TABLE OF CONTENTS - dc.state.fl.us · 4.1 Procurement Manager ... course of performance of the...
Transcript of TABLE OF CONTENTS - dc.state.fl.us · 4.1 Procurement Manager ... course of performance of the...
Model ITB-Term Contract for Services/Commodities Page 2 of 65 ITB #12-DC-8403
TABLE OF CONTENTS
SECTION 1 – DEFINITIONS ........................................................................................................................................4
SECTION 2 – INTRODUCTION ...................................................................................................................................5
2.1 Background and Statement of Purpose ................................................................................................5 2.2 Contract ...............................................................................................................................................5 2.3 Cooperative Purchasing .......................................................................................................................5
SECTION 3 – SCOPE OF SPECIFICATIONS ..............................................................................................................6
3.1 General Description .............................................................................................................................6 3.2 Delivery ...............................................................................................................................................6 3.3 Minimum Order ...................................................................................................................................6 3.4 Quantity Discounts ..............................................................................................................................6 3.5 Contract Substitutions ..........................................................................................................................6 3.6 Damaged Goods ..................................................................................................................................6 3.7 Trade Names ........................................................................................................................................6 3.8 Contract Sales Report ..........................................................................................................................7 3.9 Estimated Quantities ............................................................................................................................7
SECTION 4 – PROCUREMENT RULES AND INFORMATION ..................................................................................8
4.1 Procurement Manager ..........................................................................................................................8 4.2 Timeline ...............................................................................................................................................8 4.3 Procurement Rules ...............................................................................................................................9 4.4. Posting of Notice of Agency Decision ............................................................................................... 11 4.5. Filing of Notices of Intent to Protest or Formal Protests ................................................................... 12
SECTION 5 – BID FORMAT AND CONTENTS ......................................................................................................... 13
5.1 Responsiveness Requirements ........................................................................................................... 13 5.2 Contact for Contract Administration ................................................................................................. 13
SECTION 6 – AWARD OF CONTRACT ..................................................................................................................... 14
6.1 Basis of Award .................................................................................................................................. 14 6.2 Identical Tie Bids ............................................................................................................................... 14 6.3 Incomplete Cost Information Sheet ................................................................................................... 14
SECTION 7 – CONTRACT TERMS AND CONDITIONS............................................................................................ 15
7.1 Contract ............................................................................................................................................. 15 7.2 Payments and Invoices ...................................................................................................................... 15 7.2 Travel Expenses ................................................................................................................................. 16 7.3 Contract Management ........................................................................................................................ 16 7.4 Records .............................................................................................................................................. 17 7.6 Procurement of Materials with Recycled Content ............................................................................. 18 7.7 Employment of Department Personnel .............................................................................................. 18 7.8 Non-Discrimination ........................................................................................................................... 18 7.9 Americans with Disabilities Act ........................................................................................................ 18 7.10 Bidder’s Insurance ............................................................................................................................. 19 7.11 Copyrights, Right to Data, Patents and Royalties .............................................................................. 19 7.12 Disputes ............................................................................................................................................. 20 7.13 Independent Vendor Status ................................................................................................................ 20 7.14 Assignment ........................................................................................................................................ 20 7.15 Severability ........................................................................................................................................ 20 7.16 Use of Funds for Lobbying Prohibited .............................................................................................. 20 7.17 Reservation of Rights ........................................................................................................................ 20 7.18 Convicted Felons Certification .......................................................................................................... 20 7.19 Taxes .................................................................................................................................................. 20 7.20 Condition and Packaging ................................................................................................................... 21 7.21 Safety Standards ................................................................................................................................ 21 7.22 Conflict Of Interest ............................................................................................................................ 21 7.23 Sample ............................................................................................................................................... 21 7.24 Nonconformance to Contract Conditions .......................................................................................... 21
Model ITB-Term Contract for Services/Commodities Page 3 of 65 ITB #12-DC-8403
7.25 Legal Requirements ........................................................................................................................... 21 7.26 Facilities ............................................................................................................................................ 21 7.27 Distribution of Certification of Contract............................................................................................ 22 7.28 Addition/Deletion of Items ................................................................................................................ 22 7.29 Scope Changes after Contract Execution ........................................................................................... 22 7.30 State Initiatives .................................................................................................................................. 22 7.31 Subcontracts ....................................................................................................................................... 23
ATTACHMENT 1 – CONTACT FOR CONTRACT ADMINISTRATION..................................................................... 24
ATTACHMENT 2 – SCOPE OF WORK OR SPECIFICATIONS ................................................................................ 25
ATTACHMENT 3 – PURCHASE ORDER TERMS AND CONDITIONS .................................................................... 58
ATTACHMENT 4 – COST INFORMATION SHEET ................................................................................................... 60
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
Model ITB-Term Contract for Services/Commodities Page 4 of 65 ITB #12-DC-8403
SECTION 1 – DEFINITIONS
The following terms used in this Invitation to Bid (“ITB”), unless the context otherwise clearly requires a different
construction and interpretation, have the following meanings:
1.1 Balance Of Line: Balance of line refers to additional items that may be needed by the department. Awards are
not based on pricing submitted for balance of line items, but bidders must submit pricing for all balance of line
items in order for their bid to be considered responsive. When balance of line items are listed in a solicitation, the
department will clearly indicate what items will be considered in the basis for award.
1.2 Breach of Contract: A failure of the successful bidder(s) to perform in accordance with the terms and conditions
of the Contract which may result from this ITB.
1.3 Contract: The agreement which results from this ITB between the winning Bidder and the Department. 1.4 Contractor or Successful bidder: The organization or individual providing services to the Department in
accordance with the terms of the Contract which results from this ITB. 1.5 Department or Owner: The Florida Department of Corrections referred to in this ITB document. 1.6 Deliverables - Those services, items and/or materials provided, prepared and delivered to the Department in the
course of performance of the Contract. Deliverables shall be more specifically described in definable verifiable
detail in the Statement of Work. 1.7 Desirable Conditions: The use of the words “should” or “may” in this ITB indicate desirable attributes or
conditions, but are permissive in nature. Deviation from, or omission of, such a desirable feature, will not in itself cause rejection of a proposal.
1.8 Material Deviations: The Department has established certain requirements with respect to bids to be submitted
by bidders. The use of shall, must or will (except to indicate simple futurity) in this ITB indicates a requirement or condition which may not be waived by the Department except where the deviation there from is not material. A deviation is material if, in the Department’s sole discretion, the deficient response is not in substantial accord with this ITB’s requirements, provides an advantage to one bidder over other bidders, has a potentially significant effect on the quantity or quality of items bid, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a bid.
1.9 Minor Irregularity: A variation from the ITB terms and conditions which does not affect the price of the bid or
give the bidder an advantage or benefit not enjoyed by the other bidders or does not adversely impact the interests of the Department. A minor irregularity will not result in a rejection of a bid.
1.10 P-Card: Refers to the State of Florida’s purchasing card program, using the Visa platform.
1.11 Purchase Order: The contract document issued by the Department to the Vendor to procure goods and services.
1.12 Responsible Vendor: A vendor who has the capability in all respects to fully perform the contract requirements
and the integrity and reliability that will assure good faith performance.
1.13 Responsive Bid: A bid, submitted by a responsive and responsible vendor that conforms in all material respects
to the solicitation.
1.14 Vendor, Offeror and Bidder: A legally qualified corporation, partnership or other entity submitting a bid to the
Department pursuant to this ITB.
1.15 Winning or Successful bidder: The business or entity submitting the lowest responsive bid, meeting all
requirements of the Department’s ITB.
Model ITB-Term Contract for Services/Commodities Page 5 of 65 ITB #12-DC-8403
SECTION 2 – INTRODUCTION
2.1 Background and Statement of Purpose
The purpose of this Invitation to Bid is to secure competitive bids from qualified vendors to provide kitchen equipment to various locations throughout the state. The Department is issuing this solicitation to establish a new agency term contract. The successful bidder shall furnish only the product(s) specified or an approved equivalent.
2.2 Contract
As a result of this ITB, the successful bidder shall be awarded a three (3) year contract.
Purchases shall be accomplished through issuance of a MyFloridaMarketPlace (MFMP) purchase order(s).
2.3 Cooperative Purchasing
Pursuant to their own governing laws, and subject to the agreement of the Successful bidder, other governmental
entities may be permitted to make purchases in accordance with the terms and conditions contained herein. The
Department shall not be a party to any transaction between the Successful bidder and any other purchaser.
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
Model ITB-Term Contract for Services/Commodities Page 6 of 65 ITB #12-DC-8403
SECTION 3 – SCOPE OF SPECIFICATIONS
3.1 General Description
All Specifications for this ITB and any resulting Contract are indicated in ATTACHMENT 2.
3.2 Delivery
Product(s) shall be shipped FOB: destination within forty-five (45) days after receipt of an order. Deliveries must
be made between 8:30 am to 4:00 pm ET, Monday thru Friday excluding Saturdays, Sundays, and state holidays,
unless otherwise stated herein or on a subsequent purchase order.
3.3 Minimum Order
There will be no minimum order requirements.
3.4 Quantity Discounts
The Successful bidder may provide a discount for the quantity/dollar level breaks if indicated on the Cost
Information Sheet. The discount shall be applied to the base unit cost provided under this Contract.
3.5 Contract Substitutions
The Successful bidder will be required to provide only the product(s) awarded. Substituted products delivered or
provided to the Department without prior approval by the Contract Administrator are prohibited, will be returned
to the Successful bidder expense, and may cause termination of the contract.
In the event the product specified can no longer be provided for reasons beyond the Successful bidder control (i.e.
- product discontinuance), the Successful bidder shall provide an alternate product request to the Contract
Administrator. The substituted product shall meet (or exceed) all terms, conditions, and specifications applicable
to the original specified product. An alternate product sample may be required by the Department for review
prior to acceptance.
3.6 Damaged Goods
The Successful bidder shall be responsible for filing, processing and collecting all damage claims. However, to
assist the vendor in the expeditious handling of damage claims, the ordering office will:
1. Record any evidence of visible damage on all copies of the delivery carrier’s Bill of Lading.
2. Report damage (visible or concealed) to the carrier and contract supplier, confirming such
reports, in writing, within fifteen (15) days of delivery, requesting that the carrier inspect the
damaged merchandise.
3. Retain the item and its shipping container, including inner packing material, until inspection is
performed by the carrier and disposition given by the contract supplier.
4. Provide the vendor with a copy of the carrier’s Bill of Lading and Damage Inspection Report.
3.7 Trade Names
Any manufacturer’s names, trade names, brand names or catalog numbers used in specifications contained in this
bid are for the purposes of describing and establishing general quality levels. Such references are not intended to
be restrictive. Bids will be considered for alternate items that meet or exceed the quality level of item(s) listed,
unless “No Substitutes(s)” or other similar language is indicated on the Cost Information Sheet. If a vendor is
submitting a bid for an alternate item, technical documentation/brochures must be provided to the Department for
evaluation purposes. An alternate product sample may be required by the Department for review prior to
acceptance.
Model ITB-Term Contract for Services/Commodities Page 7 of 65 ITB #12-DC-8403
3.8 Contract Sales Report
The Successful bidder shall furnish the Department of Corrections, Bureau of Procurement and Supply, a summary
report of contract sales at the end of each calendar quarterly period. The report shall summarize, at a minimum: total
number of units sold during the quarter, total dollar value of units sold during the quarter, total number of units sold
by delivery location, total number of units sold and total dollar value sold for the entire contract term. The
Department may, at its discretion, develop the exact format the Successful bidder shall use for report submittal. Any
report format developed by the Department shall be incorporated into, and shall become a part of, the original
contract. A summary report shall be furnished for quarters that include less than three full months of business (such
as, the beginning or end of the contract term). Failure to provide this information within thirty (30) calendar days
following the end of each quarter may result in the termination of the contract.
3.9 Estimated Quantities
It is estimated that $584,000.00 will be expended the first year, $156,000.00 will be expended the second year and
$156,000.00 will be expended the third year under the resulting contract from this ITB. The quantities listed
herein are estimates, given only as a guideline for preparing your bid, and should not be construed as representing
actual quantities to be purchased under any resulting contract.
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
Model ITB-Term Contract for Services/Commodities Page 8 of 65 ITB #12-DC-8403
SECTION 4 – PROCUREMENT RULES AND INFORMATION
4.1 Procurement Manager
Questions related to the procurement should be addressed to:
Jessie C. Moseley, Procurement Manager
Florida Department of Corrections
Bureau of Procurement and Supply
501 South Calhoun Street
Tallahassee, Florida 32399-2500
Telephone: (850) 717-3683
Fax: (850) 488-7189
E-mail: [email protected]
Pursuant to Section 287.057(23), Florida Statutes, Proposers to this solicitation or persons acting on their
behalf may not contact, between the release of the solicitation and the end of the seventy-two (72) hour
period following the agency posting the Notice of Agency Decision, excluding Saturdays, Sundays, and state
holidays, any employee or officer of the executive or legislative branch concerning any aspect of this
solicitation, except in writing to the Procurement Manager or as provided in the solicitation documents.
Violation of this provision may be grounds for rejecting a Proposal.
Questions will only be accepted if submitted in writing and received on or before the date and time specified in
the Timeline (Section 4.2). Responses to questions will be posted on the Vendor Bid System (VBS) on or about
the date referenced in the Timeline (Section 4.2).
Any person requiring special accommodation in responding to this solicitation because of a disability should call
the Bureau of Procurement and Supply at 850-717-3700 at least five (5) days prior to any pre-solicitation
conference, solicitation opening or meeting. If you are hearing or speech impaired, please contact the Bureau of
Procurement and Supply by using the Florida Relay Service, which can be reached at 1-800-955-8771 (TDD).
Interested parties are encouraged to carefully review all the materials contained herein and prepare Proposals
accordingly.
4.2 Timeline
Listed below are the important actions and dates/times by which the actions must be taken or completed. If the
Department finds it necessary to change any of these dates/times, it will be accomplished by addendum. All listed
times are Eastern Standard Time.
DATE TIME ACTION
4.2.1 06/06/13 Release of ITB to public, posted on VBS.
4.2.2 06/11/13 5:00 p.m.,
E.S.T.
Last day for written inquiries to be received by the
Department.
4.2.3 06/13/13 Anticipated date that written responses to written
inquiries will be posted on the VBS.
4.2.4 06/25/13 3:00 p.m.,
E.S.T. Bids Due/Bid Opening
4.2.5 07/02/13 Anticipated posting of Agency Decision.
Model ITB-Term Contract for Services/Commodities Page 9 of 65 ITB #12-DC-8403
4.3 Procurement Rules
4.3.1 Submission of Bids
Each bid response shall be prepared simply and economically, providing a straightforward, concise
delineation of the Bidder’s capabilities to satisfy the requirements of this ITB. Elaborate bindings, colored
displays, and promotional material are not desired. Emphasis in each bid must be on completeness and
clarity of content. In order to expedite the review of bids, it is essential that Bidders follow the format
and instructions contained in the Section 5, Bid Format and Contents.
Bids are due at the time and date specified in the Timeline (Section 4.2) at the Department of Corrections,
and shall be submitted to the attention of the Procurement Manager at the address listed in Section 4.1.
Bid responses received late (after Bid opening date and time) will not be considered and no modification
by the Bidder of submitted bids will be allowed, unless the Department has made a request for additional
information. No Department staff will be held responsible for the inadvertent opening of a bid response
not properly sealed, addressed or identified.
4.3.2 Bid Opening
Bids are due and will be publicly opened at the time and date specified in the Timeline (Section 4.2). The
public opening will take place at the Department of Corrections, Bureau of Procurement and Supply, 501
South Calhoun Street, Tallahassee, Florida 32399-2500. The name of all Bidders submitting bids will be
made available to interested parties upon written request to the Procurement Manager listed in Section
4.1.
4.3.3 Costs of Preparing Proposals
The Department is not liable for any costs incurred by a Bidder in preparing and responding to this ITB,
including oral presentations, if applicable.
4.3.4 Disposal of Proposals
All bids become the property of the State of Florida and will be a matter of public record subject to the
provisions of Chapter 119, Florida Statutes. Selection or rejection of the bid will not affect this right.
4.3.5 Bid Rules for Withdrawal
A submitted bid may be withdrawn by submitting a written request for its withdrawal to the Department,
signed by an authorized representative of the Bidder, within seventy-two (72) hours after the bid
submission date indicated in the Timeline. Any submitted bid shall remain a valid bid for three hundred
and sixty five (365) days after the bid submission date.
4.3.6 Rejection of Bids
The Department shall also reject any or all bids containing material deviations. In determining whether a
bid contains a material deviation or a minor irregularity, the Department will use the definitions of those
terms set forth in Section 1.
4.3.7 Bidder’s Conference/Site Visits
There will be no bidders’ conference or site visit for this ITB. Questions shall be submitted in accordance
with Section 4.3.8, Inquiries.
Model ITB-Term Contract for Services/Commodities Page 10 of 65 ITB #12-DC-8403
4.3.8 Bid Inquiries
4.3.8.1 Any inquiries from Bidders concerning this ITB shall be submitted in writing, identifying the
submitter, to the Procurement Manager identified in Section 4.1 of this ITB and must be received
no later than the date and time specified in the Timeline (Section 4.2). E-mail inquiries are
preferred. It is the responsibility of the Bidder to confirm receipt of inquiries.
4.3.8.2 Interested parties shall examine this ITB to determine if the Department's requirements are clearly
stated. If there are any requirements that restrict competition, Bidders may request, in writing, to
the Department that the requirements be changed. The Bidder who requests changes to the
Department's requirements must identify and describe their difficulty in meeting the Department's
requirements, must provide detailed justification for a change, and must recommend changes to the
requirements. Requests for changes to this ITB must be received by the Department no later than
the date shown for written inquires questions in the Timeline (Section 4.2). A Bidder’s failure to
request changes by the date described above shall be considered to constitute Bidder’s acceptance
of Department's requirements. The Department shall determine what changes to this ITB would be
acceptable to the Department. If required, the Department will issue an addendum reflecting the
acceptable changes to this ITB, which shall be posted on VBS, in order that all Bidders shall be
given the opportunity of proposing to the same requirements.
4.3.9 Addenda
If the Department deems it necessary to supplement, modify or interpret any portion of the solicitation or
exhibits, addenda and materials relative to this procurement, it will be posted on the Florida Vendor Bid
System at http://vbs.dms.state.fl.us/vbs/main_menu. Interested parties are responsible for monitoring
this site for new or changing information or clarifications relative to this procurement.
4.3.10 Price/Cost Discussions
Any discussion by a bidder with any employee or authorized representative of the Department involving
cost or price information, occurring prior to posting of the Notice of Agency Decision, will result in
rejection of said bidder’s response.
4.3.11 Verbal Instructions
No negotiations, decisions, or actions shall be initiated or executed by the bidder as a result of any
discussions with any Department employee. Only those communications which are in writing from the
Department’s staff identified in Section 4.1 of this ITB shall be considered a duly authorized expression on
behalf of the Department. Only communications from the bidder’s representative which are in writing and
signed will be recognized by the Department as duly authorized expressions on behalf of the bidder.
4.3.12 No Prior Involvement and Conflicts of Interest
The bidder shall not compensate in any manner, directly or indirectly, any officer, agent or employee of
the Department for any act or service which he/she may do, or perform for, or on behalf of, any officer,
agent, or employee of the bidder. No officer, agent, or employee of the Department shall have any
interest, directly or indirectly, in any Contract or purchase made, or authorized to be made, by anyone for,
or on behalf of, the Department.
The Proposer shall have no interest and shall not acquire any interest that shall conflict in any manner or
degree with the performance of the services required under this ITB.
