLEX AND CENTENNIAL RESIDENTIAL WORK RELEASE FACILITY TWC - CFM Serial#: A1149 PAGE 2 OF 2 Hello