CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
COMPANY INFORMATION
Name of Company:
WARNING
Do not use any term
contracts to purchase
goods and/or services
when using Federal,
State or Special
Funds. Term
contracts may contain
provisions that conflict
with Federal or State
provisions.
Address:
City, State, Zip:
Contact:
City departments must
contact their assigned
City Attorney for
applicable provisions,
procedures and
relevant fund
24-Hour
requirements.
Telephone Number:
Sysco Food Service of Central California
136 S. Mariposa Road
Modesto CA 95353
Robert Dal Porto
209-527-7700 ext. 8140
Fax Number:
209-522-4655
Emergency Number:
209-489-0045
Toll-Free Number:
E-mail:
800-877-4794 ext. 8140
dalporto.bob@centralca.sysco.com
Payment Terms:
0.50 %, N30
Vendor Number:
91071
Warehouse Location:
136 S. Mariposa Road
Modesto CA 95353
Will-Call Hours:
3:30 pm to 5:00 pm
CBPO Number:
BPSF00003318
Note: Accompany this Award is Attachment A, Contract Product/Service Quality Report.
See General Condition 63.
89264 Award
10/1/06 – RLM/cho
1/06
Page 1 of 1
Printed on 30% PCW Recycled Paper
Services-CONTRACT 89264
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING DIVISION
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________________________
AWARD SHEET
Item Article/Description
No.
Estimated Price/Unit per year
Quantity
FROZEN FRUITS
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Apples, Pippin
Sliced, I.Q.F.
unsweetened, in 30 lb. case
25
$21.49/CS
Cranberries, Whole
I.Q.F., unsweetened in
2/5 lb. ct/cs.
75
$15.47/CS
Boysenberries, Whole
I.Q.F., unsweetened in 30 lb. case.
25
$54.17/CS
Apricots, Sliced
Unsweetened in 30 lb. case
25
$52.80/CS
Blueberries, Whole
I.Q.F Unsweetened in 30 lb. case.
20
$76.59/CS
Ollalieberries, Whole
Whole, I.Q.F., unsweetened, in
30 lb. case.
NO AWARD
Melon Balls
Cantaloupe, approx. 1” in diameter,
I.Q.F., unsweetened in 20 lb. case.
NO AWARD
Melon Balls
Honeydew, approx. 1”, in diameter,
I.Q.F., unsweetened in 20 lb. case.
NO AWARD
Peaches, Sliced
I.Q.F., unsweetened, in 20 lb. case.
30
Pineapple, Chunks
NO AWARD
I.Q.F., unsweetened, in 6/5 lb. bags per case.
11.
12.
$20.88/CS
Strawberries, Whole
I.Q.F., unsweetened, in 20 lb. case.
10
$18.45/CS
Raspberries, Red, Whole
I.Q.F., unsweetened, in 20 lb. cas
10
$33.52/CS
89264 Award
10/1/06 – RLM/CHO
Page 1 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
AWARD SHEET
Item Article/Description
No.
Estimated Price/Unit per year
Quantity
FROZEN VEGETABLES
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
Asparagus
Cuts and tips fresh frozen, in
2.5 lbs./6 per case carton.
100
$2.09/LB
Beans, Green
Fresh frozen, string 1” to 2”
cut, in 20 lb. carton.
260
$0.567/LB
Broccoli
Fresh frozen, spears, in 20 lb.carton
250
$.88/LB
Carrot Baby Cut Pld
4/5lb.
150
$.77/LB
Carrots
Fresh frozen, sliced, in 20 lb .carton
250
$.48/LB
Carrots & Peas
Fresh frozen, in 20 lb. carton
600
$63/LB
Corn
Fresh frozen, cut, in 20 lb. carton
250
$.57/LB
Peas
Northwest, fresh frozen, in 20 lb. carton.
600
$.60/LB
Spinach
Fresh frozen, chopped, in 12/3 lb. box/cs.
250
$.66/LB
Cauliflower
Fresh frozen, Florettes, in 12/2 lb. box/cs
250
$1.07/LB
Squash
Zucchini, sliced, fresh frozen
12/3 lb. box/cs.
200
$.88/LB
89264 Award
10/1/06 – RLM/CHO
Page 2of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
AWARD SHEET
Item Article/Description
No.
Estimated Price/Unit per year
Quantity
FROZEN VEGETABLES
24.
25.
26.
27.
28.
29.
30.
31.
Vegetables
Italian blend mix, fresh frozen,
in 20 lb. carton
250
$.85/LB
Vegetables
Japanese blend mix, fresh frozen,
in 30 lb. carton
250
$.94/LB
Potato Fry Str 5/16” Orig Batt
6/5 lb
200
$.80/LB
Vegetable Blend Chkwg Gr A
1/30 lb.
250
$1.02/LB
Onion Green Icels
4/2 lb.
150
$1.96/LB
Potatoes, French Fries
3/8” straight cuts, 30 lbs. per
carton.
4000
$.42/LB
Potatoes, Curly, Seasoned
Fries, in 30-lb. carton.
500
$.84/LB
Potatoes, Hash Browns
shredded in 6/3 lb. ct./cs.
2000
$.50/LB
Drink Lemondae Conc 3+1
12/32 oz.cans per case
20
$22.96/CS
Orange Juice, 3+1
12/32 oz. cans per case.
40
$40.20/CS
Apple Juice
pure, unsweetened 48/6 oz.
in plastic cup.
15
$13.79/CS
MISCELLANEOUS
32.
33.
34.
35.
Grapefruit Juice, 3+1
12/32/ oz. cans per case.
89264 Award
10/1/06 – RLM/CHO
NO AWARD
Page 3 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
AWARD SHEET
Item Article/Description
No.
36.
Frozen Juice for Dispenser
Estimated Price/Unit per year
Quantity
express pack, 4/3 liters per case.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
Orange
Apple
Passion Guava
Lemonade, Raspberry Lemonade
Fruit Punch
20
10
10
20
10
$135.09/CS
$118.63/CS
$84.62/CS
$91.86/CS
$54.23/CS
Corn Tortillas
6-1/2”, 200 ct. per case
12
$18.79/CS
Flour Tortillas
12”, 12 per pack, 12 pack, per case
12
$22.55/CS
Tofu Firm Extra
12/14 oz./cs
25
$9.24/CS
Turkey, Tom Grade “A” Raw
28-30 lbs. each.
1,600
$1.00/LB
Chicken, Quarter
I.Q.F., 60 ct/cs.
50
$47.41/CS
Chicken, Boneless Breast
skin on, 5 or 6 oz. each, 24/cs.
200
$15.71/CS
Chicken, Boneless Breast
Skinless, 5 or 6 oz. each, 24/cs.
200
$37.86/CS
Chicken, cooked and ½” diced,
diced, dark and white 10 lb. case.
200
$28.59/CS
Chicken, Nug Brd Raw
2/5 lb/cs
175
$21.29/CS
Soup Chower Clam N.E. Conc
¾ lb. tub, 4/cs
35
$33.64/CS
Italian Pesto Sauce
“Armanino”, in 3/30 oz. co./cs.
10
$26.76/CS
Lasagna, Meat
Stouffers, 4/6 lbs. per case.
25
$48.46/CS
89264 Award
10/1/06 – RLM/CHO
Page 4 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
AWARD SHEET
Item Article/Description
No.
49.
Lasagna, Vegetable
Stouffers, 4/6 lbs. per case.
50.
51.
52.
53.
54.
55.
56.
57.
58.
59.
60.
61.
62.
Estimated Price/Unit per year
Quantity
30
$46.94/CS
Raviolis, Striped Spinach
Cheese, Arrezio, 2/3 lb. per case
10
$33.25/CS
Ravioli
I.Q.F., bulk, Homestead,
10
$21.99/CS
Raviolis, Garden and Herb
Arrezio, 2/3 lb. per case
10
$35.32/CS
Lasagna Sheets
Precooked, in 60/4 oz
40
$26.33/CT
Lasagna Sheets
Precooked, 60/4 oz
40
$26.33/CT
Spinach Fettucini
in 20-lb. box
10
$20.67/BX
Pizza Crust
14”, parbaked, “Pillsbury” 12/19 oz./cs.
16
$28.28/CS
Tortellini, Cheese
in 2/5 lb. box./cs
20
$39.13/CS
Eggroll Vegetarian
100/ 3 oz./cs
25
$48.79/CS
Tamale Beef Authentic
60/5 oz./cs
20
$48.55/CS
Tamale Chicken Authentic
60/5 oz./cs
35
$48.55/CS
Taquito Beef 1w
36/5.5 oz./cs
25
$26.71/CS
Topping Streusel Crumb
6/5 lb./cs
10
$52.06/CS
89264 Award
10/1/06 – RLM/CHO
Page 5 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
63.
Entrée Macaroni & Cheese
4/4.5 lb./cs
64.
65.
66.
67.
68.
69.
70.
71.
72.
73.
74.
75.
Estimated Price/Unit per year
Quantity
25
$33.55/CS
Entrée Vegetarian Tamale Pie
4/5 lb./cs
25
$46.06/CS
Appetizer Quiche Asst Pet .70 oz
8/25 ct./cs
10
$62.55/CS
Appetizer Spanakopita
1/100 ct./cs
20
$63.73/CS
Churro PrFrd Mexican Pastry
100/10”/cs.
20
$30.12/CS
Corn Dog All Meat Hny Btr Cn
72/4 oz./cs
10
$30.07/CS
Steak, Top Sirloin,
Precut 8 oz. each, 24/cs.
10
$58.94/CS
Pepperoni
14-16 ct.,
Combination (Beef, Pork), in 10 lb. bag.
50
$2.50/LB
Hamburger, Patty
4 per lb., 20% fat content
pure beef, no defatted beef tissue
2,400
$2.00/LB
Hamburger, Patty, 3 per/lb.
homestyle, 20% fat max content,
pure beef, in 10-lb. carton
500
$2.00/LB
Garden Burger, Vegetarian
Patties, 48/3.4 oz. per case
20
$42.29/CS
Garden Burger, Spicy Bean Style
48/3.4 oz. per case
10
$42.29/CS
Ground Beef
20% fat, bulk, in 4/5 lb. bag.
1,200
$1.72/LB
89264 Award
10/1/06 – RLM/CHO
Page 6 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
76.
Cod, Fishburgers
Square, pre-cooked, 3 oz. each
77.
78.
79.
80.
81.
82.
83.
84.
85
Estimated Price/Unit per year
Quantity
400
$3.23/LB
Corn Beef Brisket
Raw, Deckle off, 10-12 lb. average
1,200
$2.31/LB
Corn Beef, Round Cooked
8-10 lb. average.
1,200
$3.35/LB
Roast Beef
Top round, cooked, 8 lb., average.
500
$3.40/LB
Frankfurter
All beef, natural color, skinless,
4 links/lb., 5” in length, fat content
not to exceed 20% “Miller’s” or
acceptable equal, “Fresh Frozen
1,000
$1.93/LB
Frankfurter
All beef, I.M.P.S. 3800, Formula
“DP” (Beef), Color “A” (Natural),
Style “C” (Skinless) 8 links/lb.,
6” in length, fat content not to
exceed 20% Miller’s or acceptable
equal, “FRESH FROZEN”
50
$2.43/LB
Skinless Link Sausage
Bulk, in 10 lb./cs., all pork,
16 per lb., “Farmer John”, or,
acceptable equal.
1,200
$1.87/LB
Sausage, Link, with casings,
in 96/1 oz. per case
Hormel Brand. “No Substitute
50
$2.29/LB
Sausage, Italian
Mild, all pork, I.M.P.S. #802,
Style “F” (Bulk), 4/5 lb. per case.
“Fresh Frozen”.
500
$1.78/LB
Pork Sausage Patties
pre-cooked, in 10 lb. box
10
$24.71/BX
89264 Award
10/1/06 – RLM/CHO
Page 7 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
86.
Polish Sausage
Bulk, in 10-lb. bag.
87.
88.
89.
90.
91.
92.
93.
94.
95.
96.
97.
98.
99.
Estimated Price/Unit per year
Quantity
400
$2.70/LB
Bacon, Pre-Cooked
12 to a pack, 15 packs in a 10 lb. case
10
$25.64/CS
Pork Chops, Center Cut
Loin, pre-cut, 8 oz. average.
400
$4.40/LB
Burritos, Beef & Bean
4.5 oz. ea. “Butcher Boy”, 72 per cs
15
$30.97/CS
Italian Sausage, Crumbles
Pre-cooked, in 10-lb. bags.
120
$1.89/LB
Cookie Dough Wht Choc Mac 1.33
1/20 lb./cs
12
$51.17/CS
Cookie Dough, Chocolate Chip
.67 oz. average, 25/1-lb, packs per case.
12
$39.35/CS
Cookie Dough, Chocolate Chip
1.6 oz. average, 25/1-lb, packs per case.
12
$39.35/CS
Cookie-Dough, Oatmeal Raisin
.67 oz. average, 25/1-lb. per case.
12
$39.35/CS
Cookie-Dough, Vanilla
sugar, .67 oz. average, 25/1-lb.,
packs per case
12
$32.82/CS
Cookie-Dough, Peanut Butter
1.6 oz. average, 25/1-lb., packs per case
12
$40.29/CS
Cookie-Dough, Peanut Butter
240/1.33 oz/cs
10
$40.29/CS
Donut Asst
104/1.6 oz./cs
10
$28.11/CS
Sprinkle Rainbow Decorette
4/6 lb
10
$31.82/CS
89264 Award
10/1/06 – RLM/CHO
Page 8 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
100. Bagel, Pre-Slice, Plain
3 oz. 12/6 packs per case,
101.
102.
103.
104.
105.
106.
107.
108.
109.
110
111
112.
113.
Estimated Price/Unit per year
Quantity
10
$15.12/CS
Bagel, Pre-Sliced, Onion
3 oz. 12/6 packs per case.
10
$17.28/CS
Croissants, Buttered, Curved,
60/.9 oz. per case
10
$_35.58/CS
Bagel, Pre-Sliced, Raisin & Honey
3 oz. 12/6 packs per case.
10
$17.06/CS
Muffin English Orig 2 oz.
6/ 12 ct/cs
10
$16.32/CS
Danish Assorted Maestro
48/3.5 oz./cs
10
$34.19/CS
Bread, Italian Garlic
20/10 oz. loafs per case
15
$31.88/CS
Bread, Texas Toast Yellow ¾ slice
8/24 oz/cs
15
$18.79/CS
Bread, White Country Buttermilk 14 slice
10/24 oz/cs
15
$24.99/CS
Bread, Wheatberry Hrty Loaf Slice
10/23 oz/cs
10
$26.10/CS
Bread Baguette Sourdgh Parbk
12/16 oz./cs
20
$19.15/CS
Bread Sour Dgh Garlic Chs
20/10 oz./cs
20
$27.79/CS
Bread French Parisan Par baked
15/18 oz./cs
20
$22.59/CS
Bread Rye Oval Slice Wh
8/32 oz./cs
25
$19.33/CS
89264 Award
10/1/06 – RLM/CHO
Page 9 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
114. Bun Hamburger Sesame 4” 1.75 oz.
6/12 oz./cs
115.
116.
117.
118.
119.
120.
121.
122.
123.
124
125
126
127
Estimated Price/Unit per year
Quantity
25
$10.87/CS
Bun Hot Dog Plain 1.9 Oz.
8/12 ct. /cs
25
$13.06/CS
Bread White Deli Oats Top Slice
10/23 oz./cs
10
$23.35/CS
Bread Egg Thick
16 Slice, 12/24 cz./cs
10
$18.54/CS
Roll Dinner Asst Soft Baked .9 oz.
12/16 ct/cs
20
$23.38/CS
Roll Dinner Asst 1.5 oz.
4/30 oz./cs
20
$31.70/CS
Roll Sub Slice 6”
12/ 6 ct./cs
10
$22.35/CS
Roll Bistro Sour Dough Parbk
144/1.5 oz./cs
10
$25.21/CS
Roll Sub Sourdgh Hngd 3x6
12/6 Ct.
15
$27.27/CS
Roll Sour Dgh Steak
10/ 6 Ct .
10
$16.09/CS
12.25 lb
10
$56.92/CS
Whipped, Topping, Rich’s Non-Dairy
12/32 oz. can per case
10
$36.59/CS
Chicken, Thigh Meat Pre-cooked for Fajitas
in 10 lb. boxes
20
$34.12/BX
Chicken Tenders, Tenderloin Breaded
2-3 oz. portions, 10 lb. case
10
$28.06/CS
Onion Ring Hmsty Brd 3/8
89264 Award
10/1/06 – RLM/CHO
Page 10 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
128. Chicken, Popcorn Style, Breaded
2/5 lb. boxes per case
129.
130.
131.
132.
133
134.
135.
136.
137.
Estimated Price/Unit per year
Quantity
10
$24.70/CS
Chicken, Pre-cooked, Wings and
Honey Stung Drummies, In 12 lb. case
20
$42.11/CS
Halibut, Raw, Portion
Bone-in, 6 or 7 oz. ea., “Fresh Frozen”,
in 5-lb. boxes
20
$9.06/LB
Salmon
Silver or Chinook, Steak portion,
6 or 7 oz. ea., “Fresh Frozen”,
in 5-lb. boxes
20
$3.11/LB
Salmon
Atlantic, Farm, Sides, Boneless
in 10-lb. case
25
$66.90/CS
Rock Fish
Filets, both skins off, large,
1/2 to 1 lb. ea., Frozen.
NO AWARD
Red Snapper
Filets, skinless, Raw, 4 oz. to
6 oz. portion Cut, in 5-lb. box, “IQF
20
$3.47/LB
Tilapia Filet lqf 7-9, Izumidai
1/10 lb
30
$2.91/LB
Cod
Portions, 2 oz. or 4 oz., U.S
Grade “A”, boneless, raw, frozen,
in 6-lb. boxes, 10 boxes per case
Icelandic brand or acceptable equa
20
$4.22/LB
Cod
Portions, 4 oz.each, U.S. Grade “A”,
boneless, breaded, in 5-lb. boxes,
“Fresh Frozen
20
$4.20/LB
89264 Award
10/1/06 – RLM/CHO
Page 11 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
138. Cod
Portions, 2 oz. batter dipped, U.S.
Grade “A”, boneless, frozen, raw, in
6-lb. boxes per case, Mrs. Friday’s
brand or acceptable equal
139.
140.
141.
142.
143.
144.
145.
146.
147.
Estimated Price/Unit per year
Quantity
20
$3.86/LB
Cod
Portions,, 4 oz. breaded squares,
U.S. Grade “A”, boneless, frozen
raw, in 5-lb. boxes, 10 boxes per
case, Mrs. Friday’s brand or
acceptable equal
20
$4.20/LB
Trout
Boned, head and tail removed,
6 to 8 oz. Portion cut, packed
in 5-lb. box, “Fresh Frozen”
100
$3.35/LB
Shrimp
Cooked and peeled, domestic,
California or Oregon when available,
“Frozen”, in 6/5 lb. case.
300
$3.83/LB
Shrimp, Black Tiger
13/15 count per lb. in 4 lb. boxes
10
$36.75/BX
Crab Meat, Snow Combo
65/35 in 5 lb. boxes.
5
$67.63/BX
Pie, Old Fashion, Apple
10”, raw, 6 per case
10
$31.62/CS
Pie, Old Fashion, Cherry
10”, raw, 6 per case
10
$43.38/CS
Pie Lemon Maringue T&S 10”
6/38 oz /cs
10
$29.92/CS
Pie Peach Old Fashion Rtb Orig 10
6/47 oz. /cs
10
$36.20/CS
89264 Award
10/1/06 – RLM/CHO
Page 12 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
148.
Article/Description
Estimated Price/Unit per year
Quantity
Cake, Carrot, Iced, Sheet
½ sheet size 18” x 14”, 4 cs
149.
10
Cake, Chocolate Lovin Spoon, Layer 14ct
4/100 oz/cs
$99.35/CS
Cake, Chocolate Mousse 10”
150.
4/64 oz./cs
10
$52.42/CS
Cheesecake Apl. Granny Strsl
4/56 oz./cs
10
$52.24/CS
Cheesecake Strawberry Swirl
4/3.5 lb./cs
10
$51.86/CS
Cheesecake Turtle Caramel Slice
4/3.5 lb. /cs
10
$52.24/CS
6/#10/cs
15
$86.58/CS
Salad, Fresh, Chilled
Four Bean, marinated, 2/5 lb./cs.
Italian Pasta, 2/10 lb./cs
Home Style Potato, 2/10 lb./cs.
10
10
10
$17.00/CS
$39.29/CS
$30.70/CS
151.
152.
153.
154.
155.
$53.47/CS
Filling Blueberry Custom
PERCENTAGE ABOVE CONTRACTOR’S LANDED COST
FOR ADDITIONAL RELATED ITEMS
15%
MILK
156.
Homo in 6 gl. disposable
plastic carton.
6,000
$2.55/GL
MILK, NON-FAT
157.
In 6 gl. disposable plastic carton.
3,000
$2.57/GL
158.
MILK
Homo in 3 gl. carton.
450
$2.71/GL
89264 Award
10/1/06 – RLM/CHO
Page 13 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
159. MILK
Low fat 2%, Homo, 2 qt. carton.
Estimated Price/Unit per year
Quantity
600
$1.41/QT
160.
HALF & HALF, 1 qt. carton
450
$1.05/QT
161.
MILK 2% LOW FAT CHOCHOLATE
In 6 gl. disposable plastic carton.
3000
$2.55/GL
MILK 2% LOW FAT
in 6 gl. disposable plastic carton.
2000
$2.45/GL
MILK 2% REDUCED FAT
2/1 Gal. Disposable plastic carton
1000
$2.70/GL
BUTTERMILK 1% LOW FAT
6/.5 gl. Containers/cs.
500
$7.12/CS
MILK SOY, PLAIN ORGANIC
12/32 oz./cs
200
$17.51/CS
COTTAGE CHEESE
Bulk, U.S. No. 2, in 5 lb. tub
1,500
$1.16/LB
ICE CREAM
In 3 gl. bulk pack ct. 12% min
butterfat, assorted flavors.