4.3.13 State Licensing Requirements
All entities defined under Chapters 607, 617 or 620, Florida Statutes, seeking to do business with the
Department shall be on file and in good standing with the State of Florida’s Department of State.
Model ITB-Term Contract for Services/Commodities Page 11 of 65 ITB #12-DC-8403
4.3.14 MyFloridaMarketPlace Vendor Registration
All vendors doing business with the State of Florida for the sale of commodities or contractual services as
defined in Section 287.012, F.S., shall register on the MyFloridaMarketPlace system, unless exempted
under subsection 60A-1.030, F.A.C. State agencies shall not enter into an agreement for the sale of
commodities or contractual services as defined in Section 287.012 F.S. with any vendor not registered in
the MyFloridaMarketplace system, unless exempted by rule. A vendor not currently registered in the
MyFloridaMarketPlace system shall do so within 5 days after posting of intent to award.
Registration may be completed at:
http://dms.myflorida.com/business_operations/state_purchasing/myflorida_marketplace/vendors. Those
lacking internet access may request assistance from MyFloridaMarketPlace Customer Service at 866-352-
3776 or from State Purchasing, 4050 Esplanade Drive, Suite 300, Tallahassee, Florida 32399.
4.3.15 Unauthorized Employment of Alien Workers
The Department does not intend to award publicly funded Contracts to those entities or affiliates who
knowingly employ unauthorized alien workers, constituting a violation of the employment provisions as
determined pursuant to Section 274A of the Immigration and Nationality Act.
4.3.16 Confidential, Proprietary, or Trade Secret Material
The Department takes its public records responsibilities as provided under chapter 119, Florida Statutes
and Article I, Section 24 of the Florida Constitution, very seriously. If the Bidder considers any portion of
the documents, data or records submitted in response to this solicitation to be confidential, trade secret or
otherwise not subject to disclosure pursuant to chapter 119, Florida Statutes, the Florida Constitution or
other authority, the Bidder must also simultaneously provide the Department with a separate redacted
copy of its response and briefly describe in writing the grounds for claiming exemption from the public
records law, including the specific statutory citation for such exemption. This redacted copy shall contain
the Department’s solicitation name, number, and the name of the Bidder on the cover, and shall be clearly
titled “Redacted Copy.” The redacted copy shall be provided to the Department at the same time the
Bidder submits its response to the solicitation and must only exclude or redact those exact portions which
are claimed confidential, proprietary, or trade secret. The Bidder shall be responsible for defending its
determination that the redacted portions of its response are confidential, trade secret or otherwise not
subject to disclosure. Further, the Bidder shall protect, defend, and indemnify the Department for any and
all claims arising from or relating to Bidder’s determination that the redacted portions of its response are
confidential, proprietary, trade secret or otherwise not subject to disclosure. If the Bidder fails to submit a
Redacted Copy with its response, the Department is authorized to produce the entire documents, data or
records submitted by the Bidder in answer to a public records request for these records. In no event shall
the Department, or any of its employees or agents, be liable for disclosing, or otherwise failing to protect,
the confidentiality of information submitted in response to this solicitation.
4.3.17 Disclosure of Bid Submittal Contents
All documentation produced as part of this solicitation shall become the exclusive property of the
Department and may not be removed by the Bidder or its agents. All replies shall become the property of
the Department and shall not be returned to the Bidder. The Department shall have the right to use any or
all ideas or adaptations of the ideas presented in any reply. Selection or rejection of a bid shall not affect
this right.
4.4. Posting of Notice of Agency Decision
In regard to any competitive solicitation, the Department shall post a public notice of agency action when the
Department has made a decision to award a contract, reject all bids or proposals, or to cancel or withdraw the
solicitation.
Model ITB-Term Contract for Services/Commodities Page 12 of 65 ITB #12-DC-8403
The Notice of Agency Decision will be posted on or about the date shown in the Timeline (Section 4.2) and will
remain posted for a period of seventy-two (72) hours (Saturdays, Sundays and State holidays shall be excluded in
the computation of the seventy-two (72) hour time period). Posting will be made available on the Florida Vendor
Bid System at http://vbs.dms.state.fl.us/vbs/main_menu.
4.5. Filing of Notices of Intent to Protest or Formal Protests
Pursuant to Section 120.57(3), Florida Statutes and PUR 1001 #20, a Notice of Protest or Formal Written Protest
shall be filed with the Clerk of the Agency, located at 501 South Calhoun Street, Tallahassee, Florida 32399-
2500, (telephone 850-717-3605). Protest related documents may be hand-delivered to the Clerk of the Agency by
entering the Calhoun Street entrance and asking the person at the Security Desk to call the agency clerk to come
down to the entrance to receive the documents for filing. Documents left at the Security Desk will not be
considered filed until received by the Agency Clerk. Formal protests may not be faxed. Protest documents
received after hours will be filed the next business day. Protests sent to the Procurement Manager by any means
(mail, fax or email), will not be considered filed with the Agency Clerk until they are received at the Carlton
building address. To the extent anything in this section conflicts with PUR 1001, this section controls. Failure to
file a notice of protest or formal written protest of the specifications or the agency’s intended agency action within
the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by
law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida
Statutes. Pursuant to Section 287.042(2)(c), Florida Statutes, a formal written protest must be accompanied by a
bond written by a Surety Company licensed to do business in the State of Florida payable to the Department of
Corrections in an amount equal to one percent (1%) of the estimated total value of the proposed contract amount
submitted by the protestor. The amount of the bond will be provided by the Department’s Office of General
Counsel/Contracts Section and can be obtained by contacting the appropriate staff at (telephone number 850-717-
3605, facsimile number 850-922-4355). In lieu of a bond, the Department may accept a cashier’s check, official
bank check, or money order in the amount of the bond.
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
Model ITB-Term Contract for Services/Commodities Page 13 of 65 ITB #12-DC-8403
SECTION 5 – BID FORMAT AND CONTENTS
This section contains instructions that describe the required format for the submitted bid.
The Bidder shall supply one (1) signed original and should submit one (1) copy of the Bid in writing, on paper, and one
(1) electronic copy, in pdf format on a CD. If Bidder submits a redacted copy of the bid as outlined in Section 4.3.17,
then the Bidder shall also submit one (1) electronic copy of their redacted Bid in pdf format, on CD. The submitted CDs
shall not be “password protected”. The Bid shall be submitted in sealed envelopes or boxes and clearly marked “ITB
#12-DC-8403 Kitchen Equipment”, (and also “Redacted” for the redacted copies), and should also be marked with the
opening date and time.
5.1 Responsiveness Requirements
The following terms, conditions, or requirements must be met by the bidder to be responsive to this ITB. Failure to meet these responsiveness requirements may cause rejection of a bid.
5.1.1 Bidder shall complete, sign and return the ITB Acknowledgement Form (page 1). The bidder must return
at least one copy with an original signature.
5.1.2 The bidder shall complete, sign, date and return all pricing page(s), entitled Cost Information Sheet. By
submitting a bid or bids under this ITB, each Bidder warrants its agreement to the prices submitted. Bids
should be submitted with the most favorable pricing terms bidder can offer to the State. Any
modifications, counter offers, deviations, or challenges shall render the bid non-responsive. By submitting
an offer or offers under this ITB, each bidder warrants its agreement to the prices submitted.
5.1.3 In accordance with Section 287.084, F.S., when the lowest responsible and responsive bid for purchases
of personal property is submitted by a vendor whose principal place of business is located outside the
state of Florida, a 5% price preference shall be awarded to the lowest responsible and responsive vendor
whose principal place of business is located in the state of Florida unless the state where the out-of-state
vendor is located provides a price preference for businesses having a principal place of business in that
state. In that case, the same price preference shall be awarded to the lowest responsible and responsive
vendor whose principal place of business is located in the state of Florida responding to this competitive
solicitation. A vendor whose principal place of business is located outside of the state of Florida, must
accompany their bid response documents with a written opinion of an attorney at law licensed to practice
law in that foreign state, as to the preferences granted by that state to its own business entities in the
letting of public contracts. The written document must identify either the preference granted or a
statement that no preferences are granted.
5.2 Contact for Contract Administration
The bidder shall complete and insert Attachment 1 of this ITB with their response.
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
Model ITB-Term Contract for Services/Commodities Page 14 of 65 ITB #12-DC-8403
SECTION 6 – AWARD OF CONTRACT
6.1 Basis of Award
As the best interest of the State may require, the right is reserved to make award(s) by individual item, group of
items, all or none, or a combination thereof; on a geographical district basis and/or on a statewide basis with one
or more suppliers; to reject any and all bids or waive any minor irregularity or technicality in bids received. When
it is determined there is competition to the lowest responsible bidder, evaluation of other bids is not required.
Bidders are cautioned to make no assumptions unless their bid has been evaluated as being responsive. All
awards made as a result of this bid shall conform to applicable Florida Statutes.
In the event the low cost bidder is found non-responsive, the Department may proceed to the next lowest cost
responsive bidder and continue the award process.
Firm prices shall be bid and, where products are included, shall include all packaging, handling, shipping and
delivery charges, including environmental & fuel service fees.
All calculations will be reviewed and verified. The Department may correct mathematical errors; however, in the
event of any miscalculation, unit prices shall prevail.
6.2 Identical Tie Bids
When evaluating bids/proposals/responses to solicitations, if the Department receives identical pricing or scoring
from multiple vendors, the department shall determine the order of award using the criteria set forth in Rule 60A-
1.011, FA.C. and Chapter 295.187, F.S. “Certified Veteran Business Enterprises”.
6.3 Incomplete Cost Information Sheet
Any cost information sheet that is incomplete or in which there are significant inconsistencies or inaccuracies may
be rejected by the Department. No deviations, qualifications, or counter offers will be accepted. The Department
reserves the right to reject any and all bids. All calculations will be reviewed and verified. The Department may
correct mathematical errors; however, in the event of any miscalculation, unit prices shall prevail.
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
Model ITB-Term Contract for Services/Commodities Page 15 of 65 ITB #12-DC-8403
SECTION 7 – CONTRACT TERMS AND CONDITIONS
This section contains standard terms and conditions that shall be included in any Contract (purchase order) which results
from this ITB, along with Attachment 3, Purchase Order Terms and Conditions. By submitting a bid in response to this
ITB, the bidder is deemed to have accepted these terms and conditions in their entirety.
7.1 Contract
7.1.1 A bidder’s bid in response to this ITB shall be considered as their formal offer
7.1.2 Upon selection of the winning bid and completion of the seventy-two (72) hour posting process indicated
in Section 6.1, an authorized representative of the Department shall affix their signature to the specified
area on the bottom of the ITB Bidder Acknowledgement Form (Page 2), thereby certifying the bid as the
Contract.. Once the bid submittal has been certified by the Department, the bidder shall be known as the
"Contractor", the certified bid shall constitute the Contract between the parties. The Contractor will be
notified by letter accompanied with a copy of the certified bid (Contract). If there is a conflict in language
between the Department's ITB and the bidder's submitted bid, the Department's ITB will govern.
7.2 Payments and Invoices
7.2.1 Transaction Fee
The Department of Management Services has instituted a statewide eProcurement System (“System”),
with the assistance of a third-party agent, Accenture LLP (“Accenture”). All transactions from this
Contract shall be processed through this system. Pursuant to Section 287.057(23), Florida Statutes
(2002), a Transaction Fee of one percent (1%) of the total dollar amount of each purchase order shall
apply to all purchases from this Contract unless otherwise exempt as indicated in 60A-1.032, F.A.C.. This
fee, paid by the Successful bidder, is not submitted to the department and shall not be added to purchase
orders as a separate item.
It is the intent of the system to automatically deduct the Transaction Fee from payments to the Successful
bidder. However, this feature is not currently available and Successful bidders are expected to self-report
until a method of automatic deduction is implemented. By submission of these self-reports and
corresponding Successful bidder deposits, the Successful bidder is certifying their correctness. All such
reports and fee deposits shall be subject to audit by the State.
The Successful bidder shall receive a credit for any Transaction Fee paid by the Successful bidder for the
purchase of any item(s) returned to the Successful bidder through no fault, act, or omission of the
Successful bidder. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is
rejected or returned, or declined, due to the Successful bidder’s failure to perform or comply with
specifications or requirements of the applicable purchase order or Contract.
Failure to comply with these requirements shall constitute grounds for declaring the Successful bidder in
default and recovering reprocurement costs from the Successful bidder in addition to all outstanding fees.
SUCCESSFUL BIDDERS DELINQUENT IN PAYING TRANSACTION FEES MAY BE
EXCLUDED FROM BIDDING ON DEPARTMENT CONTRACTS.
7.2.2 Supporting Documentation for Invoices
The Successful bidder agrees to submit invoices for compensation for delivery of products/ services in
detail sufficient for a proper pre-audit and post-audit thereof. Invoices will be paid upon receipt,
inspection and acceptance of products/service(s).
Model ITB-Term Contract for Services/Commodities Page 16 of 65 ITB #12-DC-8403
7.2.3 Purchasing Card Program
The State of Florida has implemented a purchasing card program, using the Visa platform. Upon mutual
agreement of both parties, vendors may receive payments via purchasing card in the same manner as
other Visa purchases.
7.2.4 Vendor’s Expenses
The successful bidder shall pay for all licenses, permits, and inspection fees or similar charges required for
this Contract, and shall comply with all laws, ordinances, regulations, and any other requirements applicable
to the work to be performed under this Contract.
7.2.5 Timeframes for Payment and Interest Penalties
Contractors providing goods and services to the Department should be aware of the following time
frames:
1. Upon receipt, the Department has five (5) working days to inspect and approve the goods and services
and associated invoice, unless the ITB specifications, or this Contract specifies otherwise. The
Department has twenty (20) days to deliver a request for payment (voucher) to the Department of
Financial Services. The twenty (20) days are measured from the latter of the date the invoice is
received or the goods or services are received, inspected, and approved.
2. If a payment is not available within forty (40) days, a separate interest penalty, as specified in Section
215.422, Florida Statutes, will be due and payable, in addition to the invoice amount, to the
Contractor. However in the case of health services contracts, the interest penalty provision applies
after a thirty-five (35) day time period to health care contractors, as defined by rule. Interest penalties
of less than one (1) dollar will not be enforced unless the Contractor requests payment. Invoices,
which have to be returned to a Contractor because of Contractor preparation errors, may cause a delay
of the payment. The invoice payment requirements do not start until the Department receives a
properly completed invoice.
7.2.6 Vendor Ombudsman
A Vendor Ombudsman has been established within the Department of Financial Services. The duties of
this individual include acting as an advocate for vendors who may be experiencing problems in obtaining
timely payment(s) from a state agency. The Vendor Ombudsman may be contacted by calling the
Department of Financial Services’ Toll Free Hotline.
7.2 Travel Expenses
The Department shall not be responsible for the payments of any travel expenses incurred by the contractor
resulting from this ITB.
7.3 Contract Management
7.4.1. Department’s Contract Administrator
The Contract Administrators for this purchase will be:
Regional Business Manager (Region I)
Department of Corrections
Region I Business Office
35 Apalachee Drive
Sneads, FL 32460
Phone: (850) 718-0097
Model ITB-Term Contract for Services/Commodities Page 17 of 65 ITB #12-DC-8403
Regional Business Manager (Region II)
Department of Corrections
Region II Business Office
PO Box 9002
Lake City, FL 32056
Phone: (386) 754-1200
Regional Business Manager (Region III)
Department of Corrections
Region III Business Office
7504 Laurel Hill Drive
Orlando, FL 32818
Phone: (407) 578-3514
The Contract Administrator will perform the following functions:
a. maintain the Purchase Order or P-Card file; and
b. process all change orders and purchase order cancellations.
The Department’s Bureau of Procurement and Supply staff will maintain the official records of all
correspondence between the Department and the Vendor.
7.4 Records
7.5.1 Disclosure of Bid Contents
All documentation produced as part of this solicitation shall become the exclusive property of the
Department and may not be removed by the Respondent or its agents. All bid submittals shall
become the property of the Department and shall not be returned to Respondent. The Department shall
have the right to use any or all ideas or adaptations of the ideas submitted. Selection or rejection of a bid shall
not affect this right.
7.5.1.1 Confidential, Proprietary, Or Trade Secret Material
The Department takes its public records responsibilities as provided under chapter 119,
Florida Statutes and Article I, Section 24 of the Florida Constitution, very seriously. If Respondent
considers any portion of the documents, data or records submitted in response to this solicitation
to be confidential, trade secret or otherwise not subject to disclosure pursuant to chapter 119,
Florida Statutes, the Florida Constitution or other authority, Respondent must also
simultaneously provide the Department with a separate redacted copy of its response and
briefly describe in writing the grounds for claiming exemption from the public records law,
including the specific statutory citation for such exemption. This redacted copy shall contain the
Department’s solicitation name, number, and the name of the respondent on the cover, and shall
be clearly titled “Redacted Copy.” The Redacted Copy shall be provided to the Department at the
same time Respondent submits its response to the solicitation and must only exclude or redact those
exact portions which are claimed confidential, proprietary, or trade secret. Respondent shall be
responsible for defending its determination that the redacted portions of its response are
confidential, trade secret or otherwise not subject to disclosure. Further, Respondent shall
protect, defend, and indemnify the Department for any and all claims arising from or relating to
Respondent’s determination that the redacted portions of its response are confidential,
proprietary, trade secret or otherwise not subject to disclosure. If Respondent fails to submit a
Redacted Copy with its response, the Department is authorized to produce the entire documents,
data or records submitted by Respondent in answer to a public records request for these records.
Model ITB-Term Contract for Services/Commodities Page 18 of 65 ITB #12-DC-8403
7.5.2 Audit Records
7.5.2.1 The successful bidder agrees to maintain books, records, and documents (including electronic
storage media) in accordance with generally accepted accounting procedures and practices which
sufficiently and properly reflect all revenues and expenditures of funds provided by the
Department under this Contract, and agrees to provide a financial and compliance audit to the
Department or to the Office of the Auditor General and to ensure that all related party
transactions are disclosed to the auditor.
7.5.2.2 The successful bidder agrees to include all record-keeping requirements in all subcontracts and
assignments related to this Contract.
7.5.3 Retention of Records
The successful bidder agrees to retain all client records, financial records, supporting documents,
statistical records, and any other documents (including electronic storage media) pertaining to this
Contract for a period of five (5) years. The successful bidder shall maintain complete and accurate record-
keeping and documentation as required by the Department and the terms of this Contract. Copies of all
records and documents shall be made available for the Department upon request. All invoices and
documentation must be clear and legible for audit purposes. All documents must be retained by the
successful bidder at the address listed on the ITB Bidder Acknowledgement Form (page 1), for the
duration of this Contract. Any records not available at the time of an audit will be deemed unavailable for
audit purposes. Violations will be noted and forwarded to the Department’s Inspector General for review.
All documents must be retained by the Vendor at the Vendor’s primary place of business for a period of
five (5) years following termination of the Contract, or, if an audit has been initiated and audit findings
have not been resolved at the end of five (5) years, the records shall be retained until resolution of the
audit findings. The Vendor shall cooperate with the Department to facilitate the duplication and transfer
of any said records or documents during the required retention period.
The Vendor shall advise the Department of the location of all records pertaining to this Contract and shall
notify the Department by certified mail within ten (10) days if/when the records are moved to a new
location.
7.6 Procurement of Materials with Recycled Content
It is expressly understood and agreed that any products or materials which are the subject of, or are required to carry
out, this Contract shall be procured in accordance with the provisions of Section 403.7065, Florida Statutes.
7.7 Employment of Department Personnel
The Successful bidder shall not knowingly engage, employ or utilize, on a full-time, part-time, or other basis
during the period of this Contract, any current or former employee of the Department where such employment
conflicts with Section 112.3185, Florida Statutes.