150
$14.71/CT
Ice Italian lemon Tube
24/4 oz./cs
20
$12.59/CS
Ice Italian Straw Tube
24/4 oz/cs
40
$12.59/CS
Ice Cream Choc Taco
24/4.25 oz./cs
20
$15.53/CS
Popsicle Asst Twin Pops
96/3 oz. /cs
40
$15.53/CS
162.
163.
164.
165.
DAIRY PRODUCTS
166.
167.
168.
169.
170.
171.
89264 Award
10/1/06 – RLM/CHO
Page 14 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
172. BUTTER
Salted, individual packed patties, each
patty on platter and covered with wax
paper 12 lbs./box, “Reddies
173.
174.
175.
176.
177.
178.
179.
180.
181.
182.
183.
Estimated Price/Unit per year
Quantity
2,500
$2.64/LB
BUTTER
Unsalted, 1 lb. prints, in 30 lbs. per case.
200
$1.54/LB
BUTTER
1 lb. prints, in 30 lbs. per case
400
$1.53/LB
One plus two (33% butter, 60% margarine
in 1 lb. prints, 30 lbs. per case
900
$1.36/LB
MARGARINE, SPREAD
600/5 Gm Cup/cs
50
$15.81/CS
European Style, 1 lb tub/ 4 cs
20
$25.10/CS
YOGURT
In individual 2 pint containers, assorted
Flavors.
150
$20.56/DZ
YOGURT, PLAIN
in 6/1 qt. co./cs.
10
$11.93/CS
YOGURT, ASSORTED FLAVORS
12/8 oz. container per case
20
$7.06/CS
SOUR CREAM
Bulk, in 5 lb. tubs
400
$.87/LB
ORANGE JUICE
From concentrate, in 1 qt. carton.
1000
$.74/CTN
ORANGE JUICE
In 6/64 oz. co./cs.
25
$11.68/CS
BUTTER & MARGARINE BLEND
MARGARINE, BUTTER
89264 Award
10/1/06 – RLM/CHO
Page 15 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
184. WHIPPING CREAM
In 1 qt. carton
185.
186.
187.
188.
189.
190.
191.
192.
193.
194.
195.
196.
Estimated Price/Unit per year
Quantity
500
$2.37/CT
WHIP TOPPING, Non-Dairy
In 14 oz. aerosol cans, 12 cans per case.
20
$13.35/CS
Cream whipped Aerosol 20% Bf
12/14 oz./c
20
$22.75/CS
MANUFACTURING CREAM
In ½ gl. containers.
25
$4.26/CO
CHEESE, American
120 count sliced, in 5 lb. loaf.
1200
$1.88/LB
CHEESE, Mozzarella
In 5 lb. loaf
260
$1.47/LB
CHEESE, Monterey Jack
In 10 lb. loaf
900
$1.86/LB
CHEESE, Monterey Jack
4/5 lb. Shredded
500
$1.84/LB
CHEESE, Swiss
In 10 lb. loaf sliced
1,000
$1.91/LB
CHEESE, Swiss
Sandwich Cut Gr A
400
$2.64/LB
CHEESE, Parmesan
Shredded Fancy
4/5 lb/cs
30
$74.08/CS
Cheese Feda Crumbled
2/5 lb. loaf/cs
20
$29.51/CS
CHEESE, Pepper Jac
2/5 lb. Loaf/cs
20
$20.21/CS
89264 Award
10/1/06 – RLM/CHO
Page 16 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
197. CHEESE, Sharp Cheddar, Prnt Yel
1/10 lb. wheel
198.
199.
200.
201.
202.
203.
204.
205.
206.
207.
208.
209.
Estimated Price/Unit per year
Quantity
400
$4.24/LB
CHEESE, Fontina
In 10 lb. wheel.
200
$4.44/LB
CHEESE, Mild Cheddar
In 10 lb. loaf
60
$1.87/LB
CHEESE, Mild Cheddar, Shredded
In 5 lb. packages.
25
$9.10/PK
CHEESE, Cheddar, Extra Sharp
In 10 lb. block.
500
$4.24/LB
CHEESE, Provolone
In round 6 lb. loaf wheel
80
$1.93/LB
CHEESE, Ricotta
In 5 lb. carton
250
$1.32/LB
CHEESE, Blue, Crumbled
In 5 lb. bags.
250
$2.82/LB
CHEESE, Gorgonzola
In 6 lb. loaf.
250
$2.69/LB
CHEESE, Cream
In 3 lb. blocks.
200
$1.53/LB
CHEESE, Cream
3 oz. individual pack.
NO AWARD
Cheese Blend Grated
Pizza blend, 80% mozzarella,
10% provolone and 10% cheddar.
5
$55.20/CS
Cheese Blend Diced
80-10-10
6/5 lb./case
10
$51.53/CS
89264 Award
10/106 – RLM/CHO
Page 17 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
210. MARGARINE, Reddies
Individual packed and patties,
in 12 lb. box
211.
212.
213.
214.
215.
216.
217.
Estimated Price/Unit per year
Quantity
1,600
$.84/LB
MILK, Whole, Powdered
In 25 lb. cartons.
250
$1.85/LB
MILK. Malted Powder
12/2.5 lb./cs
20
$89.23/CS
MILK, Dry Nonfat Inst. Granulate
1/25 lb./cs
20
$46.27/CS
MILK, Soy Van Aseptic
12/32 oz./cs
10
$17.50/CS
MARGARINE
In 1 lb. pkg. “Allsweet”
1,600
$1.13/LB
CHEESE, Parmesan, Grated
In 5 lb. container
400
$3.79/LB
CHEESE, Parmesan, Shredded
In 5 lb. container
100
$3.70/LB
600
$.64/DZ
EGGS
218.
EGGS
Fresh, medium, U.S.D.A. Grade AA.
Low Quote Cent Above
or Low Quote Cents
Below
219.
EGGS
Fresh, X-large, U.S.D.A. Grade AA.
600
$.96/DZ
Low Quote Cent Above
or Low Quote Cents
Below
220.
EGGS, Whole, Liquid, Fresh with
Citric Acid, 2/20 lb. containers per case
89264 Award
10/1/06 – RLM/CHO
Page 18 of 108
40
$25.18/CO
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
221. EGGS, Whole, Liquid, Fresh with
Citric Acid, 15/2 lb. container/cs.
222.
223.
EGG, Hndbld Whl Peel Pllw
8/12 Ct./cs
Estimated Price/Unit per year
Quantity
40
$38.41/CS
20
$19.63/CS
30
$14.04/CS
Egg Shell Large gr Aa Usda White
1/15 Dz/cs
PERCENTAGE ABOVE CONTRACTOR’S LANDED
COST FOR ADDITIONAL RELATED ITEMS
15%
PASTA
Items #224-225 must comply
with Federal Specification N-M-51G
224.
225.
226.
227.
Macaroni-Spaghetti-Vermicell
Type A, Class 1, Style A, Form 1,
50
$12.20/BX
Lasagna, Wide
Type A, Class 1, Style A, Form 1
10 lb. box.
20
$8.99/BX
Egg Noodles
Medium size, Type A, Class 1, Sytle A,
Form 1, 10 lb. case.
10
$12.35/CS
10
$28.62/CS
10
$14.58/CS
10
$16.08/CS
Pasta, Rotelle, Rainbow
30 lb. case
228.
Pasta, Penne Rigate
30 lb. case
229.
Fettucini
Type A, Class 1, 20 lb. case
89264 Award
10/1/06 – RLM/CHO
Page 19 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
Article/Description
Estimated Price/Unit per year
Quantity
230.
Cereal, Rolled Oats, Pure Instant kiln dried
12/42 oz. box/case.
15
$24.96/CS
Cereal, Cream of Rice
12/28 oz. box/case
15
$29.53/CS
Cereal, Cream of Wheat
12/28 oz. box/case
15
$22.27/CS
100
100
$4.83/PG
$9.70/PG
NO AWARD
NO AWARD
NO AWARD
NO AWARD
$8.67/PG
NO AWARD
$6.79/PG
CEREAL
231.
232.
DRY CEREAL
233.
233A.
233B.
233C.
233D.
233E.
233F.
233G.
233H.
233I.
Kellogs, Bulk Packaging, 96 Oz
Corn Flakes
Raisin Bran
Puffed Wheat
Puffed Rice
Special K
Mini Shredded Wheat
234.
234A.
234B.
234C.
234D.
234E.
234F..
234G.
234H.
General Mills, Bulk Packaging, 96 Oz..
Cheerios
Cocoa Puffs
Fiber One
Lucky Charms
Captain Crunch
Fruit Loops
Wheaties
Crispy Wheat & Raisins
235.
235A
235B
235C
235D
Granola, 25 lb. boxes
Crunchy
Apple Cinnamon
Raisin Date
Honey Almond
236.
Cereal Rice Krispies
4/27 oz./cs
100
All Bran Flakes
Product 19
Rice Krispies
89264 Award
10/01/06 – RLM/CHO
100
Page 20 of 108
50
50
50
50
50
$7.23/PG
$9.53/PG
NO AWARD
$9.74/PG
$7.36/PG
$8.44/PG
NO AWARD
NO AWARD
10
$44.76/BX
NO AWARD
NO AWARD
NO AWARD
10
$27.15/CS
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
Estimated Price/Unit per year
Quantity
CRACKERS
Item No. 237 comply with
Federal Specification EE-651J
237.
238
239.
240.
241.
242.
243.
244.
245.
246.
247.
248.
Cracker, Soda
Individual cello packs 2/pkg.
500 pkgs./case
25
$12.09/CS
Noodle Chow Mein
6/#10/cs
10
$21.56/CS
Bread Sticks, Assorted
Individuals, 2/pkg., 200/case
5
$28.75/CS
Vanilla Wafers
12/12 oz. boxes per case,
“Nabisco”.
5
$8.63/CS
Cookie Asst Choc/Oat/Fudge 2.
12/6 ct./ per cs
20
$27.53/CS
Crackers, Graham, Crumbs
Keebler, 2/5 lb. box per case
10
$17.07/CS
Crackers, Graham,
Nabisco”,12/12oz. Boxes/CS.
10
$23.13/CS
5
$25.65/CS
Crackers, Hi-Ho
12/12 oz. boxes per case
Sunshine.
10
$25.12/CS
Crackers, Wheat Thins
12/10 oz., boxes per case
“Nabisco”.
5
$26.87/CS
Crackers Saltine
500/ 2 Pk/cs
10
$12.09/CS
Pie Shells, Graham Cracker
12/12 oz. per case
10
$15.95/CS
Bread Crumb Italian
12/24 oz./cs
89264 Award
10/01/06 – RLM/CHO
Page 21 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
Estimated Price/Unit per year
Quantity
FLOUR
Item Nos. 249-256 must comply with
Federal Specification N-F-481M
249.
250.
251.
252.
253.
254.
255.
256.
Flour, Wheat, Hard
12% Min. Protein, unbleached, Power
Flour, 25 lb. sacks.
NO AWARD
Flour, Wheat, Cake & Pastry
“Sperry”, 50 lb. sacks
NO AWARD
Flour, Wheat, All Purpose
General Mills, 50 lb. sacks
NO AWARD
Flour, Pancake, Buttermilk Mix
25 lb. sacks, General Mill
“Golden Valley”. No Substitute.
20
$24.04/SA
Flour, Baking Mix, Bisquick
6/5 lb. boxes per case. No Substitute.
10
$37.32/CS
Flour, Whole Wheat
50 lb. sacks
500
$.22/LB
Flour, Whole Rye
50 lb. sacks
NO AWARD
Corm Meal Yellow
1/ 25 lb. Box
150
$.41/LB
Muffin Mix, Basic
General Mills, 6/5 lb. bags/case
10
$45.24/CS
Honey Bran Muffin Mix
General Mills, 6/5 lb. bags/case
10
$44.88/CS
White Cake Mix
General Mills, 6/5 lb. boxes per case.
10
$58.45/CS
BAKERY GOODS
Items 257 through 263, No Substitutes
257.
258.
259.
89264 Award
10/01/06 – RLM/CHO
Page 22 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
260. Devils Food Cake Mix
General Mills, 6/5 lb. boxes per case
261.
262.
263.
264.
265.
Estimated Price/Unit per year
Quantity
10
$59.08/CS
Chocolate Brownie Mix
General Mills, 6/5 lb. bags per case
10
$64.99/CS
Yellow Cake Mix
General Mills, 6/5 lb. boxes per case
10
$50.12/CS
Chocolate, Chocolate Cake Mix
General Mills, 6/5 lb. box per case
10
$59.08/CS
Tart Shells, Graham 3”
144 per case
12
$34.70/CS
Tart Shells, Regular Pie 3”
72 per case
12
$18.29/CS
Rice, Texas Long Grain
Parboiled. U.S. Grade No. 1
50 lb. sack, “Uncle Ben’s
40
$14.61/SA
Rice, Short Grain
50 lb. sack
10
$32.94/SA
Rice, U.S. Long Grain
4% broken, 50 lb. sack.
10
$14.91/SA
Rice, Wild Rice, Blend Mix
“Uncle Ben’s”, 6/36 oz. per case
10
$38.59/CS
Almond Blanched Sliced
3/2 lb./cs
10
$48.27/CS
Almonds, Raw, Sliced, Blanched
3/2 lb. bags/cs
10
$48.27/CS
RICE
Item No. 266 must comply with
Federal Specification N-R-351-H.
266.
267.
268.
269.
NUTS
270.
271.
89264 Award
10/01/06 – RLM/CHO
Page 23 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
272. Walnuts, Halves & Pieces, Fancy
3/2 lb. bags/cs
273
274.
275.
276.
277.
278.
279.
Sunflower Seeds, Whole
25 lb. box
Estimated Price/Unit per year
Quantity
10
$34.56/CS
5
$34.88/BX
Almond Paste, Blanched
3/#10 cans per case
NO AWARD
Almonds Raw, Sliced
3/2 lb. bags/cs
20
$48.27/CS
Pecans, Halves & Pieces
3/2 lb. cans per case
20
$55.00/CS
Walnuts, Bits & Pieces
Fancy, 6/48 oz. cans per case.
10
$103.24/CS
Peanut Blanched Roast Unsalted
6/64 oz. /cs
20
$59.73/CS
Walnut Halves And Pieces Surgared
3/2 lb./cs
10
$33.80/CS
40
$17.60/CS
Cocoa, Carnation Instant, hot,
powder, chocolate 12/1.5 lb. co./cs
10
$39.94/CS
Chocolate Blocks
Simi-sweet, 6/5 lb. per case
5
$21.70/CS
Chocolate Bars
Hersheys, Milk
Chocolate, Vending Pack
12/36 ct./cs
25
$193.13/CS
CHOCOLATE PRODUCTS
Item No. 280 must comply with
Federal Specification JJJ-C-501G
280. Cocoa, Bakers Powder
chocolate, unsweetened, ground
1/5 lb. co./cs.
281.
282.
283.
89264 Award
10/01/06 – RLM/CHO
Page 24 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
284. Chocolate Blocks
Unsweetened, “Chocolate Naps
6/16 oz. per case
285.
286.
287.
288.
Estimated Price/Unit per year
Quantity
25
$21.70/CS
Chocolate Chip Morsels
“Ghiradelli”, 25 lb./cs
10
$50.56/CS
Syrup Chocolate Rtu Sqz Btl
24/ 24 oz./cs
10
$41.85/CS
Hot Chocolate Base
Liquid 5 to 1, Swiss Mix, ½ gal
Box Dispenser Pack
30
$64.49/PK
Chocolate Pie Crust
“Keebler”, 24 per case
15
$34.28/CS
15
$33.46/CS
DESSERT PRODUCTS
289.
Filling Apple Custom
6/ #10/cans per case
290. Pie, Filling, French Lemon
6/#10 cans per case.
NO AWARD
Gelatin – Assorted Fruit Flavors
12/24 oz. cans or air-tight pk/case
“Jell-O”.
20
$24.13/CS
Raisins, Thompson Seedless
Type I-A, U.S. Grade “A”, 144/1.5 oz
boxes per case, in accordance
with Federal Specification Z-R-71F
40
$23.47/CS
293.
(Same as Above) in 30 lb. boxes
30
$42.92/BX
294.
Soup & Gravy Base, Beef
Paste, “Custom”
2/5 lb. jars per case
10
$32.29./CS
291.
292.
89264 Award
10/01/06 – RLM/CHO
Page 25 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
Specifications
Roast Beef
25%
Hydrolized Vegetable Protein
20%
Salt
15%
Sugar
12%
295.
Soup & Gravy Base, Chicken
Paste, “Custom
2/5 lb. jars per case
Estimated Price/Unit per year
Quantity
15
$41.12/CS
Soup & Gravy Base, Clam
Paste, “Custom”
2/6 lb. jars per case
15
$32.81/CS
Ham Base, “Sysco Cls”
6/1 lb. jars per case
10
$40.53/CS
298. Soup Base Vegtrn Red Lbl Lite
1/ 25 lb. /Jars per case
10
$69.55/CS
5
$27.86/CS
Mayonnaise Plas
4/ 1 gal. per case
10
$19.15./CS
Mayonnaise, Whole Egg
Premium, 4/1-gl./cs
25
$22.10/CS
Ketchup, Tomato, 33% solids
6/#10 foil pouches per case
“H.J. Heinz Co.”. No Substitute
20
$20.99/CS
Specifications
Roast Chicken
Mono-Sodium Glutamate
Salt
Sugar
296.
297.
25%
10%
20%
10%
FOOD STUFFS
299. Soup Base, Vegetarian
6/1-lb. jars per case, “Sysco
Imp”
300.
301.
302.
89264 Award
10/01/06 – RLM/CHO
Page 26 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
303. Worchestershire Sauce
24/5 oz. bottles per case
“Lee & Perrins”. No Substitute
304.
305.
306.
307.
308.
5
$32.15/CS
Soy Sauce
4/1 gal. containers per case
“Kikkoman”. No Substitute
5
$34.81/CS
Pickles, U.S. Grade “A”
Cucumber dill, chips, free from
Alum. 5/gal. containers per case.
10
$22.26/CS
Pickles Sliced Dill ham Kk 1/8 Pls
4/ 1 gal./cs
20
$24.71/CS
Pickles, Sweet Relish, U.S.D.A
Grade “A”, 4/1 gal. containers
per case.
15
$25.73/CS
Horseradish, Prepared
4/1 gal. containers per case
10
$35.65/CS
10
$27.24/CS
Garlic, Crushed
In olive oil, 12/32 oz jars per case
5
$49.65/CS
Kitchen Bouquet
1/32 oz. bottle/cs.
4
$6.00./CS
Mustard Prpd
4/1 gal./cs
15
$7.72./CS
Mustard Spicy Brown
4/ 1 gal./cs
10
$25.52/CS
Salsa Chnky Med Authentic
4/138 oz./cans/cs
15
$41.55/CS
309. Garlic, Chopped
In olive oil, 6/2 lb. jars per case
310.
311.
312.
313.
314.
Estimated Price/Unit per year
Quantity
89264 Award
10/01/06 – RLM/CHO
Page 27 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
315. Pepper Jalapeno Slice Nacho
6/ #10/cs
316.
317.
318.
319.
320.
321.
322.
323.
324.
325.
326.
327.
328.
Estimated Price/Unit per year
Quantity
10
$28.15/CS
Sauerkraut Shredded Fcy
2/1 gal. containers per case
10
$12.49/CS
Mustard, Dijon, “Grey Poupon
12/16 oz., jars per case
10
$24.36/CS
Mustard, Country Style, “Grey
Poupon”, 12/16 oz., jars per case.
10
$24.36/CS
Salad Dressing, Ventura French
4/1 gal. per case
10
$37.16/CS
Dressing Ginger Sesame
4/ 1 gal./cs
10
$36.52/CS
Dressing Tomato Sndrd Bsl Ftfr
2/ 1 gal. /containers per case
15
$23.04/CS
Dressing Italian Ftf
4/1 gal./cs
10
$29.88/CS
Dressing Italian Creamy
4/ 1 gal./cs
15
$37.92/CS
Dressing Sesame Oriental
4/1 gal./cs
10
$48.49./CS
Salad Dressing, Champagne Style,
4/1 gal. per cas
10
$37.92./CS
Salad Dressing, Thousand Island,
4/1 gal. per case.
10
$29.24/CS
Dressing, Buttermilk Style, Ranch,
4/1 gal. per cas
10
$29.67/CS
Salad Dressing, Creamy Ceasar
4/1 gal. per case
10
$39.26/CS
89264 Award
10/01/06 – RLM/CHO
Page 28 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
329. Dressing, Blue Cheese Rtu
4/1 gal./cs
330.
331.
332.
333.
334.
335.
Estimated Price/Unit per year
Quantity
10
$32.41/CS
Peanut Butter, Creamy Style
U.S. Grade “Fancy”, 6/5 lb
tubs per case
10
$39.47/CS
Steak Sauce, “A-1”
12/14 oz. bottles per case
10
$39.36/CS
Lemon Juice, Pure
4 grams per pack, 500 per case
10
$17.88/CS
Ketchup, “Heinz” – No Substitute
33% solids, 24/14 oz. bottles per case
10
$23.71/CS
Barbecue Sauce, Smoke, “Cattleman’s”
4/1 gal. containers per case. No Substitute.
10
$37.65/CS
Imitation Bacon Bits
Soy, 20 lb. box.
10
$19.67/BX
20
$27.07/CS
Ketchup Squeeze Red Bottle
36/ 14 oz./cs
20
$25.65/CS
Mustard, Individual packets,
4.5 grams per packet, 1,000 pk/cs
20
$12.13./CS
Salt, Individual packets,
1 gram per packet, 6000 per case
10
$19.22./CS
Pepper, Black, Individual packets
0.20 gram per packet, 1000 pk. Pe
box, 6 boxes per case
10
$19.71/CS
Jelly, Assorted Flavors, Individua
packets, 10 grams per packet, 400
packets per case.
5
$14.25/CS
336. Ketchup, Individual packets, foil
9 grams per packet, 1,000 pk/cs
337.
338.
339.
340.
341.
89264 Award
10/01/06 – RLM/CHO
Page 29 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
342.
343.
344.
345.
346.
347.
348.
349.
350.
351.
352.
Article/Description
Estimated Price/Unit per year
Quantity
Sugar, Individual packets 1/10 oz.
3,000 packets per case (distress labels)
acceptable
20
$18.95/CS
Mayonnaise, Individual packets
9 grams per pack, 500 packets per case.
10
$23.07/CS
Sugar Sub Packet, 1/8 oz
2000/ Individual Packets per cs
10
$28.64/CS
Sugar Substitute, 1/8 oz.
2000/ Individual Packets per case
5
$24.65/CS
Mayonnaise
4/1 Gallon/cs
20
$19.15/CS
Creamer, Non-Dairy, Individual
packets 2.8 grams each, 1,000 per case
10
$32.29/CS
Creamer, Half and Half Cups Es
390/ 3/8 oz./cs
10
$12.90/CS
Sweetener, Sweet & Low
No cyclamates, 1/8 oz. each
2500 packets per case
10
$21.64/CS
Honey, Individual packets
9 grams per packet, 500 pk/cs.
10
$43.20/CS
Honey, Wild Natural
6/5 lb. containers per case.
5
$59.24./CS
Corn Syrup, Light, Karo Red
Label, 4/1 gal. bottles per case
5
$46.54./CS
10
10
5
$38.98/CS
$63.05/CS
$48.25/CS
NO AWARD
353.
Jelly, 6/#10 per case
353A.
Concord Grape
353B.
Strawberry Preserves
353C.
Orange Marmalade
353D.
Apricot/Pineapple Jam
89264 Award
10/01/06 – RLM/CHO
Page 30 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
354. Chili Sauce, Canned
U.S. Grade “A” Red (Hot)
6/#10 cans per case
355.
356.
357.
358.
359.
360.
Estimated Price/Unit per year
Quantity
10
$20.71/CS
Chili Sauce, Canned
Sweet, 6/#10 cans per case
10
$20.70/CS
Enchilada Sauce
4/138 oz. cans per case
15
$28.19/CS
Enchilada Sauce
With tomato, 6/#10 cans per case
10
$31.76/CS
Green Chili Salsa
12/28 oz. cans per case
10
$23.25/CS
Red Chili Sauce, Las Palmas,
6/#10 cans per case
10
$29.13/CS
Taco Sauce, Las Palmas
6/#10 cans per case
NO AWARD
361. Sauce Chili Sweet Thai
12/ 5 oz. bottles/cs
362.
363.
364.
365.
366.
20
$38.99/CS
Sauce Pizza Multi Spice w/chs
6/ #10/cs
15
$22.22/CS
Sauce Enchilada Authentic
4 /138 oz./cs
20
$28.19./CS
Sauce Pepper Chipotle Adobo
12/ 7 oz./cs
10
$16.89./CS
Sauce Hoisin
6/ #10/cs
10
$23.61./CS
Black Beans, in juice
20 lbs/cs per case
10
$14.34/CS
89264 Award
10/01/06 – RLM/CHO
Page 31 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
367. Marshmallows, Large Size
12/1 lb. bag/cs.
368.
369.
370.
371.
Estimated Price/Unit per year
Quantity
10
$14.67/CS
Tortilla Corn Wh 6 “
12/60 ct /cs
20
$18.79/CS
Wrap Tortilla Spinach herb 12 “
6 /12 ct/cs
5
$19.87/CS
Wrap Tortilla Tomato Basil 12”
6/12 ct/cs
5
$20.96/CS
Taco Shells, Jumbo
200 ct. per case.
20
$12.32/CS
372.
Tortilla Flour, Press
10”
12/12 ct./cs
20
$20.78/CS
373.
Tortilla Flour, Press
13”
12/12 ct./cs
20
$30.01/CS
374. Tostado Shells, Bowl Style 8
10 lb/cs per case
10
$21.99/CS
Refried Bean
6 #10 /cs
25
$19.63/CS
Tostada Shells, Bowl 5.5” Rect.
200 Each/cs
15
$24.59./CS
Refried Beans, Vegetarian
No Lard, 6/#10 cans per case
10
$20.59/CS
Chili-Con Carne with Beans
“Chef Mate”, 25% Beef, 6/#10
cans per case. No Substitute
15
$66.26/CS
Syrup, Imitation Maple,
4/1 gal. containers per case
25
$15.55/CS
375.
376.
377.
378.
379.
89264 Award
10/01/06 – RLM/CHO
Page 32 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
Estimated Price/Unit per year
Quantity
Item No. 380 must comply with
Federal Specification SSS-S-31L.
380
381.
382.
383.
384.
385.
386.
387.
388.
389.
390.
391.
392.
Salt, Table
Type 1, plain, 25 lb. sack
20
$4.18/SA
Sugar, Granulated
50 lb. sack
20
$25.49/SA
Sugar, Powdered
50 lb. sack.
40
$24.89/SA
Sugar, Brown
50 lb. sack.
5
$27.26/SA
Chives, Chopped
12/1 oz. cn/cs
2
$20.05/CS
Vanilla, Imitation
12/32 oz. cn/cs
5
$44.33/CS
Almond Extract, Pure
12/16 oz. cn/cs.
2
$49.81/CS
Lemon Flavor, Imitation
12/16 oz. cn/cs
2
$51.95/CS
Pepper, Black, Ground,Indian o
Java, 5 lb. container, Type II.
10
$35.19/CO
Paprika
Type 1-c, 4/5 lb. cn/cs.
10
$87.18/CS
Garlic Powde
5.25 lb./cn.
10
$20.89/CO
Spice, Chilli Powder Lt
3/5 lb./cs
5
$57.11/CS
Spice, Cinnamon Ground
3/5 lb./cs
5
$87.24/CS
89264 Award
10/01/06 – RLM/CHO
Page 33 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
393 Spice, Cumin Ground
6/14 oz./cs
394
395.
396.
397.
398.
399.
400.
401.
402.
403.
404.
405.
406.
Estimated Price/Unit per year
Quantity
5
$24.99/CS
Spice, Ginger Ground
6/1 lb./cs
5
$61.19/CS
Spice, Mustard Ground
6/1 lb./c
5
$29.58/CS
Spice, Onion Powder
6/20 oz. /cs
5
$31.34/CS
Spice, Paprika Ground
3/5.25 lb./cs
5
$54.78/CS
Spice, Pepper, Black Table Ground
3/5 lb./cs
5
$105.56/CS
Spice, Pepper Cavenne Ground
6/14 oz/cs
5
$21.74/CS
Spice, Poppy Seed Whl
60/20 oz./cs
5
$36.35/CS
Spice Rosemary Wh
6/6 oz.//cs
5
$37.69/CS
Spice, Sesame Seed Whl
6/18 oz./cs
5
$31.48./CS
Spice, Tarragon Leaves Whl
6/3.5 oz./cs
5
$48.21/CS
Spice, Thyme Leaves Whl
6/6 oz/cs
5
$35.44/CS
Seasoning Italian Wh
3/1.75 lb./cs
5
$62.54./CS
Baking Powder, Calumet
6/5 lb. cans per case
5
$34.45/CS
89264 Award
10/01/06 – RLM/CHO
Page 34 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
407. Baking Soda
6/5 lb. cans per case
408.
409.
410.
411.
412.
413.
414.
415.
416.
417.
418.
419.
420.
Estimated Price/Unit per year
Quantity
5
$11.48/CS
Coconut, Medium Shredded
10 lb. per case.
8
$12.40/CS
Cornstarch
24/1 lb. boxes per case.
6
$14.21/CS
Yeast, instant, “Saf-Instant”
17.5 oz. container, 20 per case
6
$39.53/CS
Yeast, instant, Dry
20/1 lb./cs
5
$39.53/CS
Pinto Beans, raw
50 lb. sack.
10
$14.07/SA
White Beans, small, raw
20 lb. Box
20
$14.23/BX
Lentils, raw
20 lb. Box.
10
$10.29/BX
Pink Beans, raw
25 lb. sack
20
$13.80/SA
Bean Green Fdsvc Trimmed Fresh
2/5 lb./Box
20
$32.00/BX
Peas, green split
20 lb. Box
20
$9.07/BX
Vinegar, red wine
4/1 gal. per case
5
$16.12/CS
Vinegar, white distilled
4/1 gal. per case
5
$11.41/CS
Vinegar, apple cider
4/1 gal. per case.
5
$18.86/CS
89264 Award
10/01/06 – RLM/CHO
Page 35 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
421. Vinegar, balsamic
imported, 12/16.75 oz. bottles per case.
422.
423.
424.
Estimated Price/Unit per year
Quantity
4
$40.07/CS
Vinegar, Raspberry
Imported, 12/14 oz. bottles/cs
4
$28.79/CS
Capers, nonpareil,
Imported, 12/32 oz. containers per case.
5
$33.32/CS
Sauce Peanut Bngkok
4/ 48 oz./cs
5
$32.01/CS
Salad Oil, Cottonseed, Pure
35 lb. container.
10
$23.75/CO
Oil Sesame Pure
4/1 gal./cs
10
$70.22/CS
10
$27.66/GL
Canola Oil, Salad
35 lb container
15
$21.11/CO
Liquid Oil, Ztf
1/35 lb. Container
10
$34.73/CO
Shortening, Pure Vegetable
All Purpose Oil, 100% Hydrogenated,
50 lb. per case
10
$27.29/CS
Shortening
High emulsify cake type, 50-lb per case.
5
$27.29/CS
Shortening, Procter & Gamble
“Butter It”, 3/1 gal./cs.
10
$27.99/CS
SALAD OIL
Item No. 425 must comply with
Federal Specification JJJ-S-30G
425.
426.
427. Olive Oil, Extra Virgin - Not
Pommace, 1 gal. container
428.
429.
430.
431.
432.
89264 Award
10/01/06 – RLM/CHO
Page 36 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
433.
434.
435.
436.
437.
438.
439.
440.
441.
442.
442A.
442B.
442C.
442D,
442E.
443.
444.
Article/Description
Estimated Price/Unit per year
Quantity
Shortening, Liquid Fry, Non
cholesterol, “Nutra Fry” – No
Substitute, 35 lb. container
20
$19.65/CO
Pan Coating Arsl Vegalene
6/21 oz. containers per case
10
$27.31/CS
Tea, Lipton
Hot tea bags, 6/100 per case
10
$39.47/CS
Tea Bag Green Zen
6/24 Ct Box per case
10
$15.71/CS
Tea, Lipton decaf
Hot tea bags, 6/100 per case
10
$25.29/CS
Coffee Ground Decaf. Seattle Best
42/2 oz./cs
10
$46.01/CS
Coffee Ground Fair Trade Reg
6/12 oz./cs
10
$39.44/CS
Coffee, Columbian
“S&W” in 6/3 lb. cans/cs.
NO AWARD
Coffee, Columbian
Decaf, in 6/3 lb. cans/cs
10
Coffee, Fresh Ground, in
5-lb. vacuum sealed bags
“Clayton” brand.
Clayton Blend
French Roast
Santori Blend
Clayton Decaf
$66.08/CS
NO AWARD
NO AWARD
NO AWARD
NO AWARD
NO AWARD
Coffee, Sanka, instant,
decaffeinated 1.5 grams per
carton – No Substitute
5
$48.16/CT
Coffee, Ground French Roast
6/12 oz. packs per case
20
$36.80/CS
89264 Award
10/01/06 – RLM/CHO
Page 37 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
445. Tea, Stash, herb, assorted
flavors, 3 boxes per case.
446.
Estimated Price/Unit per year
Quantity
NO AWARD
Tea, Bigelow, herb, assorted
flavors, 30 packs per box, 6
boxes per case.
20
$20.56/CS
Tea, Vitality “Cool Choice”
4/1 gl. cans per case
12
$36.04/CS
Tea Bag, Green
6/28 Ct./cs
10
$15.71/CS
Potato Chips
Highest first line quality
1 ¼ oz. bag, 48 bags per case
20
$19.76/CS
Tortilla Chips, Yellow
12 lb. per case
10
$11.79/CS
Snack Cheese Crunchy Hot LSS
60/2.125 oz/cs
10
$19.76/CS
452. Snack Cheese Crunchy Big Grab
60/2.125 oz./cs
10
$19.76/CS
20
$19.76/CS
Corn Chips
Highest first line quality
1 ¼ oz. bag, 46 bags per case.
20
$19.76/CS
Tortilla Chips, Assort. Flavors
Highest first line quality
1 ¼ oz. bag, 48 bags per case
20
$19.76/CS
Multigrain Chips, Orig. Big Grab
60/1.5 oz /cs
20
$19.76/CS
Potato Chips, Jalapeno Kettle
60/1.375 oz./cs
20
$21.18/CS
447.
448.
449.
450.
451.
452A. Barbecue Chips
Highest first line quality
1 ¼ oz. bag, 48 bas per case.
453.
454.
455.
456.
89264 Award
10/01/06 – RLM/CHO
Page 38 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
457.
Article/Description
Estimated Price/Unit per year
Quantity
Tortilla Chips, Nacho Cheese Lss
60/1.75 oz./cs
20
$19.76/CS
Wine, Burgundy Cooking Wine
4/1 gal. containers per case
5
$21.41/CS
Wine, Sauterne Cooking Wine
4/1 gal. containers per case.
5
$19.90/CS
Wine, Sherry Cooking Wine
4/1 gal. containers per case.
5
$22.60/CS
Wine Cooking Marsala
4/1 gal./containers per case
5
$24.98/CS
Cherry Mara Stem Jmbo Plastic
4/1 Gal./cs
10
$71.33/CS
Cherries, Red, Unsweetened
In water, 24/#300 cans/cs
7
$40.17/CS
Cranberry Sauce
Whole Berry, 6/#10 cans per case.
10
$37.81/CS
Prunes, Large Whole
6/4 lb. containers per case.
5
$58.13/CS
Fruit Cocktail, Canned
6/#10 cans per case, in
accordance with Federal
Specification: Z-F-1742/9A
30
$27.82/CS
Pineapple, Canned, Medium Whole
Slices, Min. 65 slices, 6/#10 cans pe
Case, must comply wit Federa
Specification: Z-F-1742/23B
20
$19.71/CS
Pineapple, Crushed
In juice, 6/#10 cans per case
10
$24.35/CS
WINE
458.
459.
460.
461.
CANNED FRUIT
462.
463.
464.
465.
466.
467.
468.
89264 Award
10/01/06 – RLM/CHO
Page 39 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
469.
470.
471.
472.
Article/Description
Estimated Price/Unit per year
Quantity
Applesauce, Canned, Blended
In heavy syrup, U.S. Grade “A”
6/#10 cans per case, “Sysco”
20
$19.06/CS
Peaches, Canned Yellow, Cling
Halves, Approximately 40 pieces.
6/#10 cans per case, must comply
with Federal Specification: Z-F 1742/21/A
20
$27.99/CS
Peaches, Canned, Yellow Cling Sliced
6/#10 cans per case, must comply with
Federal Specification: Z-F-1742/21/A
20
$25.01/CS
Pears, Canned, Halves
Approx. 40 pieces, 6/#10 cans per case
must comply with Federal Specification
Z-F-1742/22B
20
$27.99/CS
Beans, Canned, Green Round, Cut
Size 4, 6/#10 cans per case, must
Comply with Federal Specification:
JJJ-V-1746/2A
20
$22.05/CS
Beans, Kidney, Light
6/#10 cans per case
10
$18.01/CS
Beans, Garbanzo
6/#10 cans per case
10
$18.35/CS
Pepper, Red, Diced Sweet
6/#10 cans per case
5
$47.05/CS
Artichoke Hearts, Quartered
In water, 6/3 kilo cans/cs.
10
$63.40/CS
Beets, Canned, Sliced, Medium
Northwest Grown, size 5, 6/#10
cans per case, must comply with
Federal Specification: JJJ-V-1746/4A
10
$19.96./CS
CANNED VEGETABLES
473.
474.
475.
476.
477.
478.
89264 Award
10/01/06 – RLM/CHO
Page 40 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
479.
480.
481.
482.
483.
484.
485.
486.
487.
488.
489.
Article/Description
Estimated Price/Unit per year
Quantity
Beets, Canned Shoestring
Northwest Grown, 6/#10
cans per case, must comply
with Federal Specification: JJJ-V-1746/4A
20
$19.54/CS
Olives Kalamata Pitted
4/4 Lb. containers per case
10
$73.98/CS
Olives, Black, Large, Pitted
6/#10 cans per case.
10
$240.85/CS
Olives, Black, Sliced, in
6/#10 cans/cs
10
$30.71/CS
Olives, Black, Chopped
6/#10 cans per case.
10
$34.43/CS
Pumpkin, U.S. Grade “A”
6/#10 cans per case.
10
$31.81/CS
Tomato Puree, Canned, Type 1
Heavy concentration, fine texture,
1.07 specific gravity, U.S. Grade
“A”, 6/#10 cans per case, must
comply with Federal Specification:
JJJ-V-1745/23A
20
$15.22/CS
Tomato Diced ¼# Puree Salsa
6/#10/cs
20
$17.47/CS
Tomato Paste, Canned, Type 1
26-28% concentration, fine
texture, U.S. Grade “A”, 6/#10
cans per case, must comply with
Federal Specification
JJJ-V-1746/22A.
5
$24.51/CS
Marinara Sauce
Meatless spaghetti sauce, 6/#10
cans per case.
20
$27.04/CS
Pasta Sauce, Ultra Premium
Aldente Brand, 6/#10 cans
per case
10
$25.71/CS
89264 Award
10/01/06 – RLM/CHO
Page 41 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
490.
491.
492.
493.
494.
495.
496.
497.
498.
499.
500.
501.
502.
Article/Description
Estimated Price/Unit per year
Quantity
Tomatoes, Canned, Whole Peeled
Cored, Solid Pack, Type II, U.S
Grade “A”, drained weight not less
than 66 oz., 6/#10 cans per case “S & W”
40
$21.17/CS
Tomatoes, Ground Pear,
“7-11” Brand, 6/#10 cans/cs
40
$17.36/CS
Tomato Sauce
6/#10 cans per case.
10
$13.25/CS
Tomatoes, diced
In juice, 6/#10 cans per case.
25
$17.69/CS
Tomato Juice
U.S. Grade “A”. Fancy 48/6
oz. cans per case. “Sysco
10
$16.85/CS
V-8 Cocktail Juice
48/5.5 oz. cans/cs
10
$23.24/CS
Punch Flavor Bas
4/1 gl./cs.
40
$38.41/CS
Lemon Flavor Base
6/½-gl./cs.
20
$19.95/CS
Purified Water
12 oz bottles 28 per case
40
$3.98/CS
Water Spring Alpine
12/1.5 Lt/cs
50
$6.29/CS
Juice Passion Orange/Guava 4x1
4/3 Ltr/cs
20
$84.62/CS
Capri Sun, Fruit Drinks
Assorted flavors, 40/6.75 oz. bottles
per case
20
$11.76/CS
Fruit Juice, Organic – “Hansen’s”
Assorted flavors, 24/8 oz. bottles
per case.
89264 Award
10/01/06 – RLM/CHO
Page 42 of 108
NO AWARD
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
503.
504.
505.
506.
507.
508.
509.
510.
511.
512.
Article/Description
Estimated Price/Unit per year
Quantity
Cranberry Juice
12/46 oz. cans per case
10
Cranapple Juice
12/46/oz. cans per case
$21.19/CS
NO AWARD
Lemon Juice
Sunkist natural, 12/32 oz
containers per case
5
$19.16/CS
Lime Juice
Sunkist natural, 12/32 oz.
containers per case.
5
$17.69/CS
Soda 7-up
24/12 oz. Bottles/cs
20
$7.04/CS
Soda Coca Cola Classic
24/12 oz. Bottles/cs
10
$8.24/CS
Soda Orange
24/12 oz. Bottles/cs
10
$5.28/CS
Soda Root Beer
24/12 oz./Bootles/cs
20
$5.27/CS
Soda Coke Diet
24/12 oz./Bottles/cs
10
$8.24/CS
Tomatoes, Diced in Puree
6/#10 cans per case, “Sys Cls
30
$17.47/CS
Tuna, Canned, Fancy, Light
Chunk. In brine Type I, 6/6
½ oz. cans per case, in accordance
with Federal Specification:
PP-T-771B
10
$32.65/CS
Clams, Chopped
12/46 oz. cans per case,
“S & W”.
10
$81.81/CS
CANNED FISH PRODUCTS
513.
514.
89264 Award
10/01/06 – RLM/CHO
Page 43 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
515.
516.
Article/Description
Estimated Price/Unit per year
Quantity
Juice, Clam
12/46 oz. cans per case. NO MSG.
10
$19.61/CS
Anchovies, Filets in Olive Oil
12/13 oz. containers per case
10
$61.99/CS
ALFALFA SPROUTS
U.S. #1, 1 lb. bag.
16
$2.35/BG
ASPARAGUS
Standard, 15 lb. case
25
$32.82/CS
BROCCOLI
U.S. #1 Stalks 2" min., in 20 lb
minimum net weight per crate
16
$14.66/CR
CABBAGE
Green, U.S. #1, 1-1/2 lb. to 8 lb.
per head, in 50 lbs. minimum net weigh
per crate
4
$12.65/CR
CABBAGE
Red, U.S. #1, closely trimmed, 1-1/2
lb. to 8 lbs. per head in 50 lb. minimum
Net weight per crate
4
$19.12/CR
CARROTS
U.S. #1, Imperator, topped, washed, Jumbo
size, 4" to 9" in length, in 50 lb. minimum
net weight per bag.
4
$17.94/BG
Carrot Matchstick Shred
4/5 lb./cs
20
$19.79/CS
CAULIFLOWER
U.S. #1, 5" minimum, 9 heads per carton
cello-wrapped, in 18 lb. minimum
net weight per carton.
16
$12.06/CT
FRESH VEGETABLES
517.
518.
519.
520.
521.
522.
523.
524.
89264 Award
10/01/06 – RLM/CHO
Page 44 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
525.
Article/Description
Estimated Price/Unit per year
Quantity
CELERY
Pascal, U.S. #1, washed, 2 dozen count, in
10
$15.93/CR
5
$16.47/CR
5
$16.47/CR
5
$14.06/LU
5
$17.65/LU
Whole, Peeled, in 4/5-lb/cs.