7.8 Non-Discrimination
No person, on the grounds of race, creed, color, national origin, age, gender, marital status or disability, shall be
excluded from participation in, be denied the proceeds or benefits of, or be otherwise subjected to discrimination
in, the performance of this Contract.
7.9 Americans with Disabilities Act
The Successful bidder shall comply with the Americans with Disabilities Act. In the event of the Successful
bidder’s noncompliance with the nondiscrimination clauses, the Americans with Disabilities Act, or with any
other such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in
part and the Successful bidder may be declared ineligible for further contracts.
Model ITB-Term Contract for Services/Commodities Page 19 of 65 ITB #12-DC-8403
7.10 Bidder’s Insurance
The Successful bidder agrees to provide adequate insurance coverage on a comprehensive basis and to hold such
insurance at all times during the existence of this Contract. The Successful bidder accepts full responsibility for
identifying and determining the type(s) and extent of insurance necessary to provide reasonable financial
protection for the Successful bidder and the Department under this Contract. Upon issuance of the Purchase
Order, the vendor may be required to furnish the Department written verification of such insurance coverage.
Such coverage may be provided by a self-insurance program established and operating under the laws of the State
of Florida. The Department reserves the right to require additional insurance where appropriate.
If the Successful bidder is a state agency or subdivision as defined in Section 768.28, Florida Statutes, the
Successful bidder shall furnish the Department, upon request, written verification of liability protection in
accordance with Section 768.28, Florida Statutes. Nothing herein shall be construed to extend any party’s liability
beyond that provided in Section 768.28, Florida Statutes.
7.11 Copyrights, Right to Data, Patents and Royalties
Where activities supported by this Contract produce original writing, sound recordings, pictorial reproductions,
drawings or other graphic representation and works of any similar nature, the Department has the right to use,
duplicate and disclose such materials in whole or in part, in any manner, for any purpose whatsoever and to have
others acting on behalf of the Department to do so. If the materials so developed are subject to copyright,
trademark, or patent, legal title and every right, interest, claim or demand of any kind in and to any patent,
trademark or copyright, or application for the same, will vest in the State of Florida, Department of State for the
exclusive use and benefit of the state. Pursuant to Section 286.021, Florida Statutes, no person, firm or
corporation, including parties to this Contract, shall be entitled to use the copyright, patent, or trademark without
the prior written consent of the Department of State.
The Department shall have unlimited rights to use, disclose or duplicate, for any purpose whatsoever, all
information and data developed, derived, documented, or furnished by the Successful bidder under this Contract.
All computer programs and other documentation produced as part of the Contract shall become the exclusive
property of the State of Florida, Department of State, with the exception of data processing software developed by
the Department pursuant to Section 119.083, Florida Statutes, and may not be copied or removed by any
employee of the Contractor without express written permission of the Department.
The Successful bidder, without exception, shall indemnify and save harmless the Department and its employees
from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented,
or unpatented invention, process, or article manufactured or supplied by the Successful bidder. The Successful
bidder has no liability when such claim is solely and exclusively due to the combination, operation, or use of any
article supplied hereunder with equipment or data not supplied by the Successful bidder or is based solely and
exclusively upon the Department’s alteration of the article. The Department will provide prompt written
notification of a claim of copyright or patent infringement and will afford the Successful bidder full opportunity to
defend the action and control the defense of such claim.
Further, if such a claim is made or is pending, the Successful bidder may, at its option and expense, procure for
the Department the right to continue use of, replace, or modify the article to render it noninfringing. (If none of
the alternatives are reasonably available, the Department agrees to return the article to the Successful bidder upon
its request and receive reimbursement, fees and costs, if any, as may be determined by a court of competent
jurisdiction.) If the Successful bidder uses any design, device, or materials covered by letter, patent or copyright,
it is mutually agreed and understood without exception that the Contract prices shall include all royalties or costs
arising from the use of such design, device, or materials in any way involved in the work to be performed
hereunder.
Model ITB-Term Contract for Services/Commodities Page 20 of 65 ITB #12-DC-8403
7.12 Disputes
Purchasing entities are to report any vendor failing to perform according to the requirements of this contract on a
Department of Management Services’ (DMS) Complaint to Vendor form (#PUR7017). The Bureau of
Procurement & Supply will provide a copy of the #PUR7017 to the State Purchasing Office at the Department of
Management Services. Should the vendor fail to satisfactorily correct the problem within a prescribed period of
time, then a “Request for Assistance” form (#DC2-509) shall be submitted to the Contract Administrator with a
copy to the Contract Manager, if applicable. The Contract Administrator shall decide the dispute (with input from
the Contract Manager if applicable), reduce the decision to writing, and deliver a copy to the Vendor and the
Contract Manager, if applicable. If the dispute cannot be resolved by the Contract Administrator, the issue shall
be escalated to the Bureau Chief of Procurement and Supply for resolution. Copies of these submittals shall
remain in the contract file for use in decisions regarding renewal options.
7.13 Independent Vendor Status
The Successful bidder shall be considered an independent Vendor in the performance of its duties and responsibilities under this Contract. The Department shall neither have nor exercise any control or direction over the methods by which the Successful bidder shall perform its work and functions other than as provided herein. Nothing in this Contract is intended to, nor shall be deemed to constitute, a partnership or a joint venture between the parties.
7.14 Assignment The Successful bidder shall not assign its responsibilities or interests under this Contract to another party without prior written approval of the Department’s Contract Administrator, or the Contract Manager, if applicable. The Department shall, at all times, be entitled to assign or transfer its rights, duties and obligations under this Contract to another governmental agency of the State of Florida upon giving written notice to the Successful bidder.
7.15 Severability The invalidity or unenforceability of any particular provision of this Contract shall not affect the other provisions hereof and this Contract shall be construed in all respects as if such invalid or unenforceable provision was omitted, so long as the material purposes of this Contract can still be determined and effectuated.
7.16 Use of Funds for Lobbying Prohibited The Successful bidder agrees to comply with the provisions of Section 216.347, Florida Statutes, which prohibits the expenditure of state funds for the purposes of lobbying the Legislature, the Judicial branch, or a state agency.
7.17 Reservation of Rights
The Department reserves the exclusive right to make certain determinations regarding the service requirements outlined in the Contract. The absence of the Department setting forth a specific reservation of rights does not mean that any provision regarding the services to be performed under this Contract are subject to mutual agreement. The Department reserves the right to make any and all determinations exclusively which it deems are necessary to protect the best interests of the State of Florida and the health, safety and welfare of the Department’s inmates and of the general public which is served by the Department, either directly or indirectly, through these services.
7.18 Convicted Felons Certification No personnel assigned to this Contract may be a convicted felon or have relatives either confined by, or under supervision of, the Department, unless an exception is granted.
7.19 Taxes
The State of Florida does not pay Federal Excise and Sales taxes on direct purchases of tangible personal property. Tax exemption number/certificate will be provided upon request. This exemption does not apply to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of contracts for the improvement of state owned real property as defined in Chapter 192, F.S.
Model ITB-Term Contract for Services/Commodities Page 21 of 65 ITB #12-DC-8403
7.20 Condition and Packaging
This understood and agreed that any item offered or shipped as a result of this bid shall be new, and the most current standard model available at the time of the bid, unless otherwise stated. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.
7.21 Safety Standards
Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder.
7.22 Conflict Of Interest
The award hereunder is subject to the provisions of Chapter 112, F.S. All bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of the department. Further, all bidders must disclose the name of any department employee who owns, directly or indirectly, an interest of five percent (5%) or more in the bidders firm or any of its branches. In accordance with Chapter 287, F.S., no person or firm receiving a contract that has not been procured pursuant to Section 287.057(2) or (3), F.S., to perform a feasibility study of the potential implementation for a subsequent contract, participating in the drafting of an invitation for bids or request for proposals, or developing a program for future implementation shall be eligible to contract with the agency for any other contracts dealing with that specific subject matter: and bidders must disclose with their bid any such conflict of interest.
7.23 Sample
Samples of items, when called for, must be furnished free of expense on or before the bid opening time and date, unless otherwise specified herein. If not destroyed, samples may, upon request, be returned at the bidder’s expense. Each individual sample must be labeled with bidders name, manufacturer’s brand name and number, bid number, and item reference. Request for return of samples shall be accompanied by instructions which include shipping authorization and name of carrier and must be received within ninety (90) days after bid opening date. If instructions are not received within this time, the commodities shall be disposed of by the department.
7.24 Nonconformance to Contract Conditions
Items may be tested for compliance with specifications by the Florida Department of Agriculture and Consumer Services, or by others acceptable to the department. Should the items fail testing, the department may require the vendor to reimburse the department for costs incurred by the department in connection with the examination or testing of the commodity including costs relating to transporting the commodity samples to the testing site, actual test costs, personnel costs and other applicable costs. The data derived from any tests for compliance with specifications are public records and open to examination thereto in accordance with Chapter 119, F.S. Items delivered not conforming to specifications may be rejected and returned at the vendors expense. These items and items not delivered as per delivery date in bid and/or purchase order may result in bidder being found in default in which event any and all reprocurement costs may be charged against the defaulting contractor. Any violation of these stipulations may also result in:
7.24.1 Suppliers name being removed from State Purchasing vendor mailing list. 7.24.2 All State departments being advised not to do business with the supplier without written approval from
State Purchasing until such time as supplier reimburses the department for all reprocurement and cover costs.
7.25 Legal Requirements
Applicable provision of all Federal, State, county and local laws, and all ordinances, rules, and regulations shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting a bid response hereto and the State of Florida, by and through its officers, employees and authorized representatives, or any other person, natural or otherwise; and lack of knowledge by any bidder shall not constitute a cognizable defense against the legal effect thereof.
7.26 Facilities
The State reserves the right to inspect the bidder’s facilities at any reasonable time with prior notice.
Model ITB-Term Contract for Services/Commodities Page 22 of 65 ITB #12-DC-8403
7.27 Distribution of Certification of Contract
One (copy) of the Certification of Contract will be furnished to the Contractor as a result of this solicitation. It shall be the Contractor’s responsibility to reproduce and distribute copies of this certification to all distributors listed in the Contract who will accept orders and provide deliveries. No additions, deletions or any changes of any kind shall be made to the certification by the Contractor without prior approval of the department.
7.28 Addition/Deletion of Items The department reserves the right to add to or delete any item from this bid or resulting contract when deemed to be in the state’s best interest.
7.29 Scope Changes after Contract Execution During the term of the Contract, the Department may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract.
The Department may make an equitable adjustment in the Contract prices or delivery date if the change affects the
cost or time of performance. Such equitable adjustments require the written consent of the Successful bidder,
which shall not be unreasonably withheld.
The Department shall provide written notice to the Successful bidder thirty (30) days in advance of any
Department required changes to the technical specifications and/or scope of service that affect the Successful
bidder’s ability to provide the service as specified herein. Any changes that are other than purely administrative
changes will require a formal contract amendment.
7.30 State Initiatives
7.30.1 Diversity in Contracting
The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority-, women-, and service-disabled veteran business enterprises in the economic life of the state. The State of Florida Mentor Protégé Program connects minority-, women-, and service-disabled veteran business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protégé Program, please contact the Office of Supplier Diversity at (850) 487-0915.
To this end, it is vital that small, minority-, women-, and service-disabled veteran business enterprises participate in the state’s procurement process as both Contractors and sub- contractors in this solicitation. Information on Certified Minority Business Enterprises (CMBE) and Certified Service-Disabled Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity at http://dms.myflorida.com/other_programs/office_of_supplier_diversity_osd/. Diversity in Contracting documentation shall be submitted to the Contract Administrator if applicable, and should identify any participation by diverse contractors and suppliers as prime contractors, sub-contractors, vendors, resellers, distributors, or such other participation as the parties may agree. Diversity in Contracting documentation shall include the timely reporting of spending with certified and other minority/service-disabled veteran business enterprises. Such reports must be submitted at least monthly and include the period covered, the name, minority code and Federal Employer Identification Number of each minority/service-disabled veteran vendor utilized during the period, commodities and services provided by the minority/service-disabled veteran business enterprise, and the amount paid to each minority/service-disabled veteran vendor on behalf of each purchasing agency ordering under the terms of this contract.
7.30.2 Environmental Considerations
The State supports and encourages initiatives to protect and preserve our environment. If applicable, the Contractor shall submit a plan to support the procurement of products and materials with recycled content, and the intent of Section 287.045, Florida Statutes. The Contractor shall also provide a plan, if applicable, for reducing and or handling of any hazardous waste generated by Contractor‘s
Model ITB-Term Contract for Services/Commodities Page 23 of 65 ITB #12-DC-8403
company. Reference Rule 62-730.160, Florida Administrative Code. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of Contractor‘s explanation of its company’s hazardous waste plan and shall explain in detail its handling and disposal of this waste.
7.31 Subcontracts
The Contractor is fully responsible for all work performed under the Contract resulting from this ITB. No subcontract, which the Contractor enters into with respect to performance of any of its functions under the Contract, shall in any way relieve the Contractor of any responsibility for the performance of its duties. All subcontractors, regardless of function, providing services on Department property, shall comply with the Department’s security requirements, as defined by the Department, including background checks, and all other Contract requirements. All payments to subcontractors shall be made by the Contractor. If a subcontractor is utilized by the Contractor, the Contractor shall pay the subcontractor within seven (7) working days after receipt of full or partial payments from the Department, in accordance with Section 287.0585, Florida Statutes. It is understood and agreed that the Department shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract and that the Contractor shall be solely liable to the subcontractor for all expenses and liabilities under the Contract resulting from this ITB. Failure by the Contractor to pay the subcontractor within seven (7) working days will result in a penalty to be paid by the Contractor to the subcontractor in the amount of one-half (½) of one percent (1%) of the amount due per day from the expiration of the period allowed herein for payment. Such penalty shall be in addition to actual payments owed and shall not exceed fifteen percent (15%) of the outstanding balance due.
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
Model ITB-Term Contract for Services/Commodities Page 24 of 65 ITB #12-DC-8403
ATTACHMENT 1 – CONTACT FOR CONTRACT ADMINISTRATION ITB #12-DC-8403
Designate one person authorized to conduct Contract administration.
NAME: Skip Zornow
TITLE: Project Manager
COMPANY NAME: Beltram Foodservice Group
ADDRESS: 6800 North Florida Ave.
Tampa, FL 33604
TELEPHONE NUMBER: 904-751-1540
FAX NUMBER: 904-696-8896
E-MAIL ADDRESS: [email protected]
__________________________________________________________________________________________
ORDERING INFORMATION
ALL PURCHASE ORDERS SHOULD BE DIRECTED TO:
VENDOR Beltram Foodservice Group
ADDRESS: 6800 North Florida Ave.
Tampa, FL 33604
TELEPHONE NUMBER: 904-751-1540
FAX NUMBER: 904-696-8896
E-MAIL ADDRESS: [email protected]
FAXED ORDERS WILL X WILL NOT ______ BE ACCEPTED.
Model ITB-Term Contract for Services/Commodities Page 25 of 65 ITB #12-DC-8403
ATTACHMENT 2 – SCOPE OF WORK OR SPECIFICATIONS
ITB #12-DC-8403
GROUP I – RANGES W/OVENS
Item #1 - Range w/Oven & Six Burners, Gas
Range shall be 184,000 BTU/HR input (total) and of heavy-duty modular construction with no exposed screws and
fasteners to facilitate quick and safe cleanings and to minimize vandalism.
It shall include a 7 ½” deep, continuous stainless steel, plate rail to provide a smooth level work surface and to
provide a recess for control knobs, reducing the risk of accidental damage.
The cooking top shall be 34” wide x 27” deep with a 7 ½” stainless steel front rail and six giant-sized 24,000 BTU gas
burners. Each burner shall have removable ring grates for cleaning and aluminized steel under all surface cooking
sections to protect from spillage and subsequent deterioration. A one piece, stainless steel, drip tray shall be provided.
The oven shall have 13 1/2” high x 26” wide x 29” deep interior dimensions, and two oven rack positions with one
rack furnished as standard. Unit shall have porcelainized oven sides, rear, deck and door linings. Oven heat loss shall
be minimized by semi-rigid (non-settling or cracking) fiberglass insulation.
The oven door shall open level with the deck and shall be designed to support over 250 lbs. The 40,000 BTU gas
burner shall be equipped with automatic ignition and 100% safety pilot, heavy-duty, low roast, oven thermostat, and
individual on-off valve.
The front of the oven shall be stainless steel.
Equipment shall be AGA, UL or ETL approved and shall meet the requirements of the National Sanitation
Foundation. All seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with two (2) operations manuals and two (2) parts manuals.
Furnish complete with the following options:
a. Stainless steel right and left sides.
b. 10” high, full length, stainless steel back guard.
c. 6” high stainless steel legs.
d. Gas pressure regulator, 1 ¼”.
e. Sentry total flame failure protection with pilot shut-off valve. MST
Gas Requirement: See ATTACHMENT 4 – COST INFORMATION SHEET.
“Garland” Model No. MST43-R with specified options
Item #2 - Range w/Oven & Four Burners, Gas
Range shall be 180,000 BTU/Hr input (total), and of heavy duty modular construction with no exposed screws and
fasteners to facilitate quick and safe cleanings and to minimize vandalism.
It shall include a 7 ½” deep, continuous stainless steel, plate rail to provide a smooth level work surface and to
provide a recess for control knobs, reducing the risk of accidental damage.
Model ITB-Term Contract for Services/Commodities Page 26 of 65 ITB #12-DC-8403
The cooking top shall be 34” wide x 27” deep with four giant-sized 35,000 BTU two piece burners with removable
heads. Each burner shall have a removable ring grate bowl for cleaning and aluminized steel under all surface cooking
sections to protect from spillage and subsequent deterioration. A one piece, stainless steel, drip tray shall be provided
under the burner section.
The oven shall have 13 1/2” high x 26” wide x 29” deep interior dimensions and two oven rack positions with one
rack furnished as standard. Unit shall have porcelainized oven sides, rear, deck and door linings. Oven heat loss shall
be minimized by semi-rigid (non-settling or cracking) fiberglass insulation.
The oven door shall open level with the deck and shall be designed to support over 250 lbs. The 40,000 BTU gas
burner shall be equipped with automatic ignition and 100% safety pilot, heavy-duty, low roast, oven thermostat, and
individual on-off valve.
The front of the oven shall be stainless steel.
Equipment shall be AGA, UL or ETL approved and shall meet the requirements of the National Sanitation
Foundation. All seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with two (2) operations manuals and two (2) parts manuals.
Furnish complete with the following options:
a. Stainless steel exposed sides.
b. 10” high, full length, stainless steel back guard.
c. 6” high stainless steel legs.
d. Gas pressure regulator, 1 ¼”.
Gas Requirement: See ATTACHMENT 4 – COST INFORMATION SHEET.
“Garland” Model No. M44-R with specified options
Item #3 - Range w/Oven, Four Burners & Griddle Top Attachment, Gas
Range shall be 213,000 BTU/Hr input (total) and of heavy duty modular-type construction minimizing the use of
exposed screws and fasteners to facilitate easier and more complete cleaning and to minimize vandalism.
It shall include a 7 ½” deep, continuous stainless steel, plate rail to provide a smooth level work surface and to
provide a recess for control knobs, reducing the risk of accidental damage.
The cooking top shall be 34” wide x 27” deep cooking top with four giant-sized 35,000 BTU gas burners. Each
burner shall have removable ring grates for cleaning and aluminized steel under all surface cooking sections to protect
from spillage and subsequent deterioration. A one piece, stainless steel, drip tray shall be provided under the burner
section.
The oven shall have 13 1/2” high x 26” wide x 29” deep interior dimensions and two oven rack positions with one
rack furnished as standard. Unit shall have porcelainized oven sides, rear, deck and door linings. Oven heat loss shall
be minimized by semi-rigid (non-settling or cracking) fiberglass insulation.