4
$33.58/CS
GARLIC
Whole, Peeled, No. 2 in 3-lb bag
6
$6.71/BG
per dozen bunch
5
$17.53/BH
LETTUCE
Iceberg, U.S. #1, vacuum cooled,
1-1/2 to 2 dozen heads per carton,
in 35 lb. minimum net weight per carton
25
$14.04/CT
5
$12.62/CR
50 lb. minimum net weight per crate
526.
CORN, Yellow
Fresh, U.S. #1, 5 dozen count, in 40 lb
minimum net weight per crate
527.
CORN, White
Fresh, U.S. #1, 5 oz. count, in 40 lb
minimum net weight per crate.
528.
CUCUMBERS
U.S. #1, in 22 lb. minimum net weight
per lugs
529.
EGGPLANT
U.S. #1, 9 to 12 top, in 22 lb. minimum
net weight per lugs
530.
531.
532.
533.
534.
GARLIC
LEEKS
90% free from damage, medium size,
young, 10 lb. minimum net weight
LETTUCE
Green or Red, U.S. #1, 2 dozen
heads per crate, in 12 lb. minimum
net weight per crate
89264 Award
10/01/06 – RLM/CHO
Page 45 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
535.
536.
537.
Article/Description
Estimated Price/Unit per year
Quantity
LETTUCE
Butter, U.S. #1, 2 dozen heads per
crate, in 12 lb. minimum net weight
per crate.
5
$15.00/CR
LETTUCE
Green Leaf Crowns
1/10 lb. ct
10
$18.14/CT
2
$17.73/CT
8
$17.14/CT
Open mature, in 10 lb. per carton
8
$13.53/CT
ONIONS
Green, U.S. #1, medium size, 2 lb case.
10
$3.91/CS
PARSLEY
U.S. #1, Curly leaf, 1/6 ct./cs
3
$6.47/CS
PARSLEY
U.S. #1, 1/6 ct./cs.
3
$6.47/CS
PEPPERS, Bell
Green, large, sweet, U.S. #1, in
25 lb. minimum net weight per crate
10
$23.98/CR
PEPPERS, Bell
Red, large, sweet, U.S. #1, in
25 lb. minimum net weight per crate.
6
$25.71/CR
PEPPERS, Jalapeno
U.S. #1, in 5 lb. per carton.
2
$11.71/CT
SHALLOTS
Peeled Fresh 4/4 lb./Box
10
$43.36/BX
MUSHROOMS, Button
U.S. #1 in 10 lb. per carton
538.
MUSHROOMS, Medium
U.S. #1, white, 1-1/2" minimum
dia. in 10 lb. per carton.
539.
540.
541.
542.
543.
544
545
546.
MUSHROOMS
89264 Award
10/01/06 – RLM/CHO
Page 46 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
547.
548.
549.
550.
551.
552
553.
554.
555.
556.
Article/Description
Estimated Price/Unit per year
Quantity
ROMAINE
U.S. #1, packed, well trimmed, well
formed, 2 to 4 dozen packed in 30 lb
minimum net weight per crate
5
$17.98/CR
SPINACH
U.S. #1, medium, pre-washed, no stems
in 10 lb. per carton
4
$16.72/CT
RADISHES
U.S. #1, topped, red round, medium
size, in 5 lb. cello bag
5
$2.30/BG
BEAN SPROUTS
Fresh, 90% free from damage, in aerated
plastic 10 lb. per bag
4
$4.47/BG
BEANS
Snap, U.S. #1
20
$5.05/CS
SQUASH
Banana, U.S. #1
100
$.75/LB
SQUASH
Italian (Zucchini), U.S. #1,
1-1/2" to 2" diameter, in 20 lb
minimum net weight per box
12
$13.53/BX
SQUASH
Yellow, crook neck, U.S. #1, medium
size, in 25 lb. minimum net weight
per box.
5
$15.88/BX
SWEET POTATOES
Jersey type, U.S. #1, in 40 lb. net
weight basket
200
$1.09/LB
SWISS CHARD
90% free from damage, green, young
washed, 24 lb. case, 2 dozen per case
1
$37.83/CS
89264 Award
10/01/06 – RLM/CHO
Page 47 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
557.
558.
559.
560.
561.
562.
Article/Description
Estimated Price/Unit per year
Quantity
SWISS CHARD
90% free from damage, red, young
washed, 10 lb. minimum net weight
per dozen bunch.
16
$13.53/BH
TOMATOES
U.S. #1, pink to hard ripe, size
6 x 6 and larger, layer packed with
cardboard divider between layers, in
20 lb. minimum net weight per flat
16
$15.53/FL
TOMATOES
Cherry, U.S. #1, Ripe, no decay,
in 15 lbs. per flats
8
$14.12/FL
TOMATOES
ROMA, U.S. #1, Ripe, no decay, in
25 lbs. per flats
8
$17.18/FL
YAMS
Improved red, U.S. #1, in 40 lb.
minimum net weight per box
80
$.25.29/BX
BOK CHOY
90% free from damage, tender, washed
in 60 lb. per crates
4
$16.17/CR
APPLES
Red Delicious, Extra fancy, size 88
to 113 (as specified by ordering
activity), tray pack, in 40 lb
minimum net weight per carton
16
$30.52/CT
APPLES
Green, Granny Smith, extra fancy, size
88 to 113 (as specified by ordering
activity), tray pack, in 40 lb
minimum net weight per carton
10
$29.12/CT
FRESH FRUIT
563.
564.
89264 Award
10/01/06 – RLM/CHO
Page 48 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
565.
Article/Description
Estimated Price/Unit per year
Quantity
AVOCADOS
90% FFD, Fuerte HAAS, Nabal Variety, no
566.
567
568.
569.
570.
571.
572.
573.
decay, size 45 to 50, in 25 lb. minimum
net weight per lug.
5
$32.85/LU
APRICOTS
U.S. #1, minimum size 1", in 25 lb
minimum net weight per lug
4
$39.09/LU
BANANAS
90% FFD, in hands not less than 6" in
length, clean full hand, plump fingers
no top hand, full ripe, hard ripe, or
turning ripe as ordered, in 40 lb
minimum net weight carton, "Chiquita"
or acceptable equa
16
$18.24/CT
Banana Grn Turn To Yel Fresh
4/10 lb. cartons/case
10
$18.23/CS
GRAPES
White, seedless, U.S. #1, in 22 lb
minimum net weight per lug
4
$.31.70/LU
GRAPES
Red (Flame) seedless, U.S. #1, in
22 lb. net weight per lug
4
$23.20/LU
GRAPEFRUIT, White
U.S. #1, size 40, seedless preferred
in 30 lb. minimum net weight per carton
16
$18.64/CT
GRAPEFRUIT, RED
U.S. #1, seedless preferred, size 23
to 32 (as specified by ordering
activity), in 30 lb. minimum ne
weight per carton
4
$18.65/CT
KIWI FRUIT
U.S. #1, Ripe, no decay, 18-24 per
carton in 8 lb. minimum net weight
per carton
16
$14.60/CT
89264 Award
10/01/06 – RLM/CHO
Page 49 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
574.
575.
576.
577.
578.
579.
580.
581.
582.
583.
Article/Description
Estimated Price/Unit per year
Quantity
LEMONS
U.S. #1, size 115 to 165, unwrapped,
in 35 lb. minimum net weight double
thick sealed per carton
2
$27.06/CT
LIMES
U.S. #1, size 150 to 165, in 35 lb
minimum net weight per carton.
2
$22.29/CT
MELONS
Casaba, size 5 to 8, high commercia
grade, in 25 lb. minimum net weight
per carton
12
$13.94/CT
MELONS
Crenshaw, size 4 to 8, high commercial
grade in 25 lb. minimum net weight
per carton
16
$11.59/CT
lb. minimum net weight per carton
16
$10.64/CT
MELONS
Cantaloupe, U.S. #1, Jumbo size 18 to
23 count, 35 lb. minimum per crate
16
$12.84/CR
MELONS
Honeydew, orange flesh, U.S. #1
size 4 to 8, in 25 lb. per carton
12
$11.59/CT
Cranberry Dried
1/5 Lb. Box
10
$21.13/BX
WATERMELONS
U.S. #1, 12 lb. minimum, in
approximately 48 lb. net weight per crate
7
$13.49/CS
NECTARINES
U.S. #1, size 60 to 84, in 25
lb. weight per lug
4
$22.35/LU
MELONS
Honeydew, U.S. #1, size 5 to 8, in 25
89264 Award
10/01/06 – RLM/CHO
Page 50 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
584.
585.
586.
587.
588.
589.
Article/Description
Estimated Price/Unit per year
Quantity
ORANGES
Valencia or Navels, U.S. #1
size 113, in 35 lb. minimum
net weight double thick sealed
per carton
18
$16.15/CT
PEARS
Bartlett, U.S. #1, size 90 to 100
(as specified by ordering activity)
in 44 lb. minimum weight per carton.
2
$19.41/CT
PINEAPPLES
U.S. #1, Ripe, no decay, size 8 to
10 in 40 lb. minimum net weight
per carton.
4
$20.00/CT
PEACHES
U.S. #1, size 50 to 60, in 25 lb
minimum net weight per lug
4
$16.41/LU
25 lb. minimum weight per lug
4
$24.70/LU
STRAWBERRIES
U.S. #1, 12 pt. flat, in 10 lb
minimum net weight per flat
6
$14.95/FL
Potato Red A Size #1 Fresh
1/50 Lb. Sack
10
$25.69/SA
POTATOES,
Yukon Gold, U.S. #1, size “B”
in 50 lb. sack.
12
$31.76/SA
POTATOES
White Rose, U.S. #1, clean, size "A"
16 oz. maximum in 50 lb. per sack.
8
$20.59/SA
PLUMS
U.S. #1, Beauty or Santa Rosa, in
FRESH POTATOES AND ONIONS
590.
591.
592.
89264 Award
10/01/06 – RLM/CHO
Page 51 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
593.
Article/Description
Estimated Price/Unit per year
Quantity
POTATOES
Round red, U.S. #1, size "B", clean,
in 50 lb. per sack.
12
$31.79/SA
POTATOES
Russets, U.S. #1, clean 70 ct., in
50 lb. per carton
24
$22.95/CT
POTATOES
Russets, U.S. #1, clean 90 ct., in
50 lb. double thick sealed per carton
16
$17.07/CT
ONIONS, Red
U.S. #1, 3" min. dia. mild flavor,
in 25 lb. per sack
8
$12.80/SA
ONIONS, Yellow or White, JUMBO
U.S #1, 3 inch min. dia., 40% or
more 3 1/2" or larger in dia.,
mild flavor type, in 50 lb. per sack.
16
$15.41/SA
2
$6.47/BX
Ginger Root Fresh
1/5 lb. Box
10
$8.82/BX
600.
DILL, FRESH, 12 bu/cs
5
$7.82/CS
601.
TARAGON, FRESH, in
5-lb. packages
20
$7.06/PG
ROSEMARY, FRESH, 12/bu/cs
5
$14.94/CS
594.
595.
596.
597.
NOODLES
598.
CHINESE NOODLES
Fresh, flour, water, whole eggs,
salt, dusted with cornstarch, in
10 lb. per boxes
FRESH HERBS
599.
602.
89264 Award
10/01/06 – RLM/CHO
Page 52 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
603.
604.
Article/Description
Estimated Price/Unit per year
Quantity
Cilantro Clean Wash Fresh
4/1 lb. Bunches/case
10
$11.41/CS
BASIL, FRESH, in
1-lb. packages
50
$9.65/PG
Romaine Hearts
10 lb/box
20
$17.98/BX
Romaine Crowns
10 lb/box
20
$18.14/BX
Mixed Greens, “Spring
Mix” or “Mesculin” Style
3 lb/box
40
$6.74/BX
Lettuce, Salad Mix
“Chef’s Blend”
12 lb/box
20
$15.84/BX
BEEF
Cross Rib, Boneless, boned,
rolled, tied (BRT). I.M.P.S,
#114A (Shoulder Clod Roast) with
Flat Iron removed, U.S.D.A. Grade
“Choice”, yield 3 or better, 16
to 18 lbs., “Fresh Chilled”
1200
$3.45/LB
BEEF
Top Sirloin, 12 lb. and up, Grade
“Choice” “Fresh Chilled”.
1600
$3.46/LB
BEEF
Trip Tip Bottom, Sirloin Grade
peeled or trimed,
“Choice” fresh chilled in 10 lb
1000
$5.10/LB
LETTUCE
605.
606.
607.
608.
MEAT AND MEAT PRODUCTS
609.
610.
611.
89264 Award
10/01/06 – RLM/CHO
Page 53 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
612.
613.
614.
615.
616.
617.
618.
619.
Article/Description
Estimated Price/Unit per year
Quantity
BEEF
Rib, Roast, Ready, I.M.P.S., #109,
U.S.D.A. Grade “Choice”, 19 to 22
lbs., “Fresh Chilled”
100
$3.49/LB
BEEF
Rib, Ribeye Roll, Lip-on, I.M.P.S
#112A, U.S.D.A. Grade “Choice”, 9 to
11 Lbs., “Fresh Chilled”
100
$8.21/LB
BEEF
For Stewing, 1" cubes, I.M.P.S
#135A, U.S.D.A. Grade “Choice”
packed in 10 lb. carton lined
with plastic bags, “Fresh Frozen”
200
$3.15/LB
BEEF
Corned, Brisket, Boneless, Deckle
removed, I.M.P.S. #601, style “A”
(Drained), U.S.D.A.
No. 1", to 15 lbs. “Fresh Chilled”
300
$2.31/LB
BEEF
Back ribs, fresh frozen in 60 lb
case.
300
$.89/LB
BEEF
Top round split, cooked, 6-8 lbs.
Average, beef U.S.D.A. Grade “Choice”
250
$3.40/LB
BEEF
Ground coarse, all beef, 80% lean
U.S.D.A. Grade “Good” or better
fat content not to exceed 20%,
10 lb. boxes, “Fresh Chilled”
100
$1.72/LB
BEEF
Roast Pot Cooked 20% Wet,
2/8-10#
100
$3.34/LB
89264 Award
10/01/06 – RLM/CHO
Page 54 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
620.
621.
622.
623.
624.
625.
626.
Article/Description
Estimated Price/Unit per year
Quantity
BEEF
Beef Ground Chuck Patty Thick N Juicy,
45/5.33 oz
200
$2.76/LB
BEEF
Meatball/Pk Precooked .5 Oz
2/5 Lb
100
$1.96/LB
BEEF
Strip Boneless 1x1 Ch.
3/10-13#
250
$7.79/LB
BEEF
Potato Fry Steak Nw Grade A
6/5 Lb
150
$.50/LB
VEAL
Ground Veal Patties, I.M.P.S. #1396A,
U.S.D.A Grade “Choice” 100% veal, no
fillers or binders, 4 per lb. or 5 lb
(to be specified), packed
in 10 lb. boxes, “Fresh Frozen”
100
$2.29/LB
VEAL
Ground Veal Patties, Breaded,
I.M.P.S. #1396A, U.S.D.A. Grade
“Choice”, 100% Veal, no fillers
or binders, 3 per lb. or 5 per lb
(to be specified), packed in
10 lb. boxes, “Fresh Frozen”
100
$2.66/LB
LAMB
Leg, Oven prepared, boned, rolled,
and tied (BRT), I.M.P.S. 234A,
U.S.D.A. Grade “Choice”, 6 to 8
lbs., “Fresh Chilled”
100
$4.14/LB
89264 Award
10/01/06 – RLM/CHO
Page 55 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
627.
628.
629.
630.
631.
632.
633.
Article/Description
Estimated Price/Unit per year
Quantity
BACON
Sliced, Skinless, I.M.P.S #539,
U.S.D.A., “Selection No. 1”
slicer per lb.). In 10 lb. cartons,
“Fresh Chilled”, “Hormel Black Label
Brand”, “No Substitute”
200
$2.86/LB
BACON
Slab Slice 9/13 Ct Black
1/15 Lb
200
$2.86/LB
HAM
Flat, Tavern Style, water added
6 to 8 lbs. U.S.D.A.
No. 1", “Fresh Chilled”
400
$2.68/LB
HAM
Deli Style, in sock, boneless, Oval
shape or “Football Style U.S.D.A
“Selection No. 1”, 10 lbs., sectioned
and formed hams not acceptable,
“Fresh Chilled”.
800
$2.45/LB
HAM
Shoulder Hocks, Smoked, I.M.P.S. #561,
U.S.D.A.
each, “Fresh Frozen”
PORK
Spareribs, U.S.D.A.
3 and down, “Fresh and Chilled”.
NO AWARD
1200
$1.89/LB
40
$2.41/LB
PORK
Loin, Center Cut, boned, rolled, tied (BRT)
I.M.P.S. #412, U.S.D.A. “Selection No. 1”,
8-10 lbs., “Fresh Chilled
89264 Award
10/01/06 – RLM/CHO
Page 56 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
634.
635.
636.
637.
638.
639.
Article/Description
Estimated Price/Unit per year
Quantity
PORK TENDERLOINS
U.S.D.A. #1, fresh chilled.
600
$3.43/LB
PORK
Chop B/1 Cc 1” Thick, 20/10-12z
500
$4.14/LB
PORK
Chop Cc ¾” Seas Iqf 28/6 oz
400
$2.04/LB
PORK
Spare Rib 3.5-5.5 Frozen 1/10 Lb
500
$1.88/LB
PORK
Rib St Louis 2.25-2.50 S/R 14/2.5#dn
500
$3.03/LB
(uncooked), 4 to 8 lbs ., “FreshChilled”.
40
$1.88/LB
PASTRAMI, Bottom Round, Extra Lean
Beef, Pepper, Cooked, in 5 lb. block.
140
$3.77/LB
SAUSAGE
Bologna, I.M.P.S #801, Formula “B”
(Beef, Pork), Color “A” (Natural),
Style “B” (Natural Casings),
“FreshChilled”.
40
$2.94/LB
50
$3.27/LB
LUNCHEON Meat Loaf
I.M.P.S. #814 and #815, Pimento Loaf and
Olive Loaf to be included, fat content
not to exceed 20%, Formula to be specified,
Class “B” (unsmoked), shape “A”
(rectangular), Type “B”
640.
641.
642.
SAUSAGE
Dry Salami, Large, Italian Dried,
I.M.P.S. #808, Formula “E”, (Beef and Pork)
Style “B, (Natural Casings)), 2 to 5 lbs.,
2 to 3 inches diameter, unrefrigerated.
89264 Award
10/01/06 – RLM/CHO
Page 57 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item
No.
643.
644.
645.
646.
647.
648.
649.
650.
Article/Description
Estimated Price/Unit per year
Quantity
SAUSAGE Andouille
Louisiana, hot, packed in 4/10 lb box
50
$4.14/LB
SAUSAGE
Hot Link La 6x1 6”
1/10 Lb/Box
50
$2.88/LB
SAUSAGE
Italian Link 5x1,
50/3.2 Oz./Box
10
$24.71/BX
SAUSAGE
Kielbasa Link 4x1,
2/5 Lb./Box
50
$2.94/LB
SAUSAGE
Pork Pty Cooked 1.5 Oz, 1/10 Lb/Box
50
$2.47/LB
SAUSAGE
Cajun 6” 4x1, 2/5 lb. Box
50
$2.88/LB
SAUSAGE
Pork Link A/C Spec Recp, 96/1 oz. Box
100
$2.29/LB
SAUSAGE
NO AWARD
Chicken Bas S/Dry Tomato 5-1, 1/10 Lb. Box
651.
652.
SAUSAGE
Chicken Link Fiesta 4x1 3/5 Lb. Box
100
$5.34/LB
SALAMI, Italian Dry,
Sliced, “No Burn”, in 4/4 lb. case.
10
$55.48/CS
POULTRY PRODUCTS
Item 653 must comply with Federal
Specification PP0C248J.
U.S.D.A. Grade “A”
Maximum Moisture Content:
Chickens 5 lbs. or less 8%.
89264 Award
10/01/06 – RLM/CHO
Page 58 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
653. CHICKEN
Fryers, 2-1/2 to 3 lbs., Whole
eviscerated, without neck,heart
liver and gizzard, “Fresh Chilled”.
654.
655.
656.
657.
658.
659.
660.
661.
Estimated Price/Unit per year
Quantity
40
$.99/LB
CHICKEN
Fryers, 2-1/2 to 3 lbs., cut in
Quarters, “Fresh Chilled”.
100
$.98/LB
CHICKEN
Fryers, 3 – 3.5 lbs. cut in
quarters, “Fresh Chilled”.
100
$1.01/LB
Chicken Wing O Fire Cooked
1/10 Lb. Box
100
$3.47/LB
or ground turkey, 8-10 lb. average, 2 per case
10
$33.30/CS
TURKEY
Breast, over cooked, browned style
no gelatin, no ground turkey,
8-10-lb. average 2/cs
10
$48.62/CS
TURKEY
Roast Pot Cooked 3/6# avg
10
$38.34/CS
SHRIMP
Peeled & D Tiger Raw Tail On 21/25
4/2.5 Lb. Box/cs
15
$75.41/CS
SHRIMP
Peeled & D Tiger Raw T/On 31/35 4/2.5 Lb
10
$67.18/CS
TURKEY
Breast, cooked, no muscle, no gelatin
89264 Award
10/01/06 – RLM/CHO
Page 59 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
Estimated Price/Unit per year
Quantity
FOOD SERVICE CONTAINERS
662.
Cups, Paper Hot
8 oz., no handle (Not Styrofoam) 1,000/cs.
40
$58.39/CS
663.
Lid for Item #346 1,000/cs.
40
$52.75/CS
664.
Cup, Paper, Hot
12 oz. no handle (Not Styrofoam) 1,000/cs
10
$57.53/CS
Lid for Item #346B
1,000/cs
10
$35.76/CS
Cup, Paper, Hot
White 12 Oz. Sqt 20/50 Ct./cs
10
$66.32/CS
Cup, Paper, Cold
9 Oz.,12/100 C
10
$55.76/CS
35
$69.73/CS
Towel Roll Kitchen Perf Earth+
30/84 Ct/cs
20
$40.49/CS
Dinner Knife, stainless steel, Dominion
brand.