The oven door shall open level with the deck and shall be designed to support over 250 lbs. The 40,000 BTU cast iron
oven gas burner shall be equipped with automatic ignition and 100% safety pilot, heavy-duty low roast, oven
thermostat and individual on-off valve.
The front of the oven shall be stainless steel.
Model ITB-Term Contract for Services/Commodities Page 27 of 65 ITB #12-DC-8403
Furnish range complete with the following options:
a. Stainless steel exposed sides.
b. 6” high stainless steel legs.
Griddle Top Attachment with thermostat valve control shall be 17” wide with matching griddle top unit and storage
base. Unit shall be 17” wide x 24 ¾” deep x 1” thick with a steel griddle plate bordered by side and back with welded
stainless steel splash guards.
It shall have a 33,000 BTU “H” type burner for even heating controlled by a thermostat and include a heavy gauge
aluminized steel radiation baffle assembly, which increases thermal efficiency in transferring heat to the cooking
surface, and aluminized steel under the total cooking surface to protect from spillage and subsequent deterioration.
The storage base shall be 17” wide x 35” deep with stainless steel, full-sized, hinged door and metal floor. The front
of the griddle top attachment shall be stainless steel.
Equipment shall be AGA, UL or ETL approved and shall meet the requirements of the National Sanitation
Foundation. All seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Furnish griddle attachment complete with the following options:
a. Stainless steel exposed side.
b. 6” high stainless steel legs.
Furnish complete with the following options for range and griddle attachment combined:
a. Factory assembled as a battery connection of both units.
b. Common 7 ½” deep, stainless steel, front rail across both units (51” length - factory mounted).
c. Common 10” high, stainless steel, backguard across both units (51” length).
d. One gas pressure regulator, 1 ¼ rear gas connection”.
Gas Requirement: See ATTACHMENT 4 – COST INFORMATION SHEET.
“Garland” Model M44-R and MST7S-E with specified options.
Item #4- Range w/Oven & Griddle Top, Gas
Range shall be 139,000 BTU/HR input (total) and of heavy duty modular construction minimizing the use of exposed
screws and fasteners on equipment exterior to facilitate easier and more complete cleaning and to minimize
vandalism.
It shall include a 7 ½” deep, continuous stainless steel, front rail to provide a smooth level work surface and to
provide a recess for control knobs, reducing the risk of accidental damage.
The griddle plate shall be 34” wide x 27” deep x 1” thick. Top shall have a removable, front-mounted, stainless steel
grease receptacle and steel splash guards on sides and back.
The griddle shall have three “H” type burners for even heating (99,000 BTU total) with individual thermostat control
with heavy gauge aluminized steel radiation baffle assembly, which increases thermal efficiency in transferring heat
Model ITB-Term Contract for Services/Commodities Page 28 of 65 ITB #12-DC-8403
to the cooking surface and aluminized steel under total cooking surface to protect from spillage and subsequent
deterioration.
The oven shall be 13 1/2” high x 26” wide x 29” deep interior dimensions and two oven rack positions with one rack
furnished as standard. Unit shall have porcelainized oven sides, rear, deck and door linings. Oven heat loss shall be
minimized by semi-rigid (non-settling or cracking) fiberglass insulation.
The oven door shall open level with the deck and shall be designed to support over 250 lbs. The 40,000 BTU cast iron
oven burner shall be equipped with automatic ignition and 100% safety pilot, heavy-duty, low roast, oven thermostat
and individual on-off valve.
The front of the oven shall be stainless steel.
Equipment shall be AGA, UL or ETL approved and shall meet the requirements of the National Sanitation
Foundation. All seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Furnish complete with the following options:
a. Stainless steel exposed sides.
b. 10” high, full length, stainless steel back guard.
c. 6” high stainless steel legs.
d. Gas pressure regulator.
Gas Requirement: See ATTACHMENT 4 – COST INFORMATION SHEET.
“Garland” Model No. M48-R with specified options
Item #5 - Range w/Double Ovens, Six Burners & Griddle Top Section, Gas
Range shall be 106,144 BTU/HR input (total) and of medium duty modular construction, minimizing the use of
exposed screws and bolts on equipment exterior to facilitate easier and more complete cleaning and to minimize
vandalism. The overall size shall be 60" wide x 33" deep x 48" high (including low profile backguard).
Range shall have stainless steel oven door panels, center column, front rail and valve panel.
The range top shall have six (6) large, 24,000 BTU, gas burners, with cast iron top and removable cast iron ring
grates. Provide top with a 24" wide griddle section with a 5/8" thick polished steel plate, bordered on sides and back
with a continuous welded steel splash guard. A 7" high stainless steel backsplash shall be provided across the full
width of the griddle. Two "H" type burners controlled by a thermostat shall provide 18,000 BTU's of heating per
burner.
Two full size oven(s) shall have a 13 1/2" high x 26 1/2" wide x 22" deep interior and three oven rack positions with
one nickel plated oven rack furnished as standard. Unit shall include porcelainized oven sides, rear, deck and door
linings.
Oven heat loss shall be minimized by semi-rigid (non-settling or cracking) fiberglass insulation. The oven door shall
open level with the deck and be designed to support over 250 lbs. Each oven shall have a 35,000 BTU oven burner
equipped with standard ignition and 100% safety pilot, heavy duty oven thermostat and an individual on-off valve.
Furnish with gas pressure regulator for specified type of gas.
Model ITB-Term Contract for Services/Commodities Page 29 of 65 ITB #12-DC-8403
Equipment shall be AGA, UL or ETL approved and shall meet the requirements of the National Sanitation
Foundation. All seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manuals.
Furnish complete with the following options.
a. Stainless steel legs.
b. 10" high low-profile stainless steel backguard.
c. Stainless steel front trim and sides.
Gas Requirement: See ATTACHMENT 4 – COST INFORMATION SHEET.
"Garland" Model No. H284-24TH with specified options.
GROUP II – DISHWASHERS
Item #6 - Dishwasher, Rack Conveyor-Style with Electric Booster Heater, 94” Length
Rack, conveyor-style, dishwasher with electric booster heater: Fully automatic, high temperature, three tank machine,
with integral 22" prewash section. 94" length between table connections is required.
Direction of Operation: To be determined upon ordering.
Capacity: 274 racks per hour minimum (NSF rated) at a conveyor speed of 7.6 feet per minute.
Water Consumption: 300 gallons per hour (based on maximum usage) or 1.06 gallons per rack.
Construction: Machine shall be constructed entirely of type 304 stainless steel including base and feet. A 1/4" x 1
1/2" x 1 1/2" stainless steel angle frame shall provide a rigid heavy-duty support for internal components, tanks and
hoods. Tanks and hoods shall be water-tight, single-unit, 16-gauge stainless steel construction.
Leak-proof, internally-mounted, front access doors shall permit easy access to the tanks for cleaning. Perforated
stainless steel refuse screens and pump intake strainers shall be easily accessible for removal and cleaning.
Dish machine shall have stainless steel enclosure panels on front, back, load and unload end for an Island Style
installation.
Pumps and Motors: The pre-wash, wash and rinse pumps shall provide a high pressure re-circulating spray. 1 HP pre-
wash pump motor, 2 HP wash pump motor and 2 HP rinse pump motor shall be wired through magnetic contactors
and have thermal overload and fuse protection.
Pump motors shall be mounted directly to the machine frame with all service to the front of the machine.
Electrical requirements: See ATTACHMENT 4 – COST INFORMATION SHEET.
Spray System: Upper and lower spray arms shall distribute a high pressure cleansing action across the entire surface
of the wares. A 180-degree sanitizing final rinse spray shall be provided through upper and lower spray arms. A rinse
saver shall be provided which activates the final rinse only when wares enter the final rinse area.
Controls: All controls shall be top-mounted in a console for visibility and safety. The console shall house wash and
rinse sealed, dial type, thermometers. A "POWER ON" switch shall automatically fill the tank to proper level and
Model ITB-Term Contract for Services/Commodities Page 30 of 65 ITB #12-DC-8403
turn on the wash and rinse tank heaters and optional booster. A "START" button shall activate the conveyor and
120V control circuit to the pump motors, rinse saver and energy sentinel switch.
Tank Heat, Electric: Wash and rinse tank temperatures shall be maintained by a thermostatically controlled 25 KW
electric element with positive low-water cut off protection.
Electrical Wiring: Wiring shall be concealed and protected within the machine. Any top-mounted interconnecting
wiring shall be run within electric metallic tubing.
Rack Conveyor: Conveyor shall automatically advance and eject 20" x 20" racks with a reciprocating pawl bar,
driven by a 1/4 HP drip-proof motor.
Booster Heater: Booster shall be of stainless steel construction and built-in within the frame of the dish machine. Unit
shall be completely interplumbed and interwired to top- mounted control console. Booster shall be capable of a 70-
degree rise in temperature when supplied with 57 KW.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one year limited parts warranty and a ninety (90) day labor warranty
against any factory defects.
Manuals: Equipment shall be furnished with one (1) operation manuals and one (1) parts manual.
Standard Equipment/Options:
a. Two (2) dish racks (minimum).
b. One (1) open rack (minimum).
c. External scrap basket.
d. Common utility connections.
e. Door safety switches.
f. Four (4) flexible plastic strip curtains.
Additional Required Options:
a. Energy sentinel device, which activates the prewash, wash and rinse pump motors only when wares enter the
machine.
b. Water pressure regulating valve.
c. Two (2) each vent cowls with locking damper.
d. Two (2) each splash shields.
e. Locking upper and lower wash arms.
f. The stainless steel lower panels shall be secured to the frame with tamper-proof fasteners. The special tool shall
be furnished with machine.
g. A stainless steel protective grid which locks onto the machine control panel to prohibit unauthorized access and to
protect gauges and controls. Two (2) cylinder-type locks required.
h. Welded curtain hooks within the machine for strip curtain mounting.
i. A 14 gauge stainless steel, expanded mesh, protective grid underneath the machine to prohibit access to pumps
and motors and concealment of inmate contraband.
j. The back of the machine shall have a 16 gauge stainless steel protective chase enclosure sufficiently sized to
secure and conceal all hoses, conduit, capillary tubing, etc. Chase shall be secured by means of tamper-proof
fasteners.
"Champion" Model No. 86PW Modified to 94” with specified options
Model ITB-Term Contract for Services/Commodities Page 31 of 65 ITB #12-DC-8403
Item #7 - Dishwasher, Rack, Conveyor-Style, without Booster Heater, 94” Length
Rack, conveyor-style, dishwasher without booster heater: Fully automatic, high temperature, three tank machine with
integral 22" prewash section. 94" length between table connections is required.
Direction of Operation: To be determined upon ordering.
Capacity: 274 racks per hour minimum (NSF rated) at a conveyor speed of 7.6 feet per minute.
Water Consumption: 300 gallons per hour (based on maximum usage) or 1.06 gallons per rack.
Construction: Machine shall be constructed entirely of type 304 stainless steel including base and feet. A 1/4" x 1
1/2" x 1 1/2" stainless steel angle frame shall provide a rigid heavy-duty support for internal components, tanks and
hoods. Tanks and hoods shall be water-tight, single-unit, 16 gauge stainless steel construction.
Leak-proof, internally-mounted, front access doors shall permit easy access to the tanks for cleaning. Perforated
stainless steel refuse screens and pump intake strainers shall be easily accessible for removal and cleaning.
Dish machine shall have stainless steel enclosure panels on front, back, load and unload end for an Island Style
installation.
Pumps and Motors: The pre-wash, wash and rinse pumps shall provide a high pressure re-circulating spray. 1 HP pre-
wash pump motor, 2 HP wash pump motor and 2 HP rinse pump motor shall be wired through magnetic contactors
and have thermal overload and fuse protection.
Pump motors shall be mounted directly to the machine frame with all service to the front of the machine.
Electrical requirements: See ATTACHMENT 4 – COST INFORMATION SHEET.
Spray System: Upper and lower spray arms shall distribute a high pressure cleansing action across the entire surface
of the wares. A 180-degree sanitizing final rinse spray shall be provided through upper and lower spray arms. A rinse
saver shall be provided which activates the final rinse only when wares enter the final rinse area.
Controls: All controls shall be top-mounted in a console for visibility and safety. The console shall house wash and
rinse sealed, dial-type, thermometers. A "POWER ON" switch shall automatically fill the tank to proper level and
turn on the wash and rinse tank heaters. A "START" button shall activate the conveyor and 120V control circuit to
the pump motors, rinse saver and energy sentinel switch.
Tank Heat, Electric: Wash and rinse tank temperatures shall be maintained by a thermostatically controlled 25 KW
electric elements with positive low-water cut off protection.
Electrical Wiring: Wiring shall be concealed and protected within the machine. Any top-mounted interconnecting
wiring shall be run within electric metallic tubing.
Rack Conveyor: Conveyor shall automatically advance and eject 20" x 20" racks with a reciprocating pawl bar driven
by a 1/4 HP drip-proof motor.
Booster Heater: Not required with dishwasher.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one year limited parts warranty and a ninety (90) day labor warranty
against any factory defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Model ITB-Term Contract for Services/Commodities Page 32 of 65 ITB #12-DC-8403
Standard Equipment/Options:
a. Two (2) dish racks (minimum).
b. One (1) open rack (minimum).
c. External scrap basket.
d. Common utility connections.
e. Door safety switches.
f. Four (4) flexible plastic strip curtains.
Additional Required Options:
a. Energy sentinel device which activates the prewash, wash and rinse pump motors only when wares enter machine.
b. Water pressure regulating valve.
c. Two (2) each vent cowls with locking damper.
d. Two (2) each splash shields.
e. Locking upper and lower wash arms.
f. The stainless steel lower panels shall be secured to the frame with tamper-proof fasteners. The special tool shall be
furnished with machine.
g. A stainless steel protective grid which locks onto the machine control panel to prohibit unauthorized access and to
protect gauges and controls. Two (2) cylinder-type locks required.
h. Welded curtain hooks within the machine for strip curtain mounting.
i. A 14 gauge stainless steel expanded mesh protective grid underneath the machine to prohibit access to pumps and
motors and concealment of inmate contraband.
j. The back of the machine shall have a 16 gauge stainless steel protective chase enclosure sufficiently sized to
secure and conceal all hoses, conduit, capillary tubing, etc. Chase shall be secured by means of tamper-proof
fasteners.
"Champion" Model No. 86PW Modified to 94” with specified options
Item #8 - Dishwasher, Rack, Conveyor-Style, with Steam Booster Heater, 94” Length
Rack, conveyor-style, dishwasher with steam booster heater: Fully automatic, high temperature, three tank machine
with integral 22" prewash section. 94" length between table connections is required.
Direction of Operation: To be determined upon ordering.
Capacity: 274 racks per hour minimum (NSF rated) at a conveyor speed of 7.6 feet per minute.
Water Consumption: 300 gallons per hour (based on maximum usage) or 1.06 gallons per rack.
Construction: Machine shall be constructed entirely of type 304 stainless steel including base and feet. A 1/4" x 1
1/2" x 1 1/2" stainless steel angle frame shall provide a rigid heavy-duty support for internal components, tanks and
hoods. Tanks and hoods shall be water-tight, single-unit, 16 gauge stainless steel construction.
Leak-proof, internally-mounted, front access doors shall permit easy access to the tanks for cleaning. Perforated
stainless steel refuse screens and pump intake strainers shall be easily accessible for removal and cleaning.
Dish machine shall have stainless steel enclosure panels on front, back, load and unload end for an Island Style
installation.
Pumps and Motors: The pre-wash, wash and rinse pumps shall provide a high pressure re-circulating spray. 1 HP pre-
wash pump motor, 2 HP wash pump motor and 2 HP rinse pump motor shall be wired through magnetic contactors
and have thermal overload and fuse protection.
Pump motors shall be mounted directly to the machine frame with all service to the front of the machine.
Model ITB-Term Contract for Services/Commodities Page 33 of 65 ITB #12-DC-8403
Electrical Requirement: See ATTACHMENT 4 – COST INFORMATION SHEET.
Spray System: Upper and lower spray arms shall distribute a high pressure cleansing action across the entire surface
of the wares. A 180-degree sanitizing final rinse spray shall be provided through upper and lower spray arms. A
rinse saver shall be provided which activates the final rinse only when wares enter the final rinse area.
Controls: All controls shall be top-mounted in a console for visibility and safety. The console shall house wash and
rinse sealed, dial-type, thermometers. A "POWER ON" switch shall automatically fill the tank to proper level and
turn on the wash and rinse tank heaters and optional booster. A "START" button shall activate the conveyor and
120V control circuit to the pump motors, rinse saver and energy sentinel switch.
Tank Heat, Steam: Wash tank temperature and rinse tank temperature shall be maintained by thermostatically
controlled steam coils with positive low-water cut off protection.
Electrical Wiring: Wiring shall be concealed and protected within the machine. Any top-mounted interconnecting
wiring shall be run within electric metallic tubing.
Rack Conveyor: Conveyor shall automatically advance and eject 20" x 20" racks with a reciprocating pawl bar,
driven by a 1/4 HP drip-proof motor.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Booster Heater, Steam: Booster shall be of stainless steel construction and built-in within the frame of the dish
machine. Unit shall be completely interplumbed and interwired to top-mounted control console. Booster shall be
capable of a 70-degree rise in temperature when supplied with 265 lbs./hr. steam at 15 psi.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one year limited parts warranty and a ninety (90) day labor warranty
against any factory defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Standard Equipment/Options:
a. Two (2) peg racks (minimum).
b. One (1) flat rack (minimum).
c. External scrap basket.
d. Common utility connections.
e. Door safety switches.
f. Four (4) flexible plastic strip curtains.
Additional Required Options:
a. Energy sentinel device which activates the prewash, wash and rinse pump motors only when wares enter the
machine.
b. Water pressure regulating valve (shipped loose).
c. Two (2) each vent cowls with locking damper.
d. Two (2) each splash shields.
e. Locking upper and lower wash arms.
f. The stainless steel lower panels shall be secured to the frame with tamper-proof fasteners. The special tool
shall be furnished with machine.
g. A stainless steel protective grid which locks onto the machine control panel to prohibit unauthorized access and to
protect gauges and controls. Two (2) cylinder-type locks required.
h. Welded curtain hooks within the machine for strip curtain mounting.
Model ITB-Term Contract for Services/Commodities Page 34 of 65 ITB #12-DC-8403
i. A 14 gauge stainless steel, expanded mesh, protective grid underneath the machine to prohibit access to pumps
and motors and concealment of inmate contraband.
j. The back of the machine shall have a 16 gauge stainless steel protective chase enclosure sufficiently sized to
secure and conceal all hoses, conduit, capillary tubing, etc. Chase shall be secured by means of tamper-proof
fasteners.
"Champion" Model No. 86PW Modified to 94” with specified options
Item # 9 - Dishwasher, Rack, Conveyor-Style, without Booster Heater, 86" Length
Rack, conveyor-style, dishwasher without electric booster heater: Fully automatic, high temperature, two tank
machine with integral 22" prewash section. The standard vertical opening shall accommodate 18” x 26” sheet pans.
86" length between table connections is required.
Direction of Operation: To be determined upon ordering.
Capacity: 278 racks per hour minimum (NSF rated) at a conveyor speed of 7.7 feet per minute.
Water Consumption: 241 gallons per hour (based on maximum usage) or .87 gallons per rack.
Construction: Machine shall be constructed entirely of type 304 stainless steel including base and feet. A 1/4" x 1
1/2" x 1 1/2" stainless steel angle frame shall provide a rigid heavy-duty support for internal components, tanks and
hoods. Tanks and hoods shall be water-tight, single-unit, 16 gauge stainless steel construction.
Leak-proof, internally-mounted, front access doors shall permit easy access to the tanks for cleaning. Perforated
stainless steel refuse screens and pump intake strainers shall be easily accessible for removal and cleaning.
Dish machine shall have stainless steel enclosure panels on front, load and unload end for a wall style installation.
Pumps and Motors: The prewash, wash and rinse pumps shall provide a high pressure recirculating spray. 1 HP
prewash pump motor, 2 HP wash pump motor and 2 HP rinse pump motor shall be wired through magnetic
contactors and have thermal overload and fuse protection. Pump motors shall be mounted directly to the machine
frame with all service to the front of the machine.
Electrical Requirements: See ATTACHMENT 4 – COST INFORMATION SHEET.
Spray System: Upper and lower spray arms shall distribute a high pressure cleansing action across the entire surface
of the wares. A 180 degree (temperature by owner) sanitizing final rinse spray shall be provided through upper and
lower spray arms. A rinse saver shall be provided which activates the final rinse only when wares enter the final rinse
area.
Controls: All controls shall be top-mounted in a console for visibility and safety. The console shall house wash and
rinse sealed, dial-type, thermometers. A "POWER ON" switch shall automatically fill the tank to proper level and
turn on the wash and rinse tank heaters. A "START" button shall activate the conveyor and 120V control circuit to the
pump motors, rinse saver and optional energy sentinel switch.
Tank Heat, Electric: Wash and rinse tank temperatures shall be maintained by a thermostatically controlled 25 KW
electric element with positive low-water cut off protection.
Electrical Wiring: Wiring shall be concealed and protected within the machine. Any top-mounted interconnecting
wiring shall be run within electric metallic tubing.
Rack Conveyor: Conveyor shall automatically advance and eject 20" x 20" racks with a reciprocating pawl bar,
driven by a 1/6 HP drip-proof motor.
Booster Heater: Not required with dishwasher.
Model ITB-Term Contract for Services/Commodities Page 35 of 65 ITB #12-DC-8403
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one year limited parts warranty and a ninety (90) day labor warranty
against any factory defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Standard Equipment/Options:
a. Two (2) dish racks (minimum).
b. One (1) open rack (minimum).
c. External scrap basket.
d. Common utility connections.
e.. Door safety switches.
f. Four (4) flexible plastic strip curtains.
g. Energy sentinel device which activates the prewash, wash and rinse pump motors only when wares enter the
machine.
Additional Required Options:
a. Water pressure regulating valve.
b. Two (2) each vent cowls with locking damper.
c. Two (2) each splash shields.
d. One-piece cast stainless steel spray assembly.
e. Locking upper and lower wash arms.
f. The stainless steel lower panels shall be secured to the frame with tamper-proof fasteners. The special tool shall
be furnished with machine.
g. A stainless steel protective grid which locks onto the machine control panel to prohibit unauthorized access and to
protect gauges and controls. Two (2) cylinder-type locks required.
h. Welded curtain hooks within the machine for strip curtain mounting.
i. A 14 gauge stainless steel, expanded mesh, protective grid underneath the machine to prohibit access to pumps
and motors and concealment of inmate contraband.
"Champion" Model No. 86 PW with specified options
Item # 10 - Dishwasher, Rack ,Conveyor-Style without Booster Heater, 66” Length
Rack, conveyor-style, dishwasher without booster heater: Fully automatic, high temperature, single tank machine,
with integral 22" prewash section. The standard vertical opening shall accommodate 18” x 26” sheet pans. 66" long
between table connections is required.
Direction of Operation: To be determined upon ordering.
Capacity: 208 racks per hour (NSF rating) at a conveyor speed of 5.8 feet per minute.
Water Consumption: 233 gallons per hour (based on maximum usage) or 1.12 gallons per rack.
Construction: Machine shall be constructed entirely of type 304 stainless steel including base and feet. A 1 1/2" x 1
1/2" x 1/4" stainless steel angle frame shall provide a rigid heavy duty support for internal components, tanks and
hoods. Tanks and hoods shall be water-tight single unit of 16 gauge stainless steel construction.
Leak-proof, internally-mounted, front access doors shall permit easy access to the tanks for cleaning. Perforated
stainless steel refuse screens and pump intake strainers shall be easily accessible for removal and cleaning.
Model ITB-Term Contract for Services/Commodities Page 36 of 65 ITB #12-DC-8403
Dish machine shall have stainless steel enclosure panels on front, load and unload end for a wall style installation.
Pumps and Motors: The pre-wash and wash pumps shall provide a high pressure re-circulating spray. 1 HP pre-wash
pump motor and 2 HP wash pump motor shall be wired through magnetic contactors and have thermal overload and
fuse protection. Pump motors shall be mounted directly to the machine frame with all service to the front of the
machine.
Electrical requirements: See ATTACHMENT 4 – COST INFORMATION SHEET.
Spray System: Upper and lower spray arms shall distribute a high pressure cleansing action across the entire surface
of the wares. A 180 degree sanitizing final rinse spray shall be provided through upper and lower spray arms. A rinse
saver shall be provided which activates the final rinse only when wares enter the final rinse area.
Controls: All controls shall be top-mounted in a console for visibility and safety. The console shall house wash and
rinse sealed, dial-type thermometers. A "POWER ON" switch shall automatically fill the tank to proper level and
turn on the wash tank heater and optional booster. A "START" button shall activate the conveyor and 120V control
circuit to the pump motors, rinse saver and energy sentinel switch.
Tank Heat, Electric: Wash tank temperature shall be maintained by thermostatically controlled 15 KW electric heater
with positive low-water cut off protection.
Rack Conveyor: Conveyor shall automatically advance and eject 20" x 20" racks with a reciprocating pawl bar,
driven by a 1/6 HP drip-proof motor.
Booster Heater: Not required with dishwasher.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one year limited parts warranty and a ninety (90) day labor warranty
against any factory defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Standard Equipment/Options:
a. Two (2) peg racks (minimum).
b. One (1) flat rack (minimum).
c. External scrap basket.
d. Common utility connections.
e. Door safety switches.
f. Three (3) flexible plastic strip curtains.
g. Energy sentinel device which activates the prewash and wash pump motors only when wares enter machine.
Additional Required Options:
a. Water pressure regulating valve (shipped loose).
b. Two (2) each 4" x 16" vent cowls with locking damper.
c. Two (2) each splash shields.
d . One-piece cast stainless steel spray assembly.
e. Locking upper and lower wash arms.
f. The stainless steel lower panels shall be secured to the frame with tamper-proof fasteners. The special tool shall
be furnished with machine.
g. Welded curtain hooks within the machine for strip curtain mounting.
h. A 14 gauge stainless steel expanded mesh protective grid underneath the machine to prohibit access to pumps and
motors and concealment of inmate contraband.
Model ITB-Term Contract for Services/Commodities Page 37 of 65 ITB #12-DC-8403
i. A stainless steel expanded mesh protective grid which locks onto the machine control panel to prohibit
unauthorized access and protect controls and gauges. Two (2) cylinder-type locks required.
"Champion" 66PW with specified options
Item #11 - Dishwasher, Door-Type, with Booster Heater
Door type, high temperature, dishwashing machine capable of accepting 20" X 20" racks and with built-in booster
heater and 26" square dimensions, excluding door lifts.
Capacity: 55 racks per hour minimum (NSF rated).
Water Consumption: 66 gallons per hour (based on maximum usage) or 1.2 gallons per rack.
Construction: Machine shall be constructed entirely of type 304 stainless steel including base and feet. A 1/4" x 1
1/2" x 1 1/2" stainless steel angle frame shall provide a rigid heavy-duty support for internal components, tanks and
hoods. Tanks and hoods shall be water-tight, single-unit, 16 gauge stainless steel construction.
Leak-proof, internally-mounted, front access door shall permit easy access to the tank for cleaning. Perforated
stainless steel refuse screens and pump intake strainers shall be easily accessible for removal and cleaning.
Pump and Motor: The wash pump shall provide a high pressure recirculating spray.
1 HP wash pump motor shall be wired through magnetic contactors and have thermal overload and fuse protection.
Pump motor shall be mounted directly to the machine frame.
Electrical requirements: See ATTACHMENT 4 – COST INFORMATION SHEET.
Spray System: Upper and lower wash and rinse spray arms shall distribute a high pressure cleansing action across the
entire surface of the wares. Arms shall be interchangeable and have removable end caps for thorough cleaning.
Controls: All controls shall be top-mounted in a console for visibility and safety. The console shall house wash and
rinse sealed, dial type, thermometers. A "POWER ON" switch shall automatically fill the tank to proper level and
turn on the wash tank heater and optional booster heater. A "START" button shall activate the wash cycle. A door
activated drain shall be provided to assure that the drain is properly sealed.
Tank Heat, Electric: Wash tank temperature shall be maintained by a thermostatically controlled 3 KW electric heater
with positive low-water cut off protection.
Electrical Wiring: Wiring shall be concealed and protected within the machine. Any top-mounted interconnecting
wiring shall be run within electric metallic tubing.
Booster Heater: Booster heater shall be of stainless steel construction and built-in within the frame of the dish
machine. Unit shall be completely interplumbed and interwired to top-mounted control console. Booster shall be
capable of a 40 degree rise in temperature when supplied with 9 KW electrical power.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one year limited parts warranty and a ninety (90) day labor warranty
against any factory defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Standard Equipment/ Options:
a. One (1) peg rack
Model ITB-Term Contract for Services/Commodities Page 38 of 65 ITB #12-DC-8403
b. One (1) flat rack.
c. Common utility connections.
d. Detergent/Chemical connections.
e. Door safety switches.
f. Stainless steel enclosure panels on the front & sides.
Additional Required Options:
a. Water pressure regulating valve (shipped loose).
b. The stainless steel lower panels shall be secured to frame with tamper-proof fasteners. The special tool shall be
furnished with machine.
c. A 14 gauge stainless steel expanded mesh protective grid underneath the machine to prohibit access to pumps and
motors and concealment of inmate contraband.
"Champion" Model No. D-HB with specified options
GROUP III – REFRIGERATORS/FREEZERS
Item #12 - Refrigerator, Reach-in, One Section
Stationary, one section, fully insulated, electrically operated, reach-in style, refrigerated food cabinet. Furnish with
four, #PR, stainless steel, wire shelves and full length door with “right” hinge arrangement. Unit shall provide 24.2
cubic feet of interior net capacity. Overall exterior dimensions shall be 30" wide x 35" deep x 83 1/4" high.
Cabinet: The cabinet shall be heavy gauge, stainless steel, with a number four finish inside and out. The top, back, and
bottom are made of galvanized steel. In addition, all seams are closed and sealed with metal edges turned away from
the exposed surface resulting in an integrated structural frame and include automatic interior lighting controlled by a
light switch concealed in the door hinge. The cabinet shall have four (4), six (6) inch high, stainless steel, adjustable
legs.
The door shall be constructed of heavy-gauge stainless steel with a 21 5/8" clear door width opening, be self-closing
and fully insulated. The cam-lift hinges are chrome-plated and self-lubricating. Hinges shall have a safety stop that
holds the door at 120 degrees, preventing over-swing. The chrome-plated door handle shall be mounted horizontally
over the door recess and equipped with built-in cylinder locks. The full perimeter, self-adjusting, magnetic vinyl
gaskets shall be removable without the use of tools. All edges shall be welded and polished. The door perimeter shall
have a built-in, low-wattage, anti-condensate heater.
An impact-resistant, beveled, stainless steel breaker strip fastened with security screws shall protect the door opening.
The door liner shall be constructed of stainless steel. The door shall be provided with rubber bumpers to prevent over-
swing and damage to adjacent equipment.
Insulation within the cabinet body and evaporator coil housings shall be filled with pressure-injected and expanded,
closed-cell, polyurethane foam having a "K" factor of .11.
Shelves: Provide four (4), #PR, stainless steel, wire shelves in one section. The front and rear of each shelf is to be
double-ribbed and used in place of standard shelves. Standard wire shelves are unacceptable for weight load. Shelves
shall support 350 pounds and are to be supported on stainless steel pilasters and clips that are adjustable on 1 inch
centers. Shelves shall be interchangeable and adjustable without tools or special parts.
Refrigeration: The refrigeration system shall be mounted on top of the cabinet with the evaporator coil and blower fan
located out of the food zone. Refrigeration components shall include a hermetically sealed compressor, receiver tank,
thermostatic expansion valve, thermostatic temperature control, high-humidity, low-velocity, coated evaporator coil,
and hot gas condensate evaporator located on top of cabinet. The system shall be balanced to maintain 38 degree F to
40 degree F internal air temperature. Provide with CFC free refrigerant. All components shall be factory installed and
tested. Furnish with a ten foot cord and plug, master power switch, and exterior digital thermometer with battery
backup. 1/2 H.P., 115 volt, 8.0 amps.
Model ITB-Term Contract for Services/Commodities Page 39 of 65 ITB #12-DC-8403
Cold air shall be supplied through down-duct work located on the interior wall to maintain a uniform temperature
throughout the food zone. Duct work shall be removable without special tools for cleaning.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year parts and labor warranty on entire reach-in and five (5)
year extended compressor warranty.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manuals.
Furnish complete with the following options:
a. Louver rails for refrigeration compartment set in fixed, stainless steel, frame (front and rear).
b. Diamond mesh, stainless steel, screen on top of refrigeration compartment.
c. Tamper-resistant, “Torx” type, security screws.
d. Chrome-plated locking hasp on door.
e. Ten foot cord set.
f. Down duct cooling.
"Traulsen" Model No. RHT-1-32-WUT (correctional modified) with #PR Heavy Duty Shelves
Item #13 - Refrigerator, Reach-in, Two Section
Stationary, two section, fully insulated, electrically operated, reach-in refrigerator. One side is to have four, #PR,
stainless steel, wire shelves with one side having fourteen pairs of #PRUTS universal pan slides. Both sections are to
have full length doors with “right-left” hinge arrangement. Unit shall provide 51.6 cubic feet of interior net capacity.
Overall exterior dimensions shall be 58" long x 35" deep x 83 1/4" high.
Cabinet: The cabinet shall be heavy gauge, stainless steel, with a number four finish inside and out. The top, back, and
bottom are made of galvanized steel. In addition, all seams are closed and sealed with metal edges turned away from
the exposed surface resulting in an integrated structural frame and include automatic interior lighting controlled by a
light switch concealed in the door hinge. The cabinet is supported on four (4) six (6) inch high, stainless steel,
adjustable legs.
Doors shall be constructed of heavy gauge stainless steel with a 21 5/8" clear door width opening, be self-closing and
fully insulated. The cam-lift hinges are chrome- plated and self-lubricating. Hinges shall have a safety stop that holds
the door at 120 degrees, preventing over-swing. Door handles shall be mounted horizontally over the door recess and
equipped with built-in cylinder locks. The door perimeter shall have a magnetic vinyl gasket for positive seal. The
door edges shall be welded and polished. The door perimeter shall have a built-in, low-wattage, anti-condensate
heater.
The door opening shall be protected by an impact-resistant, stainless steel, security screw secured breaker strip and be
beveled. The door liner shall be constructed of stainless steel. Doors are provided with rubber bumpers to prevent
over-swing and damage to adjacent equipment.
Insulation within the cabinet body and evaporator coil housings shall be filled with pressure-injected and expanded,
closed cell, polyurethane foam. When cured, the foam has a "K" factor of .11.
Shelves: In the left section, the four (4), #PR stainless steel wire shelves are to be provided in one section. The front
and rear of each shelf is to be double-ribbed and used in place of standard shelves. Standard wire shelves are
unacceptable for weight load. Shelves shall support 350 pounds and are to be supported on stainless steel pilasters
and clips that are adjustable on 1 inch centers. Shelves shall be interchangeable and adjustable without tools or
special parts.
Model ITB-Term Contract for Services/Commodities Page 40 of 65 ITB #12-DC-8403
Universal Pan Slides: In the right section, provide fourteen (14) pairs of #PRUTS universal pan slides in one section,
spaced 4” apart.
Refrigeration: Refrigeration components shall include a hermetically sealed compressor, receiver tank, thermostatic
expansion valve, thermostatic temperature control, high-humidity, low-velocity, coated evaporator coil, and hot gas
condensate evaporator located on top of the cabinet. The system shall be balanced to maintain 38 degree F to 40
degree F internal air temperature. Provide with CFC free refrigerant. All components shall be factory installed and
tested. Furnish with a ten foot cord and plug, master power switch, and exterior digital thermometer with battery
backup.
The complete refrigeration system shall be mounted on top of the cabinet with the evaporator coil and blower fan out
of the food zone to prevent inmate vandalism. Cold air shall be supplied through down-duct work located on the
interior wall to maintain a uniform temperature throughout the food zone. Duct work shall be removable without
special tools for cleaning. 1/2 H.P., 115 volt, 12.1 amps.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year parts and labor warranty on entire reach-in and five year
extended compressor warranty.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Furnish complete with the following options:
a. Louver rails for refrigeration compartment set in fixed, stainless steel, frame (front and rear).
b. Diamond mesh, stainless steel, screen on top of refrigeration compartment.
c. Tamper- resistant, “Torx” type, security screws.
d. Chrome-plated locking hasp on door.
e. Ten foot cord with plug.
f. Down-duct cooling.
"Traulsen" Model No. RHT-2-32-WUT (correctional modified) with #PR Heavy Duty Shelves and #PRUTS
Universal Tray Slides.
Item #14 - Refrigerator, Pass Through, Two Section
Stationary, two section, fully insulated, electrically operated, pass-thru style, refrigerated food cabinet. One side is to
have four, #PR, stainless steel, wire shelves with one side having #PRUTS universal pan slides. Both sections are to
have full length doors, front and back. Unit shall provide 54.2 cubic feet of interior net capacity. Overall exterior
dimensions shall be 58" long x 37 7/8" deep x 83 1/4" high.
Cabinet: Cabinet shall be heavy gauge, stainless steel, with a number four finish inside and out. The top, back, and
bottom are made of galvanized steel. In addition, all seams are closed and sealed with metal edges turned away from
the exposed surface resulting in an integrated structural frame. All internal corners are coved to conform to NSF
standards. Automatic interior lighting shall be controlled by a light switch concealed in the door hinge. The cabinet
shall have four (4), six (6) inch high, stainless steel, adjustable legs.
Doors: Wide door style with 21 5/8" clear width, constructed of heavy gauge stainless steel. The door shall be self-
closing and fully insulated. The cam-lift hinges shall be chrome-plated and self-lubricating. Hinges shall have a
safety stop that holds the door at 120 degrees, preventing over-swing. Stainless steel pull handles are horizontally
mounted over the door recess and equipped with built-in cylinder locks. The door perimeter shall have a magnetic
vinyl gasket for positive seal. The door edges shall be welded and polished. The door perimeter shall have a built-in,
low-wattage, anti-condensate heater.
Model ITB-Term Contract for Services/Commodities Page 41 of 65 ITB #12-DC-8403
An impact-resistant, beveled stainless steel breaker strip, fastened with security screws, shall protect the door opening.
The door liner shall be constructed of stainless steel. Doors are provided with rubber bumpers to prevent over-swing
and damage to adjacent equipment.
Insulation within the cabinet body and evaporator coil housings shall be filled with pressure-injected and expanded,
closed-cell, polyurethane foam, having a "K" factor of .11.
Shelves: Four (4), #PR, stainless steel wire shelves are to be provided in one section. The front and rear of each shelf
is to be double-ribbed and used in place of standard shelves. Standard wire shelves are unacceptable for weight load.
Shelves shall support 350 pounds, and are to be supported on stainless steel pilasters and clips that are adjustable on 1
inch centers. Shelves shall be interchangeable and adjustable without tools or special parts.
Universal Pan Slides: In right section, provide fourteen (14) pairs of #PRUTS universal pan slides, spaced 4” apart.