40
$3.05/DZ
Dinner Fork, stainless steel, Dominion
brand
40
$1.29/DZ
Teaspoon, stainless steel, Dominion
brand
40
$.81/DZ
Knives, Plastic, medium weight
1,000 per case
10
$27.94/CS
665.
666.
667.
668.
669.
670.
671.
672.
673.
Napkins
100% recycle, 13” x 17”, Color: Brown
100% Bleach-Free Process, 100% Post
Consumer Grade Material, 5,000 per
package.
89264 Award
10/01/06 – RLM/CHO
Page 60 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
674. Forks, Plastic, medium weight
1,000 per case
675.
676.
677.
678.
679.
680.
681.
682.
683.
684.
685.
686.
Estimated Price/Unit per year
Quantity
10
$28.18/CS
Teaspoons, Plastic, medium
weight, 1,000 per case.
10
$28.94/CS
Spoon, Plastic, Salad Red Brn 11”
1/6 Ct 500/case
10
$7.01/CS
Knife, Bread Scallpd Blue Sani
1/10”
10
$14.91/EA
Knife, Paring Clip-Point Sani-S
1/3 pack/cs
10
$10.80/CS
Paper Plate, 10 ½” dia., “Chinet”
500 per case
20
$70.52/CS
Paper Plate, 6” dia., “Chinet”
500 per case.
20
$48.11/CS
Paper Bowls, 8.75” dia., “Chinet”
500 per case
20
$61.62/CS
Paper, Plate, Pulp Wht 6 in
8/125 Ct/cs
20
$48.11/CS
Melamine, Plate, White
48/7.25 In./cs
25
$71.15/CS
Melamine, Plate, Tan
48/6.5 In./cs
20
$66.71/CS
Melamine, Plate, White
48/6.5 In./cs
20
$62.12/CS
Bowl Mixing S-S Im
1/3 Qt./3/c
10
$2.13/CS
89264 Award
10/01/06 – RLM/CHO
Page 61 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
687. Tumbler, Plastic Pebbled, Clear
9.5 oz. “Cambro”, 2.4 per case
688.
689.
690.
691.
692.
693.
694.
695.
696.
697.
698.
699.
Estimated Price/Unit per year
Quantity
20
$14.12/CS
Film, Foodwrap, PVC, in a 2,000
ft. roll box dispenser, 1 per case
10
$26.66/CS
Aluminum Foil, medium weight,
18” x 1,000 ft. roll, box dispenser,
1 per case
10
$61.65/CS
Wrap Paper Btchr 1100 Ft
1/24 In./1 each per case
10
$47.82/BX
Ladle 10.5 In Hndl S½ oz./ 1 each per box
10
$1.55/BX
Ladle 13.75 In Hndl S-S
1/6 oz./1 each per box
10
$1.91/BX
Ladle 13.75 In Hndl S-S
1/4/ oz./1 each per box
10
$1.75/BX
Cutter, Pizza Wheel S-S
1/4 In./1 each per box
10
$12.98/BX
Brush, Pastry Boar 3” W/Wd Hd
½ Ct./ 1 each per box
10
$14.38/BX
Peeler Swivel S-S Str Firmgrip
1 each per box
10
$3.93/BX
Tong Utility S-S
1/16 In./1 each per Box
10
$1.96/BX
Tong Utility S-S
1/12 In./1 each per Box
10
$1.65/BX
Pan Food Storage Ctr 4” Dp
1 each per box
10
$4.96/BX
89264 Award
10/01/06 – RLM/CHO
Page 62 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
700. Bag Paper Brown 12 Lb
1/500 Ct. Box
Estimated Price/Unit per year
Quantity
10
$16.49/BX
701.
Bag Poly Ice W/Bear Print 1.5g
1,000/10 lb. box
10
$61.64/BX
702.
Handle Wood Taprd 1 1/8”
6/60” per box
10
$18.08/BX
Handle Wood Thrd Mtl Tp 1 1/8
6/60” per box
10
$21.72/BX
Cutter Scraper Dough Sani-Sage
1/6”x 3”, 1 each per box
10
$5.82/BX
Disher Stnls Solid Ivory Handle
1/#10 per box
10
$5.88/BX
Disher Stnls Solid Yellow Handle
1/#20 per box
10
$5.88/BX
Disher Stnls W/Solid Grn Handle
1/#20 per box
10
$5.88/BX
Station Tray F/Fly Bait
2 each per box
10
$57.97/BX
Filter Coffee 17.75x7.5”
250/3 Gal per box
5
$8.70/BX
Liner Pan
1000/17”x25” per box
2
$40.80/BX
Shaker Disp Pepper Toast
60/1.5 oz, per box
10
$42.87/BX
Shaker disp Salt almond
96/4 oz., per box
10
$25.16/BX
703.
704.
705.
706.
707.
708.
709.
710.
711.
712.
89264 Award
10/01/06 – RLM/CHO
Page 63 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
713. Candle Birthday Spiral
12/24 ct, per box
714.
715.
716.
717.
Estimated Price/Unit per year
Quantity
2
$58.73/BX
Crock Plas Red Brn W Lid 1.5 qt.
1/3 ct, per case
5
$16.09/BX
Grill Brick 8x4x3.5
12/1 ct, per box
5
$20.43/BX
Stirrer Plas Cktl 5.5” Black
10/1000 ct., per box
10
$22.96/BX
Food Coloring Liquid Dye Bottles
10 per case
10
$7.48/BX
Platter Paper Pulp
0.75x12.5 4/125 ct/cs
10
$99.40/CS
Bag Paper Brn 20 Lb
1.500 ct Papcrft/cs
10
$27.48/CS
Bag Plas 10.5x11 Clr xhw Reclse
250/1 gal/cs
10
$53.42/CS
Wiper Towel F S Med blu
13.5”x 24” 150 each/cs
20
$39.09/CS
Towel Bar Full Terry Wht
17”x20” 12/each/cs
10
$9.00/CS
Trash Liners, 38” x 58”, 55 gal
2 mil, 200 per case. (Brown)
20
$118.96/CS
Trash Liners, 33” x 39”, 33 gal.
2 mil, 150 per case.)
10
$71.52/CS
FOODSERVICE – JANITORIAL
718.
719.
720.
721.
722.
723.
724.
89264 Award
10/01/06 – RLM/CHO
Page 64 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
725. Trash Liners, 36” x 58 1.5 mil Blk
726.
727.
728.
729.
730.
731.
732.
733.
734.
735.
736.
737.
Estimated Price/Unit per year
Quantity
100/55 Gal per case
10
$41.21/CS
Latex Gloves, handguard, 4/12 pair
per case.
20
$29.08/CS
Vinyl Gloves, Exam Powdered Small Ns
10/100 Ct. per case
20
$44.12/CS
Vinyl Gloves, Exam Powdered Large Ns
10/100 Ct. per case
20
$41.15/CS
Vinyl Gloves, Medium Powdered Medium Ns
10/100 Ct. per case
20
$41.15/CS
Synthetic Gloves, Exam Powdered Medium
Nonsterl 10/100 Ct. per case
20
$50.60/CS
Nitrile Gloves, Ck Surf Grn Large
24/pair per case
20
$37.29/CS
Nitrile Gloves, Ck Surf Grn Medium
24/pair per case
20
$39.53/CS
Nitrile Glove, Pot/Sink Grn Large
12/pair per case
20
$80.44/CS
Dishwashing Detergent, high temperature,
keystone, in a 2.5 gl. bucket
10
$64.04/BU
High Temperature Rinse Aid for
Commercial Dishwashing, in a 5-gal bucket
4
$102.08/BU
Bleach, Chlorine Liquid, 5.25%, 6/1
gal. containers per case
10
$11.59/CS
Cleaner Liquid With Bleach
6/32 oz. containers per case
10
$26.08/CS
89264 Award
10/01/06 – RLM/CHO
Page 65 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
738. Soap, Pots and Pans, Liquid,
739.
740.
741.
742.
743.
744.
745.
746.
747.
748.
749.
750.
Estimated Price/Unit per year
Quantity
Green detergent, 4/5 qt/cs.
10
$42.36/CS
Hand Soap, Dispenser, Antibacterial Carex, 10/1-liter containers
per case
10
$45.85/CS
Pad Scrub S-S 50 Gram
1.75 oz 112 ct./cs
10
$17.27/CS
Disinfectant Liquid Lemon
4/1 Gal Sys Rel/cs
10
$16.85/CS
Sponge Scrub Scotch-Brite
20/each 3M/cs
10
$25.65/CS
Cleaner Degreaser Real A Peel
4/1 Gal./cs
15
$55.05/CS
Mop Head, Ctn Medium Cut End 24 oz
1/3 Ct./cs
10
$15.53/CS
Mop Head Screw Type Blend 24 Oz
1/3 Ct./case
10
$13.19/CS
Mop Sponge, Blu/White W/Handle
1 Each/case
10
$14.27/CS
Mop Sponge Refill For
½ Ct/case
10
$13.42/CS
Mop Dish Cotton White W/Wood Hdl
1/12 In./case
20
$1.33/CS
Handle Mop Screw Type
6/60”/case
10
$17.08/CS
Broom, Angular Lobby
1/36 In.” box
20
$8.00/BX
89264 Award
10/01/06 – RLM/CHO
Page 66 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
_______________________________________________________________________________________
Award Sheets
Item Article/Description
No.
751. Broom, Push Garage Plastic
752.
753.
754.
755.
756.
757.
758.
759.
760.
761.
762.
763.
Estimated Price/Unit per year
Quantity
1/24” In. box
15
$11.98/BX
Broom, Push Garage Heavy Duty
1/18” In. box
15
$7.98/BX
Broom Lobby Corn Blnd 30 “ Hnd
6”/each per box
15
$17.38/BX
Broom Warehouse All Corn
6/32# per box
10
$48.67/BX
Broom Warehouse Corn Blend #32
6/32# per box
10
$38.44/BX
Brush, Deck Plastic Bristle
10/10” per box
10
$4.13/BX
Brush, Grill W Scraper
5/20” per box
10
$46.00/BX
Scraper Floor S-S
10/8” per box
10
$15.11/BX
Scraper Spatula White 16 ½
10/16.5” per box
10
$1.91/BX
Scraper Spatula White H-Heat
10/13.5” per box
10
$1.54/BX
Cart Utility 3 Shelf S-S 400#
18” x 31”, 1 per box
5
$223.32/BX
Griddle Screen 4”x 6”
10/20 Ct.
5
$40.72/CT
Brush, Pot Nylon Hercules
5/20” per Ct.
5
$10.54/CT
89264 Award
10/01/06 – RLM/CHO
Page 67 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
Award Sheets
Item Article/Description
No.
764. Pad Scour Grn 6”x 9” Antimicro
765.
766.
767.
768.
769.
Estimated Price/Unit per year
Quantity
20 per carton
5
$7.27/CT
Pan Dust Lobby Plastic W/Hndl
5 per box
10
$52.70/BX
Toilet Seat Cover, ½ fold, Ft. James
20/250 Ct. per case
5
$38.24/CS
Cover Seat Toilet 1/2f
20/250 Ct
10
$38.24/CT
Toilet Tissue Wrpd 2 Ply White
96/500 Ct
10
$65.89/CT
Plunger Drain
1 each per box
10
$4.13/BX
PERCENTAGE ABOVE CONTRACTOR’S LANDED
COST FOR ADDITIONAL RELATED ITEMS
15%
770.
771.
772.
773.
774
775.
Lighter Gas Butane Dispos
1 each per box
20
$3.54/BX
Charcoal Lighter Fluid
12/32 oz. cans per case
10
$39.89/CS
Charcoal Mesquite Chuck Box
1/40 lb. bag
20
$12.53/BG
Charcoal Briquet Hickory
1/20 lb.bag
20
$6.96/BG
Apron Bib Ctn/Poly White 32x34
1/6 Ct.
10
$19.58/CT
Shirt Cook White
X-Large, 5 per box
5
$59.50/BX
89264 Award
10/01/06 – RLM/CHO
Page 68 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
Terms Related to Bidding
1.
WHEN BIDS ARE DUE; BID OPENING PROCEDURES
Bids must be delivered before time set for bid opening. Bids will be opened by Purchasing at
the hour and place stated in the ad in the presence of bidders who attend, and bid prices will
be read upon request as time permits. Bidders may inspect the bids after award.
2.
ALTERNATES
When the name of a manufacturer, brand or make, with or without model number, is used in
describing any item in this document, bids for similar articles will be considered unless
otherwise stated. Purchasing shall be the sole judge as to whether such alternate articles are
acceptable. Unless bidder states to the contrary, articles offered will be assumed to be the
specific articles named in this document. If not offering the specific article named, bidder
should enclose with its bid full information, specifications and descriptive data on items
offered. Purchasing reserves the right to permit deviations from the specifications if any
article offered is substantially in accord with Purchasing’s specifications and is deemed by
Purchasing to be of as good quality and as fully satisfactory for its intended use. Bidder is
responsible for identifying any deviations from Purchasing’s specifications.
3.
ARTICLES FURNISHED
Articles and services must comply with applicable laws, ordinances and other legal
requirements, including (among others) the Cal-OSHA regulations in Title 8 of the Calif. Code
of Regulations and, for electrical products, Articles 89-6 and 90-71 of the S.F. Electrical Code.
In addition, if an electrical item has not been tested by a lab approved by City’s Dept. of Public
Works (DPW), Contractor will so notify the requesting department before delivery by writing
the department at the “Deliver to” address on the front of the Purchase Order. Approved
testing labs are: American Gas Assn.; Applied Research Labs; Electro-Test, Inc.; ETS
Testing Labs; Factory Mutual Research; Gas and Mechanical Lab; Underwriters Labs. When
a non-tested item is delivered, the department will request approval from DPW. If the
department is unable to obtain approval, City reserves the right to cancel the transaction and
return the item to Contractor, at no charge to City.
4.
PLACE OF MANUFACTURE
No article furnished shall have been made in prison or by convict labor, except, for articles
purchased for use by City’s detention facilities.
5.
CONDITION OF ARTICLE
Articles offered and furnished must be new and previously unused, and of manufacturer’s
latest model, unless otherwise specified herein.
89264 Award
10/01/06 – RLM/CHO
Page 69 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
6.
SAMPLES
Articles offered as equal to “City sample” must fully conform thereto; “City samples” may be
inspected at the place designated by Purchasing. Samples must be furnished as required in
this document. Those submitted by successful bidders may be retained for testing or checked
against deliveries, in which case allowance will be made to Contractor. Each sample shall be
plainly marked in a durable manner with the name of the bidder, the contract proposal
number, and the item number. Submitted sample will be deemed to be exactly what bidder
proposes to furnish unless otherwise clearly indicated by the bidder in writing with the
submittal of the sample. Sufficiency of sample will be determined by Purchasing. Do not
enclose sample with bid, and do not wrap bid in package with sample.
7.
FOB POINT
F.O.B. destination in SAN FRANCISCO, FREIGHT PREPAID AND ALLOWED.
8.
PRICE LIST DISCOUNTS
When bids are based on prices from a catalog or price list, bidder shall furnish copies of the
catalog or price list as required herein. Contractor shall furnish additional lists as required.
Bids will be considered for price lists offered other than specified provided the alternate price
list can be readily compared on an overall basis with the specified price list. Bidder’s price list
discounts must remain firm during the term of the contract.
9.
BIDDING ON SEPARATE ITEMS AND IN THE AGGREGATE
Bidders may bid separately for any item unless otherwise provided. Bidders may make an
offer on one, some or all items, unless otherwise provided.
10.
PRICES
Prices quoted must be fixed except as otherwise specified in this document. Any bid requiring
receipt of order in less than 30 days will be unacceptable unless otherwise specified herein.
11.
AWARDS; REJECTION OF BIDS
Purchasing may make awards on one, some or all services in a bid. Purchasing reserves the
right to reject any and all bids.
12.
CASH DISCOUNTS; TERMS OF PAYMENT
Cash discount (discount for prompt payment) will be taken into consideration in determining
the low bid under the following conditions:
A.
Discount period must be at least 30 days.
Example: “1%, 30 days. Net 31.”
B.
The maximum cash payment discount that will be considered when determining the
lowest bid will be %.
89264 Award
10/01/06 – RLM/CHO
Page 70 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
C.
The discount period will start upon date of completion or delivery of all items on any
Purchase Order or other authorization certified by Controller, or upon date of receipt of
properly prepared invoices covering such deliveries, whichever is later.
D.
Payment is deemed to be made, for the purpose of earning the discount, on the date
of mailing the City’s check.
Whether or not the discount is taken into consideration in determining the low bid, it will be
deducted from the invoice amount in accordance with the provisions of 12C and 12D above,
unless otherwise provided by bidder. No additional charge shall accrue against City in the
event that City does not make payment within any time specified by bidder.
13.
SUNSHINE ORDINANCE
In accordance with Sec. 67.24(e) of the San Francisco Administrative Code, contracts,
contractors’ bids, responses to RFPs and all other records of communications between City
and persons or firms seeking contracts shall be open to inspection immediately after a
contract has been awarded. Nothing in this provision requires the disclosure of a private
person’s or organization’s net worth or other proprietary financial data submitted for
qualification for a contract or other benefit until and unless that person or organization is
awarded the contract or benefit. Information provided which is covered by this paragraph will
be made available to the public upon request.
Terms Related to the Contract
14.
INSPECTION
All articles supplied shall be subject to inspection and rejection by Purchasing or any
department official responsible for inspection.
15.
CONTRACT INTERPRETATION: CHOICE OF LAW/VENUE; ASSIGNMENT
Should any questions arise as to the meaning and intent of the contract, the matter shall be
referred to Purchasing, who shall decide the true meaning and intent of the contract. This
contract shall be deemed to be made in, and shall be construed in accordance with the laws
of the State of California; the venue for all claims arising out of this contract shall be in San
Francisco. This contract may be assigned only with the written approval of Purchasing.
16.
HOLD HARMLESS AND INDEMNIFICATION
Contractor shall indemnify and save harmless City and its officers, agents and employees
from, and, if requested, shall defend them against any and all loss, cost, damage, injury,
liability, and claims thereof for injury to or death of a person, including employees of
Contractor or loss of or damage to property, arising directly or indirectly from Contractor’s
performance of this Contract, including, but not limited to, the use of Contractor’s facilities or
equipment provided by City or others, regardless of the negligence of, and regardless of
whether liability without fault is imposed or sought to be imposed on City, except to the extent
that such indemnity is void or otherwise unenforceable under applicable law in effect on or
validly retroactive to the date of this Contract, and except where such loss, damage, injury
89264 Award
10/01/06 – RLM/CHO
Page 71 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
, liability or claim is the result of the active negligence or willful misconduct of City and is not
contributed to by any act of, or by any omission to perform some duty imposed by law or
agreement on Contractor, its subcontractors or either’s agent or employee. The foregoing
indemnity shall include, without limitation, reasonable fees of attorneys, consultants and
experts and related costs and City’s costs of investigating any claims against the City.
In addition to Contractor’s obligation to indemnify City, Contractor specifically acknowledges
and agrees that it has an immediate and independent obligation to defend City from any claim
which actually or potentially falls within this indemnification provision, even if the allegations
are or may be groundless, false or fraudulent, which obligation arises at the time such claim is
tendered to Contractor by City and continues at all times thereafter.
Contractor shall indemnify and hold City harmless from all loss and liability, including
attorney’s fees, court costs and all other litigation expenses for any infringement of the patent
rights, copyright, trade secret or any other proprietary right or trademark, and all other
intellectual property claims of any person or persons in consequence of the use by City, or
any of its officers or agents, of articles or services to be supplied in the performance of this
Contract.
17.
FAILURE TO DELIVER
If Contractor fails to deliver an article or service of the quality, in the manner or within the time
called for by this Contract, such article or service may be bought from any source by
Purchasing and if a greater price than the contract price be paid, the excess price will be
charged to and collected from Contractor or sureties on its bond if bond has been required.
18.
BUDGET AND FISCAL PROVISIONS
This Contract is subject to the budget and fiscal provisions of City’s Charter. Charges will
accrue only after prior written authorization certified by the Controller, and amount of City’s
obligation hereunder shall not at any time exceed the amount certified for the purpose and
period stated in such advance authorization.
This Contract will terminate without penalty, liability or expense of any kind to City at the end
of any fiscal year if funds are not appropriated for the next succeeding fiscal year. If funds are
appropriated for a portion of the fiscal year, this Contract will terminate, without penalty,
liability or expense of any kind at the end of the term for which funds are appropriated.
City has no obligation to make appropriations for this Contract in lieu of appropriations for new
or other agreements. City budget decisions are subject to the discretion of the Mayor and the
Board of Supervisors. Contractor’s assumption of risk of possible non-appropriation is part of
the consideration for this Contract.
19.
DEFAULT; REMEDIES
On and after any event of default, City shall have the right to exercise its legal and equitable
remedies, including without limitation, the right to terminate this Contract or to seek specific
performance of all or any part of this Contract. In addition, City shall have the right (but no
obligation) to cure (or cause to be cured) on behalf of Contractor any event of default.
Contractor shall pay to City on demand all costs and expenses incurred by City in effecting
89264 Award
10/01/06 – RLM/CHO
Page 72 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
such cure, with interest thereon from the date of incurrence at the maximum rate then
permitted by law. City shall have the right to offset from any amounts due to Contractor under
this Contract or any other contract between City and Contractor all damages, losses, costs or
expenses incurred by City as a result of such event of default and any liquidated damages
due from Contractor pursuant to the terms of this Contract or any other contract.
All remedies provided for in this Contract may be exercised individually or in combination with
any other remedy available hereunder or under applicable laws, rules and regulations. The
exercise of any remedy shall not preclude or in any way be deemed to waive any other
remedy.
20.
TERMINATION FOR CONVENIENCE
City shall have the option, in its sole discretion, to terminate this Contract, at any time during
the term hereof, for convenience and without cause. City shall exercise this option by giving
Contractor written notice of termination. The notice shall specify the date on which
termination shall become effective.
In no event shall City be liable for costs incurred by Contractor or any of its subcontractors
after the termination date specified by City.
21.
GUARANTEED MAXIMUM COSTS
A.
The City’s obligation hereunder shall not at any time exceed the amount certified by
the Controller for the purpose and period stated in such certification.
B.
Except as may be provided by City ordinances governing emergency conditions, the
City and its employees and officers are not authorized to request Contractor to perform
services or to provide materials, equipment and supplies that would result in
Contractor performing services or providing materials, equipment and supplies that are
beyond the scope of the services, materials, equipment and supplies agreed upon in
the contract unless the contract is amended in writing and approved as required by law
to authorize the additional services, materials, equipment or supplies. The City is not
required to reimburse Contractor for services, materials, equipment or supplies that
are provided by Contractor which are beyond the scope of the services, materials,
equipment and supplies agreed upon in the contract and which were not approved by
a written amendment to the agreement having been lawfully executed by the City.
C.
The City and its employees and officers are not authorized to offer or promise to
Contractor additional funding for the contract which would exceed the maximum
amount of funding provided for in the contract for Contractor’s performance under the
contract. Additional funding for the contract in excess of the maximum provided in the
contract shall require lawful approval and certification by the Controller of the City.
The City is not required to honor any offered or promised additional funding for a
contract which exceeds the maximum provided in the contract which requires lawful
approval and certification of the Controller when the lawful approval and certification by
the Controller has not been obtained.
D.
Controller is not authorized to make payments on any contract for which funds have
not been certified as available in the budget or by supplemental appropriation.
89264 Award
10/01/06 – RLM/CHO
Page 73 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
22.
23.
TAXES
A.
Payment of any taxes, including possessory interest taxes and California sales and
use taxes, levied upon or as a result of this Contract, or the services delivered
pursuant hereto, shall be the obligation of Contractor.
B.
Contractor recognizes and understands that this Contract may create a “possessory
interest” for property tax purposes. Generally, such a possessory interest is not
created unless the Contract entitles the Contractor to possession, occupancy, or use
of City property for private gain. If such a possessory interest is created, then the
following shall apply:
(1)
Contractor, on behalf of itself and any permitted successors and assigns,
recognizes and understands that Contractor, and any permitted successors
and assigns, may be subject to real property tax assessments on the
possessory interest;
(2)
Contractor, on behalf of itself and any permitted successors and assigns,
recognizes and understands that the creation, extension, renewal, or
assignment of this Contract may result in a “change in ownership” for purposes
of real property taxes, and therefore may result in a revaluation of any
possessory interest created by this Contract. Contractor accordingly agrees on
behalf of itself and its permitted successors and assigns to report on behalf of
the City to the County Assessor the information required by Revenue and
Taxation Code section 480.5, as amended from time to time, and any
successor provision.
(3)
Contractor, on behalf of itself and any permitted successors and assigns,
recognizes and understands that other events also may cause a change of
ownership of the possessory interest and result in the revaluation of the
possessory interest. (see, e.g., Rev. & Tax. Code section 64, as amended
from time to time). Contractor accordingly agrees on behalf of itself and its
permitted successors and assigns to report any change in ownership to the
County Assessor, the State Board of Equalization or other public agency as
required by law.
(4)
Contractor further agrees to provide such other information as may be
requested by the City to enable the City to comply with any reporting
requirements for possessory interests that are imposed by applicable law.
USE OF CITY OPINION
Contractor shall not quote, paraphrase, or otherwise refer to or use any opinion of City, its
officers or agents, regarding Contractor or Contractor’s performance under this Contract
without prior written permission of Purchasing.
24.
NONDISCRIMINATION; PENALTIES
A.
Contractor Shall Not Discriminate. In the performance of this Contract, Contractor
agrees not to discriminate on the basis of the fact or perception of a person’s race
89264 Award
10/01/06 – RLM/CHO
Page 74 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
color, creed, religion, national origin, ancestry, age, sex, sexual orientation, gender
identity, domestic partner status, marital status, disability or AIDS or HIV status
(AIDS/HIV status) against any employee of, any City employee working with, or
applicant for employment with Contractor, in any of Contractor’s operations within the
U.S., or against any person seeking accommodations, advantages, facilities,
privileges, services, or membership in all business, social, or other establishments or
organizations operated by Contractor.
25.
B.
Subcontracts. Contractor shall incorporate by reference in all subcontracts the
provisions of Sections 12B.2(a), 12B.2(c)-(k), and 12C.3 of the San Francisco
Administrative Code and shall require all subcontractors to comply with such
provisions. Contractor’s failure to comply with the obligations in this subsection shall
constitute a material breach of this Contract.
C.
Nondiscrimination in Benefits. Contractor does not as of the date of this Contract
and will not during the term of this Contract, in any of its operations in San Francisco,
on real property owned by the City or where work is being performed for the City,
discriminate in the provision of bereavement leave, family medical leave, health
benefits, membership or membership discounts, moving expenses, pension and
retirement benefits or travel benefits, and any benefits other than the benefits specified
above, between employees with domestic partners and employees with spouses, or
between the domestic partners and spouses of such employees, if the domestic
partnership has been registered with a governmental entity pursuant to state or local
law authorizing such registration, subject to conditions set forth in San Francisco
Administrative Code Sec. 12B.2(b).
D.
Incorporation of Administrative Code Provisions by Reference. The provisions of
Chapters 12B and 12C of the San Francisco Administrative Code are incorporated by
reference and made a part of this Contract as though fully set forth herein. Contractor
shall comply fully with and be bound by all of the provisions that apply to this Contract
under such Chapters of the Administrative Code, including but not limited to the
remedies provided in such Chapters. Without limiting the foregoing, Contractor
understands that pursuant to Section 12B.2(h) of the San Francisco Administrative
Code, a penalty of $50 for each person for each calendar day during which such
person was discriminated against in violation of the provisions of this Contract may be
assessed against Contractor and/or deducted from any payments due Contractor.
DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION; LIQUIDATED DAMAGES
A.
The DBE Ordinance. Contractor shall comply with all the requirements of the
Disadvantaged Business Enterprise Ordinance set forth in Chapter 14A of the San
Francisco Administrative Code as it now exists or as it may be amended in the future
(collectively the “DBE Ordinance”), provided such amendments do not materially
increase Contractor’s obligations or liabilities, or materially diminish Contractor’s
rights, under this Contract. Such provisions of the DBE Ordinance are incorporated
by reference and made a part of this Contract as though fully set forth in this section.
Contractor’s willful failure to comply with any applicable provision of the DBE
Ordinance is a material breach of Contractor’s obligations under this Contract and
shall entitle City, subject to any applicable notice and cure provisions set forth in this
89264 Award
10/01/06 – RLM/CHO
Page 75 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
Contract, to exercise any of the remedies provided for under this Contract, under the
DBE Ordinance or otherwise available at law or in equity, which remedies shall be
cumulative unless this Contract expressly provides that any remedy is exclusive. In
addition, Contractor shall comply fully with all other applicable local, state and federal
laws prohibiting discrimination and requiring equal opportunity in contracting, including
subcontracting.
B.
Compliance and Enforcement.
Enforcement. If Contractor willfully fails to comply with any of the provisions of the
DBE Ordinance, the rules and regulations implementing the DBE Ordinance, or the
provisions of this Contract pertaining to DBE participation, Contractor shall be liable for
liquidated damages in an amount equal to Contractor’s net profit on this Contract, or
10% of the total amount of this Contract or $1,000, whichever is greatest. The Director
of the City’s Human Rights Commission or any other public official authorized to
enforce the DBE Ordinance sanctions against Contractor authorized in the DBE
Ordinance (separately and collectively, the “Director of HRC”) may also impose other
sanctions against Contractor authorized in the DBE Ordinance, including declaring the
Contractor to be irresponsible and ineligible to contract with the City for a period of up
to five years or revocation of the Contractor’s DBE certification. The Director of HRC
will determine the sanctions to be imposed, including the amount of liquidated
damages, after investigation pursuant to Administrative Code §14A.13(B).
By entering into this Contract, Contractor acknowledges and agrees that any liquidated
damages assessed by the Director of the HRC shall be payable to City upon demand.
Contractor further acknowledges and agrees that any liquidated damages assessed
may be withheld from any monies due to Contractor on any contract with City.
Contractor agrees to maintain records necessary for monitoring its compliance with the
DBE Ordinance for a period of three years following termination or expiration of this
Contract, and shall make such records available for audit and inspection by the
Director of HRC or the Controller upon request.
26.
MACBRIDE PRINCIPLES – NORTHERN IRELAND
The City and County of San Francisco urges companies doing business in Northern Ireland to
move towards resolving employment inequities, and encourages such companies to abide by
the MacBride Principles. The City and County of San Francisco urges San Francisco
companies to do business with corporations that abide by the MacBride principles.
27.
TROPICAL HARDWOOD AND VIRGIN REDWOOD BAN
The City and County of San Francisco urges contractors not to import, purchase, obtain, or
use for any purpose, any tropical hardwood, tropical hardwood product, virgin redwood or
virgin redwood product. If this order is for wood products or a service involving wood
products: (a) Chapter 8 of the Environment Code is incorporated herein and by reference
made a part hereof as though fully set forth. (b) Except as expressly permitted by the
application of Sections 802(B), 803(B), and 804(B) of the Environment Code, Contractor shall
not provide any items to the City in performance of this Contract which are tropical
hardwoods, tropical hardwood products, virgin redwood or virgin redwood products. (c)
89264 Award
10/01/06 – RLM/CHO
Page 76 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
Failure of Contractor to comply with any of the requirements of Chapter 8 of the Environment
Code shall be deemed a material breach of contract.
28.
RESOURCE CONSERVATION
Contractor agrees to comply fully with the provisions of Chapter 5 of the San Francisco
Environment Code (“Resource Conservation”), as amended from time to time. Said
provisions are incorporated herein by reference.
29.
SUBMITTING FALSE CLAIMS; MONETARY PENALTIES
Any contractor, subcontractor or consultant who commits any of the following acts shall be
liable to the City for three times the amount of damages which the City sustains because of
the act of that contractor, subcontractor or consultant. A contractor, subcontractor or
consultant who commits any of the following acts shall also be liable to the City for the costs,
including attorney’s fees, of a civil action brought to recover any of those penalties or
damages, and may be liable to the City for a civil penalty of up to $10,000 for each false claim:
(a) Knowingly presents or causes to be presented to an officer or employee of the City a false
claim or request for payment or approval. (b) Knowingly makes, uses, or causes to be made
or used a false record or statement to get a false claim paid or approved by the City. (c)
Conspires to defraud the City by getting a false claim allowed or paid by the City.
(d) Knowingly makes, uses, or causes to be made or used a false record or statement to
conceal, avoid, or decrease an obligation to pay or transmit money or property to the City. (e)
Is a beneficiary of an inadvertent submission of a false claim to the City, subsequently
discovers the falsity of the claim, and fails to disclose the false claim to the City within a
reasonable time after discovery of the false claim.
30.
LIABILITY OF CITY
CITY’S PAYMENT OBLIGATIONS UNDER THIS CONTRACT SHALL BE LIMITED TO THE PAYMENT
OF THE COMPENSATION PROVIDED FOR UNDER THIS CONTRACT. NOTWITHSTANDING ANY
OTHER PROVISION OF THIS CONTRACT, IN NO EVENT SHALL CITY BE LIABLE REGARDLESS
OF WHETHER ANY CLAIM IS BASED ON CONTRACT OR TORT, FOR ANY SPECIAL,
CONSEQUENTIAL, INDIRECT OR INCIDENTAL DAMAGES, INCLUDING, BUT NOT LIMITED TO,
LOST PROFITS, ARISING OUT OF OR IN CONNECTION WITH THIS CONTRACT OR THE
SERVICES PERFORMED IN CONNECTION WITH THIS CONTRACT.
31.
DRUG-FREE WORKPLACE POLICY
Contractor acknowledges that pursuant to the Federal Drug-Free Workplace Act of 1989, the
unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance
is prohibited on City premises. Contractor agrees that any violation of this prohibition by
Contractor, its employees, agents, or assigns will be deemed a material breach of this
Contract.
32.
COMPLIANCE WITH AMERICANS WITH DISABILITIES ACT
Contractor acknowledges that, pursuant to the Americans with Disabilities Act (ADA),
programs, services and other activities provided by a public entity to the public, whether
89264 Award
10/01/06 – RLM/CHO
Page 77 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
directly or through a contractor, must be accessible to the disabled public. Contractor shall
provide the services specified in this Contract in a manner that complies with the ADA and any
and all other applicable federal, state and local disability rights legislation. Contractor agrees
not to discriminate against disabled persons in the provision of services, benefits or activities
provided under this Contract and further agrees that any violation of this prohibition on the part
of Contractor, its employees, agents or assigns will constitute a material breach of this
Contract.
33.
COMPLIANCE WITH LAWS
Contractor shall keep itself fully informed of the City’s Charter, codes, ordinances and
regulations of the City and of all state, and federal laws in any manner affecting the
performance of this Contract, and must at all times comply with such local codes, ordinances,
and regulations and all applicable laws as they may be amended from time to time.
34.
BID PROTESTS
Bid protests for purchases of Commodities in excess of $50,000 shall be submitted and
responded to in accordance with Rules and Regulations 21.3(i) pertaining to the San
Francisco Administrative Code, Chapter 21.
End Bid and Contract Conditions
89264 Award
10/01/06 – RLM/CHO
Page 78 of 108
Printed on 30% PCW Recycled Paper
CONTRACT 89264
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS
These terms and conditions supplement the City’s Bid and Contract Conditions. In the event of a
conflict between these conditions and the preceding Bid and Contract Conditions, these conditions
shall take precedence.
35.
CONTRACT TERM
The contract period shall be for thirty-six 36 months. The term of this contract is the period
from award execution date, approximately October 1, 2006, or the above-stated term date,
whichever is later, through the last day of the month of a 36 consecutive month period.
36.
CONTRACT EXTENSION
This contract may be extended, all or in part, for a period or periods up to one year by
mutual agreement in writing. The maximum contract period shall not be more than 10 years.
37.
TOLL-FREE TELEPHONE NUMBER
A contractor located outside of the City and County of San Francisco is encouraged to
provide free telephone services for placing orders. This requirement can be met by
providing a toll-free telephone number or accepting collect calls. The free service may be a
consideration in evaluating this bid.
38.
DBE COMPLIANCE DECLARATION, HRC FORM 3
NOT USED
39.
AFFIRMATIVE ACTION
NOT USED
40.
DBE ORDINANCE
To qualify for a bid discount under the provisions of Administrative Code Chapter 14A, a
DBE must be certified by the Human Rights Commission by the Bid Due date.
The certification application is available from HRC (415) 252-2500, and on the web at:
http://www.sfgov.org/site/sfhumanrights
Click DBE, HRC Requirements & Forms.
Click Certification Application (Schedule D).
41.
CLAIM FOR PREFERENCE
To claim preference under the DBE Ordinance, See Bid Questionnaire attached.
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 79 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
42.
BID PREFERENCE FOR BROKERAGE SERVICES
Pursuant to Section 14A.8 of the Administrative Code, a bid preference will only be awarded
to a DBE, or a DBE joint venture where the DBE’s participation in the joint venture exceeds
35 percent, directly responsible for providing materials, equipment, supplies or services to
City as required by the Bid solicitation. A DBE will be deemed to be directly responsible for
providing the required commodity or service only if it regularly does business as a
manufacturer, or authorized manufacturer’s representative, dealer or distributor, stocking
distributor, franchisee, licensee, service provider, or has another direct agency relationship
with the manufacturer or provider of the solicited commodity or service, and has been so
certified by HRC.
A DBE will be considered to be “regularly doing business”, as that term is used in the
foregoing paragraph, if in the normal course of business, it stocks, warehouses or distributes
commodities to businesses or entities other than public entities having a disadvantaged
business preference program. Such a determination will be subject to audit by HRC.
No preference will be given to a DBE engaging in brokerage, referral or temporary
employment services not meeting this definition, unless those services are required and
specifically requested by the department.
43.
DBE SUBCONTRACTINGA. Subcontracting to DBEs
Bidder is encouraged to make good faith efforts to award subcontracts to City and
County of San Francisco-certified DBEs. This can be achieved through
subcontracting, subconsulting or supply opportunities. With the bid, the bidder is
encouraged to provide a description of the type of good faith efforts the bidder
estimates it may make under the contract.
B.
Examples of Good Faith Efforts
“Good Faith Efforts” include but are not limited to the following:
(1)
Identifying and selecting specific products or services which can be
subcontracted to certified DBEs;
(2)
Providing written notice to potential DBE subcontractors that bidder will be
bidding on this Contract and will be seeking subcontractors;
(3)
Advertising in one or more daily or weekly newspapers, trade association
publications, trade-oriented publications, trade journals, or other media,
specified by the City, for DBEs that are interested in participating in the project;
(4)
Following up on initial notices the Contractor sent to DBEs by contacting the
DBEs to determine whether they were interested in performing specific parts
of the project;
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 80 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
C.
(5)
Providing interested DBEs with information about the scope of work;
(6)
Negotiating in good faith with the DBEs, and not unjustifiably rejecting as
unsatisfactory proposals prepared by any DBEs, as determined by the City;
(7)
Where applicable, advising and making efforts to assist interested DBEs in
obtaining insurance required by the City and the prime contractor.
(8)
Making efforts to obtain DBE participation that the City could reasonably
expect would produce a level of participation sufficient to meet the City’s
goals and requirements.
Examples of Subcontracting
The following are examples of products or services which could be subcontracted
under this Contract. The list is not intended to be exhaustive:
D.
(1)
the products or services which the vendor in turn sells to the City, or
components of those products; (see Page 1 of the Bid Sheet);
(2)
packing containers and materials used to ship the City’s orders;
(3)
services of the carrier who delivers the City’s orders;
(4)
pro rata share of DBE spending which is part of the Contractor’s general and
administrative expenses, if the Contractor can show that the pro rata share
can be reasonably allocated to this contract.
Reports
On a quarterly (January 1 – March 31, April 1 – June 30, July 1 - September 30,
October 1 – December 31) basis, the Contractor will provide Purchasing with reports
on DBE subcontracting under this Contract. The report must include a narrative
description of the good faith efforts, if any, the Contractor has made during the
quarter to provide subcontracting opportunities to DBEs and to meet the percentage
goal.
E.
HRC Data on DBEs
Contractor will obtain from HRC a copy of HRC’s database of DBEs, and this or
other information from HRC, shall be the basis for determining whether a DBE is
confirmed with HRC. Contractor will obtain an updated copy of HRC’s database at
least quarterly. Please call HRC at (415) 252-2500.
44.
AUDIT AND INSPECTION OF RECORDS
Contractor agrees to maintain and make available to City during business hours accurate
books and accounting records relative to its activities under this Contract. Contractor will
permit City to audit, examine and make excerpts and transcripts from such books and
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 81 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
records, and to make audits of all invoices, materials, payrolls, records or personnel and
other data related to all other matters covered by this Contract, whether funded in whole or
in part under this Contract. Contractor shall maintain such data and records in an
accessible location and condition for a period of not less than five years after final payment
under this Contract or until after final audit has been resolved, whichever is later. The State
of California or any federal agency having an interest in the subject of this Contract shall
have the same rights conferred upon City by this Article.
45.
CONFLICT OF INTEREST
Through its execution of this Contract, Contractor acknowledges that it is familiar with the
provision of Section 15.103 of the City’s Charter; Article III, Chapter 2 of City’s Campaign
and Governmental Conduct Code, and Section 87100 et seq. and Section 1090 et seq. of
the Government Code of the State of California, and certifies that it does not know of any
facts which constitutes a violation of any said provisions and agrees that it will immediately
notify the City if it becomes aware of any such fact during the term of this Contract.
46.
NON-WAIVER OF RIGHTS
The omission by either party at any time to enforce any default or right reserved to it, or to
require performance of any of the terms, covenants, or provisions hereof by the other party
at the time designated, shall not be a waiver of any such default or right to which the party is
entitled, nor shall in any way affect the right of the party to enforce such provisions
thereafter.
47.
CONTRACTOR’S DEFAULT
If Contractor fails to fulfill its obligations under this Contract Proposal, whether or not said
obligations are specified in this section, Purchasing reserves the right to: (a) terminate this
contract at no cost to City; (b) take action in accordance with Sections 17 and 19, or
(c) exercise any other legal or equitable remedy.
48.
BANKRUPTCY
In the event that either party shall cease conducting business in the normal course, become
insolvent, make a general assignment for the benefit of creditors, suffer or permit the
appointment of a receiver for its business or assets or shall avail itself of, or become subject
to, any proceeding under the Federal Bankruptcy Act or any other statute of any state
relating to insolvency or the protection of rights of creditors, then at the option of the other
party this Contract shall terminate and be of no further force and effect, and any property or
rights of such other party, tangible or intangible, shall forthwith be returned to it.
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 82 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
49.
INCIDENTAL AND CONSEQUENTIAL DAMAGES
Contractor shall be responsible for incidental and consequential damages resulting in whole
or in part from Contractor’s acts or omissions. Nothing in this Contract shall constitute a
waiver or limitation of any rights which City may have under applicable law.
50.
REPORTS BY CONTRACTOR
MULTI-YEAR TERM CONTRACT
Each year, ninety (90) days before each anniversary date of this contract, Contractor must furnish a report of the
total items ordered under this contract during the preceding twelve months. The report must be in a format
acceptable to the City and must list by department or location the following: (1) all items awarded under this
contract; and, (2) total quantity and dollar value of each item ordered, including items for which there were no
orders. Contractor must also furnish a separate similar report for the total of all items ordered by City which are
not part of this contract.
Contractor shall send the reports to:
AND
Renee Muckeroy, Purchaser
Re: Term Contract No. 89264
Office of Contract Administration
Purchasing Division
City Hall, Room 430
1 Dr. Carlton B. Goodlett Place
San Francisco, CA 94102-4685
51.
RICHARD KIMBAL
Director of Purchasing and Contract
Administration
Recreation and Park Department
501 Stanyan Street
San Francisco, CA 94117
NOTICE TO PARTIES
All notices to be given by the parties hereto shall be in writing and served by depositing
same in the United States Post Office, postage paid and registered as follows:
Director of Purchasing
City and County of San Francisco
Office of Contract Administration – Purchasing
City Hall, Room 430
1 Dr. Carlton B. Goodlett Place
San Francisco, CA 94102-4685
52.
SUBCONTRACTING
Contractor is prohibited from subcontracting the direct supply of commodities under this
Contract unless such subcontracting is agreed to in writing by Purchasing. No party on the
basis of this Contract shall in any way contract on behalf of or in the name of the other party of
this Contract, and violation of this provision shall confer no rights on any party and any action
taken shall be void.
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 83 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
53.
INDEPENDENT CONTRACTOR
Contractor or any agent or employee of Contractor shall be deemed at all times to be an
independent contractor and is wholly responsible for the manner in which it performs the
services and work requested by City under this Contract. Contractor or any agent or
employee of Contractor shall not have employee status with City, nor be entitled to
participate in any plans, arrangements, or distributions by City pertaining to or in connection
with any retirement, health or other benefits that City may offer its employees. Contractor or
any agent or employee of Contractor is liable for the acts and omissions of itself, its
employees and its agents. Contractor shall be responsible for all obligations and payments,
whether imposed by federal, state or local law, including, but not limited to, FICA, income tax
withholdings, unemployment compensation, insurance, and other similar responsibilities
related to Contractor’s performing services and work, or any agent or employee of
Contractor providing same. Nothing in this Contract shall be construed as creating an
employment or agency relationship between City and Contractor or any agent or employee
of Contractor.
Any terms in this Contract referring to direction from City shall be construed as providing for
direction as to policy and the result of Contractor’s work only, and not as to the means by
which such a result is obtained. City does not retain the right to control the means or the
method by which Contractor performs work under this Contract.
54.
SEVERABILITY
Should the application of any provision of this Contract to any particular facts or
circumstances be found by a court of competent jurisdiction to be invalid or unenforceable,
then (a) the validity of other provisions of this Contract shall not be affected or impaired
thereby, and (b) such provision shall be enforced to the maximum extent possible so as to
effect the intent of the parties and shall be reformed without further action by the parties to
the extent necessary to make such provision valid and enforceable.
55.
EMERGENCY – PRIORITY 1 SERVICE
In case of an emergency that affects the San Francisco Bay Area, Contractor will give the
City and County of San Francisco Priority 1 service. Contractor will make every good faith
effort in attempting to deliver products using all modes of transportation available.
Contractor shall provide a 24-hour emergency telephone number of a company
representative who is able to receive and process orders for immediate delivery or will-call in
the event of an emergency.
In addition, Contractor shall charge fair and competitive prices for items and services
ordered during an emergency and not covered under the awarded contract.
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 84 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
56.
REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION – IRS
FORM W-9
See attached Form P-225, Standard Bid Forms, Item 1.
57.
TERM BID – QUANTITIES
This is a term, indefinite quantities contract. Unless otherwise specified herein, deliveries
will be required in quantities and at times as ordered during the period of the contract.
Estimated quantities are approximate only. City, in its sole discretion, may purchase any
greater or lesser quantity.
Purchasing may make minor purchases of items requested in City’s advertisement for bids
or Contractor’s bid from other vendors when Purchasing determines, in its sole discretion,
that the City has an immediate need for such items or that it is not practical to purchase
against this Contract.
58.
FIRST SOURCE HIRING PROGRAM (FSHP)
If the contract is for more than $50,000, the successful bidder will be required to agree to
comply fully with and be bound by the provisions of the First Source Hiring Program
ordinance, as set forth in San Francisco Administrative Code Chapter 83. Generally, this
ordinance requires contractors to notify the First Source Hiring Program of available entry
level jobs and provide the Workforce Development System with the first opportunity to refer
qualified individuals for employment.
Contractors should consult the San Francisco Administrative Code to determine their
compliance obligations under this Chapter. For additional information regarding the FSHP,
call (415) 401-4935.
A.
Incorporation of Administrative Code Provisions by Reference
The provisions of Chapter 83 of the San Francisco Administrative Code are
incorporated in this Section by reference and made a part of this Contract as though
fully set forth herein. Contractor shall comply fully with, and be bound by, all of the
provisions that apply to this Contract under such Chapter, including but not limited to
the remedies provided therein. Capitalized terms used in this Section and not defined
in this Contract shall have the meanings assigned to such terms in Chapter 83.
B.
First Source Hiring Agreement
(1)
89264 Award
10/01/06 – RLM/cho
Contractor will comply with First Source interviewing, recruitment and hiring
requirements, which will provide the San Francisco Workforce Development
System with the exclusive opportunity to initially provide Qualified
Economically Disadvantaged Individuals for consideration for employment for
Entry Level Positions. The duration of the First Source interviewing
Rev. 10/05
Page 85 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
requirement shall be ten (10) days, unless business necessity requires a
shorter period of time.
C.
(2)
Contractor will comply with requirements for providing timely, appropriate
notification of available Entry Level Positions to the San Francisco Workforce
Development System so that the System may train and refer an adequate
pool of Qualified Economically Disadvantaged Individuals to participating
Employers.
(3)
Contractor agrees to use good faith efforts to comply with the First Source
hiring requirements. A contractor may establish its good faith efforts by filling:
1) its first available Entry Level Position with a job applicant referred through
the First Source Program; and, 2) fifty percent (50%) of its subsequent
available Entry Level Positions with job applicants referred through the San
Francisco Workforce Development System. Failure to meet this target, while
not imputing bad faith, may result in a review of the Contractor’s employment
records.
Hiring Decisions
Contractor shall make the final determination of whether an Economically
Disadvantaged Individual referred by the System is “qualified” for the position.
D.
Exceptions
Upon application by Employer, the First Source Hiring Administration may grant an
exception to any or all of the requirements of Chapter 83 in any situation where it
concludes that compliance with this Chapter would cause economic hardship.
E.
Liquidated Damages
Violation of the requirements of Chapter 83 is subject to an assessment of liquidated
damages in the amount of $2,070 for every new hire for an Entry Level Position
improperly withheld from the First Source hiring process. The assessment of
liquidated damages and the evaluation of any defenses or mitigating factors shall be
made by the FSHA.
F.
Subcontracts
Any subcontract entered into by Contractor shall require the subcontractor to comply
with the requirements of Chapter 83 and shall contain contractual obligations
substantially the same as those set forth in this section.
59.
EARNED INCOME CREDIT (EIC) FORMS
Administrative Code section 12O requires that employers provide their employees with IRS
Form W-5 (The Earned Income Credit Advance Payment Certificate) and the IRS EIC
Schedule, as set forth below. Employers can locate these forms at the IRS Office, on the
Internet, or anywhere that Federal Tax Forms can be found.
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 86 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
A.
60.
Contractor shall provide the Earned Income Credit (EIC) Form to each Eligible
Employee at each of the following times:
(1)
within 30 days following the date on which the applicable Contract or Contract
Modification becomes effective (unless Contractor has already provided such
EIC Forms at least once during the calendar year in question);
(2)
promptly after any Eligible Employee is hired by Contractor; and
(3)
annually between January 1 and January 31 of each calendar year during the
term of the Contract.
B.
Failure to comply with the foregoing requirement shall constitute a material breach by
Contractor of the terms of the Contract.
C.
If within 30 days after the Contractor receives written notice of such a breach,
Contractor fails to cure such breach or, if such breach cannot reasonably be cured
within such period of 30 days, Contractor fails to commence efforts to cure within
such period, or thereafter fails to diligently pursue such cure to completion, the City
may pursue any rights or remedies available under the terms of the Contract or
under applicable law.
LIMITATIONS ON CONTRIBUTIONS
Through execution of this Contract, Contractor acknowledges that it is familiar with section
1.126 of the City’s Campaign and Governmental Conduct Code, which prohibits any person
who contracts with the City for the rendition of personal services or for the furnishing of any
material, supplies or equipment to the City, whenever such transaction would require
approval by a City elective officer of the board on which that City elective officer serves, from
making any campaign contribution to the officer at any time from the commencement of
negotiations for the contract until the later of either (1) the termination of negotiations for
such contract or (2) three months after the date the contract is approved by the City elective
officer or the board on which that City elective officer serves.
61.
PROHIBITION ON POLITICAL ACTIVITY WITH CITY FUNDS
In accordance with San Francisco Administrative Code Chapter 12.G, Contractor may not
participate in, support, or attempt to influence any political campaign for a candidate or for a
ballot measure (collectively, “Political Activity”) in the performance of the services provided
under this Contract. Contractor agrees to comply with San Francisco Administrative Code
Chapter 12.G and any implementing rules and regulations promulgated by the City’s
Controller. The terms and provisions of Chapter 12.G are incorporated herein by this
reference. In the event Contractor violates the provisions of this section, the City may, in
addition to any other rights or remedies available hereunder, (i) terminate this contract, and (ii)
prohibit Contractor from bidding on or receiving any new City contract for a period of two (2)
years. The Controller will not consider Contractor’s use of profit as a violation of this Section.
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 87 of 108
Printed on 30% PCW Recycled Paper8
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
62.
PRESERVATIVE-TREATED WOOD CONTAINING ARSENIC
Contractor may not purchase preservative-treated wood products containing arsenic in the
performance of this Contract unless an exemption from the requirements of Chapter 13 of
the San Francisco Environment Code is obtained from the Department of the Environment
under Section 1304 of the Administrative Code. The term “preservative-treated wood
containing arsenic” shall mean wood treated with a preservative that contains arsenic,
elemental arsenic or an arsenic copper combination, including, but not limited to, chromated
copper arsenate preservative, ammoniacal copper zinc arsenate preservative, or
ammoniacal copper arsenate preservative. Contractor may purchase preservative-treated
wood products on the list of environmentally preferable alternatives prepared and adopted
by the Department of the Environment. This provision does not preclude Contractor from
purchasing preservative-treated wood containing arsenic for saltwater immersion. The term
“saltwater immersion” shall mean a pressure-treated wood that is used for construction
purposes or facilities that are partially or totally immersed in saltwater.
63.
CONTRACT PRODUCT / SERVICE QUALITY REPORT
The attached report form (Attachment A) will be provided to departments using this Contract.
Users of the contract may complete and return these reports at any time during the life of
the contract. The purpose of the report is to monitor contractor performance and determine
supplier successes or shortcomings. Each report will be sent to the awarded
supplier/contractor. They will have an opportunity to respond to the information provided by
the department. Quality reports that go unresolved to the satisfaction of the Purchaser may
be used as a basis for commencement of partial or complete contract default proceedings.
64.
NONDISCLOSURE OF PRIVATE INFORMATION
As of March 5, 2005, Contractor agrees to comply fully with and be bound by all of the
provisions of Chapter 12M of the San Francisco Administrative Code (the “Nondisclosure of
Private Information Ordinance”), including the remedies provided. The provisions of the
Nondisclosure of Private Information Ordinance are incorporated herein by reference and
made a part of this Contract as though fully set forth. Capitalized terms used in this section
and not defined in this Contract shall have the meanings assigned to such terms in the
Nondisclosure of Private Information Ordinance. Consistent with the requirements of the
Nondisclosure of Private Information Ordinance, Contractor agrees to the following:
A.
Neither Contractor nor any of its Subcontractors shall disclose Private Information
obtained from the City in the performance of this Contract to any other
Subcontractor, person, or other entity, unless one of the following is true:
1)
The disclosure is authorized by this Contract;
2)
The Contractor received advance written approval from the Contracting
Department to disclose the information; or
3)
The disclosure is required by law or judicial order.
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 88 of 108
Printed on 30% PCW Recycled Paper8
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
65.
B.
Any disclosure or use of Private Information authorized by this Contract shall be in
accordance with any conditions or restrictions stated in this Contract. Any disclosure
or use of Private Information authorized by a Contracting Department shall be in
accordance with any conditions or restrictions stated in the approval.
C.
Private Information shall mean any information that: (1) could be used to identify an
individual, including without limitation, name, address, social security number,
medical information, financial information, date and location of birth, and names of
relatives; or (2) the law forbids any person from disclosing.
D.
Any failure of Contractor to comply with the Nondisclosure of Private Information
Ordinance shall be a material breach of this Contract. In such an event, in addition
to any other remedies available to it under equity or law, the City may terminate this
Contract, debar Contractor, or bring a false claim action against Contractor.
GRAFFITI REMOVAL
Graffiti is detrimental to the health, safety and welfare of the community in that it promotes a
perception in the community that the laws protecting public and private property can be
disregarded with impunity. This perception fosters a sense of disrespect of the law that
results in an increase in crime; degrades the community and leads to urban blight; is
detrimental to property values, business opportunities and the enjoyment of life; is
inconsistent with the City’s property maintenance goals and aesthetic standards; and results
in additional graffiti and in other properties becoming the target of graffiti unless it is quickly
removed from public and private property. Graffiti results in visual pollution and is a public
nuisance. Graffiti must be abated as quickly as possible to avoid detrimental impacts on the
City and County and its residents, and to prevent the further spread of graffiti.
Contractor shall remove all graffiti from any real property owned or leased by Contractor in
the City and County of San Francisco within forty-eight (48) hours of the earlier of
Contractor’s (a) discovery or notification of the graffiti or (b) receipt of notification of the
graffiti from the Department of Public Works. This section is not intended to require a
Contractor to breach any lease or other agreement that it may have concerning its use of
the real property. The term “graffiti” means any inscription, word, figure, marking or design
that is affixed, marked, etched, scratched, drawn or painted on any building, structure,
fixture or other improvement, whether permanent or temporary, including by way of example
only and without limitation, signs, banners, billboards and fencing surrounding construction
sites, whether public or private, without the consent or the owner of the property or the
owner’s authorized agent, and which is visible from the public right-of-way. “Graffiti” shall
not include: (1) any sign or banner that is authorized by, and in compliance with, the
applicable requirements of the San Francisco Public Works Code, the San Francisco
Planning Code or the San Francisco Building Code; or (2) any mural or other painting or
marking on the property that is protected as a work of fine art under the California Art
Preservation Act (California Civil Code Sections 987 et seq.) or as a work of visual art under
the Federal Visual Artists Rights Act of 1990 (17 U.S.C. §§ 101 et seq.)
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 89 of 108
Printed on 30% PCW Recycled Paper8
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT
89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
GENERAL CONDITIONS (Continued)
Any failure of Contractor to Comply with this section of this Contract shall constitute a default
of this Contract.
66.
MODIFICATION OF CONTRACT
This Contract may not be modified, nor may compliance with any of its terms be waived,
except by written instrument executed and approved in the same manner as this Contract.
End General Conditions
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 90 of 108
Printed on 30% PCW Recycled Paper8
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING DIVISION
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
67.
PURPOSE
The purpose of this contract is to provide food and food service supplies for the City
and County of San Francisco, Department of Recreation and Parks Facility, Camp
Mather, Tuolumne County, California. Camp Mather is approximately 15 minutes
driving time north west of Northern Yosemite Gate entrance.
68.
PRE-BID CONFERENCE
A Pre-bid Conference will be held as follows:
DATE:
July 27, 2006
TIME:
11:00 a.m. in Room 431A
PLACE:
City and County of San Francisco
Office of Contract Administration-Purchasing
City Hall, Room 431A
1 Dr. Carlton B. Goodlett Place
San Francisco, CA 94102-4685
Although not mandatory, attendance at the conference is strongly urged for all
prospective bidders on this contract.
NOTE: Please bring a copy of this contract proposal to the Pre-bid Conference.
It is requested that bidder’s questions concerning this Contract Proposal be submitted
by mail or fax at least 72 hours prior to the date and time of the Pre-bid Conference
and directed to:
Renee Muckeroy, Purchase
City and County of San Francisco
Office of Contract Administration
Purchasing Division
City Hall, Room 430
1 Dr. Goodlett Place
San Francisco, CA 94102-4685
FAX 415-554-6717
Please reference Contract Proposal No. 89264..
89264 Award
10/01/06 – RLM/cho
Rev. 10/05
Page 91 of 108
Printed on 30% PCW Recycled Paper8
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
The Pre-bid Conference will begin at the time specified, and company
representatives are urged to arrive on time. Topics already covered will not be
repeated for the benefit of late arrivals. Failure to attend the Pre-bid Conference
shall not excuse the successful bidder from any obligations of the contract. Written
Change Notice will execute any change or addition to the requirements contained in
this Contract Proposal, as a result of the Pre-bid Conference.
69.
SPECIFICATIONS
Contractor must comply with the following specifications, or their latest revision, for
providing Food and Food Service Items to Camp Mather, Tuolumne County,
California.

FROZEN FOOD.
A. All frozen fruits must conform to the standards of the United States Department
of Agriculture “Grade A”, Federal Specification No. Z-F-1743 or latest revision.
B. All frozen vegetables must conform to the standards of the United States
Department of Agriculture “Grade A”, Federal Specification No. HHH-V-1745, or
latest revision.
C. Certificate and lot numbers must be provided for frozen fruit and vegetables in
compliance with United States Department of Agriculture “Grade A”,
Requirements.
D. All frozen fruit and vegetables must be packed in containers, suitable for
extended freezer storage.

MILK AND DAIRY PRODUCTS
E. All milk products are to be refrigerated or jacketed so that the milk products will
arrive at Camp Mather properly chilled.
F. All milk must be fluid, fresh, homogenized, pasteurized and containing the legal
minimum butterfat content.
G. Milk will be covered as required. A schedule of stated quantities will be issued to
the contractor in advance. The schedule will be adhered to as far as possible.
H. All milk and dairy products must be pasteurized and inspected by State and/or
local agency.
89264 Award
10/1/06 –RLM/cho
Page 92 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
I. All eggs must be fresh and inspected by USDA

GROCERIES AND FOOD SERVICE SUPPLIES
J. All grocery products must fully comply with the Federal Specification, their latest
revisions, indicated on the Bid Sheet.
K. All canned fruits must be packed in heavy syrup, unless otherwise indicated.
L. All canned fruits and vegetables must be of the current season pick.
M. All canned fruits and vegetables must conform to United States Department of
Agriculture Specifications for canned fruits and vegetables, minimum drained
weight and fill out containers.
N. All canned vegetables and fruits must be U.S. Grade “A” unless otherwise
specified.
O. Cans are to bear the regular trade label showing brand, name of packer,
distributor and net weight of contents.
P. All prepackaged and preprocessed food products used shall meet the standards
set forth and the requirements of the California Sherman Food and Drug Act.

MEAT AND POULTRY
Q.
All items furnished under this contract must be in strict accordance with the
Specifications, or their latest revision, stated on the Bid Sheets unless
otherwise stated herein and must be the best available.
R
INSPECTION CERTIFICATE issued by the U.S. Department of Agriculture, to
be furnished with each delivery, the cost of which is to be paid by the
Contractor.
S.
All items other than sacks must be delivered in lidded crates.

FRESH FRUIT AND VEGETABLES
T.
89264 Award
10/1/06 –RLM/cho
All items furnished under this contract must be in strict accordance with the
Specifications stated on the Bid Sheets unless otherwise stated herein and
must be the best available.
Page 93 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
70.
U.
Potato and Onion sacks must be marked “U.S. No. 1”.
V.
INSPECTION CERTIFICATE issued by the U.S. Department of Agriculture, to
be furnished with each delivery, the cost of which is to be paid by the
Contractor.
W.
All items other than sacks must be delivered in lidded crates.
BIDDER’S/CONTRACTORS QUALIFICATIONS AND REQUIREMENTS
A.
Contractor shall assign a Marketing Associate and/or a Customer Service
Representative to service Camp Mather’s account. The Marketing Associate
and/or Customer Service Representative will maintain contact with Camp
Mather’s chef to review service requirements.
B.
In order to receive consideration, Bidder/Contractor must have in-depth
technical knowledge and experience in the products covered by the contract.
Contractor must have and maintain, throughout the contract term, and any
extension thereof, stocking levels of 25% on all products and articles required
by the City Department. Failure to maintain adequate stock may result in the
Purchaser invoking the Contractor’s Default clause (General Condition No.
47) of the contract. Contractor must maintain stock as specified in other
sections of this contract and adequate facilities to allow for immediate pick-up
of “will-call” orders placed by the City Department.
C.
Contractor must have a storage warehouse, distribution facility, parking area
and will-call counter for City Department pick-ups.
D.
The City may require Contractor to provide within seven (7) working business
days from the date they are requested to do so, information and
documentation requested by Purchaser, including but not limited to: sources
of supply, distribution, dealership or agency agreements and authorizations
from manufacturer’s they claim to represent, lines of credit with financial
institutions from manufacturer’s they claim to represent, lines of credit with
financial institutions and suppliers, numbers of employees, trade references
and any other information to determine the Contractor’s fitness to supply the
contract requirements.
E.
The City reserves the right to reject any bid on which information submitted by
Bidder fails to satisfy the City and/or Bidder is unable to supply information
and documentation within the period of time requested.
F.
The City reserves the right to inspect Contractor’s place of business, including
Contractor’s existing stock prior to award or during the contract term, to aid
Purchaser in determining Contractor’s ability to satisfy the terms and
conditions of the contract.
89264 Award
10/1/06 –RLM/cho
Page 94 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
71.
G.
Contractor must maintain normal business hours of at least 7:00 A.M. to 5:00
P.M., Monday through Friday throughout the term of the contract, and be
open at all times during that period.
H.
Contractor must be capable of producing usage reports required under
General Condition No. 50 of this contract.
I.
City reserves the right to terminate this contract if information requested from
and submitted by Contractor fails to satisfy City and/or Contractor is unable to
provide the information and/or documentation within the period requested.
J.
The Contractor is required to provide City Departments with all items covered
by this contract within the time call for by the City Department ordering the
item(s). If Contractor does not have the contract item available within the time
specified by the ordering department, the contractor must acquire the contract
item from any source and deliver within the time requested by the ordering
department. The City shall pay only the contract price. Failure to provide the
items called for by the ordering department will result in the Purchaser
invoking Section 20 of the contract “Failure to Deliver”.
DELIVERY
Contractor must comply with the following delivery requirements. Failure to comply
with all requirements may result in termination of contract in accordance with
Contractor’s Default clause of the contract.
A. Services to be rendered three days a week Monday through Sunday, 8:00 A.M. –
1:00 P.M. Specific delivery requirements will be at the direction of the Camp
Chef. A person, not a recording device, must take orders phoned in. A fax
number must be provided for faxed in orders.
B. Contractor may occasionally be required to deliver upon shorter notice. In some
cases, pick-up may be made at supplier’s place of business by the designated
authority from the Camp Chef.
C. All deliveries must be made in refrigerated truck(s) and each container or
package must be clearly labeled with the contents of the container and the net
weight of the product within the container.
D. No substitution will be allowed. Contractor must deliver the exact order placed
by the ordering Department. Failure to make exact deliveries may result in
termination of the contract.
89264 Award
10/1/06 –RLM/cho
Page 95 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
E. Any item delivered in a condition unsatisfactory to the Camp Chef will be refused,
and replacement made within 24-hours.
F. Emergency deliveries (as reasonable determined by the Camp Chef) shall be
delivered promptly by best means possible, at no additional cost to the City, if
ordered during normal business hours. Contractor shall notify the department of
the estimated time of delivery.
G. Contractor shall notify the user department immediately, if unable to deliver the
quantity ordered. Contractor MUST notify and obtain the approval from the user
department, twenty-four (24) hours prior to delivery of any back-order items.
User department may reject back-order items.
H. All deliveries must include a packing slip that includes the following information:





Complete description including manufacturer’s name and number.
Quantity ordered.
Contract and contract item numbers.
Back ordered items and amount back-ordered.
Date back-ordered items will be delivered.
I. All deliveries must be made F.O.B. Destination, Camp Mather, Tuolumne
County, California.
72.
CITY DEPARTMENT’S RESPONSIBILITIES
City Department ordering items from Contractor(s) shall:
A. Maintain adequate stock of most commonly used items to minimize emergency
orders whenever possible and as applicable to their operations.
B. Monitor and document Contractor(s) performance and furnish Purchaser copies
of records, correspondence and all other documentation relevant to Contractor(s)
performance.
C. Inspect material received from Contractor(s) immediately upon delivery and
reject or return damaged or incorrect material for replacement or credit.
D. Establish quality control measures, as applicable to department’s operation and
report, through documentation, to Purchaser and Contractor any product defects
or premature failures.
89264 Award
10/1/06 –RLM/cho
Page 96 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
E. Provide the Purchasing Department with documentation of unsatisfactory
performance of the contract vendor and receive authorization from the
Purchasing Department prior to placing orders with another vendor.
F. Verify Contractor(s) invoices and ensure that payment terms reflect any
applicable cash discount for payment within 30 days when stated in the contract.
G. Show any applicable cash discount for payment within 30 days on all ordering
and payment documents issued for purchases under the contract, otherwise
Purchasing and Controller will return such documents unapproved.
H. Process invoices in a timely manner so as to benefit the City from any cash
discount offered for prompt payment.
73.
AUDIT AND INSPECTION OF RECORDS
Contractor agrees to maintain and make available to City during business hours
accurate books and accounting records relative to its activities under this contract.
Contractor will permit City to audit, examine and make excerpts and transcripts
from such books and records, and to make audits of all invoices, materials, payrolls,
records of personnel and other data related to all other matters covered by this
contract, whether funded in whole or in part under this contract.
Contractor shall maintain such data and records in an accessible location and
condition for a period of no less than five years after final payment under this
contract federal agency having an interest in the subject of this contract shall have
the same rights conferred upon City by this Article.
74.
ABBREVIATIONS
Abbreviations used in “UNIT” column of the Bid Sheet are as follows:
BG = Bag
BH = Bunch
BX = Box
CO = Container
CR = Crate
CS = Case
CT = Carton
DZ = Dozen
EA = Each
89264 Award
10/1/06 –RLM/cho
Page 97 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
FL = Flat
GL = Gallon
LU = Lug
PG = Package
PK = Pack
QT = Quart
SA = Sack
75.
QUANTITIES
All quantities are estimated. Unless otherwise specified herein, deliveries will be
required in quantities and at times as ordered during the period of the contract.
76.
PACKAGING AND LABELING
If bidder is offering packaging that differs from that contained in the written
specifications, the bidder must indicate clearly the packaging that they are offering.
Where no alternate packaging information is entered on the Bid Sheet, the bidder
agrees to furnish the specified packaging.
Contractor will be required to deliver items ordered under the contract packaged to
strict manufacturers maximum standards to ensure delivery in undamaged condition
accepted. Each package must be properly labeled with printed complete
description, size and quantity of products contained in each package. Orders
received without compliance with these packaging and labeling requirements will be
rejected by City Department.
Items received in damaged condition will be rejected by user departments and/or
returned for immediate replacement or credit by Contractor with all freight charges at
contractor’s expense.
77.
SAMPLES
A. Samples of any or all items to be furnished under this contract, may be required
from bidder prior to award, at no cost to the City. The sample(s) must be exact in
all details including manufacturer, model/style number, color and materials.
B. Bidder must provide all samples within 10 working days of notification. Failure of
bidder to provide all required samples within 10 working days of notification may
result in rejection of offer.
89264 Award
10/1/06 –RLM/cho
Page 98 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
C. All samples must be individually marked with the bidder’s name, address, City
Contract Proposal Number and Contract Proposal Item Number. All samples are
to be delivered to the following address
Recreation and Park Department
City and County of San Francisco
McLaren Lodge Annex, 1st Floor
501 Stanyan Street
San Francisco, CA 94117
Attn: Richard Kimball,
Purchasing/Contract Administration Manager
D. All samples submitted will not be returned. Samples submitted by Contractor will
be retained by the City for comparison with items Contractor delivers under the
contract.
E. Samples shall not be enclosed with bid. The Purchaser reserves the right to
refuse consideration of any bid, which is enclosed with or attached to sample.
78.
QUALITY CONTROL
A. Throughout the term of the contract and any extension thereof, City will cause
comparisons to be made between contract items delivered by Contractor with
contract specifications and samples provided prior to contract award.
B. In the event that any article fails to equal the specifications and samples in
quality, workmanship or compliance with the specifications, Purchaser may
invoke Contractor’s Default clause, and terminate this contract or take other
appropriate action.
C. If the items inspected do not conform to the specifications for such items, the
cost of such inspection, as determined by the Purchaser, will be charged to
Contractor.
79.
ALTERNATES
A. Alternate items will be considered, if not otherwise indicated. Each bidder shall
offer only one product (brand/model/style) for each item contained in this contract
proposal. The words “acceptable equal” may be presumed to follow any brand
name that meets the specifications contained therein.
89264 Award
10/1/06 –RLM/cho
Page 99 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
B. If bidder is offering an alternate to the brand/model/style specified in the contract,
bidder must clearly indicate on the Bid Sheet the alternate brand/model/style they
are offering. When a bidder does not state a brand/model/style on their Bid
Sheet, Purchaser will evaluate that item as the specified brand/model/style.
C. Bidder must submit, on a separate sheet of paper, a detailed listing of any
deviation from the contract specifications for each alternate item they are
offering. Failure to submit such documentation may result in rejection of
the alternate item.
80.
ADDITIONAL NEW ITEMS
A.
Additional items may be added to this contract, by mutual agreement of the
parties.
B.
Aggregated cost of all items added to the contract during the contract term
shall not exceed 20% of the total estimated value (cost) of the original
contract.
C.
All requests to add additional items to the contract must be submitted by City
Departments in writing to the Purchasing Department. All requests must
include complete specifications, estimated quantities for the remainder of the
contract period and a price quotation (supported by manufacturer’s invoice)
provided by Contractor, for each item.
D.
All additional items added to the contract shall be approved through issuance
of a contract modification.
E.
In the event the aggregated cost of the contract would be increased by more
than 20% of the total estimated value of the original contract, all additional
items in excess of the 20% limit will be bid in accordance with previous
Purchasing Rules and Regulations.
F.
The resulting bid award shall be added to the contract through a contract
modification and include Contractor’s name and information, complete item
description (brand name and number, if applicable), delivery information and
pricing information.
G.
The contract term for the additional items added to the contract after the initial
award shall be the remaining term of the existing contract and any extension
thereof.
89264 Award
10/1/06 –RLM/cho
Page 100 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
81.
H.
Due to market fluctuation, prices for any new items added to this contract
shall not exceed 10% above the Contractor’s landed cost.
I.
Contractor must furnish to the user department(s), a copy of their invoice to
support the price of each product.
INSPECTION AND RETURNS
A. The Purchaser may inspect or cause to be inspected, deliveries of any item
herein. If the item inspected does not conform to the specifications for such item
the cost of such inspection, as determined by the Purchaser, will be charged to
the contractor.
B. Upon delivery, ordering department will check the items for compliance to
specifications. If any item is found unacceptable, the department will notify the
contractor for pick-up of product(s). The contractor shall issue a credit to the
department.
82.
WILL CALL ORDERS
Orders may be placed on a “will-call” basis. Upon ordering, the department shall
provide the PO number and the name of the person or person’s authorized to pickup the order. Requesting department will pick-up the order at the Contractor’s
facilities.
83.
SUBSTITUTIONS
When “NO SUBSTITUTE” is indicated for any item(s), only the brand specified may
be bid.
84.
PALLETS
Contractor shall pick-up all contractor-owned empty pallets from the off loading
receiving area(s) after each delivery or within 24-hours of call by department
between deliveries.
85.
PRICE
A.
89264 Award
10/1/06 –RLM/cho
Only prices that appear on City’s Contract Proposal Bid Sheets will be
considered. No other pages with prices or attached price lists and/or catalog
prices will be considered as valid bid prices.
Page 101 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
B.
This is a thirty-six (36) months contract. There after all prices will be
adjusted upward or downward as follows:
All milk products (items#156-165, 181, 184 and 187) shall be in accordance
with the California Dairy Board Schedules.
All fresh fruit, vegetables, meat and meat products, poultry and fish products
prices shall be firm for the first thirty (30) days of the contract period and then
adjusted monthly in an amount not to exceed 15% over the contractors
landed cost.
Prices for all other items shall remain firm for the first six (6) months of the
contract term and adjusted each six (6) months thereafter in amount not to
exceed 15% over contractors landed cost.
Note: Landed cost shall mean only the direct cost paid by the contractor for each
item including all freight and delivery charges..
C.
Bid Prices will be checked against current average market prices. Any
contractor found submitting artificially low prices for any item or items in their
bid proposal will have their bid rejected.
D.
Some fresh fruit or vegetable items may not be available in the market place at
the time bidder submits their bid. Bidders must indicated said item(s) and state
what month the item will become available and provide an accurate estimated
price.
Contractor will notify all users when an item contained in the contract is not
available due to seasonal changes. This notification must be made at least 30
days in advance.
86.
BID EVALUATION
Bid prices will be evaluated as follows:
Except as otherwise noted on Bid Sheets, bid prices will be evaluated for each item
based on the estimated quantity times the bid price per specified unit, less
applicable discount payment terms offered (see Bid and Contract Condition 12), less
any applicable DBE preference (see General. Conditions 40 through 42) and
applicable sales tax adjustment (See Special Condition 87).
89264 Award
10/1/06 –RLM/cho
Page 102 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
Purchasing will attempt to evaluate this contract proposal package within thirty (30)
days after receipt of bids(s). If Purchasing requires additional evaluation time, all
bidders will be notified in writing of the new expected award date.
87.
ADJUSTMENT OF BID PRICE FOR SALES TAX
In accordance with Administrative Code Chapter 21C, for bid purposes, Purchasing
will reduce your bid based on any sales tax revenue the City would receive from this
purchase.
88.
AWARD
Minimum orders, quantities or dollar amounts for items bid will not be considered as
a valid bid.
A.
Award will be made to the lowest responsive and responsible bidder by in the
aggregate of any or all items.
B.
In determining the award, Purchasing will take into consideration, but will not
be limited to:
1.
2.
3.
C.
89.
Price (evaluated)
Satisfactory review of bidder’s qualifications
Any other factors deemed pertinent
The Purchaser reserves the right to make “No Award” for any item or group of
items.
AWARDED ITEMS
A.
Any substitution of awarded items made without the expressed written
permission of the user department or its representative will be cause for
termination of the contract.
B.
If during the term of the contract, a contract item is determined to be
unacceptable for a particular use, and such is documented by a City
department and as determined by Purchasing, it is understood and agreed
that the item will be canceled and removed from the contract without penalty
to City. City’s sole obligation to Contractor is payment of deliveries made prior
to the cancellation date. City shall give the Contractor ten days notice prior to
any cancellation. City will purchase the required replacement item from any
source and in the manner as determined by Purchasing.
89264 Award
10/1/06 –RLM/cho
Page 103 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
90.
91.
C.
If a contracted item has been discontinued by the manufacturer or is deemed
temporarily unavailable, it will be the responsibility of the Contractor to search
the marketplace and find an acceptable equal substitute in the time required
for delivery and at the contract price.
D.
Contractor must notify Purchasing by certified mail, 30 days in advance of any
changes in the description of article, brand, product code or packaging. Any
changes made without the approval of Purchasing may constitute default and
result in the City invoking General Condition No. 19.
ORDERING
A.
Items to be furnished under this contract shall be ordered by the issuance of a
Direct Purchase Order Release by the City department during the effective
period of the contract.
B.
All invoices for payments shall show the Direct Purchase Order Number
against the Citywide Blanket Purchase Order number, complete description of
item/s, quantities, and contract pricing.
BILLING
All invoices must show the Contract Number, Citywide Blanket Purchase Order
Number, contract item number, complete description of products being purchased,
quantity ordered, contract payment terms and contract price.
City, on orders covered by this contract, will honor no minimum order charges.
Contractor must accept and process, without any extra charges, orders for any small
quantity as requested by City.
Failure to submit invoices with all the required information, or invoices that contain
inaccurate information will not be processed for payment.
All discount periods will begin only when City receives a properly completed invoice
containing all the required information. Note: Invoices must be submitted in
triplicate.
92.
PAYMENT
A.
89264 Award
10/1/06 –RLM/cho
In accordance with the prices quoted in the successful bid and subject to any
applicable discount provision contained in said bid, City agrees to pay for all
products at said price. City shall make payments to Contractor in arrears, for
completed orders, throughout the term of the contract.
Page 104 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
B.
93.
Invoices submitted by Contractor must be in a form acceptable to Purchasing
and Controller. All amounts paid by City to Contractor shall be subject to
audit by City.
TERMS OF PAYMENT
Bidder may offer any discount for payment of purchases made within 30 days of
receipt of invoice. However, for the purpose of this bid proposal, the maximum
discount that will be applied for bid evaluation purposes will be 2%. Any discount
offered above the 2% limit will be taken as a trade discount, and will be deducted
from the invoice amount without regard to payment date.
94.
BID SECURITY
Each bid must be accompanied by an original bid bond, or money order, or a
cashier’s check or certified check in the amount of $1,000.00 payable to the City and
County of San Francisco, to guarantee the filing of Performance Bond and Insurance
Certificates, and proper execution of the contract. Personal or company checks
will not be accepted. Any proposal submitted without the proper bid security shall
be determined to be non-responsive and result in the rejection of the bid.
After the successful bidder has furnished the required documents or the City has
rejected proposals, all bid proposal securities, except those which may have been
forfeited, will be returned to the respective bidders whose proposals they
accompanied.
95.
INSURANCE
Prior to award, the successful bidder or bidders will be required to furnish evidence
of insurance as follows:
A.
89264 Award
10/1/06 –RLM/cho
Without in any way limiting Contractor’s liability pursuant to the
“Indemnification” section of this contract, Contractor must maintain in force,
during the full term of the contract, insurance in the following amounts and
coverages
1.
Worker’s Compensation, with Employers’ Liability limits not less than
$1,000,000 each accident.
2.
Commercial General Liability Insurance with limits not less than
$1,000,000 each occurrence Combined Single Limit Bodily Injury and
Page 105 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
Property Damage, including Contractual Liability, Independent
Contractor, Broad Form Property Damages, Personal Injury, Products
and Completed Operations.
3.
B.
C.
Commercial Automobile Liability Insurance with limits not less than
$1,000,000 each occurrence Combined Single Limit Bodily Injury and
Property Damage, including Owned and Non-owned and Hired Auto
Coverages, as applicable.
Commercial General Liability and Commercial Automobile Liability Insurance
policies shall be endorsed to provide the following:
1.
Name as ADDITIONAL INSUREDS, the City and County of San
Francisco, its Officers, Agents, and Employees.
2.
That such policies are primary insurance to any other insurance
available to the Additional Insureds, with respect to any claims arising
out of this contract, and that insurance applies separately to each
insured against whom claim is made or suite is brought.
ALL POLICIES SHALL BE ENDORSED TO PROVIDE:
Thirty days advance written notice to City of cancellation, non-renewal or
reduction in coverage, mailed to the following address:
Director, Office of Contract Administration
Purchasing Division
City and County of San Francisco
City Hall, Room 430
1 Dr. Carlton B. Goodlett Place
San Francisco, CA 94102-4685\
D.
89264 Award
10/1/06 –RLM/cho
Should any of the required insurance be provided under a claims-made form,
Contractor shall maintain such coverage continuously throughout the term of
this contract and without lapse, for a period of three years beyond the
contract expiration, to the effect that, should occurrences during the contract
term give rise to claims made after expiration of the contract, such claims
shall be covered by such claims-made policies.
Page 106 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
96.
E.
Should any of the required insurance be provided under a form of coverage
that includes a general annual aggregate limit or provides that claims
investigation or legal defense costs be included in such general annual
aggregate limit, such general annual aggregate limit shall be double the
occurrence limits specified above.
F.
Should any required insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until City
receives satisfactory evidence of reinstated coverage as required by this
contract, effective as of the lapse date. If insurance is not reinstated, City
may, at its sole option, terminate this Contract effective on the date of such
lapse of insurance.
G
Before commencing any operations under this Contract, Contractor shall do
the following: (1) furnish to City certificates of insurance and Additional
Insured policy endorsements with insurers with ratings comparable to A-, VIII
or higher, that are authorized to do business in the State of California, and
that are satisfactory to City in form evidencing all coverages set forth above,
and (2) furnish complete copies of policies promptly upon City request.
Failure to maintain insurance shall constitute a material breach of this
contract.
H.
Approval of the insurance by City shall not relieve or decrease the liability of
Contractor hereunder.
FAILURE TO EXECUTE CONTRACT
A.
Whithin ten days of the receipt of a notice of intent to the bidder to whom the
contract is awarded shall deliver the insurance certificate to City.
B.
If the bidder fails or refuses to furnish the required insurance within ten days
after receiving Notice form Purchasing, Purchasing may, at its option,
determine that this bidder has abandoned its bid. Thereupon the tentative
award of said contract to this bidder shall be canceled and City shall notify the
bidder’s surety and collect on the bidder’s bond (or the check accompanying
its bid shall be deposited with the Treasurer of the City and County of San
Francisco for collection) and the proceeds thereof shall be retained by City as
partial liquidation damages for failure of such bidder to properly file the
insurance herein required. The foregoing in no way limits damages which are
recoverable by City whether or not defined elsewhere in the contract
documents.
89264 Award
10/1/06 –RLM/cho
Page 107 of 108
Printed on 30% PCW Recycled Paper
CITY AND COUNTY OF SAN FRANCISCO
OFFICE OF CONTRACT ADMINISTRATION
PURCHASING
CONTRACT 89264
AWARD
Food & Food Service Items for Camp Mather
For the Term October 1, 2006 through September 30, 2009
SPECIAL CONDITIONS
97.
ENTIRE AGREEMENT
This contract sets forth the entire Agreement between the parties, and supersedes
all other oral or written provisions.
98.
BID SUBMITTAL INSTRUCTIONS
Bids must be received at the Office of Contract Administration - Central Purchasing,
City Hall, Room 430 by the time and date indicated on Page 1 of the Contract
Proposal. Bids transmitted by Fax or any type of electronic mail will not be
accepted.
Bidders are to return the following documents only:
A.
B.
C.
D.
E.
F.
Page 1 of the Contract Proposal completed and signed.
Bid Sheets for items being bid on only. ( see items 1-774)
Specifications on alternate items bid (See Page 32, Special Condition 79 and
Page 2 Section 2).
All questionnaires and forms completed and signed (See “Standard Bid
Forms, P-225” attached to this Contract Proposal).
Bid Security, as required in Special Condition 94, Page 36.
Bidders shall mail bid in an envelope clearly marked with the bid number and
due date in the (lower left corner) or deliver bid to the Office of Contract
Administration – Purchasing by the time and date indicated.
Bids must be submitted on the enclosed Bid Sheets. Prices should be clearly
written by typewriter or pen and ink.
To receive full consideration, your bid should be unqualified and
unconditional.
FO MORE INFORMATION, call:
Renee Muckeroy, Purchaser
Telephone: (415) 554-6735
(End OF Special Conditions)
89264 Award
10/1/06 –RLM/cho
Page 108 of 108
Printed on 30% PCW Recycled Paper
City and County of San Francisco
Office of Contract Administration
Gavin Newsom
Mayor
Naomi Kelly
Director/Purchaser
Purchasing
CONTRACT PRODUCT/SERVICE QUALITY REPORT
“ATTACHMENT A”
For Term Contract No.
Date:
SOURCE OF REPORT:
Date of Quality
Incident:
Department & Division:
Name:
Telephone:
This report concerns Contract Item No.
and/or Contract Clause No.
.
DETAILS: (Describe, to best ability, what is wrong, how and why, circumstances prior to
difficulty, description of difficulty, cause, action taken, including disposition, recommendations.
Attach copies of supporting documents if appropriate. Continue on separate sheet if necessary.)
City Hall, Room 430 1 Dr. Carlton B. Goodlett Place San Francisco CA 94102-4685
Home Page: http://www.sfgov.org/oca/purchasing.htm
Recycled paper
Tel. (415) 554-6743
Fax (415) 554-6717
Email: purchasing@sfgov.org