Refrigeration: Refrigeration components shall include a hermetically sealed compressor, receiver tank, thermostatic
expansion valve, thermostatic temperature control, high-humidity, low-velocity, coated evaporator coil, and hot gas
condensate evaporator located on top of cabinet. The system is balanced to maintain 38 degree F to 40 degree F
internal air temperature. Provide with CFC free refrigerant. All components, shall be factory-installed and tested, and
supplied with a ten foot cord and plug, master power switch, and exterior digital thermometer with battery backup.
The complete refrigeration system shall be mounted on top of the cabinet with the evaporator coil and blower fan out
of the food zone to prevent inmate vandalism. Cold air shall be supplied through down-duct work located on the
interior wall to maintain a uniform temperature throughout the food zone. Duct work shall be removable without
special tools for cleaning. 1/2 H.P., 115 volt, 12.3 amps.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year parts and labor warranty on entire reach-in and five year
extended compressor warranty.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Furnish complete with the following options:
a. Louver rails for refrigeration compartment set in fixed stainless steel frame (front and rear).
b. Diamond mesh, stainless steel, screen on top of refrigeration compartment.
c. Tamper-resistant, “Torx” type, security screws.
d. Chrome-plated locking hasp on door.
e. Ten foot cord with plug.
f. Down-duct cooling.
"Traulsen" Model No. RHT-2-32-WPUT (correctional modified) with #PR Heavy Duty Shelves and #PRUTS
Universal Tray Slides.
Item #15 - Freezer, Reach-in, Two Section
Stationary two section, fully insulated, electrically operated, reach-in freezer. One side is to have four, #PR, stainless
steel, wire shelves with one side having fourteen (14) pairs of #PRUTS universal pan slides. Both sections shall have
full length doors with “right-left” hinge arrangement. Unit shall provide 51.6 cubic feet of interior net capacity.
Overall exterior dimensions shall be 58" long x 35" deep x 83 1/4" high.
Cabinet: The cabinet shall be heavy gauge, stainless steel, with a number four finish inside and out. The top, back,
and bottom are made of galvanized steel. In addition, all seams shall be closed and sealed with metal edges turned
away from the exposed surface, shall be resulting in an integrated structural frame. Automatic interior lighting
Model ITB-Term Contract for Services/Commodities Page 42 of 65 ITB #12-DC-8403
controlled by a light switch shall be concealed in the door hinge. The cabinet shall have four (4), six (6) inch high,
stainless steel, adjustable legs.
Doors shall be constructed of heavy gauge stainless steel with a 21" clear door width opening. Doors shall be self-
closing and fully insulated. The cam-lift hinges shall be chrome-plated and self-lubricating. Hinges shall have a
safety stop that holds the door at 120 degrees, preventing over-swing. Door handles shall be mounted horizontally
over the door recess and equipped with built-in cylinder locks. The door perimeter shall have a magnetic vinyl gasket
for positive seal. Door edges shall be welded and polished. The door perimeter shall have a built-in, low-wattage, anti-
condensate heater.
An impact-resistant, beveled, stainless steel, breaker strip fastened with security screws shall protect door opening.
The door liner shall be constructed of stainless steel. Doors are provided with rubber bumpers to prevent over-swing
and damage to adjacent equipment.
Insulation within the cabinet body and evaporator coil housings shall be filled with pressure-injected and expanded,
closed cell, polyurethane foam. When cured, the foam has a "K" factor of .11.
Shelves: In the left section, provide four (4), #PR, stainless steel, wire shelves in one section. The front and rear of
each shelf is to be double-ribbed and used in place of standard shelves. Standard wire shelves are unacceptable for
weight load. Shelves shall support 350 pounds and be supported on stainless steel pilasters and clips that are
adjustable on 1 inch centers. Shelves shall be interchangeable and adjustable without tools or special parts.
Universal Pan Slides: In the right section, provide fourteen (14) pairs of #PRUTS universal pan slides in one section,
spaced 4” apart.
Refrigeration: Refrigeration components to include a hermetically sealed compressor, receiver tank, thermostatic
expansion valve, thermostatic temperature control, high-humidity, low-velocity, coated evaporator coil, and hot gas
condensate evaporator located on top of the cabinet. The system is balanced to maintain 0 degree F to -5 degree F
internal air temperature. Provide with CFC free refrigerant. All components shall be factory installed and tested, and
supplied with a ten foot cord and plug, master power switch, and exterior digital thermometer with battery backup.
The complete refrigeration system shall be mounted on top of the cabinet with the evaporator coil and blower fan out
of the food zone to prevent inmate vandalism. Cold air shall be supplied through down-duct work located on the
interior wall to maintain a uniform temperature throughout the food zone. The duct work shall be removable without
special tools for cleaning. 3/4 H.P., 115 volt, 9.7 amps (and 9.5 defrost amps).
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Provide one (1) year parts and labor warranty on entire reach-in and five year extended compressor
warranty.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Furnish complete with the following options:
a. Louver rails for refrigeration compartment set in fixed, stainless steel, frame (front and rear).
b. Diamond mesh, stainless steel, screen on top of refrigeration compartment.
c. Tamper-resistant, “Torx” type, security screws.
d. Chrome-plated locking hasp on door.
e. Ten foot cord with plug.
f. Down-duct cooling.
"Traulsen" Model No. RLT-2-32-WUT (correctional modified) with #PR Heavy Duty Shelves and #PRUTS
Universal Tray Slides.
Model ITB-Term Contract for Services/Commodities Page 43 of 65 ITB #12-DC-8403
GROUP IV- GRIDDLES
Item #16 - Griddle w/Stand, 48” X 36”, Gas
160,000 BTU/HR. input. Griddle consists of a griddle plate having a drain trough and perimeter splash shield installed
in a 48" x 36" cabinet equipped with gas burners. Griddle shall have an automatic temperature control mechanism and
100% safety shut off.
The griddle plate size shall be 48" x 30". The plate shall be made of 3/4" thick high carbon steel that is plated with
trivalent chromium and polished to a mirror finish. The plate shall have an emissivity rating of approximately .078.
The griddle shall have a front 2" width grease trough with a 4" x 1 1/2" drain in the left front corner. A grease drawer
with baffles and rear handle shall be mounted below the drain. The perimeter splash shield and grease trough shall be
14 gauge stainless steel. Sides shall have an exterior trim of 22 gauge stainless steel. Legs shall be stainless steel
without casters.
Thermostat: millivolt, close range, hydraulic type 250 to 400 F with 100% safety shut off feature.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Standard accessories include:
a. One hamburger spatula.
b. One egg turner spatula.
c. One long handle palmetto brush.
d. One can of Keating cleanser.
DO NOT PROVIDE razor scraper with a packet of 10 blades TO FLORIDA CORRECTIONAL
INSTITUTIONS.
Furnish complete with the following options:
e. Stainless steel cabinet.
f. Stainless steel stand.
g. Operating controls security package that consists of a hinged, 16 gauge, stainless steel cover secured with button
head “Torx” stainless machine screws and “Trident” zinc tamper-resistant nuts. The cover shall be padlockable.
h. Torx” tool.
Gas Requirement: See ATTACHMENT 4 – COST INFORMATION SHEET.
“Keating” Model No. 48 x 36FT with specified options
Item #17 - Griddle w/Stand, 72” X 36”, Gas
The griddle shall have 240,000 BTU/HR. input and consist of a griddle plate having a drain trough and perimeter
splash shield installed in a 72” x 36” cabinet equipped with gas burners. Griddle shall have an automatic temperature
control mechanism and 100% safety shut off.
Model ITB-Term Contract for Services/Commodities Page 44 of 65 ITB #12-DC-8403
The griddle plate size shall be 72” x 30”. The plate shall be made of ¾” thick high carbon steel that is plated with
trivalent chromium and polished to a mirror finish. The plate shall have an emissivity rating of approximately .078.
The griddle shall have a front 2” width grease trough with a 4” x 1 ½” drain in the left front corner. A grease drawer
with baffles and rear handle shall be mounted below the drain. The perimeter splash shield and grease trough shall be
14 gauge stainless steel. Sides shall have an exterior trim of 22 gauge stainless steel. Legs shall be stainless steel
without casters.
Thermostat: millivolt, close range, hydraulic type 250 to 400 F with 100% safety shut off feature.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Standard accessories include:
a. One hamburger spatula.
b. One egg turner spatula.
c. One long handle palmetto brush.
d. One can of Keating cleanser.
DO NOT PROVIDE razor scraper with a packet of 10 blades TO FLORIDA CORRECTIONAL
INSTITUTIONS.
Furnish complete with the following options:
e. Stainless steel cabinet.
f. Stainless steel stand.
g. Operating controls security package that consists of a hinged, 16 gauge, stainless steel over secured with button
head “Torx” stainless machine screws and “Trident” zinc tamper-resistant nuts. The cover shall be padlockable.
h. “Torx” tool.
Gas Requirement: See ATTACHMENT 4 – COST INFORMATION SHEET.
"Keating" Model No. 72 x 36FT with specified options
GROUP V – MIXERS
Item #18 - Mixer, 80 quart w/Slicer Attachment
The Vertical Planetary Food Mixer shall be of a variable speed design. The mixer frame shall be made of heavy
gauge, welded, rolled steel plate with a silver gray hammertone enamel finish on top of corrosion resistant primer.
The top cover, and coverplate system for the moveable bowl arms and planetary head cap shall be of heavy gauge
stainless steel. The bayonet shaft shall be stainless steel.
The variable speed V-Belt transmission, based on precision machined, cast iron, pulleys in the variable speed drive,
shall provide for automatic adjustment to the tension of the V-Belt allowing for a speed setting at any RPM from 60 to
270 without stopping the mixing action. The motor shall be 4 HP, 208V-3Ph, and shall be contactor protected against
overload.
The front-mounted control panel shall have “start” and “stop” push buttons, indicator light and speed indicator in
RPM. Unit shall be furnished with Mark I mechanical controls.
Model ITB-Term Contract for Services/Commodities Page 45 of 65 ITB #12-DC-8403
Bowl lift mechanism shall simultaneously lock and raise the mixing bowl - or lower and open, respectively, with a
single movement of the bowl lift lever. The necessity for alignment pins or hold-down locks are not permitted.
Unit shall have a No. 12, side-mounted attachment hub which operates at a constant speed of 198 RPM.
The mixer shall be equipped with a bowl scraper consisting of a permanently mounted armature and a removable
blade. All structural parts shall be made of stainless steel.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Furnish complete with the following:
a. One 80 quart, stainless steel, mixing bowl.
b. One reinforced wire whip (No. 44B) with stainless steel wires and shaft.
c. One aluminum beater w/stainless steel shaft.
d. One stainless steel dough hook including shaft.
e. One bowl scraper.
f. One bowl truck (80 quart size).
g. One vegetable slicer unit 312GS Grater/Shredder consisting of standard features:
1) 312 Housing
2) Disc Holder
3) 3/16” Disc
h. Options & Accessories:
1) 1 each 3/16” Disc
2) 2 each Adjustable S Knife
"Varimixer" Model No. W 80-A with specified options.
Item #19 - Mixer, 60 quart w/Slicer Attachment
The Vertical Planetary Food Mixer shall be of a variable speed design. The mixer frame shall be made of heavy
gauge, welded, rolled steel plate with a silver gray hammertone enamel finish on top of corrosion resistant primer.
The top cover and coverplate system for the moveable bowl arms and planetary head cap shall be of heavy gauge
stainless steel. The bayonet shaft shall be stainless steel.
The variable speed V-Belt transmission, based on precision machined, cast iron, pulleys in the variable speed drive,
shall provide for automatic adjustment to the tension of the V-Belt allowing for a speed setting at any RPM from 60 to
270 without stopping the mixing action. The motor shall be 3 HP, 208V-3Ph, and shall be contactor protected against
overload.
The front-mounted control panel shall have “start” and “stop” push buttons, indicator light and speed indicator in
RPM. Unit shall be furnished with Mark I mechanical controls.
Bowl lift mechanism shall simultaneously lock and raise the mixing bowl - or lowered and opened, respectively, with
a single movement of the bowl lift lever. The necessity for alignment pins or hold-down locks is not permitted.
Unit shall have a No. 12, side-mounted attachment hub which operates at a constant speed of 198 RPM.
Model ITB-Term Contract for Services/Commodities Page 46 of 65 ITB #12-DC-8403
The mixer shall be equipped with a bowl scraper consisting of a permanently mounted armature and a removable
blade. All structural parts shall be made of stainless steel.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Furnish complete with the following:
a. One 60 quart, stainless steel, mixing bowl.
b. One reinforced wire whip (No. 44B) with stainless steel wires and shaft.
c. One aluminum beater w/stainless steel shaft.
d. One stainless steel dough hook including shaft.
e. One bowl scraper.
f. One bowl truck (60 quart size).
g. One vegetable slicer unit 312GS Grater/Shredder consisting of standard features:
1) 312 Housing
2) Disc Holder
3) 3/16” Disc
h. Options & Accessories:
1) 1 each 3/16” Disc
2) 2 each Adjustable S Knife
"Varimixer" Model No. W 60-A with specified options.
Item #20 - Mixer, 30 quart w/Slicer Attachment
The Vertical Planetary Food Mixer shall be of a variable speed design. The mixer frame shall be made of heavy
gauge, welded, rolled steel plate with a silver gray hammertone enamel finish on top of corrosion resistant primer.
The top cover and coverplate system for the moveable bowl arms and planetary head cap shall be of heavy gauge
stainless steel. The bayonet shaft shall be stainless steel.
The variable speed V-Belt transmission, based on precision machined cast iron pulleys in the variable speed drive,
shall provide for automatic adjustment to the tension of the V-Belt allowing for a speed setting at any RPM from 70 to
340 without stopping the mixing action. The motor shall be 2 HP, 208/240 Volt - 1Phase, and shall be contactor
protected against overload.
The front-mounted control panel shall have “start” and “stop” push buttons, indicator light and speed indicator in
RPM. Unit shall be furnished with Mark I mechanical controls.
Bowl lift mechanism shall simultaneously lock and raise the mixing bowl - or lowered and opened, respectively, with
a single movement of the bowl lift lever. The necessity for alignment pins or hold-down locks is not permitted.
Unit shall have a No. 12 side-mounted attachment hub which operates at a constant speed of 198 RPM.
The mixer shall be equipped with a bowl scraper consisting of a permanently mounted armature and a removable
blade. All structural parts shall be made of stainless steel.
Model ITB-Term Contract for Services/Commodities Page 47 of 65 ITB #12-DC-8403
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Furnish complete with the following:
a. One 30 quart, stainless steel, mixing bowl.
b. One heavy wire whip with stainless steel wires and shaft.
c. One aluminum beater w/stainless steel shaft.
d. One stainless steel dough hook including shaft.
e. One bowl scraper.
f. One bowl truck (30 quart size).
g. One vegetable slicer unit 312GS Grater/Shredder consisting of standard features:
1) 312 Housing
2) Disc Holder
3) 3/16” Disc
h. Options & Accessories:
1) 1 each 3/16” Disc
2) 2 each Adjustable S Knife
"Varimixer" Model No. W 30-A with specified options
GROUP VI – SHELVING/STORAGE RACKS/CARTS
Item #21 - Shelving, Channel Style, 48” X 24”
Shelves shall be constructed from all welded aluminum, as specified herein. The top perimeter frame shall be
constructed of 1 1/2" x 1 3/4" x .070 tubing. A square aluminum collar with radiused edges is to be welded in each
corner and shall have a 3/16", stainless steel, set screw to hold the shelves in place.
Center shelf cross pieces shall be 4 inch .070 channel (minimum) with an additional reinforcement rib welded (or
extruded) down the inside center of the channel to increase load capacity. Provide two channels on 18" and 20" wide
shelves, three channels on 24" wide shelves and four channels on 30" wide shelves with approximately 2" spacing
between channels.
Shelf posts shall be .140 wall thickness, 1 1/4" diameter aluminum tubing, marked at 2" increments for ease of
assembly. A plastic cap shall be provided at each end.
Shelves shall have a rated load capacity of 2100 lbs. with a maximum load capacity of 4,000 lbs. for a complete
shelving unit.
Assembly shall only require a 3/16" allen wrench which is to be furnished with the shelving. Shelving shall be NSF
approved.
Furnish each shelving unit as follows:
a. Shelves: Four (4) each, 24" wide x 48" long.
b. Posts: Four (4) each, 76" High.
Model ITB-Term Contract for Services/Commodities Page 48 of 65 ITB #12-DC-8403
Equipment shall meet the requirements of the National Sanitation Foundation. All seals of approval shall be affixed to
the unit.
Warranty: Equipment shall be provided a one (1) year limited parts and labor warranty against any factory defects.
"Kel Max" Model No. AACH
Item #22 - Shelving, Channel Style, 54” X 24”
Same as shelving, channel style, 48” x 24”, except 54" long x 24" wide shall be the overall size, with four (4) shelves.
"Kel Max" Model No. AACH
Item #23- Shelving, Channel Style, 60” X 24”
Same as Shelving, Channel Style, 48” X 24”, except 60" long x 24" wide shall be the overall size, with four (4)
shelves.
"Kel Max" Model No. AACH
Item #24 - Shelving, Channel Style, 48” X 20”
Same as Shelving, Channel Style, 48” X 24”, except 48" long x 20" wide shall be the overall size, with four (4)
shelves.
"Kel Max" Model No. AACH
Item #25 - Shelving, Channel Style, 54” X 20”
Same as Shelving, Channel Style, 48” X 24”, except 54" long x 20" wide shall be the overall size, with four (4)
shelves.
"Kel Max" Model No. AACH
Item #26 - Aluminum Stock Cart
All welded aluminum unit designed for correctional use. 28" x 60" overall deck size. Unit shall have a diamond plate
deck of .125” aluminum with integral 1” high tabs to hold product in place. The tabs shall end 2” before the corners
to allow for drainage. The deck shall be welded to a reinforced 1.5” x 1.5” x .90” tubular frame. All corners shall be
radiused for safety. The cart shall have a full perimeter bumper and tie down strap holders beneath the deck.
Handle: The handle shall be 1.33” x .140” thick aluminum pipe, fully welded into a 12” high extruded corner socket
and shall have a flat bar for cross-bracing.
Casters: 8” x 1 ½” polyurethane casters with grease fittings. Casters shall be bolted on with tamper-proof nuts.
Provide two swivel and two stationary casters.
Equipment shall meet the requirements of the National Sanitation Foundation. All seals of approval shall be affixed to
the unit.
Warranty: Equipment shall be provided a one (1) year limited parts and labor warranty against any factory defects.
“Kel Max” Model No. ALFCD 2860
Model ITB-Term Contract for Services/Commodities Page 49 of 65 ITB #12-DC-8403
Item #27 - Can Storage Rack
Rack shall be designed to load and unload from the front only as installation prevents rear loading. This design shall
provide for first-in/first-out inventory rotation with the capability of holding a minimum of 156 each #10 cans.
Approximate overall dimensions shall be 28" wide x 42" deep x 82" high.
Construction: Can storage rack shall be constructed of heavy-duty extruded, type 6063, aluminum alloy. Unit shall be
fully welded, requiring no assembly.
Frame & Cross-supports: Uprights shall consist of 1 ½” square aluminum tubing (.063 thick), welded to horizontal 1”
square tubing (.063 thick) to support the can slides.
Can Slides: Can slides shall consist of extruded angles, 1” x 1 ½” x .078 thick, and extruded T-bar, 3” x .078 thick.
Both ends of the can slides shall be notched with a miter and radius cut. Each end shall be turned up ¾”. Can slides
and T-bars shall be welded to the frame. Spacing for the slides shall be 7 3/8” on center. The back of each slide is set
1” higher to allow the cans to roll forward.
Equipment shall meet the requirements of the National Sanitation Foundation. All seals of approval shall be affixed
to the unit.
Warranty: Equipment shall be provided a one (1) year limited parts and labor warranty against any factory defects.
"KelMax" Model No. CSR156FF
Item #28 - Dunnage Rack, Channel Style, 48” X 24”
Racks shall be constructed from all welded aluminum as specified herein. Top perimeter frame shall be constructed of
1 1/2" x 1 3/4" x .070 tubing. Cross pieces shall be 4 inch .080 channel with an additional reinforcement rib down the
inside center of the channel to increase the load capacity. Provide two channels on 18" and 20" wide racks and three
channels on 24" wide racks. There shall be 3 1/8" minimum spacing between channels.
Legs shall be formed from .125 aluminum with gusset shape being 6" wide at the top. Legs must be continuously
welded (spot welding not acceptable) to the top. The bottom of the leg shall be flanged in 1" for safety and to protect
flooring.
Dunnage racks shall be 48” long x 24” wide x 12” high and have a rated load capacity of 2200 lbs. No assembly shall
be required.
Equipment shall meet the requirements of the National Sanitation Foundation. All seals of approval shall be affixed to
the unit.
Warranty: Equipment shall be provided a one (1) year limited parts and labor warranty against any factory defects.
"Kel Max" Model No. DRCG
Item #29 - Pan Cabinet, Enclosed
The non-enclosed cabinet with latching door shall be all welded aluminum (unless specified otherwise) with pan
slide spacing that provides the capability of holding forty 18” x 26” sheet pans. End loading design.
Construction: Cabinet shall be constructed of heavy duty, extruded type 6063 primary aluminum. Unit shall be fully
welded, requiring no assembly.
Sidewalls and Pan Slides: .090 thick sidewalls shall be welded to 1” x 2 ½” channels. The pan slides shall be on 1 ½”
centers with guides being 5/8” x .090 thick.
Model ITB-Term Contract for Services/Commodities Page 50 of 65 ITB #12-DC-8403
Top: The top shall be aluminum, double pan design, formed with four lips turned down and fully welded.
Back wall: The back wall shall be .090 thick aluminum.
Base: The base shall be .125 aluminum formed with four lips turned down and fully welded and shall be reinforced.
Door: The door shall be constructed of 1/8” thick aluminum panel with a full 270-degree opening. It shall be held
closed with a stainless steel gravity latch and shall have three, double knuckle, stainless steel hinges that are bolted to
the door.
Casters: Swivel plate casters shall be 6” heavy-duty polyurethane.
Equipment shall meet the requirements of the National Sanitation Foundation. All seals of approval shall be affixed to
the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Furnish complete with the following options:
a. 6” heavy-duty polyurethane swivel plate casters.
b. Reinforced base.
“Kelmax” Model No. ECH4018-RB-6
Item #30 - Tray Drying Rack for Regular Trays, Adjustable
The tray drying rack shall be a factory assembled unit with the exception of the shelves which shall be field-
adjustable.
Capacity: Two (2), 10 3/4" x 14" trays per guide - (76) trays per level - (228) trays total capacity.
Dimensions: 63" long x 28" deep x 81" high (including casters and reinforcing frame).
Uprights: 1 ¼” OD uprights constructed of .133 wall aluminum tubing. Open ends shall be fitted with plastic caps.
Shelves: The shelves shall be constructed of extruded aluminum channel guides spaced on 1.5” centers. Tray guides shall
be .090 thick with edges radiused and deburred and include 39 guides with 38 openings per level. The guides shall be
welded to a 1 ½” x 1 3/4” x .070 aluminum tube frame with aluminum collars at each corner. The collars shall have
tamper-resistant stainless steel set screws for field adjustment. The top is to be solid aluminum welded to the frame. Tray
stops are to be provided at the rear of each shelf to keep trays from sliding out.
Casters: The unit is mounted on four, polyurethane tired casters, two swivel (w/brakes) and two rigid secured directly
underneath the aluminum uprights for stability.
Equipment shall meet the requirements of the National Sanitation Foundation. All seals of approval shall be affixed to
the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Furnish with the following options.
a. 6” x 2” casters.
b. Underbracing.
c. Corner bumpers.
Model ITB-Term Contract for Services/Commodities Page 51 of 65 ITB #12-DC-8403
d. Tray Guard at each level
“Kel-Max” Model No. ATR-6028/3-1.5-UB-TG-PU w/options
Item #31 - Tray Drying Rack for Insulated Trays, Adjustable
The tray drying rack shall be a factory assembled unit with the exception of the shelves which shall be field-
adjustable.
Capacity: (2) two inch thick insulated trays per guide - (40) trays per level - (120) trays total capacity.
Dimensions: 63" long x 28" deep x 81" high (including casters and reinforcing frame).
Uprights: 1 ¼” OD uprights constructed of .133 wall aluminum tubing. Open ends shall be fitted with plastic caps.
Shelves: The shelves shall be constructed of extruded aluminum channel guides spaced on 2.75” centers. The
tray guides shall be .090 thick with edges radiused and deburred. The guides shall be welded to a 1 ½” x 1 ½” x
.093 aluminum tube frame with aluminum collars at each corner. The collars shall have tamper-resistant stainless
steel set screws for field adjustment. The top is to be solid aluminum welded to the frame. Tray stops are to be
provided at the rear of each shelf to keep trays from sliding out.
Casters: The unit is mounted on four, polyurethane tired casters, two swivel (w/brakes) and two rigid secured directly
underneath the aluminum uprights for stability.
Equipment shall meet the requirements of the National Sanitation Foundation. All seals of approval shall be affixed to
the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Furnish with the following options.
a. 6” x 2” casters.
b. Underbracing.
c. Corner bumpers.
d. Tray Guard at Each Level
“Kel-Max” Model No. ATR-6028/3-2.75-UB-TG-PU
Item #32 - Utility Cart, Heavy Duty
Heavy duty utility cart rated at 1000 lb. capacity. A rugged “U” shape frame with angled stainless steel shall be added
for strength. All joints shall be heliarc-welded. Unit shall be 36" long by 24" wide by 37" high with three 14 gauge
stainless steel shelves. The cart shall have two each 5" diameter swivel casters and two each 8” fixed casters with
polyurethane tread.
Equipment shall meet the requirements of the National Sanitation Foundation. All seals of approval shall be affixed to
the unit.
Warranty: Equipment shall be provided a one (1) year limited parts and labor warranty against any factory defects.
Furnish complete with the following options:
a. Wall-Saver Perimeter Bumpers.
“Lakeside” Model No. 949-Bumpers
Model ITB-Term Contract for Services/Commodities Page 52 of 65 ITB #12-DC-8403
GROUP VII – BEVERAGE DISPENSERS
Item #33 - Beverage Dispenser, 40 Gallon
Exterior of unit shall be constructed of 16 gauge, type 304, stainless steel with 2" thick insulation, and a 20 gauge,
type 304, stainless steel interior liner, polished to a number 2B finish.
Top shall have 1 1/2" thick insulation, integral stainless steel handle, heavy duty stainless steel hinges (all members of
the hinge shall be exposed for cleaning to meet NSF requirements) and stainless steel welded hasp and staple in front
and a full perimeter gasket.
The front of the unit shall have three (3) "Tomlinson" No. PSC-10-154500 self-closing faucets. Beneath faucets shall
be a 16 gauge stainless steel drip trough with removable stainless steel grating. The ice bin and trough shall have a
drain manifolded together with stainless steel pipe, complete with a 1 1/2" brass gate valve. The side of the bin shall
have a "Fisher" water inlet. The bottom of the unit shall be reinforced with 14 gauge stainless steel channel.
The leg assembly shall consist of stainless steel leg sockets welded to reinforcement, 1 5/8" diameter, 16 gauge
stainless steel legs, 1 1/4" diameter x 16 gauge perimeter cross bracing, welded and polished, and stainless steel
adjustable flanged feet. Overall size shall be 36" long x 29" deep x 61" high.
Equipment shall meet the requirements of the National Sanitation Foundation. All seals of approval shall be affixed to
the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
"Low Temp" Model No. LTDC-40BD
Item #34 - Beverage Dispenser, 60 Gallon
Exterior of unit shall be constructed of 16 gauge, type 304, stainless steel with 2" thick insulation, and then a 20
gauge, type 304, stainless steel interior liner, polished to a number 2B finish.
Top shall have 1 1/2" thick insulation, integral stainless steel handle, heavy duty stainless steel hinges (all members of
the hinge shall be exposed for cleaning to meet NSF requirements) and stainless steel welded hasp and staple in front
and a full perimeter gasket.
Front of unit shall have four (4) "Tomlinson" No. PSC-10-154500 self-closing faucets. Beneath faucets shall be a 16
gauge stainless steel drip trough with removable stainless steel grating. Ice bin and trough shall have a drain
manifolded together with stainless steel pipe, complete with a 1 1/2" brass gate valve. The side of the bin shall have a
"Fisher" water inlet. The bottom of the unit shall be reinforced with 14 gauge stainless steel channel.
Leg assembly shall consist of stainless steel leg sockets welded to reinforcement, 1 5/8" diameter, 16 gauge stainless
steel legs, 1 1/4" diameter x 16 gauge perimeter cross-bracing, welded, polished and stainless steel adjustable flanged
feet. Overall size shall be 52" long x 29" deep x 61" high.
Equipment shall meet the requirements of the National Sanitation Foundation. All seals of approval shall be affixed to
the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
"Low Temp" Model No. LTDC-60BD
Model ITB-Term Contract for Services/Commodities Page 53 of 65 ITB #12-DC-8403
GROUP VIII – HEATED CABINETS
Item #35 - Heated Cabinet, Reach-in, Stationary
The heated food cabinet shall be stationary, single section, fully insulated, electrically operated, reach-in style.
Approximate overall dimensions shall be 70" high x 27" wide x 34" deep. The cabinet shall have the maximum
capability of holding thirteen (13) 18" x 26" sheet pans or twenty-six (26) 12" x 20" pans. Adjustment of the slides
shall allow for the minimum capability of holding twelve (12) 12” x 20” x 6” deep steam table pans or six (6) each
18” x 26” sheet pans.
The cabinet shall be furnished with thirteen pairs of stainless steel universal pan slides that are secured with tamper-
resistant stainless steel screws. The pan slide ledges shall be designed to hold lids in place on 12” x 20” steam table
pans. Universal pan slides shall be field adjustable on 2” spacing when security system is released by authorized
personnel.
The cabinet base shall be formed from 14-gauge stainless steel with four sides turned down, welded to corners, sides,
back and front corner posts. Base shall be reinforced with 12 gauge stainless steel channel.
The cabinet exterior, including door and heating module housing, shall be constructed of 16 gauge stainless steel.
Cabinet interior, including door, shall be 16-gauge stainless steel. All surfaces shall have a #3 polished finish. The
door opening frame shall be 16-gauge stainless steel tubing.
The cabinet shall be provided with a full door having a full length extruded aluminum door handle. The door shall be
attached with three, 12-gauge, stainless steel, heavy duty, butt-type, hinges welded to the door and cabinet. The door
shall have a sanitary perimeter door gasket to form an air tight seal when positive closing latch is engaged. The door
shall be hinged right, unless otherwise directed.
The door shall have a 12 gauge stainless steel padlock type hasp, 40” in length, mounted on the side of the cabinet.
When closed, a positive closing latch shall be provided that accepts a standard padlock. When not in use, the hasp
shall swing out of the way. All components shall be securely welded in place.
Cabinet shall have fully insulated sides, top, base and door with a minimum of 1" thick high density fiberglass
insulation.
Cabinet shall have a top-mounted heating module with controls protected by a hinged, 16 gauge stainless steel,
security cover having a ¼” thick “Lexan” viewing window. Hinges shall be securely welded to cabinet and cover.
Security cover shall lock in place when door is closed. Heating module shall be fastened with “Torx” type security
fasteners to allow for removal and repair.
Heating module shall consist of an 1800 watt heater, two blower fans, dial type thermometer (no digital thermometer
permitted), thermostatic temperature control, lighted on-off switch, stainless steel water reservoir and a nine foot 12-3
type “SO” power cord with grounded, type 20, amp plug (NEMA-5-20R). The cord shall be permanently attached.
The cabinet shall be provided with 6" stainless steel legs with hex-shaped foot inserts to permit leveling. The legs
shall be securely bolted to a mounting plate.
The entire cabinet shall be UL or ETL approved and shall meet the requirements of the National Sanitation
Foundation. All seals of approval shall be affixed to the unit.
Tool: Furnish one (1) each security tool for authorized personnel to make adjustments to the universal pan slide
system.
Warranty: Equipment shall be provided with a one year limited parts warranty and a ninety (90) day labor warranty
against any factory defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Model ITB-Term Contract for Services/Commodities Page 54 of 65 ITB #12-DC-8403
“Wilder” Model No. 7500-H-UA13TFL
Item #36 - Heated Cabinet, Pass-Through, Stationary
The heated food cabinet shall be stationary, single section, fully insulated, electrically operated, pass-through style.
Approximate overall dimensions shall be 70" high x 27" wide x 34" deep. The cabinet shall have the maximum
capability of holding thirteen (13) 18" x 26" sheet pans or twenty-six (26) 12" x 20" pans. Adjustment of the slides
shall allow for the minimum capability of holding twelve (12) 12” x 20” x 6” deep steam table pans or six (6) each
18” x 26” sheet pans.
Cabinet shall be furnished with thirteen pairs of stainless steel universal pan slides that are secured with tamper-
resistant stainless steel screws. Pan slide ledges shall be designed to hold lids in place on 12” x 20” steam table pans.
Universal pan slides shall be field adjustable on 2” spacing when security system is released by authorized personnel.
Cabinet base shall be formed from 14 gauge stainless steel with four sides turned down, welded to corners, sides, back
and front corner posts. Base shall be reinforced with 12 gauge stainless steel channel.
Cabinet exterior including door(s) and heating module housing, shall be constructed of 16 gauge stainless steel.
Cabinet interior including door(s) shall be 16 gauge stainless steel. All surfaces shall have a #3 polished finish. Door
opening frames shall be 16 gauge stainless steel tubing.
The cabinet shall be provided with front and rear full length door(s) having a full length extruded aluminum door
handle. The door(s) shall be attached with three, 12 gauge, stainless steel, heavy duty, butt type, hinges welded to the
door and cabinet. Door(s) shall have a sanitary perimeter door gasket to form an air tight seal when positive closing
latch is engaged. Door(s) shall be hinged right, unless otherwise directed.
The door(s) shall have a 12 gauge, stainless steel, padlock type hasp, 40” in length, mounted on the side of the
cabinet. When closed, a positive closing latch shall be provided that accepts a standard padlock. When not in use the
hasp shall swing out of the way. All components shall be securely welded in place.
The cabinet shall have fully insulated sides, top, base and door with a minimum of 1" thick high density fiberglass
insulation.
The cabinet shall have a top-mounted heating module with controls protected by a hinged, 16 gauge stainless steel,
security cover having a ¼” thick “Lexan” viewing window. Hinges shall be securely welded to cabinet and cover.
Security cover shall lock in place when door is closed. Heating module shall be fastened with “Torx” type security
fasteners to allow for removal and repair.
Heating module shall consist of an 1800 watt heater, two blower fans, dial type thermometer (no digital thermometer
permitted), thermostatic temperature control, lighted on-off switch, stainless steel water reservoir and a nine foot 12-3
type “SO” power cord with grounded, type 20, amp plug (NEMA-5-20R). The cord shall be permanently attached.
The cabinet shall be provided with 6" stainless steel legs with hex-shaped foot inserts to permit leveling. The legs
shall be securely bolted to a mounting plate.
The entire cabinet shall be UL or ETL approved and shall meet the requirements of the National Sanitation
Foundation. All seals of approval shall be affixed to the unit.
Tool: Furnish one (1) each security tool for authorized personnel to make adjustments to the universal pan slide
system.
Warranty: Equipment shall be provided with a one year limited parts warranty and a ninety (90) day labor warranty
against any factory defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (2) parts manual.
Model ITB-Term Contract for Services/Commodities Page 55 of 65 ITB #12-DC-8403
“Wilder” Model No. 7500-H-UA13TFL-PT
GROUP IX – MISCELLANEOUS
Item #37 - Convection Oven, Double, Gas
Double section convection oven with 8" high stainless steel legs and stacking kit as required.
Construction: Exterior front, sides, and top outer shell shall be all stainless steel. The back shall be perforated
stainless steel. The interior shall be porcelain finish with coved corners. The doors shall be simultaneously opening,
solid stainless steel doors with stainless steel door interiors. The doors shall be 65/35 split and hinged on solid
stainless steel shafts with oil impregnated bronze bushings for each door. The 65 door shall have a double pane, full-
view door glass. The bottom, back and sides shall be fully insulated with 1 1/2" thick insulation. The top shall have 3"
thick insulation.
Controls: Electromechanical snap-action thermostat (200 to 500 degrees F) and 60 minute electrical dial timer with
continuous sounding buzzer. A 40,000 BTU/hr atmospheric burner with a tuned combustion system powers each
oven. Ignition system shall be an electronic pilot re-light system. The oven shall be furnished with a main gas shut-
off valve in the control panel area and be supplied with a gas regulator.
Capacity: Each oven shall be provided with one set of angle slides to replace wire racks and rack guides. Duke
MDL# 613-Slide-FLDC.
Electrical: Two speed, 1/2 HP, permanently lubricated oven blower motor. The wiring and connections shall be
located behind the control panel with service accessibility from the front. Each section shall have three interior lights.
Connections are to be tension-free and corrosion-resistant. 115V-1Ph with cord and plug.
Equipment shall be AGA, UL or ETL approved and shall meet the requirements of the National Sanitation
Foundation. All seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Furnish complete with the following options:
a. Tamperproof screws for all exposed fasteners.
b. Stainless steel front, sides, top and perforated back.
c. 8" high stainless steel legs.
d. Common gas manifold for double stack unit.
Gas Requirement: See ATTACHMENT 4 – COST INFORMATION SHEET.
"Duke" Model No. 613G2V with specified options and Duke MDL# 613-Slide-FLDC
Item #38 - Food Processor
The motor base unit shall be a single package type to accommodate the attachments specified herein. It shall be
made of heavy-duty cast aluminum and contain a direct drive, 1 HP, fan-cooled, motor that operates at 850 RPM
(belt driven or gear driven units are not acceptable). Electrical requirements 115V, 7.6 amps.
A magnetic safety switch shall be provided on the motor base which permits operation only when the attachment
is in place and the power switch is in the run position.
Model ITB-Term Contract for Services/Commodities Page 56 of 65 ITB #12-DC-8403
The food processing attachment shall include an all metal, continuous feed, attachment with two standard cutting
plates and a discharge plate. The unit shall accommodate optional cutting plates offering the capability to slice, grate,
shred, julienne, and dice. The continuous feed attachment shall employ a plastic discharge chute to transfer processed
food. The continuous feed lead shall be made of cast aluminum with a hinged aluminum pusher. Opening the
continuous feed lead shall shut the motor off. A large pusher opening with locking pusher shall be provided.
Removal of the attachment from the motor base shall be easily accomplished. The attachment and cutting plates shall
be dishwasher safe and the motor base shall be easily cleanable with a damp cloth. Physical dimensions of the motor
base containing this attachment shall be 14 1/2" long x 13" wide x 25-1/2" high. Net weight of the complete unit shall
be 73 pounds.
Equipment shall be UL or ETL approved and shall meet the requirements of the National Sanitation Foundation. All
seals of approval shall be affixed to the unit.
Warranty: Equipment shall be provided with a one (1) year limited parts and labor warranty against any factory
defects.
Manuals: Equipment shall be furnished with one (1) operations manual and one (1) parts manual.
Furnish complete with the following options and attachments:
a. Hinge pin restraint chain.
b. Blade security protection.
c. Heavy-duty operation (HDO) package which contains HDO relay number 1 and HDO relay number 2.
d. Large pusher safety switch.
C446SA 3mm Slicing Plate – Standard.
C450GPA 3mm Grating Plate – Standard.
70028128 5mm Slicing Plate - Furnished as Optional.
70028130 10mm Slicing Plate - Furnished as Optional.
70028114 20 X 20mm D series dicing kit - Furnished as Optional.
"Robot Coupe" Model No. R6XCP w/options and attachments
Item #39 - Scale, Platform Beam
Portable mechanical beam platform scale constructed entirely of heavy-duty welded fabricated steel base and lever
system and finished with electrostatically coated paint. Unit shall have a 1000 pound total capacity with a 100 lb. x
1/2 lb. beam graduation. The unit shall have a die cast beam that can be read from the front or back, with a 5”
diameter external composition wheels and a 19" x 28" steel platform. Overall dimensions shall be 45" high x 24" wide
x 35" deep overall dimensions.
The scale shall be rated “Legal for Trade” by the National Conference on Weights and Measures.
Warranty: Equipment shall be provided a one (1) year limited parts and labor warranty against any factory defects.
"Detecto" Model No. 854F-100P.
Item #40 - Countertop Microwave Oven
2.2 Cu. Ft. Capacity – 1200 watts (IEC-705 test procedure) Countertop Microwave Oven.
Inverter Technology – Consistent heat helps prevent overcooked edges and surfaces. Sensor cooking controls –
Automatically adjust the time and power for perfect cooking results. Auto and Time Defrost – Automatically defrosts
for a specified amount of time. Turntable – Continually rotates food to ensure even cooking. Child lock out –
Enables you to lock the keypad to prevent the oven from being accidentally started. Instant On Controls – Allow
quick, one-touch cooking and reheating. Stainless Steel.
Model ITB-Term Contract for Services/Commodities Page 57 of 65 ITB #12-DC-8403
“GE Profile” Model No. JES2251SJ – Stainless Steel
Item #41 - Soup Cooker/Warmer
Overall Dimensions: Width: 12 5/8 inches, 321 MM; Depth: 12 5/8 inches, 321 MM; Height: 8 5/8 inches, 219
MM.
Temperature Range: 90 to 210 degree Fahrenheit, 32 to 99 degree Celsius.
Weights Installed: 7 lbs, 3 KG; Weight Shipping 10 lbs, 5KG
“Wells Manufacturing” Model No. LLSC-11
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
Model ITB-Term Contract for Services/Commodities Page 58 of 65 ITB #12-DC-8403
ATTACHMENT 3 – PURCHASE ORDER TERMS AND CONDITIONS
S T A T E O F F L O R I D A , D E P A R T M E N T O F C O R R E C T I O N S
P U R C H A S E O R D E R T E R M S A N D C O N D I T I O N S
Rev. October 2012
For good and valuable consideration, received and acknowledged sufficient, the parties agree to the following in addition
to the terms and conditions expressed in the MyFloridaMarketPlace (MFMP) purchase order. By accepting this
electronic purchase order, the vendor agrees to be bound by these conditions and instructions.
1. Vendor is an independent contractor for all purposes hereof.
2. The laws of the State of Florida shall govern this purchase order and venue for any legal actions arising herefrom
shall be Leon County, Florida.
3. Vendor agrees to obtain and maintain during the Purchase Order term, commercial insurance of such a type and
with such terms and limits as may be reasonably associated with the Purchase Order. This insurance may include
but not limited to Liability Insurance, Errors and Omissions Insurance and Workers Compensation Insurance.
4. Vendor will comply, as required, with the Health Insurance Portability and Accountability Act (42 USC & 210, et
seq.) and regulations promulgated thereunder (45 CFR Parts 160, 162, and 164). Health Information Technology
for Economic and Clinical Health Act (HITECH), 42 U.S.C. 17935, 17921 and 17931 ET SEQ, and section
945.10, F.S.
5. Vendor shall maintain confidentiality of all data, files, and records related to the services/commodities provided
pursuant to this purchase order that are confidential or exempt from disclosure pursuant to Florida or Federal
laws. Vendor shall comply with all State and Federal laws, and Department of Correction’s Procedures 102.004,
102.006, 102.008 and 401.006. A copy of these procedures will be made available upon request. Vendor shall also
comply with any applicable professional standards of practice with respect to confidentiality of information.
6. Vendor agrees to indemnify, defend, and hold the State of Florida, its officers, employees and agents harmless, to
the full extent allowed by law, from all fines, claims, assessments, suits, judgments, or damages, consequential or
otherwise. This will include court costs and attorneys’ fees, arising out of any acts, actions, breaches, neglect or
omissions of Vendor, its employees and agents, related to this purchase order, as well as for any determination
arising out of or related to this purchase order, that the Vendor or Vendor’s employees, agents, subcontractors,
assignees or delagees are not independent contractors in relation to the Department of Correction. This purchase
order does not constitute a waiver of sovereign immunity or consent by the Department or the State of Florida or
its subdivisions to suit by third parties in any matter arising herefrom.
7. All patents, copyrights, and trademarks arising, developed or created in the course or as a result hereof are
Department of Correction’s property, and nothing resulting from Vendor’s services or provided by the
Department to Vendor may be reproduced, distributed, licensed sold or otherwise transferred without prior written
permission of the Department. This paragraph does not apply to the Department’s purchase of a license for
Vendor’s intellectual property.
8. If this purchase order is for personal services, the Vendor’s staff assigned to this Contract shall be subject, at the
Department’s discretion and expense, to a Florida Department of Law Enforcement (FDLE) Florida Crime
Information Center/National Crime Information Center (FCIC/NCIC) background/criminal records check. This
background check will be conducted by the Department and may occur or re-occur at any time during the
Contract period. The Department has full discretion to require the Vendor to disqualify, prevent, or remove any
staff from any work under the Contract. The use of criminal history records and information derived from such
records checks are restricted pursuant to Section 943.054, F.S. The Department shall not disclose any information
regarding the records check findings or criteria for disqualification or removal to the Vendor. The Department
shall not confirm to the Vendor the existence or nonexistence of any criminal history record information. In order
to carry out this records check, the Vendor shall provide the following data for any individual of the Vendor or
Vendor’s staff assigned to the Contract: Full name, Social Security Number, Race, Sex, Date of Birth, Driver’s
Model ITB-Term Contract for Services/Commodities Page 59 of 65 ITB #12-DC-8403
License Number and State of Issue. If requested, the Vendor’s staff shall submit to fingerprinting by the
Department of Corrections for the background checks.
9. Section 287.057(17)(c), Florida Statutes, provides, “A person who receives a contract that has not been procured
pursuant to subsections (1)-(3) to perform a feasibility study of the potential implementation of a subsequent
contract, who participates in the drafting of a solicitation or who develops a program for future implementation, is
not eligible to contract with the agency for any other contracts dealing with that specific subject matter, and any
firm in which such person has any interest is not eligible to receive such contract. However, this prohibition does
not prevent a vendor who responds to a request for information from being eligible to contract with an agency.”
The Department of Corrections considers participation through decision, approval, disapproval, recommendation,
preparation of any part of a purchase request, influencing the content of any specification or procurement
standard, rendering of advice, investigation, or auditing or any other advisory capacity to constitute participation
in drafting of the solicitation.
10. TERMINATION: This purchase order agreement may be terminated by either party upon no less than thirty (30)
calendar days notice, without cause, unless a lesser time is mutually agreed upon by both parties. Said notice shall
be delivered by certified mail, return receipt requested, or in person with proof of delivery.
In the event funds to finance this purchase order agreement become unavailable, the Department may terminate
the agreement upon no less than twenty-four (24) hours notice in writing to the provider. Said notice shall be
delivered by certified mail, return receipt requested, or in person with proof of delivery. The Department shall be
the final authority as to the availability of funds. If any breach of the terms and conditions of the Department’s
purchase order or any of its incorporated documents occurs by the Successful bidder, and unless the provider’s
breach is waived by the Department in writing, the Department may, by written notice to the provider, terminate
this purchase order agreement upon no less than twenty-four (24) hours notice. Said notice shall be delivered by
certified mail, return receipt requested, or in person with proof of delivery. If applicable, the Department may
employ the default provisions in Chapter 60A-1.006, Florida Administrative Code. Waiver of breach of any
provisions of this contract shall not be deemed to be a waiver of any other breach and shall not be constructed to
be a modification of the terms of this agreement. The provisions herein do not limit the Department’s right to
remedies at law or to damages.
11. The terms of this purchase order will supersede the terms of any and all prior or subsequent agreements you may
have with the Department with respect to this purchase. Accordingly, in the event of any conflict, the terms of this
purchase order shall govern.
12. As required by State of Florida Executive Order Number 11-116, the Contractor identified in this Contract is
required to utilize the U.S. Department of Homeland Security’s E-Verify system to verify employment eligibility
of: all persons employed during the contract term by the Contractor to perform employment duties pursuant to the
Contract, within Florida; and all persons, including subcontractors, assigned by the Contractor to perform work
pursuant to the Contract with the Department. (http://www.uscis.gov/e-verify) Additionally, the Contractor shall
include a provision in all subcontracts that requires all subcontractors to utilize the U.S. Department of Homeland
Security’s E-Verify system to verify employment eligibility of: all persons employed during the contract term by
the Contractor to perform work or provide services pursuant to this Contract with the Department.
13. The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(E) of the
Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be
cause for unilateral cancellation of this purchase order.
14. No Contractors or any personnel assigned to provide commodities or services, as specified by this purchase order,
may be a convicted felon or have relatives either confined by or under supervision of the Department, unless an
exception is granted by the Department prior to the rendering of services or commodities.
Model ITB-Term Contract for Services/Commodities Page 60 of 65 ITB #12-DC-8403
ATTACHMENT 4 – COST INFORMATION SHEET ITB #12-DC-8403
BID NO.: # 12-DC-8403 FOB DESTINATION: Various Locations
Statewide
Page 1 of 6
BID AS SPECIFIED OR APPROVED EQIVALENT
DESCRIPTION POWER
SOURCE
COST
GROUP I – RANGES W/OVENS
Item #1 - Range W/Oven & Six Burners, Gas
Garland Model No. M43-R W/specified options
LP Gas
Natural Gas
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Item #2 - Range W/Oven & Four Burners, Gas
Garland Model No. M44-R W/specified options
LP Gas
Natural Gas
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Item #3 - Range W/Oven, Four Burners &
Griddle Top Attachment, Gas
Garland Model No. M44-R and MST7S-E
W/specified options
LP Gas
Natural Gas
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Item #4 - Range W/Oven & Griddle Top, Gas
Garland Model No. M48-R
W/specified options
LP Gas
Natural Gas
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Item #5- Range W/Double Ovens, Six Burners &
Griddle Top Section, Gas
Garland Model No. H284-24TH
W/specified options
LP Gas
Natural Gas
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Beltram Foodservice Group 59-1468996
NAME OF BIDDER FEID#
Skip Zornow (Original Signature on File) 6/20/13
SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE
Model ITB-Term Contract for Services/Commodities Page 61 of 65 ITB #12-DC-8403
Cost Information Sheet, continued Page 2 of 6
DESCRIPTION POWER
SOURCE
COST
GROUP II – DISHWASHERS
Item #6- Dishwasher, Rack Conveyor-Style
with Electric Booster Heater, 94” Length
Champion Model No. 86PW modified to 94”
W/specified options
Electric 208
Volt, 3 Phase
Electric 480
Volt, 3 Phase
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Item #7 - Dishwasher, Rack, Conveyor-Style,
without Booster Heater, 94” Length
Champion Model No. 86PW modified to 94”
W/specified options
Electric 208
Volt, 3 Phase
Electric 480
Volt, 3 Phase
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Item #8 - Dishwasher, Rack, Conveyor-
Style, with Steam Booster Heater, 94” Length
Champion Model No. 86PW modified to 94”
W/specified options
Electric 208
Volt, 3 Phase
Electric 480
Volt, 3 Phase
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Item #9 - Dishwasher, Rack, Conveyor-
Style, without Booster Heater, 86" Length
Champion Model No. 86 PW
W/specified options
Electric 208
Volt, 3 Phase
Electric 480
Volt, 3 Phase
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Item #10 - Dishwasher, Rack ,Conveyor-
Style without Booster Heater, 66” Length
Champion Model No. 66PW
W/specified options
Electric 208
Volt, 3 Phase
Electric 480
Volt, 3 Phase
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Item #11 - Dishwasher, Door - Type,
w/Booster
Champion Model No. D-HB
W/specified options
Electric 208
Volt, 3 Phase
Electric 480
Volt, 3 Phase
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Beltram Foodservice Group 59-1468996
NAME OF BIDDER FEID#
Skip Zornow (Original Signature on File) 6/20/13
SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE
Model ITB-Term Contract for Services/Commodities Page 62 of 65 ITB #12-DC-8403
Cost Information Sheet, continued Page 3 of 6
DESCRIPTION POWER
SOURCE
COST
GROUP III –
REFRIGERATORS/FREEZERS
Item #12 - Refrigerator, Reach-In, One Section
Traulsen Model No. RHT-1-32-WUT
(Correctional Modified)
W/#PR Heavy Duty Shelves
$ ___ N/A_ ______/ea
Item #13 - Refrigerator, Reach-In, Two Section
Traulsen Model No. RHT-2-32-WUT
(Correctional Modified)
W/#PR Heavy Duty Shelves and #PRUTS
Universal Tray Slides
$ ___ N/A_ ______/ea
Item #14 - Refrigerator, Pass Through, Two
Section
Traulsen Model No. RHT-2-32-WPUT
(Correctional Modified)
W/#PR Heavy Duty Shelves and #PRUTS
Universal Tray Slides
$ ___ N/A_ ______/ea
Item #15 - Freezer, Reach-In, Two Section
Traulsen Model No. RLT-2-32-WUT
(Correctional Modified)
W/#PR Heavy Duty Shelves and #PRUTS
Universal Tray Slides
$ ___ N/A_ ______/ea
GROUP IV – GRIDDLES
Item #16 – Griddle W/Stand, 48” X 36” Gas
Keating Model No.48 X 36FT W/specific options
LP Gas
Natural Gas
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Item #17 – Griddle W/Stand, 72” X 36” Gas
Keating Model No.72 X 36FT W/specific options
LP Gas
Natural Gas
$ ___ N/A_ ______/ea
$ ___ N/A_ ______/ea
Beltram Foodservice Group 59-1468996
NAME OF BIDDER FEID#
Skip Zornow (Original Signature on File) 6/20/13
SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE
Model ITB-Term Contract for Services/Commodities Page 63 of 65 ITB #12-DC-8403
Cost Information Sheet, continued Page 4 of 6
DESCRIPTION POWER
SOURCE
COST
GROUP V – MIXERS
Item #18 – Mixer, 80 Quart W/Slicer
Attachment
Varimixer Model No. W 80-A W/specified options
$ ___ N/A_ ______/ea
Item #19 – Mixer, 60 Quart W/Slicer
Attachment
Varimixer Model No. W 60-A W/specified options
$ ___ N/A_ ______/ea
Item #20 – Mixer, 30 Quart W/Slicer
Attachment
Varimixer Model No. W 30-A W/specified options
$ ___ N/A_ ______/ea
GROUP VI – SHELVING/STORAGE
RACKS/CARTS
Item #21 – Shelving, Channel Style, 48” X 24”
Kel Max Model No. AACH
$ _ 590.96__ ______/ea
Item #22 – Shelving, Channel Style, 54” X 24”
Kel Max Model No. AACH
$ ___ N/A_ ______/ea
Item #23 – Shelving, Channel Style, 60” X 24”
Kel Max Model No. AACH
$ ___ N/A_ ______/ea
Item #24 – Shelving, Channel Style, 48” X 20”
Kel Max Model No. AACH
$ _ 548.68__ ______/ea
Item #25 – Shelving, Channel Style, 54” X 20”
Kel Max Model No. AACH
$ _ 515.64__ ______/ea
Item #26 – Aluminum Stock Cart
Kel Max Model No. ALFCD 2860
$ _ 749.31__ ______/ea
Item #27 – Can Storage Rack
Kel Max Model No. CSR156FF
$ ___ N/A_ ______/ea
Beltram Foodservice Group 59-1468996
NAME OF BIDDER FEID#
Skip Zornow (Original Signature on File) 6/20/13
SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE
Model ITB-Term Contract for Services/Commodities Page 64 of 65 ITB #12-DC-8403
Cost Information Sheet, continued Page 5 of 6
DESCRIPTION POWER
SOURCE
COST
Item #28 – Dunnage Rack, Channel Style, 48” X 24”
Kel Max Model No. DRCG
$ _ 413.93__ ______/ea
Item #29 – Pan Cabinet Enclosed
Kel Max Model No. ECH4018-RB-6
$ 1,111.28_ _ _____/ea
Item #30 – Tray Drying Rack for Regular Trays,
Adjustable
Kel Max Model No. ATR-6028/3-1.5-UB-TG-PU
W/options
$ ___ N/A_ ______/ea
Item #31 – Tray Drying Rack for Insulated Trays,
Adjustable
Kel Max Model No. ATR-6028/3-2.75-UB-TG-PU
$ ___ N/A_ ______/ea
Item #32- Utility Car, Heavy Duty
Lakeside Model No. 949-Bumpers
$ 1,594.58_ _ _____/ea
GROUP VII – BEVERAGE
DISPENSERS
Item #33- Beverage Dispenser, 40 Gallon
Low Temp Model No. LTDC-40BD
$ ___ N/A_ ______/ea
Item #34- Beverage Dispenser, 60 Gallon
Low Temp Model No. LTDC-60BD
$ ___ N/A_ ______/ea
GROUP VIII – HEATED CABINETS
Item #35 – Heated Cabinet, Reach-in,
Stationary
Wilder Model No. 7500-H-UA13TFL
$ ___ N/A_ ______/ea
Item #36 – Heated Cabinet, Pass-Through,
Stationary
Wilder Model No. 7500-H-UA13TFL-PT
$ ___ N/A_ ______/ea
Beltram Foodservice Group 59-1468996
NAME OF BIDDER FEID#
Skip Zornow (Original Signature on File) 6/20/13
SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE
Model ITB-Term Contract for Services/Commodities Page 65 of 65 ITB #12-DC-8403
Cost Information Sheet, continued Page 6 of 6
DESCRIPTION POWER
SOURCE
COST
GROUP IX– MISC
Item #37 – Convection Oven, Double, Gas
Duke Model No. 613G2V W/specified options and
Duke Model No. 613-Slide FLDC
LP Gas
Natural Gas
$ 11,715.15 _ ______/ea
$ 11,715.15 _ ______/ea
Item #38 – Food Processor
Robot Coupe Model No. R6XCP W/specified
options and attachments
$ ___ N/A_ ______/ea
Item #39 – Scale, Platform Beam
Detecto Model No. 854F-100P
$ ___ N/A_ ______/ea
Item #40 – Countertop Microwave Oven
GE Profile Model No. JES2251SJ – Stainless
Steel
$ ___ N/A_ ______/ea
Item #41– Soup Cooker/Warmer
Wells Manufacturing Model No. LLSC-11
$ _ 205.31__ ______/ea
DELIVERY WILL BE MADE WITHIN 45 DAYS AFTER RECEIPT OF ORDER. (If Section 3.2 of
this bid indicates a specific number of days required for delivery, then the number of days you insert here may
be less than those required, but cannot be more.)
Beltram Foodservice Group 59-1468996
NAME OF BIDDER FEID#
Skip Zornow (Original Signature on File) 6/20/13
SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE