certification of contract - florida department of … term bid for services ... will be corrected...
TRANSCRIPT
FLORIDA DEPARTMENT of CORRECTIONS
An Equal Opportunilv Employer
501 South Calhoun Street, Tallahassee, FL 32399-2500
CERTIFICATION OF CONTRACT
TITLE: REGIONAL PARK VENDING -REGIONS I, II, & III
(THIS AW ARD IS FOR REGIONS I & II ONLY)
CONTRACTOR(S): KEEFE COMMISSARY NETWORK, L.L.C.
CONTRACT NO: EFFECTIVE DATE: THRU:
Governor RICK SCOTT
Secretary l\ffCHAEL D, CREWS
http://www.de state. fl. u.s
12-DC-8388-A 09/03/2013 09/02/2016
A. AUTHORITY: Upon action taken by the Florida Department of CmTections, hereinafter referred to as the Department, this master contract is executed between the Department of Corrections and the designated contractor(s). (Said contract, consisting of the Department's 1TB and the Contractor's response thereto, is attached as Attachment A).
B. EFFECT: This master contract ,vas entered into to provide Regional Park Vending - Regions 1, II to various visiting parks throughout the state. Therefore, all purchases shall be made under the tem1s, prices and conditions of this contract and with the contractor{s) specified.
C. ORDERING INSTRUCTIONS: Local contract purchase orders shall be issued in accordance with the attached master contract. Purchasers shall order at the prices indicated.
Local contract purchase orders shall include, at a minimum, the contract number, description of item(s), unit costs, and local contract coordinator if applicable. Purchasing entities are authorized to issue annual term contract purchase orders.
D. CONTRACTOR PERFOR!V[ANCE: Purchasing entities are to report any vendor failing to perform according to the requirements of this contract on a Department of Management Services' "Complaint to Vendor" fonn (#PUR-7017). A copy of the PUR-7017 shall be sent to the contract administrator along with all supporting documentation. Should the vendor fail to correct the problem within a prescribed period of time, then a "Request for Assistance" form (#DC2-509) shall be filed with the Bureau of Procurement and Supply in Tallahassee, FL, with a copy to the Contract Manager, if applicable. Copies of these submittals shall remain in the contract file for use in decisions regarding renewal options.
ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHOULD BE BROUGHT TO THE ATTENTION OF JESSIE C. MOSELEY (850) 717-3683 (PHONE) OR (850) 488-7189 (FAX).
~g~~ Bureau of Procurement and Supply
attachments /jcm
Page 1 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8380R
GENERAL SEALED BIDS: All price sheets and this form must be executed and submitted in a sealed envelope. 1. EXECUTION OF BID: Bid must contain a manual signature of vendor’s authorized
representative in the space provided above. Bid must be typed or printed in ink. Use of erasable ink or pencil is not permitted. All corrections made by bidder to his bid price must be initialed. 2. NO BID: If not submitting a bid, respond by returning only this bidder acknowledgment form, marking it "NO BID" and explain the reason in the space provided above. 3. BID OPENING: Sealed bids must be received prior to the bid opening date and time. Copies of bid tabulations will not be provided at the bid opening. A bid may not be altered after opening of the bids. Bid files may be examined during normal working hours by appointment only and pursuant to Chapter 119.071, F.S. 4. TAXES: The State of Florida does not pay Federal Excise and Sales taxes on direct purchases of tangible personal property. Tax exemption number/certificate will be provided upon request. This exemption does not apply to purchases of tangible personal property made by Successful Bidder(s)s who use the tangible personal property in the performance of contracts for the improvement of state owned real property as defined in Chapter 192, F.S. 5. CASH DISCOUNTS: Cash discounts for prompt payment shall not be considered in determining the lowest net cost for bid evaluation purposes. 6. MISTAKES: Bidders are expected to examine the specifications, delivery schedule, bid prices, and all instructions pertaining to supplies and services. Failure to do so will be at bidder’s risk. In case of mistake(s) in extension(s), the unit price will govern and extensions will be corrected and initialed by the department’s procurement official before final tabulations are posted. All corrections made by bidder to his unit bid price(s), including corrections made with white out, must be initialed. 7. CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new, and the most current standard model available at the time of the bid, unless otherwise stated. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 8. SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder.
CONDITIONS 9. INVOICING AND PAYMENT: INTEREST PENALTIES: Payment shall be made in accordance with Section 215.422, F.S., which states the Successful Bidder(s)s rights and the State agencies responsibilities concerning interest penalties and time limits for payment of invoices. Vendors providing goods and services to an agency should be aware of the following time frames: Upon receipt, an agency has five (5) working days to inspect and approve the goods and services, unless the bid specifications, purchase order or contract specifies otherwise. An agency has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved. If a payment is not available within 40 days, a separate interest penalty set by the Comptroller pursuant to Section 55.03 F.S., will be due and payable, in addition to the invoice amount, to the vendor. To obtain the applicable interest rate, contact the agency finance and accounting office. The interest penalty provision applies after a 35 day time period to health care providers, as defined by rule. Interest penalties of less than one (1) dollar will not be enforced unless the vendor requests payment. Invoices which have to be returned to a vendor because of vendor preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the agency. Vendor payment history may be viewed on-line @ https://flair.dbf.state.fl.us/caspub/vnpayhst.htm. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from a State agency. The Vendor Ombudsman may be contacted at (850) 413-5516. The Department will review the conditions and circumstances surrounding non-payment, and unless there is a bonafide dispute, may, in writing, authorize the contract supplier to reject and return purchase orders from said agency until such time as the agency complies with the provisions of Section 215.422, F.S. 10. DELIVERABLES: Unless actual date is specified (or if any specified dates to begin work cannot be met), in the space provided above, show the number of days required to begin work after receipt of a purchase order. This date may become a basis for making an award (see Special Conditions). Delivery of materials, if applicable, shall be Monday through Friday, 8:00 a.m. to 11:30 a.m. and 1:00 p.m. to 4:00 p.m., Eastern Standard Time, excluding State of Florida holidays, unless otherwise specified. 11. ADDITION OR DELETION OF TERMS OR CONDITIONS: No addition or deletion of the terms or conditions included with the bid response shall be evaluated or considered and any and all such revisions shall have no force and effect and are inapplicable to this bid. If submitted either purposely through intent or design or inadvertently appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed the general and special conditions in this bid solicitation are the only conditions applicable to this bid and the bidders authorized signature affixed to the bidder acknowledgment form attests to this.
BIDS WILL BE OPENED: 5/7/13 @ 3:00 P.M. BID NO. 12-DC-8388-A
Page 1 of 68 Pages
AGENCY RELEASE DATE: April 2, 2013
BID TITLE: Visiting Park Vending –
Regions I, II, and III
FEDERAL TAX ID NUMBER: 43-1856999
DELIVERY DATE WILL BE 30 DAYS after receipt of Purchase Order
VENDOR NAME: Keefe Commissary Network, L.L.C.
REASON FOR NO BID:
POSTING OF BID TABULATIONS
Bid tabulations with recommended awards will be posted for review by interested parties on the Department of Management Services Vendor Bid System and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Section 120.57(3), or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.
VENDOR MAILING ADDRESS: 1371 Tradeport Drive CITY – STATE – ZIP Jacksonville, Fl 32218-9427
PHONE: (904)741-6776
TOLL FREE: (800)392-8381
FAX: (904)741-6963
I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder and that the bidder is in compliance with all requirements of the Invitation to Bid, including but not limited to, certification requirements. In submitting a bid to the Department of Corrections , the bidder offers and agrees that if the bid is accepted, the bidder will convey, sell, assign or transfer to the Department of Corrections all rights, title and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the Department of Corrections. At the States discretion, such assignment shall be made and become effective at the time the agency tenders final payment to the bidder.
Original Signature on File
AUTHORIZED SIGNATURE (manual)
William Bosco, Group Vice President
AUTHORIZED SIGNATURE & TITLE (printed or typed)
SUBMIT BIDS TO: Department of Corrections Carlton Building, 501 S. Calhoun Street Tallahassee, FL 32399-2500 Telephone: 850-717-3683 Telephone Number: (850)
STATE OF FLORIDA DEPARTMENT OF CORRECTIONS
INVITATION TO BID Bidder Acknowledgement for an
AGENCY TERM CONTRACT FOR SERVICES
CLASS AND GROUP: 991-590
12. INTERPRETATIONS/DISPUTES: Any questions concerning conditions and specifications sh.all be Directed in writing to this offlce tor rece'1:pt no iater than ten (10) days p:tior to the bid ope:nfng unless otherwise stated in U1e special conditions. !riouiries must reference the <1ate of bid opening and biri number. No iniernretation shall be consioered btndfng unless provided in writing by .the departrnar,t in response to requests in full compliance with this provision. Any person who is adverseiy affected by the dei>anment's decision or intended decision concerning a procurnme:11t :soltcitatior. or -c:ontraci award and who wants to protest such decision or inlended decision sh.al! file a protest in compliance \.'Wh Chaptei 28-110, F.A.C. Failure to ~!• a protest within the time prescribed in Section 120.57(3), F.S, or failure to post the bond or other securiiy required by law wtthin the time allowed shalt constiiute a waiver of proceedings under Chapter 120, F.S.
13. NOTICE OF BID PROTEST BONDING REQUIREMENT: Any person who files an action protesting a declston or intet1ded Oeci:ston pertaining to contracts admin;stered by the department pursuant to Section 120.57 (3(, F.S., shalt post with the ciepartment agency at the time of r,1;ng the formal written protest. or wilhin the 10 day period allowed for filing the formal written protes!. a bond payable to the Department of Corrections in an amount equal to 1 percent (1%) of the estimate of the total value of the contract. The estirr,atao contract" amount shall be t,ased on the contract price submi!led by the proiestor. For protest of decisions or intended decisions of State Purchasing penainin.g to the department's request(s) for approval ot excepllona>. pU\'chases, the bOnd shall tie in the amount equal to 1 percent (1%) of the requesting agency's estimate cf the contract amount for the exceptional purchase requested. In Ueu of a bond, the oepartrnent may, in either case., accapt a cashier's check or money order in the amount o! the bond. FAILURE TO FILE THE PROPER BONO AT THE REQUIRED TIME WILL RESULT IN A DENIAL OF THE PROTEST.
14. CONFLICT OF INTEREST: The awa<d hereunder is subiect to the provisions of Chaoter 112, F.S. All bidders must disclose with their bid the name of any officer, director, or ageiit wno is also an emDioyee of the department. Further, au bidders must disc;tose the name ot ~ny department emptoyee who owns, directly or lndire-ctiy, an Interest of five percent (5%) or more in the bidders firm or any of its branches. In accordance with Chapter 287. F.S., 11:0 person or firm receivif'lg a contract tha1 has not heeri procured pursuant to Secti:on 287.057(2) or (3), F.S., to pertonn a feasibility study of the potential implementation ol a subsequent contract, participa1ing in the draffing of an invttation for bids or reQuest tor propos.als, or developing a program for future Implementation shall be eligible to contract wfti1 the agency for any other contracts dealing with tha! specific subject matter; and bidders must disciose with their bid any such conflict of interest.
15. AWARDS: l's the best inieresi of !he Slate may require, tM right is reserved to make award(s) by individual item, group of iierns, all er none, or a combination thereof; on a geographical district basis and/or on a statewlde basis v.rith one or more :suppliers: to reject .any and alf bids or waive any minor irreguial11y or technicanty in bids received. When it is deiermined there is cornoetition to tne lowest responsible bidder, evaluation of other bids is not requtred. Bidders afe cautioned to make no assumptions unless thetr bid has been evaluated as. being responsive:. Alf awards made as a result of this bid shall conform to applicable Fiorida Statutes.
16. SAMPLES: Sampies of it.ems. when called ior, must be furnished free of expense on or before the bid opening time and date, unless otherwise specified herein. If not destroyed, .samples may. upon request, be returnee! at the bidder's expense. Each individual satnple must be labeled witti bdO.ers name. manufac1urer's brand name and number, bid number, and item reference. Request for retum of samples sh.at! be accompanied by in-stnrctfons which inciude shipping authorli.atior, and name of carder and mus1 be received within ninety (90) days after bid opening date. If instructions are not received within this time, the commodities shall be ,iisposed·or by the department.
17. NONCONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications by u,e Florida Department of Agriculture and Consumer Services, or by others acceptable to the department. Should the items fail testing, the department may require the vendor to reimburse the -department for costs in.r;urred by the department in connection with the examinatton or testing of the commodity irtcludlng costs relating to transporting the commodity samples to the testing sile, actual test costs, personnel c::osts and other apµUc;able costs. The data derived from any tests for compliance wtth s.pecrfications are public records and open to examination. thereto fn a-c:corciance with Chapter 119, F.S. Items Oellvered not confomiing to specifrt:atioris may be rsfected and returned at the vendors expense. Tr1ese ttems and items not delivered as per defivery date in bid and/or pLJfChase order may resul1 in bidt1er being found in default in whLCl"1 event any and ar! reprocurement costs may be. charged against the defaulting Successful Bidder(s). Any violation of these stipulaflons may a~so t-e$ult in: arSupptiers:riame Oeing removed frOm State-Purchasing vendor maHirig list. .
18. LEGAL REQUIREMENTS: Applicable provision of all Federal, Stale, county and local laws, and afl ordinances, rules, and regulations shall govern developmeE'll. submittal and evaluation ot all bids received 'in ,espons~ hereto and shall govern any and ali claims and disputes which may arise between person(s) submitting a bid reSJ}onse hereio and the State of Florina, by and through its officefs, empioyees and authorized rap:resentatrves, or any oUier P.erson, natural o~ ottieMtse: an.d lacl< of knowledge by any bidcie, shall not constiiute a cognizable defense against the iegal effect thereof.
19. PATENTS AND ROYAL TIES: Tne bidoer, without excepiion. sna11 inriemnify ano save harmless the purchaser and its emp!oyees fr.om liabmty of any n.atLJre or kind, including cost and expenses for or on account of any copyrighted, patented, or u11pate:11ted invention. process or article manufactured Df supplieo by the bidder. The bidder has no liability when such ciaim is solely and exclu~veiy due to the combinafio.n, operation or use of any ~ri.icle suppited hereunder Vvith equipment or data not S!Jjlplied by Successful Bidder(s) or ;s based solely and exclusiveiy upon the department's atleration of the article. The purchaser wm Drovide prompt written notification of a c:aim of copyright or patent infringement i:inti \Nil! afford the bidder fuil opport~mtty to defend the action a11d • control the defense. Further, if such a ciairn is made or is pending, the Successiul Bi<loer(s) may, at / its options and expenses procure for tl1e purchaser the right to continue use of, rep1ace or modify the articie to render it non-infringing. {If none of the altemativ.es are reasonably .avaUabl-e, the deoartment agrees to return the article on request to the Successful Bidder{s) and receive reimbursement, if •.ny, ·1·
as may be determjn,,d by a court of competentjurisdiciion.) Jf the bidder uses any design, device, or materials covered by letters, patent or copyright, ;1 is mutually agreed and understood without exception that the bid prices shaH include an royalties or costs arising from the use of such design, device, or maieriais in: .any way involved in the work. ,
20. PRICE ADJUSTMENTS: Any price decrease effectuaied during the ooniract period by I reason of market change or special sales offered io other customers shall be passed on to the department This shall also apply \0 all in-place equipment on rent or lease plan. Price increases , are not accepted, unless otherwise stated ;n \his solicitation. '
21. CANCELLATION: AU contraci obligations shail prevail for at least one hundred eighly (180) days after effective oate of !he contract. Also, cancallation may be required in accordance wiih Section 287.042(1>), F.S. Ir, addition to the provision o; the Renewal Paragraph, for the protection of bot~ parties, this contracl may be cancelled, in whole or in part, by either party by giving thiliy (30) days priOr notice, in writing, to the other party.
22. ADVERTISING: ln submitting• bid, bid<!er ag,ees not to use the results therefrom as part cf any commercial acivertisi,v,,. 23. ASSIGNMENT: Any purcnase order issued pursuant to this contract and the monies which may become due hereunder is not ass1gnabie e.xcept with the prior writtem approval of the department.
24, LIABILITY: The Successful Blcider(s) shall hold and save the State of Florida. it's officers, egenis. and employees harrrness .agOOnst claims by third parties resulting from tne Suc--cessful Sidder(o)'s breach of this contract or the Successful 8idder(s)'s negligence .
25. FACILITIES: The Staie reserves the right to inspect tt1e bidders faciliiies ai any reasonat>ie time with priDf notice.
26. DISTRIBUTION OF CERTIFICATION OF CONTRACT: one (copy) or the Certification of Contract will oe furnshed to each Successful Bidder(s) as a result of this solicitation. It shall be the Succassful l'lidcier(s)'s responsibility to reproduce and disttibute copies of this certlficatton: to afl distributors listed in the contract who wm accept orders and prov'ide services. No additions. aeletfons or any changes of any kind snail be made to the certification by the Successful Bictder(s) without prior approval of tne department.
27. ADDITION/DELETION OF ITEMS: The department reserves the right to aaa to or delete any item from this bid or resulilng contract wnen deemed to be in the state's best imere$t,
28. PUBLIC ·RECORDS: Any material submitted in response to this Invitation to Bid will become a public doeument pursuant to Section 119.07, F.S. This includes maietial which the responding bidder might consi<!er to be confidential or a trade secret. Any claim o! confidentiality is waived upon submission, effective aflor opening pursuant to Section 119.07, F.S.
b)'AH State ~apartments being advised nol fo <lo business wili1 the supplier without written I approJ~;aHr.om State Purchasing Until sucn Ume a5 supplier reimburses tti.e clepartment tor all
rnr¢_m_,_···_·,._,m_e_n_1_a_n_d_c_o_ve_,_"_o_s·-;s_·~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~-,, Ill
NOTE:: ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. THE "GENERAL CONTRACT CONDITIONS", FORM PUR1000 (10/2006), AND "THE Ge:Ni:'RAL INSTRUCTIONS TO RESPONDENTS", FORM PUR1001 j1012006) ARE EACH HEREBY I INCORPORATED BY REFERENCE. THESE CONDTIONS, FORMS, AND INSTRUCTIONS ARE AVAILABLE ON THE INTERNET AT HITP:/IDMS MYFLORIDA.COMIPURCHl\SING. , ANY TERMS AND CONDITIONS SET FORTH WITHIN THESE DOCUMENTS SHALL SUPERCEDE ANY AND ALL CONFLICTING TERMS AND CONDITIONS SET FORTH WITHIN FORM I PUR1000 AND FORM PUR1001,
Model Tenn Bid for Services (08/08/2012)
Contract Number /t2-~·8t28f-/4 Effective: {)f tJj@J ~
Page2 of68 lTB# I2-DC-8380R
I ,
11 I
Page 3 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
TABLE OF CONTENTS
SECTION 1– DEFINITIONS......................................................................................................................................... 5 SECTION 2 – INTRODUCTION................................................................................................................................... 7
2.1 Background and Statement of Purpose.................................................................................................. 7 2.2 Contract ................................................................................................................................................. 7 2.3 Overview ............................................................................................................................................... 7
SECTION 3 – SCOPE OF SERVICES .......................................................................................................................... 8 3.1 General Description of Services ............................................................................................................ 8 3.2 Rules, Regulations and Governance ...................................................................................................... 8 3.3 Communications.................................................................................................................................... 9 3.4 Service Locations and Service Times.................................................................................................... 9 3.5 Contractor’s Responsibilities............................................................................................................... 10 3.6 Department’s Responsibilities ............................................................................................................. 14
SECTION 4 – PROCUREMENT RULES AND INFORMATION................................................................................ 18 4.1 Procurement Manager ......................................................................................................................... 18 4.2 Timeline............................................................................................................................................... 18 4.3 Procurement Rules............................................................................................................................... 19
4.3.1 Mandatory Vendor Registration ..................................................................................................... 19 4.3.2 Submission of Bids ......................................................................................................................... 19 4.3.3 Bid Opening.................................................................................................................................... 19 4.3.4 Costs of Preparing Bid.................................................................................................................... 19 4.3.5 Disposal of Bids.............................................................................................................................. 20 4.3.6 Bid Rules for Withdrawal ............................................................................................................... 20 4.3.7 Rejection of Bids ............................................................................................................................ 20 4.3.8 Site Visits and Bidder’s Conference ............................................................................................... 20 4.3.9 Bid Inquiries ................................................................................................................................... 22 4.3.10 Cost Discussions............................................................................................................................. 22 4.3.11 Verbal Instructions.......................................................................................................................... 22 4.3.12 No Prior Involvement and Conflicts of Interest.............................................................................. 22 4.3.13 Department of State Licensing Requirements ................................................................................ 23 4.3.14 Filing Notices of Intent to Protest or Formal Protest ...................................................................... 23 4.3.15 Unauthorized Employment of Alien Workers ................................................................................ 23
SECTION 5 – BID FORMAT AND CONTENTS......................................................................................................... 24 5.1 Responsiveness Requirements............................................................................................................. 24 5.2 Business/Corporate References ........................................................................................................... 24 5.3 Contact for Contract Administration ................................................................................................... 24 5.4 Addenda............................................................................................................................................... 24 5.5 Certificate of Insurance ....................................................................................................................... 25 5.6 Price Sheet Submission Requirements ................................................................................................ 25
SECTION 6 – AWARD OF CONTRACT..................................................................................................................... 26 6.1 Posting of Recommended Award ........................................................................................................ 26 6.2 Basis of Award .................................................................................................................................... 26 6.3 Identical Tie Bids ................................................................................................................................ 26
SECTION 7 – CONTRACT TERMS AND CONDITIONS........................................................................................... 27 7.1 Contract ............................................................................................................................................... 27 7.2 Termination ......................................................................................................................................... 27 7.2.1 Termination at Will ............................................................................................................................. 27
7.2.2 Termination for Unauthorized Employment................................................................................... 27
Page 4 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
7.3 Payments and Invoices ........................................................................................................................ 27 7.4 Travel Expenses................................................................................................................................... 28 7.5 Vendor’s Expenses .............................................................................................................................. 28 7.6 Contract Management ......................................................................................................................... 28
7.6.1 Department’s Contract Manager..................................................................................................... 28 7.6.2 Department’s Contract Administrator............................................................................................. 29
7.7 Contract Management Changes........................................................................................................... 29 7.8 Records................................................................................................................................................ 29
7.8.1 Disclosure of Bid Contents ............................................................................................................. 29 7.8.2 Audit Records ................................................................................................................................. 30 7.8.3 Retention of Records ...................................................................................................................... 30
7.9 Employment of Department Personnel................................................................................................ 31 7.10 Non-Discrimination............................................................................................................................. 31 7.11 Americans with Disabilities Act.......................................................................................................... 31 7.12 Bidder’s Insurance............................................................................................................................... 31 7.13 Copyrights, Right to Data, Patents and Royalties................................................................................ 31 7.14 Disputes ............................................................................................................................................... 32 7.15 Independent Contractor Status............................................................................................................. 32 7.16 Assignment.......................................................................................................................................... 32 7.17 Severability.......................................................................................................................................... 32 7.18 Use of Funds for Lobbying Prohibited ................................................................................................ 33 7.19 Reservation of Rights .......................................................................................................................... 33 7.20 Convicted Felons Certification............................................................................................................ 33 7.21 Scope Changes after Contract Execution ............................................................................................ 33 7.22 State Initiatives .................................................................................................................................... 33
7.22.1 Diversity in Contracting.................................................................................................................. 33 7.23 Contract Modifications........................................................................................................................ 34
ATTACHMENT 1 – BUSINESS/CORPORATE REFERENCE ............................................................................... 35 ATTACHMENT 2 – CONTACT FOR CONTRACT ADMINISTRATION ............................................................. 37 ATTACHMENT 3 – ADDENDUM ACKNOWLEDGMENT FORM ...................................................................... 38 ATTACHMENT 4 – SAMPLE CERTIFICATE OF INSURANCE........................................................................... 39 ATTACHMENT 5 – PURCHASE ORDER TERMS AND CONDITIONS .............................................................. 41 EXHIBIT A - CORRECTIONAL INSTITUTIONS/FACILITIES............................................................................. 43 EXHIBIT B – MASTER VENDING LIST................................................................................................................. 52 EXHIBIT C – VISTOR’S PARK VENDING EQUIPMENT AND SAMPLE VISITOR’S COUNT........................ 61 EXHIBIT D – SECURITY GUIDELINES ................................................................................................................. 65 EXHIBIT E – SPECIAL VISITOR’S DAYS ............................................................................................................. 67 PRICE INFORMATION SHEET ............................................................................................................................... 68
Page 5 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
SECTION 1– DEFINITIONS The following terms used in this Invitation to Bid (“ITB”), unless the context otherwise clearly requires a different construction and interpretation, have the following meanings: 1.1 Balance of Line: Balance of line refers to additional items that may be needed by the Department. Awards are
not based on pricing submitted for balance of line items, but bidders must submit pricing for all balance of line items in order for their bid to be considered responsive. When balance of line items are listed in a solicitation, the Department will clearly indicate what items will be considered in the basis for award.
1.2 Bidder: A legally qualified corporation, partnership or other entity submitting a bid to the Department pursuant
to this ITB. 1.3 Bill Validator: A device within a vending machine used for accepting at least $1 & $5 bills through an
electronic controller to enable a purchase. 1.4 Breach of Contract: A failure of the Contractor(s) to perform in accordance with the terms and conditions of the Contract
which may result from this ITB. 1.5 Changer: A machine that makes change for coins or bills without a vend of merchandise (also called a bill
changer). 1.6 Contract: The agreement which results from this ITB between the Successful Bidder(s) and the Department. 1.7 Contractor: The organization or individual providing services to the Department in accordance with the terms
of the Contract resulting from this ITB. The term Contractor shall include all employees, subcontractors, agents, volunteers, and anyone acting on behalf of, in the interest of, or for, the Contractor.
1.8 Department or Owner: The Florida Department of Corrections referred to in this ITB document. 1.9 Desirable Conditions: The use of the words “should” or “may” in this ITB indicate desirable attributes or
conditions, but are permissive in nature. Deviation from, or omission of, such a desirable feature, will not in itself cause rejection of a proposal.
1.10 Mandatory Responsiveness Requirements: Terms, conditions or requirements that must be met by the Bidder to be
responsive to this ITB. These responsiveness requirements are mandatory. Failure to meet these responsiveness requirements will cause rejection of a bid. Any bid rejected for failure to meet mandatory responsiveness requirements will not be evaluated.
1.11 Material Deviations: The Department has established certain requirements with respect to bids to be submitted
by bidders. The use of shall, must or will (except to indicate simple futurity) in this ITB indicates a requirement or condition which may not be waived by the Department except where the deviation therefrom is not material. A deviation is material if, in the Department’s sole discretion, the deficient response is not in substantial accord with this ITB’s requirements, provides an advantage to one bidder over other bidders, has a potentially significant effect on the quantity or quality of items bid, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a bid.
1.12 Meter or Counter: A machine-attached device that records the number of vending cycles. 1.13 Meter Reading: The count obtained from a meter representing number of vending transactions. 1.14 Minor Irregularity: A variation from the ITB terms and conditions which does not affect the price of the bid or
give the bidder an advantage or benefit not enjoyed by the other bidders or does not adversely impact the interests of the Department.
Page 6 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
1.15 Outdated Product: Any product offered for sale that exceeds the manufacturer’s expiration, best by, use by, sell
by or guaranteed fresh by date. 1.16 P-Card: Refers to the State of Florida’s purchasing card program, using the Visa platform. 1.17 Percentage Commission: A fractional amount of the bidder’s gross monthly sales which are paid to the
Department, on a monthly basis, for the operation of vending services. 1.18 Purchase Order: The Contract document issued by the Department to the Successful Bidder(s) to procure
goods and services. 1.19 Responsible Vendor: A Vendor who has the capability in all respects to fully perform the contract requirements
and the integrity and reliability that will assure good faith performance. 1.20 Responsive Bid: A bid, submitted by a responsive and responsible vendor that conforms in all material respects
to the solicitation. 1.21 Successful Bidder(s) or Contractor(s): The business or entity submitting the lowest responsive bid, meeting all
requirements of the Department’s ITB, who will be providing services to the Department in accordance with the terms of the Contract which results from this ITB.
1.22 Vending Machine: As utilized in this ITB, a vending machine shall include, but not be limited to, a self-
contained device for the dispensing of foodstuffs, liquids, or other products when money is inserted into the device.
1.23 Vendor, Respondent and Bidder: A legally qualified corporation, partnership or other entity submitting a bid to
the Department pursuant to this ITB. GENERAL CONTRACT CONDITIONS (PUR 1000) The General Contract Conditions are outlined in PUR 1000 which is a downloadable document incorporated in this bid by reference. There is no need to return this document with the bid response. http://dms.myflorida.com/content/download/2933/11777 GENERAL INSTRUCTIONS TO RESPONDENTS (PUR 1001) The General Instructions to Respondents are outlined in PUR 1001 which is a downloadable document incorporated in this bid by reference. There is no need to return this document with the bid response. http://dms.myflorida.com/content/download/2934/11780
Page 7 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
SECTION 2 – INTRODUCTION
2.1 Background and Statement of Purpose The Department is currently seeking competitive bids from qualified, responsive and responsible vendors for the provision of VENDING MACHINES, VENDING PRODUCTS AND RELATED SERVICES at Visiting Parks in Regions I, II and III (Exhibit A). The State of Florida has a current total inmate population of approximately one hundred thousand (100,000). The purpose of this Invitation to Bid (ITB) is to secure competitive bids, from qualified bidders, to furnish the services referenced above.
2.2 Contract As a result of this ITB, the Successful bidder shall be awarded a three (3) year contract, which may be renewed in accordance PUR 1000 #26. Purchases shall be accomplished through issuance of a MyFloridaMarketPlace (MFMP) purchase order(s).
2.3 Overview The successful bidder shall provide VENDING MACHINES, VENDING PRODUCTS AND RELATED SERVICES at Visiting Parks in Regions I, II and III, as specified in Section 3, Minimum Technical Specifications and Scope of Service, of this Invitation to Bid. A bidder may bid on one (1), two (2), or all three (3) regions. There will be a separate award for each region. The Department will make an award, by Region, to the responsive, responsible bidder submitting the highest “PERCENTAGE COMMISSION”. Therefore, up to three (3) awards may be made. The Department reserves the right to add and/or delete locations or services based upon the mission or needs of the Department. The Department is requesting bids from qualified bidders with at least three (3) years of business/corporate experience within the last five (5) years in the provision of vending services. As provided in Section 287.042(16), Florida Statutes, other state agencies may purchase from the resulting contract, provided that the Department of Management Services has determined that the contract's use is cost-effective and in the best interest of the State. Upon such approval, the Contractor may, at its discretion, sell these commodities or services to additional agencies, upon the terms and conditions contained herein.
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Page 8 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
SECTION 3 – SCOPE OF SERVICES
This section contains the Scope of Service that will be required in any contract that may be executed as a result of this ITB. By submitting a bid each bidder specifically acknowledges and agrees that in addition to all requirements noted elsewhere in this ITB, all requirements referencing “Contractor” contained within the Scope of Services below will be applicable to the bidder should he/she be deemed the successful bidder as defined as the business or entity meeting all requirements of the Department’s ITB. For administrative purposes throughout this document, the Department is referring to a bidder, offeror or vendor as “Contractor” and any contract to be issued as a result of this ITB as “the Contract” or “this Contract”. This does not mean or imply that any person or firm submitting a bid to the ITB as a bidder, offeror or vendor will ultimately be awarded a contract or otherwise become a contractor as that term is commonly understood. By utilizing the term “Contractor” and “this Contract” or “the Contract” throughout this ITB, the Department will be able to more quickly and efficiently transfer terms and conditions from this ITB document into a contract document. All services to be performed by, or under the direction of the Contractor under any resultant contract shall meet or exceed the minimum requirements outlined in this ITB. Under no circumstances shall service delivery meeting less than the minimum service requirements be permitted without the prior written approval of the Department; otherwise, it shall be considered that services bid will be performed in strict compliance with the requirements and rules, regulations and governance contained in this ITB and bidders shall be held responsible therefore.
3.1 General Description of Services The Successful bidder shall supply products listed on the Master Vending List (Exhibit B) at Visiting Parks in Region I, Region II and Region III. This list may be modified by the Department during the term of the Contract.
3.2 Rules, Regulations and Governance
3.2.1 The Contractor shall provide all services in accordance with all applicable federal and state laws, rules and regulations, and Department of Corrections’ rules and procedures. All such laws, rules and regulations, current and/or as revised, are incorporated herein by reference and made a part of this ITB and any resulting contract. The Contractor and the Department shall work cooperatively to ensure service delivery in complete compliance with all such rules and regulations.
3.2.2 The Contractor shall ensure that all Contractors’ staff providing services under this ITB complies with prevailing ethical and professional standards, and the rules, procedures and regulations noted above.
3.2.3 Should any of the above laws, standards, rules or regulations, Department procedures, or directives change during the course of this procurement or resultant Contract term, the updated version will take precedence.
3.2.4 The Contractor shall not enter into written subcontract(s) for performance of functions under the Contract.
3.2.5 The Contractor agrees to make any modifications required in order to meet or comply with changes
necessitated by operation of law or due to changes in practice standards or regulations or changes in the Department’s mission.
3.2.6 Any changes in the Scope of Service required to ensuring continued compliance with State or Federal
laws, statutes or regulations or Department policy will be made in accordance with Section 7.25 Scope Changes After Contract Execution.
Page 9 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
3.3 Communications
3.3.1 Contract communications shall be in three forms: routine, informal and formal. For the purposes of the Contract(s) resulting from this ITB, the following definitions shall apply:
Routine: All normal written communications generated by either party relating to service delivery.
Routine communications must be acknowledged or answered within thirty (30) calendar days of receipt (use of email is acceptable).
Informal: Special written communications deemed necessary based upon either contract compliance or
quality of service issues. Must be acknowledged or responded to within fifteen (15) business days of receipt (use of email is acceptable).
Formal: The same as informal but more limited in nature and usually reserved for significant issues such
as Breach of Contract, failure to provide satisfactory performance, imposition of liquidated damages, or termination. Formal communications shall also include requests for changes in the scope of the Contract and billing adjustments. Must be acknowledged upon receipt and responded to within seven (7) days of receipt.
3.3.2 The Contractor shall respond to Informal and Formal communications in writing, transmitted by facsimile
and/or email. 3.3.3 A date/numbering system shall be utilized for tracking of all formal communications. 3.3.4 The only personnel authorized to use formal contract communications are the Department’s Deputy
Secretary of Institutions and Re-entry, Assistant Secretary of Institutions, Deputy Assistant Secretary of Institutions, Bureau Chief of Institutional Support Services, Contract Manager, Contract Administrator, and the Contractor’s CEO or Project Manager. Designees or other persons authorized to utilize formal contract communications must be agreed upon by both parties and identified in writing within ten (10) business days of execution of the Contract resulting from this ITB. Notification of any subsequent changes must be provided in writing prior to issuance of any formal communication from the changed designee or authorized representative.
3.3.5 In addition to the personnel named under Formal Contract Communications, personnel authorized to use
Informal Contract Communications include any other persons so designated in writing by the parties. 3.3.6 In addition to the contract communications noted in Section 3.3, if there is an urgent administrative problem,
the Department shall make contact with the Contractor and the Contractor shall orally respond to the Contract Manager within two (2) hours. If a non-urgent administrative problem occurs, the Department will make contact with the Contractor and the Contractor shall orally respond to the Contract Manager within forty eight (48) hours. The Contractor or Contractor’s designee at each institution shall respond to inquiries from the Department by providing all information or records that the Department deems necessary to respond to inquiries, complaints or grievances from or about inmates within three (3) business days of receipt of the request.
3.4 Service Locations and Service Times
3.4.1 Institutions/Facility Locations: The facilities to be included under this Contract for each region are indicated in Exhibit A.
3.4.2 Add/Delete Institutions/Facilities for Services: The Department reserves the right to add or delete
institutions/facilities receiving or requiring services under any contract resulting from this ITB upon thirty (30) calendar days written notice. Such additions or deletions may be accomplished by letter and do not require a Contract amendment.
Page 10 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
3.4.3 Service Times: Vending machines shall be provided by the Contractor twenty-four (24) hours/day, seven (7) days/week. Money collection, product replenishment, machine maintenance and repair shall be provided by the Contractor between the hours of 8:00 a.m. and 4:30 p.m. EST, Monday through Friday, or as otherwise coordinated with the shift Officer in Charge.
3.5 Contractor’s Responsibilities
3.5.1 Equipment to be Provided
The Contractor shall install, at no cost to the Department, vending equipment at those locations within the Region(s) as listed in Exhibit A. All equipment shall be equipped with “bill” validators as well as a coin and/or item counters. The Contractor must demonstrate a reliable system of accounting for sales. If the accounting system is not accepted by the Department, the Department reserves the right to immediately cancel the contract and proceed to the next responsive bidder representing the highest returns to the Department.
Exhibit C, Visitor’s Park Vending Equipment and Visitor’s Number Count, lists the type of available utilities and provides a snapshot of the number of visitors at each facility for the time period of 01/01/2012 to 12/31/2012. This list is provided for informational purposes only and should not be construed as providing any information regarding number of transactions or revenues to be realized under any contract resulting from this ITB.
The Contractor shall provide at each Visiting Park location the type of vending equipment and supplies listed below:
1. Cold drink and snack machines only; 2. A minimum of one cold drink and one snack machine will be installed at each Visiting Park
location (The actual number of vending machines located at each visiting park will range from two (2) to five (5) in number depending on space, institutional size, and mission of institution); and
3. Bill validators will be required on each machine, and a separate currency changer may be required by the Contract Manager or designee.
Either the Department or the Contractor may initiate a written request for addition or deletion of vending equipment. Any request by the Contractor to add/delete equipment based on volume of sales, must include sales records in support of the change requested. Any disputes concerning equipment changes shall be resolved pursuant to Section 7.16, Disputes.
The total number of machines allocated to each location, as indicated in Exhibit C, must be installed no later than twenty-one (21) calendar days after execution of the contract. If the Department deems it necessary to delete or add additional machines after the initial installation, the Contract Manager or designee will notify the Contractor in writing. By executing a contract under this ITB, the Contractor agrees to such additions/deletions and shall have thirty (30) calendar days to comply from the date of the notification. Any additional machines shall be provided on the same terms and conditions as contained in the executed Contract(s) that results from this ITB.
3.5.2 Products to be Provided The approved list of products to be dispensed in the vending machines can be found in Exhibit B, Master Vending List. This list also establishes the maximum price that may be charged for each of the listed products. Contractor shall sell only those products listed on the Master Vending List or approved substitute products in vending machines placed in Visiting Parks. Products offered must be in appropriate containers to ensure freshness and suitability for consumption. Products offered for resale must be within the manufacturer’s expiration, best by, use by, sell by, or guaranteed fresh by date. The
Page 11 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Department shall have the exclusive right to add or to delete any product to be dispensed in the vending machines based on volume of sales or other factors, without a formal contract amendment.
If the Department deems it necessary to add or to delete products after the initial installation, the Contract Manager or designee will notify the Contractor in writing. By executing a contract under this ITB, the Contractor agrees to such additions/deletions and shall have thirty (30) calendar days from the date of the notification to comply. Any additions shall be provided on the same terms and conditions as contained in the executed Contract.
Any request by the Contractor to provide alternate or substituted products shall be submitted in writing and must be approved in writing by the Contract Manager or designee. Substitute products must be of the same quality and must be packaged in the same manner (proportion size, volume and/or weight, as applicable) as the product sought to be substituted. The Department reserves the right to reject any request for substitution if, in the Department’s sole discretion, the substituted product is not of the same quality or packaging (proportion, weight, volume, etc.) as the product sought to be substituted. Requests for alternate or substituted products shall be granted or denied within fifteen (15) business days of receipt of written request.
3.5.3 Services to be Provided The Contractor shall:
3.5.3.1 Collect all money from each machine and record ending meter reading and cash
collections for an accurate accounting of sales and cash collections for each machine. A copy of this accounting will be provided to the contract manager upon request;
3.5.3.2 Submit timely Monthly Sales Reports as required under Section 3.5.5, Reporting;
3.5.3.3 Provide all maintenance and repairs to the machines at no cost to the Department, as specified in Section 3.5.4., Operational Requirements;
3.5.3.4 Return a minimum of once-per-week to each facility, on a regularly scheduled day as determined by the Warden or his/her designee, to replenish vending stock and vending supplies, if applicable, and to clean and sanitize all machines;
3.5.3.5 Return within twenty-four (24) hours prior to Special Visitor’s Days, Exhibit E, to replenish vending stock and vending supplies, if applicable, and to clean and sanitize all machines;
3.5.3.6 Be responsible for the vending machines’ electrical connections;
3.5.3.7 Respond to any request by the institution or facility for supplies, service or assistance within twenty-four (24) hours of initial request;
3.5.3.8 Provide the Warden of each institution with an office telephone number, email address and cell and/or pager number for at least two (2) individuals who can be reached twenty-four (24) hours per day, seven (7) days per week in regard to equipment or services to be provided under the resultant contract;
3.5.3.9 Remove within twenty-four (24) hours notice any outdated product(s) identified by facility
staff and/or department monitoring staff; and
Page 12 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
3.5.4.0 Verify the counter or meter reading of Contractor’s machines at time of installation (by the Warden or his/her designee).
3.5.4 Operational Requirements
3.5.4.1 Within thirty (30) calendar days after execution of the contract, the Contractor shall obtain and submit copies of all applicable licenses required to do business in the respective counties comprising the awarded region or with the State of Florida.
3.5.4.2 The Contractor shall be required to have all machines installed and fully operational at all
locations, within thirty (30) calendar days of execution of the Contract that results from this ITB.
3.5.4.3 The Contractor shall repair any non-functioning machine to full operating capacity within
twenty-four (24) hours of notice or replace said machine within the same time period.
3.5.4.4 The Master Vending List, Exhibit B, establishes the price list for all approved products. These prices will not be increased except upon written request of the Contractor and only as a result of Manufacturers’ price increases or increases in the cost of raw materials, and only on the anniversary date of the Contract. Any requests for price increases to products must be submitted in writing to the Contract Manager at least ninety (90) calendar days prior to the annual anniversary date of the Contract. If the Contractor fails to timely submit a price increase request in writing by the required date, price increases will not be entertained by the Department until the following year’s anniversary date.
3.5.4.5 In order to add/delete equipment based on volume of sales, Contractor shall submit a
written request to the Contract Manager, with sales records to substantiate the change requested. Any disputes concerning equipment changes shall be resolved pursuant to Section 7.16, Disputes.
3.5.5 Reporting
A Monthly Sales Report shall be submitted on a monthly basis to the Contract Manager no later than the 10th day of the month following the month being reported. This report shall include the following: 3.5.5.1 A list of gross sales of each vending machine by product name, product type and location; 3.5.5.2 Total gross sales by each institution and region;
3.5.5.3 Copy of the restocking reports by each institution and by machine;
3.5.5.4 Commission payable to the Department per institution per visitor’s park.
3.5.6 Refunds
The Contractor will be responsible for processing and making all refunds of monies lost due to malfunctions of vending machines. The Contract Manager shall review and approve the process within fifteen (15) business days of Contract execution. The Contractor shall post notices in clearly visible locations informing patrons how to request refunds. The notice shall provide the contractor’s name and contact phone number.
3.5.7 Equipment Ownership The Contractor is acknowledged to be the owner of all machines, equipment and/or merchandise which
may be brought upon the Department's property by the Contractor, and nothing in this agreement will
Page 13 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
give the Department any interest, outside of the interest stated in the Contract, in such machines, equipment or merchandise.
3.5.8 Contractor Staff Conduct for Facility Access
The Contractor or designee shall make prior arrangements with the Warden or designee regarding access to the facilities for the purposes of delivering equipment, providing services or providing maintenance of equipment.
The Contractor’s staff shall adhere to the standards of conduct prescribed in Chapter 33-208, Florida Administrative Code, and as prescribed in the Department’s personnel policy and procedure guidelines, particularly rules of conduct, security procedures, and any other applicable rules, regulations, policies and procedures of the Department. In addition, the Contractor shall ensure that all staff adheres to the following requirements:
3.5.8.1 The Contractor’s staff shall not display favoritism to, or preferential treatment of, one
offender or group of offenders over another.
3.5.8.2 The Contractor’s staff shall not deal with any offender except in a relationship that supports services under this Contract resulting from this ITB. Specifically, contractor’s staff must never accept for themselves or any member of their family, any personal (tangible or intangible) gift, favor, or service from an offender or an offender’s family or close associate, no matter how trivial the gift or service may seem. The Contractor shall report to the Contract Manager or designee any violations or attempted violation of these restrictions. In addition, no contractor’s staff member shall give any gifts, favors or services to offenders, their family or close associates.
3.5.8.3 The Contractor’s staff shall not enter into any business relationship with offenders or their
families (example – selling, buying or trading personal property), or personally employ them in any capacity.
3.5.8.4 The Contractor’s staff shall not have outside contact (other than incidental contact) with an
offender being served or their family or close associates, except for those activities that are to be rendered under the Contract.
3.5.8.5 The Contractor’s staff shall not engage in any conduct which is criminal in nature or which
would bring discredit upon the Contractor or the State. In providing services pursuant to the Contract resulting from this ITB, the Contractor shall ensure that its employees avoid both misconduct and the appearance of misconduct.
3.5.8.6 Any violation or attempted violation of the restrictions referred to in this section regarding
Contractor’s staff conduct shall be reported by phone and in writing to the Contract Manager or designee, including proposed action to be taken by the Contractor. Any failure to report a violation or take appropriate disciplinary action against the offending party or parties shall subject the Contractor to appropriate action, up to and including termination of the Contract resulting from this ITB.
3.5.8.7 The Contractor shall report any incident described above, or requiring investigation by the
Contractor, in writing, to the Contract Manager or designee within twenty-four (24) hours, of the Contractor’s knowledge of the incident.
3.5.9 Contractor Staff Employment Regulations
3.5.9.1 The Contractors’ staff assigned to the Contract resulting from this ITB shall be subject, at
the Department’s discretion and expense, to a Florida Department of Law Enforcement
Page 14 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
(FDLE) Florida Crime Information Center/National Crime Information Center (FCIC/NCIC) background/criminal records check. This background check will be conducted by the Department and may occur or re-occur at any time during the Contract period. The Department has full discretion to require the Contractor to disqualify, prevent, or remove any staff from any work under the Contract. The Department is under no obligation to inform the Contractor of the records check findings or the criteria for disqualification or removal. In order to carry out this records check, the Contractor shall provide the following data for any individual Contractor staff assigned to the Contract: Full Name, Race, Gender, Date of Birth, Social Security Number, Driver’s License Number and State of Issue.
3.5.9.2 The Contractor shall ensure that the Contract Manager or designee is provided the
information needed to have the NCIC/FCIC background check conducted prior to any new Contractor staff being hired or assigned to work under the Contract. The Contractor shall not offer employment to any individual or assign any individual to work under the Contract, who has not had an NCIC/FCIC background check conducted.
3.5.9.3 No person who has been barred from any Department institution or other facility shall
provide services under the Contract resulting from this ITB. 3.5.9.4 The Contractor shall not permit any individual to provide services under this Contract who
is under supervision or jurisdiction of any parole, probation or correctional authority. Persons under any such supervision may work for other elements of the Contractor’s agency that are independent of the contracted services.
3.5.10 Facility and Staff Security
3.5.10.1 The Contractor or designee shall provide the institution or facility with the following items before entering the facilities: 3.5.10.1.1 A list of tools that the Contractor and/or designee will bring into the
institution or facility. These tools will be inventoried upon arrival and departure.
3.5.10.1.2 A current picture identification of the Contractor and/or designee, Driver’s
License or State of Florida ID card.
3.5.10.2 The Contractor shall ensure that staff wears attire suitable for the position, either a standard uniform or business casual dress.
3.5.10.3 The Contractor’s staff shall be subject to searches of their person or searches of equipment
and/or products at any time. 3.5.10.4 The Contractor’s staff shall be subject to the requirements of Section 7.22 Convicted
Felons Certification, of this ITB and may be denied access to the facility by the Warden or designee.
3.5.10.5 The Contractor shall provide training to its current and incoming staff on the Department’s
security procedures (provided in Exhibit D) on an annual basis. The Department reserves the right to bar access to any staff not attending and completing this training.
3.6 Department’s Responsibilities
3.6.1 Provide utilities to operate machines;
3.6.2 Conduct background checks on Contractor employees, at no cost to the Contractor, who are responsible
Page 15 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
for carrying out the services under the contract that results from this ITB, as described in Section 3.5.9., Contractor Staff Employment Regulations;
3.6.3 Grant the Contractor or designee access to the Department’s premises, subject to any safety concerns or issues, between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday, for the purposes of providing service, equipment or maintenance. The Contractor may be granted access to a facility at times other than 8:00 a.m. to 4:30 p.m., Monday through Friday, to complete these services only if approved by the Warden or Officer-in-Charge; and
3.6.4 Assume no liability for damage to equipment or loss of inventory or funds and shall not be liable for same.
3.7 Performance Measures
The Department desires to contract with a provider who clearly demonstrates its willingness to be held accountable for the achievement of certain performance measures in successfully delivering services under this Contract. Therefore, the Department has developed the following Performance Measure categories which shall be used to measure Contractor’s performance and delivery of services: 1) Performance Outcomes and Standards; and 2) Other Contract Requirements. A description of each of the Performance Measure categories is described below: 3.7.1 Performance Outcomes, Measures, and Standards
Listed below are the key Performance Outcomes, Measures and Standards deemed most crucial to the success of the overall desired service delivery. The Contractor shall ensure that the stated performance outcomes and standards (level of achievement) are met. All performance shall be measured monthly.
3.7.1.1 Outcome: Commission Payments: All monthly commission payments due to the
Department shall be timely received within fifteen (15) business days after the final day of the previous month.
Measure: The number of days from the first (1st) day of the month to the date payment
is received by the Department. Standard: One hundred percent (100%) of payments shall be received timely. This
performance outcome shall be measured on a monthly basis.
3.7.1.2 Outcome: Fill Rate: All vending machines are expected to be filled with one hundred percent (100%) of available slots filled.
Measure: The fill-rate shall be the actual items displayed in the machines at the
institution/facility. Standard: Achievement of outcome must meet or exceed ninety-eight percent (98%) of
fill-rate for each institution/facility on a monthly basis.
3.7.1.3 Outcome: Vending Products: All vending items received are expected to meet the Department of Correction’s Master Vending List (Exhibit B).
Measure: The product items shall be measured by comparing offered items in the
machine to the current master vending list on a monthly basis.
Page 16 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Standard: One hundred percent (100%) of offered items must comply with the master vending list.
By execution of this Contract the Contractor hereby acknowledges and agrees that its performance under the Contract shall meet the standards set forth above.
3.7.2 Other Contract Requirements
Standard: The Department will monitor the Contractor's performance to ensure maximum compliance with other contract requirements including, but not limited to the following:
3.7.2.1 Terms and Conditions of the Contract not involving delivery of services listed above; and
3.7.2.2 Timely submittal of all required reports outlined in Section 3.5.5, Reporting.
Measure: The Contractor shall achieve one hundred percent (100%) compliance with all requirements after the time frames allowed for corrective action on identified deficiencies. Performance for compliance with Sections 3.1 shall be measured on a monthly basis beginning the second (2nd) month after services have been implemented except if earlier action is determined necessary by the Contract Manager.
3.8 Monitoring and Evaluation
The Department’s Contract Manager or designated Department staff will perform monitoring during the term of the Contract, but not less than once a year to ensure contract compliance. Monitoring shall include periodic review of compliance with contract service delivery including but not limited to, review of the specific contract requirements:
3.8.1 Reporting Submission
3.8.2 Operations performance
3.8.3 Equipment performance
3.8.4 Equipment maintenance The Contract Manager or designee will provide a written monitoring report to the Contractor within three (3) weeks of the monitoring visit. When issues of non-compliance are identified in the monitoring report, a written Corrective Action Plan (CAP) will be required of the Contractor. The CAP is to be submitted to the Contract Manager within ten (10) business days of receipt of the monitoring report. If necessary, a follow-up monitoring visit will be scheduled by the Contract Manager, and will occur within thirty (30) calendar days of the original monitoring visit at which time full compliance must be met. Failure to correct deficiencies after thirty (30) calendar days of receipt of a written monitoring report notating the deficiencies may result in a determination of breach of contract and termination of services.
The Department reserves the right for any Department staff to make scheduled or unscheduled, announced or unannounced visits to the Contractors place of business.
3.9 Liquidated Damages
By executing the Contract resulting from this ITB, the Contractor expressly agrees to the imposition of liquidated damages, in addition to all other remedies available to the Department by law.
The Department’s Contract Manager, or designee, will provide written notice to the Contractor’s Representative of all liquidated damages assessed accompanied by detail sufficient for justification of assessment.
Page 17 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
The Contractor shall forward a cashier’s check or money order to the Contract Manager, payable to the Department in the appropriate amount, within ten (10) business days of receipt of a written notice of demand for damages due.
Liquidated Damages for Failure to meet Performance Outcomes, Measurements, and Standards
The Contractor hereby acknowledges and agrees that its performance under the Contract must meet the Performance Outcomes, Measures, and Standards established in Section 3.7. If the Contractor fails to meet any of these Performance Measures, the Department will impose Liquidated Damages in the following amounts per occurrence:
3.9.1 First occurrence: Two hundred and fifty dollars ($250.00)
3.9.2 Second occurrence: Five hundred dollars ($500.00) 3.9.3 Third occurrence: One thousand dollars ($1,000.00) The Department does not waive any other remedies it may have under law or by the terms of this contract by imposition of liquidated damages.
3.10 Deliverables
The following services or service tasks are identified as deliverables for the purposes of this ITB: 3.10.1 Timely submission of monthly commission payments. 3.10.2 A minimum fill rate at institutions/facilities identified in Exhibit A. 3.10.3 Vending products from the master product list identified in Exhibit B. 3.10.4 Compliance with Other Contract Requirements as identified in Section 3.7.2.
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
SECTION 4 -PROCUREMENT RULES AND INFORMATION
4.1 Procurement Manager
Questions related to this procurement should be addressed to:
Florida Law:
Jessie C. Moseley Purchasing Analyst Bureau of Procurement and Supply Carlton Building 501 S. Calhoun Street Tallahassee, Florida 32399-2500 850-717-3683 (Telephone Number) 850-488-7189 (Facsimile Number) moselev. jessi e(d!ma il .de.state. fl. us
Pursuant to Section 287.057(23), Florida Statutes, and in accordance with PUR 1001 #21, Bidders responding to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the seventy-two (72) hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.
Any person requiring special accommodations in responding to this solicitation because of a disability should call the Bureau of Procurement and Supply at 850-717-3700 at least five (5) days prior to any pre-solicitation conference, solicitation opening or meeting. If you are hearing or speech impaired, please contact the Bureau of Procurement and Supply by using the Florida Relay Service, which can be reached at 1-800-955-8771 (TDD).
Questions will only be accepted if submitted in writing and received on or before the date and time specified in the Timeline (Section 4.2). Responses will be posted on the Vendor Bid System (VBS) by the date referenced in the Time!ine (Section 4.2).
4.2 Timeline
Listed below are the important actions and dates/times by which the actions must be taken or completed. If the Department finds it necessary to change any of these dates/times, it will be accomplished by addendum. All listed times are local time in Tallahassee, Florida. (Eastern Time)
4.2.1
4.2.2
4.2.3
4.2.4
4/02/13
Week of 4/14/13
4/23/13
5/2/13
Model Tenn Bid for Services (08/08/2012) Revised Page 18 of 68
Release of !TB
Site Visits (Region I, II and III)- See Section 4.3.8
Last day for receipt of written inquiries
Anticipated date that written responses to written inquiries will be posted on the Vendor Bid System (VBS).
ITB# 12-DC-8388
4.2.5
4.2.6
4.2.7
~5/29/13
~6/5/13
~6112/13
3:00PM Bid opening
Anticipated date of posting of recommended award
Anticipated date for issuance of purchase order or other document
4.3 Procurement Rules
4.3.1 Mandatory Vendor Registration
The State of Florida implemented an on-line e-procurement system called MyFlorida:Marketplace (MFMP) through which all Purchase Orders are issued and distributed via e-mail or facsimile (fax) machine. The method of automatic distribution is selected by the vendor during the registration process. Therefore, before doing business with any state agency, vendors must register in this system on-line at: http://dms.mvflorida.com/mfmp. Vendors needing assistance with the registration process may call 1-866-352-3776.
4.3.2 Submission of Bids
Each bid shall be prepared simply and economically, providing a straightforward, concise delineation of the bidder's capabilities to satisfy the requirements of this ITB. Elaborate bindings, colored displays, and promotional material are not desired. Emphasis in each bid must be on completeness and clarity of content. In order to expedite the review of bids, it is essential that bidders follow the format and instructions contained in the Bid Submission Requirements (Section 5), with particular emphasis on the Mandatory Responsiveness Requirements.
The Department will not consider any additional terms or conditions submitted by a bidder, including any appearing in documents attached as part of a bid response. In submitting its bid, a bidder agrees that any such additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect.
Bids are due at the time and date specified in the Timeline (Subsection 4.2) at the Department of Corrections, Bureau of Procurement and Supply, Carlton Building, 501 South Calhoun Street, Tallahassee, Florida 32399-2500, and shall be submitted to the attention of the Contact Person at the address listed in Subsection 4.1. Bids received late will not be considered. No Department staff will incur responsibility for the inadvertent opening of a bid not properly sealed, addressed or identified.
In accordance with PUR 1001 #15, before award, the Department reserves the right to seek clarifications or request any information deemed necessary for proper review of submissions from any bidder deemed eligible for Contract award. Failure to provide requested information may result in rejection of the response.
4.3.3 Bid Opening
In accordance with PUR 1001 #12. bids will be publicly opened at the time and date specified in the "Timeline" (Subsection 4.2). The names of all bidders submitting bids shall be made available to interested parties upon written request to the Procurement Manager listed in Section 4.1.
4.3.4 Costs of Preparing Bid
The Department is not liable for any costs incurred by a bidder responding to this ITB, including those for oral presentations, if applicable.
Model Term Bid for Services (08/08/2012) Revised Page 19 of 68 ITB# 12-DC-8388
Page 20 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
4.3.5 Disposal of Bids
All bids become the property of the State of Florida and will be a matter of public record subject to the provisions of Chapter 119, Florida Statutes.
4.3.6 Bid Rules for Withdrawal
A submitted bid may be withdrawn by submitting a written request for its withdrawal to the Department, signed by an authorized representative of the bidder within seventy-two (72) hours after the bid due date indicated in the Timeline. Any submitted bid that has not been properly withdrawn shall remain a valid bid for twelve (12) months after the bid opening date.
4.3.7 Rejection of Bids In accordance with PUR 1001 #16, the Department shall reject any and all bids containing material deviations. In determining whether a bid contains a material deviation or a minor irregularity, the Department will use the definitions of those terms set forth in Sections 1.11 and 1.14 above.
4.3.8 Site Visits and Bidder’s Conference All interested vendors, before submitting their response, may visit the locations listed below and become familiar with conditions that may in any manner affect the work to be done. The Department has set specific dates for the site visits and will not allow visits for individual vendors or visits at any other time. Interested parties must call the following individuals listed below at least two (2) business days prior to start date of the site visits listed in the Timeline and furnish them with the following information on all attendees, including the attendee’s full name, social security number, date of birth, driver’s license number and state of issue. For security reasons, admittance of any vendor not previously approved is at the sole discretion of the institution. Vendors who do not seek prior approval may be denied access. Vendors must present photo I.D. at each site. Verbal answers and decisions provided at the site shall not be binding on the Department. Region I Week of April 14, 2013 Larry Durden, Regional Business Manager Department of Corrections Region I Business Office 35 Apalachee Drive Sneads, FL 32460 Phone: (850) 718-0099 Fax: (850) 718-0096
Page 21 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
DATE TIME (E.S.T.) INSTITUTION/FACILITY
Monday 4/15/13 10:30 AM Jefferson CI, Tallahassee WRC Tuesday 4/16/13 10:00 AM Liberty CI & WC, Quincy Annex
Wednesday 4/17/13 1:00 PM Northwest Florida Reception Center (NWFRC) Thursday 4/18/13 3:00 PM Santa Rosa CI Region II Week of April 14, 2013 Denise Willis, Regional Business Manager Department of Corrections Region II Business Office
PO Box 9002 Lake City, FL 32056 Phone: (386) 754-1200 Fax: (386) 754-1226
DATE TIME (E.S.T.) INSTITUTION/FACILITY
Monday 4/15/13 10:00 AM Columbia CI Monday 4/15/13 1:00 PM Baker WC Tuesday 4/16/13 10:00 AM Reception & Medical Center Tuesday 4/16/13 1:00 PM Florida State Prison Tuesday 4/16/13 3:00 PM Lawtey CI
Region III Week of April 14, 2013 Yvette Van Dever, Regional Business Manager Department of Corrections Region III Business Office 7504 Laurel Hill Drive Orlando, FL 32818 Phone: (407) 578-3514 Fax: (407) 521-3470
DATE TIME (E.S.T.) INSTITUTION/FACILITY
Monday 4/15/13 2:00 PM Okeechobee CI Tuesday 4/16/13 9:30 AM Sumter CI
Thursday 4/18/13 2:00 PM South Florida Reception Center Friday 4/19/13 10:00 PM Central Florida Reception Center
Page 22 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
The Department will accept verbal questions during the conference and will make a reasonable effort to provide answers at that time. Impromptu questions will be permitted and spontaneous answers provided; however, parties should clearly understand that the Department will issue a written response ONLY to those questions subsequently submitted in writing in accordance with Section 4.3.9.1. This written response will be provided to all prospective Proposers/Contractors via posting on the VBS as an addendum to the ITB and shall be considered the Department’s official answer or position as to the question or issue posed. Verbal answers and discussions shall not be binding upon the Department.
4.3.9 Bid Inquiries 4.3.9.1 The bidder shall examine this ITB to determine if the Department’s requirements are clearly
stated. If there are any requirements which restrict competition, the bidder may request, in writing, to the Department, that the specifications be changed. The bidder who requests changes to the Department’s specifications must identify and describe the bidder’s difficulty in meeting the Department’s specifications, must provide detailed justification for a change, and must recommend changes to the specifications. Requests for changes to this ITB must be received by the Department no later than the date shown for written inquiries in the “Timeline.” A bidder’s failure to request changes by the date described above shall be considered to constitute bidder’s acceptance of Department’s specifications. The Department shall determine what changes to this ITB shall be acceptable to the Department. If required, the Department shall issue an addendum reflecting the acceptable changes to this ITB, and post as stated in Section 5.3 in order that all bidders shall be given the opportunity of proposing to the same specifications.
4.3.9.2 Any inquiries from bidders concerning this ITB shall be submitted in writing, identifying the
submitter, to the individual identified in Section 4.1 of this ITB and must be received no later than the date and time specified in Section 4.2 of the Timeline. (E-mail inquiries are preferred however bidder may submit by facsimile or hard copy.) It is the responsibility of the bidder to confirm receipt of said inquiries.
4.3.10 Cost Discussions
Any discussion by the bidder with any employee or authorized representative of the Department involving cost information, occurring prior to bid opening or notice of recommended award, or notice of rejection of all bids, will result in rejection of said bidder’s bid.
4.3.11 Verbal Instructions No negotiations, decisions, or actions shall be initiated or executed by the bidder as a result of any discussions with any Department employee. Only those communications that are in writing from the Department’s staff identified in Section 4.1 of this ITB shall be considered a duly authorized expression on behalf of the Department. Only communications from the bidder’s representative, which are in writing and signed, will be recognized by the Department as duly authorized expressions on behalf of the bidder.
4.3.12 No Prior Involvement and Conflicts of Interest The bidder shall not compensate in any manner, directly or indirectly, any officer, agent or employee of the Department for any act or service that he/she may do, or perform for, or on behalf of, any officer, agent, or employee of the bidder. No officer, agent, or employee of the Department shall have any interest, directly or indirectly, in any contract or purchase made, or authorized to be made, by anyone for, or on behalf of, the Department or the State of Florida. The bidder shall have no interest and shall not acquire any interest that shall conflict in any manner or degree with the performance of the services required under this Contract.
Page 23 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
4.3.13 Department of State Licensing Requirements
All entities defined under Chapters 607, 617 or 620, Florida Statutes, seeking to do business with the Department shall be on file and in good standing with the Florida Department of State.
4.3.14 Filing Notices of Intent to Protest or Formal Protest Pursuant to Section 120.57(3), Florida Statutes and PUR 1001 #20, a Notice of Protest or Formal Written, Intent to Protest or Formal Protest shall be filed with the Clerk of the Agency, located at 501 South Calhoun Street, Tallahassee, Florida 32399-2500, (telephone 850-717-3605). Protest related documents may be hand-delivered to the Clerk of the Agency by entering the Calhoun Street entrance and asking the person at the Security Desk to call the agency clerk to come down to the entrance to receive the documents for filing. Documents left at the Security Desk will not be considered filed until received by the agency clerk. Formal protests may not be faxed. Protest documents received after hours will be filed the next business day. Protests sent to the Procurement Manager by any means (mail, fax or email), will not be considered filed with the Agency Clerk until they are received at the Carlton building address. To the extent anything in this section conflicts with PUR 1001, this section controls. Failure to file a protest of the specifications or the agency’s intended agency action within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Pursuant to Section 287.042(2)(c), Florida Statutes, a formal written protest must be accompanied by a bond written by a Surety Company licensed to do business in the State of Florida payable to the Department of Corrections in an amount equal to one percent (1%) of the estimated total value of the proposed contract amount submitted by the protestor. The amount of the bond will be provided by the Department’s Office of General Counsel/Contracts Section and can be obtained by contacting the appropriate staff at (telephone number 850-717-3605, facsimile number 850-922-4355). In lieu of a bond, the Department may accept a cashier’s check, official bank check, or money order in the amount of the bond.
4.3.15 Unauthorized Employment of Alien Workers The Department does not intend to award publicly funded contracts to those who knowingly employ unauthorized alien workers, constituting a violation of the employment provisions as determined pursuant to Section 274A of the Immigration and Nationality Act.
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Page 24 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
SECTION 5 – BID FORMAT AND CONTENTS This section contains instructions that describe the required format for the submitted bid. Bids shall be submitted in a sealed envelope, clearly marked “Bid – ITB #12-DC-8388.” There is no intent to limit the content of the response. Additional information deemed appropriate by the bidder may be included. However, cluttering the bid with irrelevant material makes the review more difficult. The following paragraphs contain instructions that describe the required format for bid responses.
5.1 Responsiveness Requirements
The following terms, conditions, or requirements must be met by the bidder to be responsive to this ITB. Failure to meet these responsiveness requirements may cause rejection of a bid.
5.1.1 Bidder shall complete and return the ITB Bidder Acknowledgement Form (pages 1 & 2 of this ITB).
The bidder must return either the original or a copy of both pages with an original signature on page one (1). Do not sign page two (2).
5.1.2 The bidder shall complete, sign, date and return the Price Information Sheet on page 68. By submitting
a bid or bids under this ITB, each bidder warrants its agreement to the prices submitted. The Department objects to and shall not consider any additional terms or conditions submitted by a bidder, including any appearing in documents attached as part of a bidder’s response. In submitting its bid, a bidder agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Any qualifications, counter-offers, deviations, or challenges may render the bid non-responsive.
5.2 Business/Corporate References
The bidder shall furnish a minimum of two (2) and a maximum of three (3) Business/Corporate References (utilizing the form provided as Attachment 1) with their bid, to support the requirements of Business/Corporate Experience as described in Section 2.2 of this ITB. In order to qualify as current experience, services described by corporate references shall be ongoing or shall have been completed within the twenty-four (24) months preceding the issue date of this ITB.
The references shall be completed and signed by the individual offering the reference, and certified by a notary public. Reference(s) shall identify the type of services provided by the bidder (which should be directly relevant to the services outlined in this ITB), dates the bidder provided such services, the firm/agency name of the entity for which the bidder provided services, and the reference signer’s name, their current telephone number, address and, if possible, their e-mail address. Reference(s) shall include statements supporting that the bidder has performed services similar in magnitude and scope to those requested in the ITB. References that do not support prior relevant service delivery shall be rejected. The Department may request additional references. Employees of the Department may not be used and will not be accepted as corporate references. The Department reserves the right to contact the above-provided references as well as reference sources not listed in the bid.
5.3 Contact for Contract Administration The bidder shall complete and insert Attachment 2 of this ITB.
5.4 Addenda
If the Department finds it necessary to supplement, modify or interpret any portion of the bidding specification or documents during the bidding period a written addendum (see Attachment 3 for sample) will be posted on the MyFlorida.com Vendor Bid System, http://vbs.dms.state.fl.us/vbs/mainmenu . It is the responsibility of the vendor to be aware of any addenda that might affect the submitted bid.
Page 25 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
5.5 Certificate of Insurance
Successful Bidder(s) shall provide a fully executed Certificate of Insurance (see Attachment 4 for sample) prior to proceeding with work. Certificate of Insurance is not required with submission of bid.
5.6 Price Sheet Submission Requirements
Bids should be submitted with the most favorable pricing terms bidders can offer to the State. Each bidder shall complete and submit the Price Information Sheet(s). Any modifications, counter offers, deviations, or challenges shall render the bid non-responsive. By submitting an offer or offers under this ITB, each bidder warrants its agreement to the prices submitted.
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Page 26 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
SECTION 6 – AWARD OF CONTRACT
6.1 Posting of Recommended Award The notice of intended award will be posted on or about the date shown in the “Timeline” (Section 4.2) and will remain posted for a period of seventy-two (72) hours. Saturdays, Sundays, and state holidays shall be excluded in the computation of the seventy-two (72) hour time period. Posting will be made available on the Florida Vendor Bid System at www.myflorida.com .
6.2 Basis of Award
The Price Information Sheet is located at the end of this document. Award will be made, by region, to the responsive, responsible bidder submitting the highest percentage commission on the Price Information Sheet. Therefore, up to three (3) awards may be made. A bidder may bid on one (1) region, two (2) regions or three (3) regions. The bidder’s past history, ability, capacity, prior contract experience, performance, integrity and all information submitted with the bid will be considered by the Department in determination of responsibility. Firm prices shall be bid and, where products are included, shall include all packaging, handling, shipping and delivery charges, including environmental & fuel service fees. Any Price Information Sheet that is incomplete or in which there are significant inconsistencies or inaccuracies may be rejected by the Department. No deviations, qualifications, or counter offers will be accepted. The Department reserves the right to reject any and all bids. All calculations will be reviewed and verified. The Department may correct mathematical errors; however, in the event of any miscalculation, unit prices shall prevail. All changes/corrections made by the bidder, including corrections made using “white out”, shall be initialed by the bidder.
6.3 Identical Tie Bids
When evaluating bids/proposals/responses to solicitations, if the Department receives identical pricing or scoring from multiple vendors, the Department shall determine the order of award using the criteria set forth in Rule 60A-1.011, Florida Administrative Code and Chapter 295.187, Florida Statutes.
Page 27 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
SECTION 7 – CONTRACT TERMS AND CONDITIONS This section contains standard terms and conditions that shall be included in any Contract which results from this ITB. By submitting a bid in response to this ITB, the bidder is deemed to have accepted these terms and conditions in their entirety.
7.1 Contract
7.1.1 A bidder’s response to this ITB shall be considered as the formal offer. 7.1.2 Upon selection of the winning bid and completion of the seventy-two (72) hour posting process indicated
in Section 6.1, an authorized representative of the Department shall affix his signature to the specified area on the bottom of the ITB Bidder Acknowledgement Form (Page 2), thereby certifying the bid as the Contract. Once the bid submittal has been certified by the Department, the bidder shall be known as the "Successful Bidder(s)” and the certified bid shall constitute the Contract between the parties. The Successful Bidder(s) will be notified by letter accompanied with a copy of the certified bid (Contract). If there is a conflict in language between the Department's ITB and the bidder's submitted bid, the Department's ITB will govern.
Upon certification the Department shall enter into a three (3) year Contract with the Successful Bidder(s). Annual Purchase Orders will be processed to the Successful Bidder(s) for three (3) consecutive years based on the terms and conditions of the Contract. The State of Florida’s fiscal year begins on July 1st; therefore, after the initial Purchase Order has been processed, all future Purchase Orders will reflect a begin date of July 1st . The State of Florida’s fiscal year ends on June 30th; therefore, each Purchase Order will reflect this ending date with the exception of the final Purchase Order. The final Purchase Order will end on the last day of the three (3) year Contract period.
The Department will forward a letter, along with a copy of the certified bid to the Successful Bidder(s) and Purchase Orders may then be issued against the Contract.
7.2 Termination
7.2.1 Termination at Will
The Contract may be terminated in whole or in part by the Department upon no less than ninety (90) thirty (30) calendar days’ notice and by the Successful Bidder(s) upon no less than one hundred-eighty (180) ninety (90) days notice, without cause, unless a lesser time is mutually agreed upon by both parties. If the Contract is executed via Purchase Order(s), notice of termination will be delivered electronically by change order to the Purchase Order(s) through the state’s e-procurement system, MyFloridaMarketplace. Notices to the Department shall be sent to Procurement Manager listed in Section 4.1. Notices to the Successful Bidder(s) shall be sent to the individual(s) listed in Attachment 2 – Contact for Contract Administration.
7.2.2 Termination for Unauthorized Employment
Violation of the provisions of Section 274A of the Immigration and Nationality Act, shall be grounds for unilateral cancellation of the Contract.
7.3 Payments and Invoices
7.3.1 Payment
The Contractor shall compensate the Department with a commission equal to the percentage of revenues derived from the operation of said equipment as submitted by the Contractor on the Bidders Price Information Sheet. Such payments shall be made by the fifteenth (15th) day of each month for the previous month’s revenue. The Department shall have the right to accompany the Contractor when the
(Revised 5/02/2013)
Page 28 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
revenue is collected from the equipment and conduct a hard count of the money on-site, which consists of counting the money with a portable coin counter that shall be provided by the Contractor.
7.3.2 Payment Submission
The Contractor agrees that each payment will include a detailed accounting of how the commission was arrived at in detail sufficient for a pre-audit and post-audit thereof. The Contractor shall submit monthly commission payments and records to: Department of Corrections Bureau of Finance and Accounting
P.O. Box 13600 Tallahassee, FL 32317-3600 The Contractor shall submit monthly sales reports and records to: Department of Corrections Bureau of Institutional Support Services c/o Contract Manager 501 S Calhoun Street Tallahassee, FL 32399-2500
7.3.3 Purchasing Card Program The State of Florida has implemented a purchasing card program, using the Visa platform. Upon mutual agreement of both parties, vendors may receive payments via purchasing card in the same manner as other Visa purchases.
7.4 Travel Expenses The Department shall not be responsible for the payments of any travel expenses incurred by the Successful Bidder(s) resulting from this ITB.
7.5 Vendor’s Expenses The Successful Bidder(s) shall pay for all licenses, permits, and inspection fees or similar charges required for this Contract, and shall comply with all laws, ordinances, regulations, and any other requirements applicable to the work to be performed under this Contract.
7.6 Contract Management
The Department of Corrections will be responsible for management of the Contract(s) resulting from this ITB. The Department will assign a Contract Manager and Contract Administrator for the Contract.
7.6.1 Department’s Contract Manager
The Contract Manager for this Contract will be identified in the resultant Contract. The Contract Manager or his designee will perform all Department designated monitoring tasks indicated in the Scope of Service as well as the following functions: 7.6.1.1 Maintain a contract management file; 7.6.1.2 Serve as the liaison between the Department and the Contractor; 7.6.1.3 Evaluate the Contractor’s performance;
Page 29 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
7.6.1.4 Direct the Contract Administrator to process all amendments and termination of this Contract; and
7.6.1.5 Evaluate Contractor performance upon completion of overall Contract; this evaluation will be placed on file and will be considered if the Contract is subsequently used as a reference in future procurements.
The Contract Manager may delegate the following functions to designated Department staff: 1. Verify receipt of deliverables from the Contractor; 2. Monitor the Contractor’s performance; and 3. Review, verify, and approve invoices from the Contractor.
7.6.2 Department’s Contract Administrator The Contract Administrator for this purchase will be:
Chief, Bureau of Procurement and Supply Department of Corrections Carlton Building 501 S. Calhoun Street Tallahassee, FL 32399 Telephone: (850) 717-3700 Fax: (850) 488-7189 The Contract Administrator will perform the following functions: 7.6.2.1 Maintain the Contract administrator file; 7.6.2.2 Process all Contract amendments, renewals, and termination of the Contract; and
7.6.2.3 Maintain the official records of all formal correspondence between the Department and Contractor.
7.7 Contract Management Changes
After execution of the Contract resulting from this ITB, any changes in the information contained in Section 7.6.1 Contract Management of that Contract, will be provided to the other party in writing and a copy of the written notification shall be maintained in the official Contract file.
7.8 Records
7.8.1 Disclosure of Bid Contents
All documentation produced as part of this solicitation shall become the exclusive property of the Department and may not be removed by the Respondent(s) or its agents. All bid submittals shall become the property of the Department and shall not be returned to the Respondent(s). The Department shall have the right to use any or all ideas or adaptations of the ideas submitted. Selection or rejection of a bid shall not affect this right. 7.8.1.1 Confidential, Proprietary, or Trade Secret Material
The Department takes its public records responsibilities as provided under chapter 119, Florida Statutes and Article I, Section 24 of the Florida Constitution, very seriously. If the Respondent(s) considers any portion of the documents, data or records
Page 30 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
submitted in response to this solicitation to be confidential, trade secret or otherwise not subject to disclosure pursuant to chapter 119, Florida Statutes, the Florida Constitution or other authority, Respondent(s) must also simultaneously provide the Department with a separate redacted copy of its response and briefly describe in writing the grounds for claiming exemption from the public records law, including the specific statutory citation for such exemption. This redacted copy shall contain the Department’s solicitation name, number, and the name of the respondent on the cover, and shall be clearly titled “Redacted Copy.” The Redacted Copy shall be provided to the Department at the same time Respondent(s) submits its response to the solicitation and must only exclude or redact those exact portions which are claimed confidential, proprietary, or trade secret. Respondent(s) shall be responsible for defending its determination that the redacted portions of its response are confidential, trade secret or otherwise not subject to disclosure. Further, Respondent(s) shall protect, defend, and indemnify the Department for any and all claims arising from or relating to Respondent’s determination that the redacted portions of its response are confidential, proprietary, trade secret or otherwise not subject to disclosure. If Respondent(s) fails to submit a Redacted Copy with its response, the Department is authorized to produce the entire documents, data or records submitted by Respondent(s) in answer to a public records request for these records.
7.8.2 Audit Records
7.8.2.1 The Successful Bidder(s) agrees to maintain books, records, and documents (including electronic storage media) in accordance with generally accepted accounting procedures and practices which sufficiently and properly reflect all revenues and expenditures of funds provided by the Department under this Purchase Order, and agrees to provide a financial and compliance audit to the Department or to the Office of the Auditor General and to ensure that all related party transactions are disclosed to the auditor.
7.8.2.2 The Successful Bidder(s) agrees to include all record-keeping requirements in all subcontracts
and assignments related to this Contract.
7.8.3 Retention of Records The Successful Bidder(s) agrees to retain all client records, financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertaining to this Contract for a period of five (5) years). The Successful Bidder(s) shall maintain complete and accurate record-keeping, and documentation as required by the Department and the terms of this Contract. Copies of all records and documents shall be made available for the Department upon request. All invoices and documentation must be clear and legible for audit purposes. All documents must be retained by the Successful Bidder(s) at the address listed on the ITB Bidder Acknowledgement Form (page 1), for the duration of this Contract. Any records not available at the time of an audit will be deemed unavailable for audit purposes. Violations will be noted and forwarded to the Department’s Inspector General for review. All documents must be retained by the Successful Bidder(s) at the Successful Bidder’s primary place of business for a period of five (5) years following termination of the Contract, or, if an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. The Successful Bidder(s) shall cooperate with the Department to facilitate the duplication and transfer of any said records or documents during the required retention period. The Successful Bidder(s) shall advise the Department of the location of all records pertaining to this Contract and shall notify the Department by certified mail within ten (10) days if/when the records are moved to a new location.
Page 31 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
7.9 Employment of Department Personnel The Successful Bidder(s) shall not knowingly engage, employ or utilize, on a full-time, part-time, or other basis during the period of this Contract, any current or former employee of the Department where such employment conflicts with Section 112.3185, Florida Statutes.
7.10 Non-Discrimination No person, on the grounds of race, creed, color, national origin, age, gender, marital status or disability, shall be excluded from participation in, be denied the proceeds or benefits of, or be otherwise subjected to discrimination in, the performance of this Contract.
7.11 Americans with Disabilities Act The Successful Bidder(s) shall comply with the Americans with Disabilities Act. In the event of the Successful
Bidder(s)’s noncompliance with the nondiscrimination clauses, the Americans with Disabilities Act, or with any other such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Successful Bidder(s) may be declared ineligible for further contracts.
7.12 Bidder’s Insurance The Contractor shall obtain insurance to cover those liabilities which are necessary to provide reasonable financial protection for the Contractor and the Department at all times during the existence of this Contract. This shall include, but is not limited to, workers’ compensation, general liability, and property damage coverage. The Department must be an additional named insured on the Contractor’s insurance related to the Contract. Upon the execution of the Contract, the Contractor shall furnish the Contract Manager with written verification of such insurance coverage. Such coverage may be provided by a self-insurance program established and operating under the laws of the State of Florida. The Department reserves the right to require additional insurance where appropriate. If the Successful Bidder(s) is a state agency or subdivision as defined in Section 768.28, Florida Statutes, the Successful Bidder(s) shall furnish the Department, upon request, written verification of liability protection in accordance with Section 768.28, Florida Statutes. Nothing herein shall be construed to extend any party’s liability beyond that provided in Section 768.28, Florida Statutes.
7.13 Copyrights, Right to Data, Patents and Royalties Where activities supported by this Contract produce original writing, sound recordings, pictorial reproductions, drawings or other graphic representation and works of any similar nature, the Department has the right to use, duplicate and disclose such materials in whole or in part, in any manner, for any purpose whatsoever and to have others acting on behalf of the Department to do so. If the materials so developed are subject to copyright, trademark, or patent, legal title and every right, interest, claim or demand of any kind in and to any patent, trademark or copyright, or application for the same, will vest in the State of Florida, Department of State for the exclusive use and benefit of the state. Pursuant to Section 286.021, Florida Statutes, no person, firm or corporation, including parties to this Contract, shall be entitled to use the copyright, patent, or trademark without the prior written consent of the Department of State. The Department shall have unlimited rights to use, disclose or duplicate, for any purpose whatsoever, all information and data developed, derived, documented, or furnished by the Successful Bidder(s) under this Contract. All computer programs and other documentation produced as part of the Contract shall become the exclusive property of the State of Florida, Department of State, with the exception of data processing software developed by the Department pursuant to Section 119.083, Florida Statutes, and may not be copied or removed by any employee of the Successful Bidder(s) without express written permission of the Department.
Page 32 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
The Successful Bidder(s), without exception, shall indemnify and save harmless the Department and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by the Successful Bidder(s). The Successful Bidder(s) has no liability when such claim is solely and exclusively due to the combination, operation, or use of any article supplied hereunder with equipment or data not supplied by the Successful Bidder(s) or is based solely and exclusively upon the Department’s alteration of the article. The Department will provide prompt written notification of a claim of copyright or patent infringement and will afford the Successful Bidder(s) full opportunity to defend the action and control the defense of such claim.
Further, if such a claim is made or is pending, the Successful Bidder(s) may, at its option and expense, procure for the Department the right to continue use of, replace, or modify the article to render it noninfringing. (If none of the alternatives are reasonably available, the Department agrees to return the article to the Successful Bidder(s) upon its request and receive reimbursement, fees and costs, if any, as may be determined by a court of competent jurisdiction.) If the Successful Bidder(s) uses any design, device, or materials covered by letter, patent or copyright, it is mutually agreed and understood without exception that the Contract prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work to be performed hereunder.
7.14 Disputes
Purchasing entities are to report any vendor failing to perform according to the requirements of this Contract on a Department of Management Services’ (DMS) Vendor form (#PUR7017). A copy of the PUR7017 will be provided to the State Purchasing Office at the Department of Management Services. Should the vendor fail to satisfactorily correct the problem within a prescribed period of time, then a “Request for Assistance” form (#DC2-509) shall be filed with the Bureau of Procurement & Supply in Tallahassee, FL., with a copy to the Contract Manager. If the dispute still cannot be resolved, the circumstances will be submitted in writing to the Department’s Bureau Chief, Bureau of Procurement and Supply. The Bureau Chief shall decide the dispute, reduce the decision to writing, and deliver a copy to the Successful Bidder(s) and the Contract Manager. Copies of these submittals shall remain in the procurement file for use in decisions regarding renewal options.
7.15 Independent Contractor Status The Successful Bidder(s) shall be considered an independent Contractor in the performance of its duties and responsibilities under this Contract. The Department shall neither have nor exercise any control or direction over the methods by which the Successful Bidder(s) shall perform its work and functions other than as provided herein. Nothing in this Contract is intended to, nor shall be deemed to constitute, a partnership or a joint venture between the parties.
7.16 Assignment The Successful Bidder(s) shall not assign its responsibilities or interests under this Contract to another party without prior written approval of the Department’s Contract Administrator, or the Contract Manager, if applicable. The Department shall, at all times, be entitled to assign or transfer its rights, duties and obligations under this Contract to another governmental agency of the State of Florida upon giving written notice to the Successful Bidder(s).
7.17 Severability The invalidity or unenforceability of any particular provision of this Contract shall not affect the other provisions hereof and this Contract shall be construed in all respects as if such invalid or unenforceable provision was omitted, so long as the material purposes of this Contract can still be determined and effectuated.
Page 33 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
7.18 Use of Funds for Lobbying Prohibited
In accordance with PUR 1000 #18, the Successful Bidder(s) agrees to comply with the provisions of Section 216.347, Florida Statutes, which prohibits the expenditure of state funds for the purposes of lobbying the Legislature, the Judicial branch, or a state agency.
7.19 Reservation of Rights
The Department reserves the exclusive right to make certain determinations regarding the service requirements outlined in the Contract. The absence of the Department setting forth a specific reservation of rights does not mean that any provision regarding the services to be performed under this Contract are subject to mutual agreement. The Department reserves the right to make any and all determinations exclusively which it deems are necessary to protect the best interests of the State of Florida and the health, safety and welfare of the Department’s inmates and of the general public which is served by the Department, either directly or indirectly, through these services.
7.20 Convicted Felons Certification No personnel assigned to this Contract may be a convicted felon or have relatives either confined by, or under supervision of, the Department, unless an exception is granted.
7.21 Scope Changes after Contract Execution During the term of the Contract, the Department may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract’s specifications, provided that such changes are within the general scope of the Contract. The Department may make an equitable adjustment in the Contract prices or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contract, which shall not be unreasonably withheld. The Department shall provide written notice to the Successful Bidder(s) thirty (30) days in advance of any Department required changes to the technical specifications and/or scope of service that affect the Successful Bidder(s)’s ability to provide the service as specified herein. Any changes that are other than purely administrative changes will require a formal contract amendment.
7.22 State Initiatives
7.22.1 Diversity in Contracting
The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority-, women-, and service-disabled veteran business enterprises in the economic life of the state. The State of Florida Mentor Protégé Program connects minority-, women-, and service-disabled veteran business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protégé Program, please contact the Office of Supplier Diversity at (850) 487-0915.
To this end, it is vital that small, minority-, women-, and service-disabled veteran business enterprises participate in the state’s procurement process as both Contractors and subcontractors in this solicitation.
Information on Certified Minority Business Enterprises (CMBE) and Certified Service-Disabled Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity at http://www.dms.myflorida.com/other_programs/office_of_supplier_diversity_osd/.
Page 34 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Diversity in Contracting documentation shall be submitted to the Contract Administrator if applicable, and should identify any participation by diverse Contractors and suppliers as prime Contractors, subcontractors, vendors, resellers, distributors, or such other participation as the parties may agree. Diversity in Contracting documentation shall include the timely reporting of spending with certified and other minority/service-disabled veteran business enterprises. Such reports must be submitted at least monthly and include the period covered, the name, minority code and Federal Employer Identification Number of each minority/service-disabled veteran vendor utilized during the period, commodities and services provided by the minority/service-disabled veteran business enterprise, and the amount paid to each minority/service-disabled veteran vendor on behalf of each purchasing agency ordering under the terms of this Contract.
7.22.2 Environmental Considerations
The State supports and encourages initiatives to protect and preserve our environment. If applicable, the Successful Bidder(s) shall submit a plan to support the procurement of products and materials with recycled content, and the intent of Section 287.045, Florida Statutes. The Successful Bidder(s) shall also provide a plan, if applicable, for reducing and or handling of any hazardous waste generated by the Successful Bidder(s)‘s company. Reference Rule 62-730.160, Florida Administrative Code. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of the Successful Bidder’s explanation of its company’s hazardous waste plan and shall explain in detail its handling and disposal of this waste.
7.23 Contract Modifications Unless otherwise stated herein, modifications to the provisions of any Contract resulting from this ITB, with the exception of Section 7.3, Payment and Invoices, and Section 7.6, Contract Management, shall be valid only through execution of a formal Contract amendment.
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Page 35 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
ATTACHMENT 1 – BUSINESS/CORPORATE REFERENCE ITB #12-DC-8388
(THIS FORM MUST BE COMPLETED BY THE PERSON GIVING THE REFERENCE, NOT THE ENTITY FOR WHICH THE REFERENCE IS BEING GIVEN.)
THIS BUSINESS REFERENCE IS FOR (Bidder’s Name):
NAME OF PERSON PROVIDING REFERENCE:
TITLE OF PERSON PROVIDING REFERENCE:
FIRM/ENTITY PROVIDING REFERENCE (if applicable):
1. How would you describe your relationship to this business/corporate entity? ( e.g. Customer, Subcontractor, Employee,
Contract Manager, Friend, or Acquaintance)
2. How many years have you done business with this business entity? _____________________ Please Provide Dates:
3. A. If a Customer, please specifically describe the primary service this entity provides to you. i.e. Does this bidder provide
food vending services or other type of food services?
B. Generally describe the geographic area where services were provided. (number of counties served, section of the state, etc).
C. What was the estimated population of clients that the entity served, to the best of your knowledge?
4. Did this entity act as a primary provider, or as a subcontractor? If a subcontractor, to whom? Please specifically describe
the type of service that was provided by the entity for which this reference is being provided.
5. Can you identify the total number of years that this entity has provided vending services? Please provide dates to the best of your
knowledge.
Page 36 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
6. Do you have a vested interest in this business/corporate entity? If yes, what is that interest? (i.e. employee, subcontractor,
stockholder, etc).
7. Have you experienced any problems with this business/corporate entity? If so, please state what the problem is/was and how it
was resolved.
8. Would you conduct business with this business/corporate entity again? If no, please state the reason.
9. Are there any additional comments you would like to make about this business entity? Use back of form if necessary.
10. Will you provide a phone number, fax or email address so we may contact you for further questions, if necessary?
PLEASE SIGN BELOW AND HAVE THIS FORM CERTIFIED BY A NOTARY PUBLIC. RETURN THIS FORM TO THE BUSINESS/CORPORATE ENTITY FOR WHICH YOU ARE PROVIDING THE REFERENCE. THIS REFERENCE WILL BECOME PART OF THE ITB RESPONSE.
_________________________________________________ NAME OF PROPOSER'S ORGANIZATION _________________________________________________ SIGNATURE OF AUTHORIZED REPRESENTATIVE _________________________________________________ PRINTED NAME OF AUTHORIZED REPRESENTATIVE _________________________________________________ DATE
Page 37 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
ATTACHMENT 2 – CONTACT FOR CONTRACT ADMINISTRATION
ITB #12-DC-8388
Designate one person authorized to conduct Contract administration.
NAME: Bill Bosco
TITLE: Group Vice President
COMPANY NAME: Keefe Commissary Network, L.L.C.
ADDRESS: 1371 Tradeport Drive
Jacksonville, FL 32218
TELEPHONE NUMBER: (904)741-6776
FAX NUMBER: (904)741-6963
E-MAIL ADDRESS: [email protected]
__________________________________________________________________________________________
ORDERING INFORMATION
ALL PURCHASE ORDERS SHOULD BE DIRECTED TO:
VENDOR: Keefe Commissary Network, L.L.C.
ADDRESS: 1371 Tradeport Drive
Jacksonville, FL 32218
TELEPHONE NUMBER: (904)741-6776
FAX NUMBER: (904)741-6963
E-MAIL ADDRESS: [email protected]
Page 38 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
ATTACHMENT 3 – ADDENDUM ACKNOWLEDGMENT FORM ITB #12-DC-8388
ITB ADDENDUM – SAMPLE ONLY
Department of Corrections
501 S Calhoun Street Tallahassee, Florida 32399-2500
BID NO: ITB #12-DC-8388 BID TITLE: Visiting Parks Vending – Regions I, II and III RELEASE DATE: February XX, 2013 OPENING DATE: March XX, 2013 ADDENDUM NO.: DATE: PLEASE BE ADVISED THAT THE FOLLOWING CHANGES ARE APPLICABLE TO THE ORIGINAL SPECIFICATIONS OF THE ABOVE-REFERENCED ITB: THIS ADDENDUM NOW BECOMES A PART OF THE ORIGINAL ITB. THE ADDENDUM ACKNOWLEDGMENT FORM SHALL BE SIGNED BY AN AUTHORIZED COMPANY REPRESENTATIVE, DATED AND RETURNED, AS INSTRUCTED IN SECTION 5, BID SUBMISSION REQUIREMENTS, WITH THE BID. FAILURE TO DO SO MAY SUBJECT THE BIDDER TO DISQUALIFICATION. BIDDER: BY: ADDRESS: TELEPHONE: CITY, STATE: DATE: AUTHORIZED SIGNATURE
Page 39 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
ATTACHMENT 4 – SAMPLE CERTIFICATE OF INSURANCE
ITB #12-DC-8388 INSURER: Date: ______________ This certificate is issued at the request of: Department of Corrections, State of Florida Bureau of Procurement & Supply The following insurance policies of this company have been issued to: INSURED: on the construction job designated below: NAME LOCATION PROJECT NUMBER #12-DC-8388
INSURANCE IN FORCE
MINIMUM LIMITS
LIMITS IN FORCE
EFFECTIVE DATE
EXPIRATION DATE
Workers’ Compensation and Employer Liability Policy No._____________
Statutory
Successful Bidder(s)'s Public Liability and Property Damage: Policy No._____________ 1. Bodily Injury Liability
$300,000 each accident
2. Property Damage Liability
$100,000 each accident $100,000 aggregate operations $100,000 aggregate protective $100,000 aggregate contractual
Automobile Liability Policy No._____________ 1. Bodily Injury Liability
$100,000 each person $300,000 each accident
2. Property Damage Liability
$25,000 each accident
Owner’s Protective Liability Insurance Policy No._____________ 1. Bodily Injury Liability
$300,000 each accident
2. Property Damage Liability
$100,000 each accident
Page 40 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Other Required Coverages 1. “XCU” (Explosion, Collapse, Underground Damage). The Successful Bidder(s)’s Liability Policy provides
“XCU” coverage for those classifications in which they are excluded. 2. Contractual Liability-Work Contracts: The Successful Bidder(s)’s Liability Policy covers such contracts when
they are affected. 3. Indemnification Rider: The Successful Bidder(s)’s Liability Policy provides a “Hold Harmless” rider to cover
the provisions of Article 4.18 of the referenced A.I.A. General Conditions and is so noted on the Successful Bidder(s)’s Certificate of Insurance.
4. Fire and Extended Coverage Insurance: The Successful Bidder(s) has taken out and will maintain during the life
of this contract a “Builder’s Risk Policy” with fire and extended coverage and vandalism and malicious mischief coverage, completed value form.
Policy No.__________________________________________ Effective Date: ______________________________________ Expiration Date: _____________________________________ It is hereby certified that the above-listed required policies and other required coverages are in force, and that the above-listed policies protect the Successful Bidder(s) performing work under the contract for the construction job designated above against all claims for damages for personal injury, including death, resulting from accidents and for damage to property, which may arise from operations under the contract whether such operations be by the Successful Bidder(s) or anyone directly employed by him in connection with the performance of the contract. In addition, it is also hereby certified that the designated insurer will give notice by mail to the Department of Corrections, Bureau of Procurement & Supply, at least fifteen (15) days prior to any material change in the provisions of, or the cancellation of, the above-listed policies of insurance. INSURER: By: ______________________________________ Authorized Resident Agent Address: __________________________________ __________________________________ __________________________________ Attached: Power of Attorney
Page 41 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
ATTACHMENT 5 – PURCHASE ORDER TERMS AND CONDITIONS
S T A T E O F F L O R I D A , D E P A R T M E N T O F C O R R E C T I O N S P U R C H A S E O R D E R T E R M S A N D CONDITIONS
Rev. October 2012
For good and valuable consideration, received and acknowledged sufficient, the parties agree to the following in addition to the terms and conditions expressed in the MyFloridaMarketPlace (MFMP) purchase order. By accepting this electronic purchase order, the vendor agrees to be bound by these conditions and instructions.
1. Vendor is an independent contractor for all purposes hereof.
2. The laws of the State of Florida shall govern this purchase order and venue for any legal actions arising herefrom shall be Leon County, Florida.
3. Vendor agrees to obtain and maintain during the Purchase Order term, commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Purchase Order. This insurance may include but not limited to Liability Insurance, Errors and Omissions Insurance and Workers Compensation Insurance.
4. Vendor will comply, as required, with the Health Insurance Portability and Accountability Act (42 USC & 210, et seq.) and regulations promulgated thereunder (45 CFR Parts 160, 162, and 164). Health Information Technology for Economic and Clinical Health Act (HITECH), 42 U.S.C. 17935, 17921 and 17931 ET SEQ, and section 945.10, F.S.
5. Vendor shall maintain confidentiality of all data, files, and records related to the services/commodities provided pursuant to this purchase order that are confidential or exempt from disclosure pursuant to Florida or Federal laws. Vendor shall comply with all State and Federal laws, and Department of Correction’s Procedures 102.004, 102.006, 102.008 and 401.006. A copy of these procedures will be made available upon request. Vendor shall also comply with any applicable professional standards of practice with respect to confidentiality of information.
6. Vendor agrees to indemnify, defend, and hold the State of Florida, its officers, employees and agents harmless, to the full extent allowed by law, from all fines, claims, assessments, suits, judgments, or damages, consequential or otherwise. This will include court costs and attorneys’ fees, arising out of any acts, actions, breaches, neglect or omissions of Vendor, its employees and agents, related to this purchase order, as well as for any determination arising out of or related to this purchase order, that the Vendor or Vendor’s employees, agents, subcontractors, assignees or delagees are not independent contractors in relation to the Department of Correction. This purchase order does not constitute a waiver of sovereign immunity or consent by the Department or the State of Florida or its subdivisions to suit by third parties in any matter arising herefrom.
7. All patents, copyrights, and trademarks arising, developed or created in the course or as a result hereof are Department of Correction’s property, and nothing resulting from Vendor’s services or provided by the Department to Vendor may be reproduced, distributed, licensed sold or otherwise transferred without prior written permission of the Department. This paragraph does not apply to the Department’s purchase of a license for Vendor’s intellectual property.
8. If this purchase order is for personal services, the Vendor’s staff assigned to this Contract shall be subject, at the Department’s discretion and expense, to a Florida Department of Law Enforcement (FDLE) Florida Crime Information Center/National Crime Information Center (FCIC/NCIC) background/criminal records check. This background check will be conducted by the Department and may occur or re-occur at any time during the Contract period. The Department has full discretion to require the Vendor to disqualify, prevent, or remove any staff from any work under the Contract. The use of criminal history records and information derived from such records checks are restricted pursuant to Section 943.054, F.S. The Department shall not disclose any information regarding the records check findings or criteria for disqualification or removal to the Vendor. The Department shall not confirm to the Vendor the existence or nonexistence of any criminal history record information. In order to carry out this records check, the Vendor shall provide the following data for any
Page 42 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
individual of the Vendor or Vendor’s staff assigned to the Contract: Full name, Social Security Number, Race, Sex, Date of Birth, Driver’s License Number and State of Issue. If requested, the Vendor’s staff shall submit to fingerprinting by the Department of Corrections for the background checks.
9. Section 287.057(17)(c), Florida Statutes, provides, “A person who receives a contract that has not been procured pursuant to subsections (1)-(3) to perform a feasibility study of the potential implementation of a subsequent contract, who participates in the drafting of a solicitation or who develops a program for future implementation, is not eligible to contract with the agency for any other contracts dealing with that specific subject matter, and any firm in which such person has any interest is not eligible to receive such contract. However, this prohibition does not prevent a vendor who responds to a request for information from being eligible to contract with an agency.” The Department of Corrections considers participation through decision, approval, disapproval, recommendation, preparation of any part of a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, or auditing or any other advisory capacity to constitute participation in drafting of the solicitation.
10. TERMINATION: This purchase order agreement may be terminated in whole or in part by the Department upon no less than ninety (90) thirty (30) calendar days notice and by the Successful bidder upon no less than one hundred-eighty (180) ninety (90) days notice, without cause, unless a lesser time is mutually agreed upon by both parties. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. In the event funds to finance this purchase order agreement become unavailable, the Department may terminate the agreement upon no less than twenty-four (24) hours notice in writing to the provider. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. The Department shall be the final authority as to the availability of funds. Unless the provider’s breach is waived by the Department in writing, the Department may, by written notice to the provider, terminate this purchase order agreement upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. If applicable, the Department may employ the default provisions in Chapter 60A-1.006, Florida Administrative Code. Waiver of breach of any provisions of this contract shall not be deemed to be a waiver of any other breach and shall not be constructed to be a modification of the terms of this agreement. The provisions herein do not limit the Department’s right to remedies at law or to damages.
11. The terms of this purchase order will supersede the terms of any and all prior or subsequent agreements you may have with the Department with respect to this purchase. Accordingly, in the event of any conflict, the terms of this purchase order shall govern.
12. As required by State of Florida Executive Order Number 11-116, the Contractor identified in this Contract is required to utilize the U.S. Department of Homeland Security’s E-Verify system to verify employment eligibility of: all persons employed during the contract term by the Contractor to perform employment duties pursuant to the Contract, within Florida; and all persons, including subcontractors, assigned by the Contractor to perform work pursuant to the Contract with the Department. (http://www.uscis.gov/e-verify) Additionally, the Contractor shall include a provision in all subcontracts that requires all subcontractors to utilize the U.S. Department of Homeland Security’s E-Verify system to verify employment eligibility of: all persons employed during the contract term by the Contractor to perform work or provide services pursuant to this Contract with the Department.
13. The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(E) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this purchase order.
14. No Contractors or any personnel assigned to provide commodities or services, as specified by this purchase order, may be a convicted felon or have relatives either confined by or under supervision of the Department, unless an exception is granted by the Department prior to the rendering of services or commodities.
(Revised 5/02/2013)
Page 43 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
EXHIBIT A - CORRECTIONAL INSTITUTIONS/FACILITIES
ITB-12-DC-8388 VISITING PARKS VENDING – REGIONS I, II & III
MAJOR INSTITUTIONS
* Indicates a work camp adjacent to an institution. Region I
Apalachee Correctional Institution East 35 Apalachee Drive
Sneads, Florida 32460-4166 (850) 718-0688
Fax: (850) 593-6445
Apalachee Correctional Institution West 52 West Unit Drive
Sneads Florida 32460-4165 (850) 718-0577
Fax: (850) 593-6445 * Calhoun Correctional Institution
19562 SE Institution Drive Blountstown, Florida 32424-5156
(850) 237-6500 Fax: (850) 237-6508
* Century Correctional Institution 400 Tedder Road
Century, Florida 32535-3659 (850) 256-2600
Fax: (850) 256-2335 *Franklin Correctional Institution
1760 Highway 67 North Carrabelle, Florida 32322
(850) 697-1100 Fax: (850) 697-1108
Gulf Correctional Institution 500 Ike Steele Road
Wewahitchka, Florida 32465-0010 (850) 639-1000 SC 790-1000
Fax: (850) 639-1182 *Gulf Correctional Institution Annex
699 Ike Steel Road Wewahitchka, Florida 32465
(850) 639-1509 Fax: (850) 639-1508
* Holmes Correctional Institution 3142 Thomas Drive
Bonifay, Florida 32425-0190 (850) 547-2100
Fax: (850) 547-0522 * Jackson Correctional Institution
5563 10th Street Malone, Florida 32445-3144
(850) 569-5260 Fax: (850) 569-5996
Jefferson Correctional Institution 1050 Big Joe Road
Monticello, Florida 32344-0430 (850) 342-0500
Fax: (850) 997-0973 * Liberty Correctional Institution 11064 N.W. Dempsey Barron Road
Bristol, Florida 32321-9711 (850) 643-9400
Fax: (850) 643-9412
Northwest Florida Reception Center 4455 Sam Mitchell Drive
Chipley, Florida 32428-3597 (850) 773-6100
Fax: (850) 773-6252
Northwest Florida Reception Center Annex 4455 Sam Mitchell Drive
Chipley, Florida 32428-3597 (850) 773-6500
Fax: (850) 773-6611
* Okaloosa Correctional Institution 3189 Little Silver Rd.
Crestview, Florida 32539-6708 (850) 682-0931
Fax: (850) 689-7803
Page 44 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Quincy Annex 2225 Pat Thomas Parkway
Quincy, Florida 32351-8645 (850) 627-5400
Fax: (850) 875-3572
Santa Rosa CI 5850 East Milton Rd.
Milton, Florida 32583-7914 (850) 983-5800
Fax (850) 983-5907 Santa Rosa Annex
5850 East Milton Rd. Milton, Florida 32583-7914
(850) 983-5800 Fax (850) 983-5907
* Wakulla Correctional Institution 110 Melaleuca Drive
Crawfordville, Florida 32327-4963 (850) 410-1895
Fax: (850) 410-0203 Wakulla Annex
110 Melaleuca Drive Crawfordville, Florida 32327-4963
(850) 487-4341 Fax: (850) 410-0203
* Walton Correctional Institution 691 Institution Road
DeFuniak Springs, Florida 32433-1831 (850) 951-1300
Fax: (850) 951-1750 *Taylor Correctional Institution
8501 Hampton Springs Road Perry, Florida 32348-8747
(850) 838-4000 Fax: (850) 838-4024
Taylor Correctional Institution Annex 8501 Hampton Springs Road
Perry, Florida 32348 (850) 838-4002
Fax: (850) 838-4024 Region II
* Baker Correctional Institution P.O. Box 500, 20706 US 90 W. Sanderson, Florida 32087-0500
(386) 719-4500 Fax: (386) 758-5759
Columbia Correctional Institution 216 S.E. Corrections Way
Lake City, Florida 32025-2013 (386) 754-7600
Fax: (386) 754-7602 Columbia Correctional Institution Annex
216 S.E. Corrections Way Lake City, Florida 32025-2013
(386) 466-3000 Fax: (386) 754-7602
* Cross City Correctional Institution 568 NE 255th Street
Cross City, Florida 32628 (352) 498-4444
Fax: (352) 498-4333 or 4334 * Florida State Prison 7819 N.W. 228th Street
Raiford, Florida 32026-1000 (904) 368-2500
Fax: (904) 368-2732 (Delivery Vehicle must have drop lift capacity)
Florida St. Prison West Unit Post Office Box 747
State Road 16 Starke, Florida 32091-0747
(904) 368-2500 Fax: (904) 368-27299
Hamilton Correctional Institution 10650 SW 46th Street
Jasper, Florida 32052-1360 (386) 792-5151
Fax: (386) 792-515
Hamilton Correctional Institution Annex 10650 S.W. 46th Street
Jasper, Florida 32052-1360 (386) 792-5151
Fax: (386) 792-5159 * Lancaster Correctional Institution
3449 S.W. State Road 26 Trenton, Florida 32693-5641
Lawtey Correctional Institution 7819 N.W. 228th Street
Raiford, Florida 32026-2000
Page 45 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
(352) 463-4100 Fax: (352) 463-3476
(904) 782-2000 Fax: (904) 782-2005
*Lowell Correctional Institution 11120 NW Gainesville Rd Ocala, Florida 34482-1479
(352) 401-5301 Fax: (352) 401-5331
Lowell Correctional Institution Annex 11120 NW Gainesville Rd Ocala, Florida 34482-1479
(352) 401-5301 Fax: (352) 401-5331
Lowell Reception Center 3700 NW 111th Place
Ocala, Florida 34482-1479 352-840-8000
FAX: (352) 401-5331
* Madison Correctional Institution 382 Southwest MCI Way
Madison, Florida 32340-4430 (850) 973-5300
Fax: (904) 973-5339 * Marion Correctional Institution
3269 NW 105th Street Lowell, Florida 32663-0158
(352) 401-6400 Fax: (352) 840-5657
* Mayo Correctional Institution Annex 8784 US Highway 27 West Mayo, Florida 32066-3458
(386) 294-4500 Fax: (386) 294-4534
Putnam Correctional Institution 128 Yelvington Road
East Palatka, Florida 32131-2112 (386) 326-6800
Fax: (386) 312-2219
*Reception and Medical Center P.O. Box 628
Hwy 231 Lake Butler, Florida 32054-0628
(386) 496-6000 Fax: (386) 496-3287
Reception and Medical Center West 8183 SW 152nd Loop
P.O. Box 628 Lake Butler, Florida 32054-0628
(386) 496-6002 Fax: (386) 496-4689
*Suwannee Correctional Institution 5964 U.S. Highway 90
Live Oak, Florida 32060 (386) 963-6201
Fax: (386) 963-6103
Suwannee Correctional Institution Annex 5964 U.S. Highway 90
Live Oak, Florida 32060 (386) 963-6301
Fax: (386) 963-6103
* Tomoka Correctional Institution 3950 Tiger Bay Road
Daytona Beach, Florida 32124-1098 (386) 323-1070
Fax: (386) 323-1006
Union Correctional Institution 7819 N.W. 228th Street
Raiford, Florida 32026-4000 (386) 431-2000
Fax: (386) 431-2016
Region III * Avon Park Correctional Institution
P.O. Box 1100 County Road 64 East
Avon Park, Florida 33826-1100
Central Florida Reception Center 7000 H C Kelley Rd
Orlando, Florida 32831-2518 (407) 207-7777
Page 46 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
(863) 453-3174 Fax: (863) 453-1511
Fax: (407) 249-6570
Central Florida Reception Center East 7000 H C Kelley Road
Orlando, Florida 32831-2518 (407) 207-7777
Fax: (407) 249-6570
Central Florida Reception Center South 7000 H C Kelley Road
Orlando, Florida 32831-2518 (407) 207-7777
Fax: (407) 249-6570 Charlotte Correctional Institution
33123 Oil Well Road Punta Gorda, Florida 33955-9701
(941) 833-2300 Fax: (941) 575-5747
Dade Correctional Institution 19000 S. W. 377th Street
Florida City, Florida 33034-6409 (305) 242-1900
Fax: (305) 242-1881 * DeSoto Annex
13617 S.E. Highway 70 Arcadia, Florida 34266-7800
(863) 494-3727 Fax: (863) 494-1740
Everglades Correctional Institution 1601 S.W. 187th Ave.
Miami, Florida 33185-3701 (305) 228-2054
Fax: (305) 228-2039 * Hardee Correctional Institution
6901 State Road 62 Bowling Green, Florida 33834-9505
(863) 767-4500 Fax: (863) 767-4504
Hernando Correctional Institution 16415 Springhill Drive
Brooksville, Florida 34604-8167 (352) 754-6715
Fax: (352) 544-2307 Homestead Correctional Institution
19000 S. W. 377th Street Florida City, Florida 33034-6409
(305) 242-1700 Fax: (305) 242-2424
Lake Correctional Institution 19225 U.S. Highway 27
Clermont, Florida 34715-9025 (352) 394-6146
Fax: (352) 394-3504
* Martin Correctional Institution 1150 S.W. Allapattah Road
Indiantown, Florida 34956-4397 (772) 597-3705
Fax: (772) 597-3742
Okeechobee Correctional Institution 3420 N.E. 168th St.
Okeechobee, Florida 34972-4824 (863) 462-5474
Fax: (863) 462-5402 * Polk Correctional Institution
10800 Evans Road Polk City, Florida 33868-6925
(863) 984-2273 Fax: (863) 984-3072
South Florida Reception Center 14000 NW 41st Street
Doral, Florida 33178-3003 (305) 592-9567
Fax: (305) 470-5628
South Florida Reception Center South Unit:
13910 NW 41st Street Doral, Florida 33178-3014
(305) 592-9567 Fax: (305) 470-5628
Sumter Correctional Institution and BTU 9544 County Road 476B
Bushnell, Florida 33513-0667 (352) 569-6100
Fax: (352) 569-6196
Page 47 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Zephyrhills Correctional Institution 2739 Gall Boulevard
Zephyrhills, Florida 33541-9701 (813) 782-5521
Fax: (813) 782-4954
WORK CAMPS, FORESTRY CAMPS & ROAD PRISONS Region I
Berrydale Forestry Camp 6920 Highway 4
Jay, Florida 32565-2204 (850) 675-4564
Fax: (850) 675-0801
Bay City Work Camp 1001 West Highway 98
Apalachicola, Florida 32320-1272 (850) 653-1020
Fax: (850) 653-2592 Calhoun Work Camp 19564 SE Inst. Drive
Blountstown, Florida 32424-5156 (850) 674-2887
Fax: (850) 674-2503
Century Work Camp 400 Tedder Road
Century, Florida 32535-3659 (850) 256-2600
Fax: (850) 256-5005 Graceville Work Camp
5230 Ezell Road Graceville, Florida 32440-4289
(850) 263-9230 Fax: (850) 263-9235
Gulf Forestry Camp 3222 DOC Whitfield Road White City, Florida 32465
(850) 827-4000 Fax: (850) 827-2986
Holmes Work Camp 3182 Thomas Drive
Bonifay, Florida 32425-4238 (850) 547-2703
Fax: (850) 547-3169
Jackson Work Camp 5607 10th Street Hwy 71 North
Malone, Florida 32445-9998 (850) 569-5260
Fax: (850) 569-5996 Liberty Work Camp
11064 NW Dempsey Barron Road Bristol, Florida 32321-0711
(850) 643-9542 Fax: (850) 643-9562
Okaloosa Work Camp 3189 Little Silver Road
Crestview, Florida 32539-6708 (850) 682-0931
Fax: (850) 682-4578 Wakulla Work Camp 110 Melaleuca Drive
Crawfordville, Florida 32327-4963 (850) 413-9663
Fax: (850) 421-1261
Walton Work Camp 301 World War II Veterans Lane
De Funiak Springs, Florida 32433-1838 (850) 951-1355
Fax: (850) 951-1766 Taylor Work Camp
8501 Hampton Springs Road Perry, Florida 32348-0000
(850) 223-4501 Fax: (850) 838-4024
Page 48 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Region II
Baker Work Camp P.O. Box 500
US 90 E. Sanderson, Florida 32087-0500
(386) 719-4670 Fax: (386) 719-2775
Cross City Work Camp 568 N.E. 255th Street
Cross City, Florida 32628 (352) 498-4330
Fax: (352) 498-4338
Gainesville Work Camp 1000 NE 55th Blvd. State Road 26 East
Gainesville, Florida 32641-6067 (352) 955-2045
Fax: (352) 955-3119
Lowell Work Camp 11120 NW Gainesville Road
Ocala, Florida 34482 (352) 401-5301
Fax: (352) 401-5331
Lancaster Work Camp 3449 SW SR 26
Trenton, Florida 32693-5641 (352) 463-4100
Fax: (352) 463-3476
Marion Work Camp Post Office Box 158
3269 NW 105th Street Lowell, Florida 32663-0158
(352) 401-6865 Fax: (352) 401-6443
Madison Work Camp Post Office Box 692 382 SW MCI Way
Madison, Florida 32340-4430 (850) 973-5302
Fax: (850) 973-5358 SC 296-5339
RMC Work Camp P.O. Box 628
Lake Butler, Florida 32054 (386) 496-4050
Fax: (386) 496-4060
Mayo Work Camp 8976 US 27 West
Mayo, Florida 32066 (386) 294-4752
Fax: (386) 294-4532
Tomoka Work Camp 3950 Tiger Bay Road
Daytona Beach, Florida 32124-1098 (321) 323-1220
Fax: (321) 323-1006 Suwannee Work Camp 5964 U.S. Highway 90
Live Oak, Florida 32060 (386) 963-6100
Fax: (386) 963-6103
Region III Arcadia Road Prison
2961 N.W. County Road 661 Arcadia, Florida 34266-8203
(863) 993-4628 Fax: (863) 993-4630
Avon Park Work Camp Post Office Box 1100 County Road 64 East
Avon Park, Florida 33826-1100 (863) 453-3174
Fax: (863) 453-1511
Page 49 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Big Pine Key Road Prison P.O. Box 430509
450 Key Deer Blvd. Big Pine Key, Florida 33043-0509
(305) 872-2231 Fax: (305) 872-9417
Brevard Work Camp 855 Camp Road
Cocoa, Florida 32927-3700 (321) 634-6130
Fax: (321) 634-6051
DeSoto Work Camp Highway 70 East
Arcadia, Florida, 34266 (863) 494-3727
Fax: (863) 494-1740
Ft. Myers Work Camp P.O. Box 051107
12551 Wainwright Drive Immokalee, Florida 34142-9628
(239) 332-6915 Fax: (239) 332-6992
Glades Work Camp 2600 N Main Street
Belle Glade, Florida 33430-5314 (561) 829-1800
Fax: (561) 992-1355
Hardee Work Camp 6899 State Road 62
Bowling Green, Florida 33834-9505 (863) 773-2441
Fax: (863) 773-0160 Largo Road Prison 5201 Ulmerton Road
Clearwater, Florida 33760-4006 (727) 570-5135
Fax: (727) 588-4920
Loxahatchee Road Prison 230 Sunshine Road
West Palm Beach, Florida 33411-3616 (561) 791-4760
Fax: (561) 791-4763
Martin Work Camp 1150 SW Allapattah Road
Indiantown, Florida 34956-4310 (772) 597-3705
Fax: (772) 597-4238
Polk Work Camp 10800 Evans Road
Polk City, Florida 33868-6925 (863) 984-2273
Fax: (863) 984-1761 Sago Palm Work Camp
15500 Bay Bottom Rd Pahokee Florida 33476
(561) 924-4300
Sumter Work Camp Post Office Box 1807
9544 County Road 476B Bushnell, Florida 33513-0667
(352) 569-6114 Fax: (352) 793-6845
WORK RELEASE CENTERS
Region I Panama City WRC 3609 Highway 390
Panama City, Florida 32405-2795 (850) 872-4178
Fax (850) 747-5739
Pensacola WRC 3050 North L. Street
Pensacola, Florida 32501-1010 (850) 595-8920
Fax (850) 595-8919
Page 50 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Tallahassee WRC Physical Address
2616A Springhill Road Delivery Address
2628 Springhill Road Tallahassee, Florida 32310-6730
(850) 488-2478 Fax (850) 922-6240
Region II Dinsmore WRC
13200 Old Kings Road Jacksonville, Florida 32219
(904) 924-1700 Fax: (904) 924-1704
Lake City WRC 1099 N.W. Dot Gln
Lake City, Florida 32055-2564 (386) 758-0535
Fax: (386) 758-1559 Santa Fe WRC
2901 Northeast 39th Avenue Gainesville, Florida 32602-1202
(352) 955-2070 Fax: (352) 955-3162
Satellite Fed by Gainesville Work Camp
Daytona Beach WRC 3601 U.S. Highway 92 West
Daytona Beach, Florida 32124-1002 (386) 238-3171
Fax: (386) 947-4058
Region III Atlantic WRC
263 Fairgrounds Road West Palm Beach, Florida 33411-3639
(561) 791-4187 Fax: (561) 791-4749
Satellite Fed by Loxahatchee Road Prison
Bartow WRC 550 N. Restwood Avenue
Bartow, Florida 33830-4200 (863) 534-7037
Fax (863) 534-0036
Cocoa WRC 585 Camp Road
Cocoa, Florida 32927-4738 (321) 690-3210
Fax: (321) 634-6002
Ft. Pierce WRC 1203 Bell Avenue
Ft. Pierce, Florida 34982-6544 (772) 468-3929
Fax: (772) 467-3140 Hollywood WRC
P.O. Box 8759 8501 W. Cypress Drive
Pembroke Pines, Florida 33025-4542 (954) 985-4720
Fax: (954) 967-1251
Kissimmee WRC 2925 Michigan Avenue
Kissimmee, Florida 34744-1200 (407) 846-5210
Fax: (407) 846-5368
Page 51 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Miami North WRC 7090 Northwest 41st Street Miami, Florida 33166-6817
(305) 470-5580 Fax (305) 470-5584
Opa Locka WRC 5400 Northwest 135th Street
Opa Locka, Florida 33054-4310 (305) 827-4057
Fax: (305) 364-3188 Orlando WRC
7300 Laurel Hill Road Orlando, Florida 32818-5278
(407) 578-3510 Fax: (407) 578-3509
Pinellas WRC 5205 Ulmerton Road
Clearwater, Florida 33760-4002 (727) 570-5138
Fax: (727) 570-3187 St. Petersburg WRC
4237 8th Avenue, South St. Petersburg, Florida 33711-2000
(727) 893-2289 Fax: (727) 893-1182
Tarpon Springs WRC 566 Brady Road
Tarpon Springs, Florida 34689-6707 (727) 942-5420
Fax (727) 942-5469 West Palm Beach WRC
261 West Fairgrounds Road West Palm Beach, Florida 33411-3639
(561) 791-4750 Fax: (561) 791-4018
Satellite Fed by Loxahatchee Road Prison
RE-ENTRY CENTERS
Region III Sago Palm Re-Entry Center
500 Baybottom Road Pahokee, Florida 33476
(561) 924-4320 Fax (561) 924-4303
Everglades Re-Entry Center 1601 SW 187 Ave
Miami, Florida 33194 (305) 278-2000
Fax (305) 228-2039
Page 52 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
EXHIBIT B – MASTER VENDING LIST
ITB-12-DC-8388 VISITING PARKS VENDING – REGIONS I, II & III
MASTER VENDING LIST (revised 03/14/13)
Current Menu Item Size Selling Price Not
To Exceed Snacks
100 Cal Pk Chips Ahoy Thn Crsp .81 oz $0.85 100 Cal Pk Lorna Doone Crisps .74 oz $0.85 100 Cal Pk Oreo Thin Crisps .81 oz $0.85 3 pk Pecan Twirls 3 oz $1.00 Act II BtrLvr Pcorn 3 oz $1.00 Andy Capp Fries Hot Vend 1.5 oz $1.00 Andy Capp Stk Fries HtChiliChs 1.5 oz $1.00 Apple Round Danish 4 oz $1.00 Baked Ruffles Ched & Sr Cm LSS 1.125 oz $0.85 Beef & Cheddar Cheese Sticks 1.125 oz $0.85 Bkd Lays BBQ 1.125 oz $0.85 Bkd Lays Orig 1.125 oz $0.85 Bkd Lays SCnO 1.125 oz $0.85 Broadstreet Jumbo Honey Bun 5.0 oz $1.35 BSB Ban Pud Cck 4 oz $1.00 BSB Cake Coffee Cinnamon FOA - 3.4 oz $1.00 BSB Coco Cruh Donut 3 oz $1.00 BSB Dbl Choc Cck 4 oz $1.00 BSB Rnd Cinn Roll 5 oz $1.00 BSB SberryScake Cck 4 oz $1.00 Bsil Animl Snkr 2.125 oz $0.80 BsilDuplexSndwchCms 5 oz $0.80 Buddy Bars Multipack 2 oz $1.00 Bugles Original 1.5 oz $1.00 Cheddar Cheese Goldfish 2.25 oz $1.00 Cheese/Peanut Butter Crackers 1.5 oz $0.60 Cheetos Crackers 1.38 oz $0.35 Cheetos Cracker, Baked Cheddar 1.38 oz $0.55 Cheetos Cracker, Peanut Butter 1.38 oz $0.55
Page 53 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Cheetos Baked Crunchy 1.5 oz $.70 Cheetos Crunchy 2 oz $1.00 Cheetos Crunchy JalpnoChdr LSS 2 oz $1.00 Cheetos Flamin’Hot Chip LSS 2 oz $1.00 Cheetos Puffs .875 oz $0.85 Cheezits 2 oz $1.00 Chex Mix Turtle Bars 1.2 oz $0.85 ChexMix BldPrty 1.75 oz $1.00 ChexMix Hny Nut 1.75 oz $1.00 ChexMix Trad 1.75 oz $1.00 Chips Ahoy Bite Size Cookies 2 oz $1.00 Cloverhill Cinnamon Roll 4 oz $1.00 Cloverhill Cheese Danish 4 oz $1.00
Cloverhill Butter Krunch Big Texas Roll 4 oz $1.00
Cloverhill Strawberry Cheese Danish 4 oz $1.00
Dbl Decker Banana Moon Pie 2.75 oz $1.00 Dbl Decker Chocolate Moon Pie 2.75 oz $1.00 Dbl Decker Vanilla Moon Pie 2.75 oz $1.00 Dorito Bakes Nacho Cheese 1.375 oz $0.65 Dorito Late Night Cheeseburger 1.75 oz $1.00 Doritos CoolRnch 1.75 oz $1.00 Doritos Late Night Taco LSS 1.75 oz $1.00 Doritos NachoChs 1.75 oz $1.00 Doritos Spicy Sweet Chili LSS 1.75 oz $1.00 Double Barrel Salami Sticks 1.125 oz $0.85 Dunkin Sticks Multipack 1.67 oz $1.00 Duplex Crème Cookie 5 oz $0.75 Famous Amos Choc Sand Cookie 2.2 oz $1.00 Famous Amos Choco Chip Cookie 2 oz $1.00 Fritos 2 oz $1.00 Fritos BBQ 2 oz $1.00 Fritos Crackers 1.38 oz $0.35 Fritos Chili Cheese 2 oz $1.00 Fritos FTwt Hny BBQ 2 oz $1.00 Funyuns LSS 1.25 oz $0.85 Gardetto Original Snak-Ens LSS 2.5 oz $1.00 Gmas Mini VanCrm 3.71 oz $1.00
Page 54 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Hickory Smoked Beef Sticks 1.125 oz $0.85 Hot-N-Spicy Sausage 1.125 oz $0.85 Kars NutNYogrtTrlMx 2 oz $1.00 Kars SwtnSlt TrlMx 3.5 oz $1.25 Kars TrkMx 2 oz $0.80 Kit Kat, Crispy 1.61 oz $0.85 Klg NGrn SBerryBr 1.3 oz $1.00 Klg NGrnBberryBr 1.3 oz $1.00 Klg Nutri-Grain Apple Cinnamon 1.3 oz $1.00 Klg PtrtBsugrCin 3.52 oz $1.00 Klg Rice Krispies 1.3 oz $1.00 Klg SpecK BBerryBr .81 oz $1.00 Klg SpecK SBerryBr .81 oz $1.00 Knott’s Cookie Shortbrd Aprict 2 oz $1.00 Knott’s Cookie Shortbrd Rasp 2 oz $1.00 Knott’s Cookie Strawberry LSS 3 oz $1.00 Lance Bar Peanut 2.21 oz $1.00 Lance Choc-o-Lunch 1.65 oz $0.75 Lance Cream Cheese & Chives 1.38 oz $0.60 Lance CrmChsCptWfr 1.375 oz $0.75 Lance Grilled Cheese 1.38 oz $0.60 Lance Nekot 1.75 oz $0.75 Lance Toastchee 1.5 oz $0.75 Lance Van-O-Lunch 1.65 oz $1.00 Lays Baked Cheddar Snack Mix, Quaker 1.75 oz $1.00 Lays, Cheddar & Sour Cream 1.56 oz $0.90 Lays Baked Sour Cream & Onion 1.125 oz $0.65 Lays BBQ LSS 1.5 oz $1.00 Lays Chips 1.5 oz $1.00 Lays Chs PB Crkr 1.38 oz $0.75 Lays KC Master BBQ 1.5 oz $0.90 Lays Kettle Sharp Cheddar LSS 1.375 oz $0.85 Lays Munchos 1.3125 oz $0.85 Lays SCnO Chp 1.5 oz $1.00 Lays Slt&Vinegar 1.5 oz $1.00 Lays ToastPBCrkr 1.38 oz $0.75 Lorna Doone Sleeve Cookies 1.5 oz $1.00
Page 55 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Microwave Popcorn 3.5 oz $1.00 Moon Pie Peanut Butter Twin Pk 2.4 oz $1.00 Mrs. Freshley's Bear Claw Danish 4.0 oz $1.00 Mrs. Freshley's Big Dutch Apple Claw 4.25 oz $1.00 Mrs. Freshley's Blueberry Cheese Claw 4.25 oz $1.00 Mrs. Freshley's Carrot Cake 3.5 oz $1.00 Mrs. Freshley's Cher FrtPie 4.5 oz $1.00 Mrs. Freshley's Cherry Cheese Claw 4.25 oz $1.00 Mrs. Freshley's Choc Donut 3 oz $1.00 Mrs. Freshley's FriedAplPie 4.5 oz $1.00 Mrs. Freshley’s Golden Crème Cake 2.8 oz $0.85 Mrs. Freshley's Iced Grand Honey Bun 6 oz $1.00 Mrs. Freshley's Jbo Hny Bun 5 oz $1.00 Mrs. Freshley's Jumbo Glazed Honey Bun 4.75 oz $1.00 Mrs. Freshley's Pwd Donut 2.5 oz $1.00 Mrs. Freshley's Strawberry Cheese Claw 4.25 $1.00 Munchies Snack Mix Chs Fix LSS 1.75 oz $1.00 Nat Vly Granola Bar 1.6 oz $0.90 Nat Vlly Bar Sweet & Salty Pnt 1.8 oz $1.00 Nat Vly Cruh PB 1.5 oz $1.00 Nat Vly Dark Choc Chewy Mix Br 1.2 oz $0.85 Nat Vly Oats & Honey 1.5 oz $1.00 Nbco FF FigNewtons 2.1 oz $1.00 Nilla Wafers Mini Big Bag 2.75 oz $1.00 Oreo Choc Cookie 1.8 oz $1.00 Oreo Cookie - Golden 1.8 oz $1.00 Planters Cheese Flavorered Peanut Butter Crackers 1.4 oz $0.75 Planters Toast Peanut Butter Sandwich Crackers 1.4 oz $0.75 Planters Honey Roasted Peanuts 2 oz $1.00 Planters Slt Pnuts 2 oz $1.00 Planters Trail Mix 2 oz $1.00 Pop-Tart Chocolate Chip 3.67 oz $1.00 Pop-Tart Frosted Blueberry 3.6 oz $1.00 Pop-Tart Frosted Cherry 3.6 oz $1.00 Pop-Tart Frst Sberry 3.67 oz $1.00 Pop-Tart Frstd Brwn Sugar Cinn 3.5 oz $1.00
Page 56 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Pop-Tart Hot Fudge Sundae 3.67 oz $1.00 Pop-Tart Hot Fudge Sundae 3.38 oz $1.00 Pop-Tart S’mores 3.6 oz $1.00 Quaker Bkd Ched Mix 1.75 oz $1.00 Rice Crispy Treats Square 1.3oz $0.85 Rold Gold Tny Twists Prtzl LSS 2 oz $1.00 Ruffles 1.5 oz $1.00 Ruffles Chedder SC 1.5 oz $1.00 Ruger Vanilla Wafers 1.18 oz $0.85 Sour Cream/Onion Chips 1.5 oz $0.85 Snackwells Vanilla Crm Sleeve 1.7 oz $1.00 Snyder Mini Pretzels 2.25 oz $1.00 Sun Maid Oatmeal Raisin Cookie 3 oz $1.00 SunChips Garden Salsa LSS 1.5 oz $1.00 SunChips Hrvst Ched 1.5 oz $1.00 SunChips Orig Chip 1.5 oz $1.00 SunChips Peppercorn Ranch LSS 1.5 oz $1.00 Sweet and Salty Granola Bars 1.2 oz $0.85 Swiss Creme Sandwich Cookie 1.75 oz $1.00 Swiss Rolls Multipack 2 oz $1.00 Take 5 1.5 oz $0.85 Texas Cinnamon Roll 4 oz $1.00 TGIF ChedBac Skn 1.75 oz $1.00 Tropical Plantains, Chips 1.2 oz $0.65 Twizzler Sberry 5 oz $1.00 Welch’s Fruit Punch Fruit Snks 2.25 oz $1.00 Welch’s Grape Fruit Snks 2.25 oz $1.00 Welch’s Island Fruit Snacks 2.25 oz $1.00 Welch’s Strawberry Fruit Snks 2.25 oz $1.00 Welch's Mx Frt Snk 2.25 oz $1.00 Wheat Thins Toasted Veggie Chp 1.75 oz $1.00
Candy
3 Musketeers 2.13 oz $1.00 Almond Joy 1.61 oz $1.00 Baby Ruth 2.1 oz $1.00 BSvr Peppermint .75 oz $1.00 BSvr Wintergreen .75 oz $1.00
Page 57 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Butterfinger 2.1 oz $1.00 Hersey’s 1.55 oz $0.85 Hersey’s 2.1 oz $1.00 Hrshy Almd 1.45 oz $0.85 Hrshy Almd 1.85 oz $1.00 Hrshy Almd 2.1 oz $1.00 Hrshy Take 5 1.95 oz $1.00 Jolly Rancher Screaming Sours 2 oz $1.00 Kit Kat Lrg 2.04 oz $1.00 Kit Kat XCrispy 1.61 oz $1.00 Lifesvrs 5 Flavor .9 oz $0.75 Lifesvrs WGreen .72 oz $0.75 M&Ike Orig Frt 2.12 oz $1.00 M&M Plain 1.69 oz $1.00 M&M Pnut 1.74 oz $1.00 Milky Way Bar 2.05 oz $1.00 Mr. Goodbar 1.75 oz $1.00 Nbco Nutr Btr PB 1.9 oz $1.00 Nestle Crunch 1.55 oz $1.00 PayDay 1.85 oz $1.00 Reeses NutRageous 1.8 oz $1.00 Reeses PB Cup 1.5 oz $0.85 Reeses PB Cup 2.1 oz $1.00 Reeses PB Cup 2.25 oz $1.00 Reeses Pieces PB 1.53 oz $1.00 Skittles Orig 2.17 oz $1.00 Skittles Tropical 2.17 oz $1.00 Skittles Wildberry 2.17 oz $1.00 Snickers 2.07 oz $1.00 Starburst Original Fruit Chews 2.07 oz $1.00 Starburst Tropical Fruit Chews 2.07 oz $1.00 Sour Jacks with Melon 2.0 oz $0.85 Twizzers, Strawberry 3.8 oz $1.25 Twix 1.79 oz $1.00 Twix, Chocolate & Caramel Cookie Bars 2.0 oz $0.85 York Mint Pattie 1.43 oz $1.00 Zero Bar 1.85 oz $1.00
Page 58 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Cold Beverages
7up 20 oz $1.50 Aquafina 20 oz $1.50 A & W Root Beer 12 oz $0.90 Barqs Root Beer (bottle) 20 oz $1.50 CF Pepsi (bottle) 20 oz $1.50 Cher Coke (bottle) 20 oz $1.50 Cherry Crush (bottle) 20 oz $1.50 Coke (bottle) 12 oz $0.90 Coke Classic (bottle) 20 oz $1.50 Coke Zero (bottle) 20 oz $1.50 Dasani 20 oz $1.50 Dasani Grape 20 oz $1.50 Dasani Stawberry 20 oz $1.50 Dr Pepp 12 oz $.090 Dr Pepp (bottle) 20 oz $1.50 Dt CF Coke 12 oz $.090 Dt CF Coke (bottle) 20 oz $1.50 Dt Cher Coke 20 oz $1.50 Dt Coke (bottle) 20 oz $1.50 Dt Dr Pepp 12 oz $.090 Dt Dr Pepp (bottle) 20 oz $1.50 Dt Mtn Dew (bottle) 20 oz $1.50 Dt Pepsi 12 oz $.090 Dt Pepsi (bottle) 20 oz $1.50 Fanta Grp 12 oz $.090 Fanta Grp (bottle) 20 oz $1.50 Fanta Oran 12 oz $.090 Fanta Oran (bottle) 20 oz $1.50 Fanta Pineapple (bottle) 20 oz $1.50 Fanta Sberry (bottle) 20 oz $1.50 Gatorade 2 Blueberry (bottle) 20 oz $1.50 Gatorade 2 Fruit Punch (bottle) 20 oz $1.50 Gatorade 2 Grape (bottle) 20 oz $1.50 Gatorade 2 Lemon Lime (bottle) 20 oz $1.50 Gatorade 2 Orange (bottle) 20 oz $1.50 Gatorade Cool Blue (bottle) 20 oz $1.50
Page 59 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Gatorade Fruit Punch (bottle) 20 oz $1.50 Gatorade Glacier Freeze (bottle) 20 oz $1.50 Gatorade Lemon Llime (bottle) 20 oz $1.50 Gatorade Orange (bottle) 20 oz $1.50 Gatorade Riptide Rush (bottle) 20 oz $1.50 Grape Crush (bottle) 20 oz $1.50 Hawaiian Punch 12 oz $0.90 Lipton Brisk Tea (bottle) 20 oz $1.50 Lipton Diet Green Tea (bottle) 20 oz $1.50 Lipton Green Tea (bottle) 20 oz $1.50 MM Apple Juice 15.2 oz .$1.50 MM Frt Punch (bottle) 20 oz $1.50 MM Lemonade 12 oz $.090 MM Lemonade (bottle) 20 oz $1.50 MM Orange Juice 15.2 oz $1.70 MM Orangeade (bottle) 20 oz $1.50 MM Pink Lemonade (bottle) 20 oz $1.50 MM Ruby Red 15.2 oz $1.60 Mtn Dew (bottle) 20 oz $1.50 Mtn Dew Code Red (bottle) 20 oz $1.50 Mug Root Beer 12 oz $.090 Mug Root Beer (bottle) 20 oz $1.50 Nestea Cool (bottle) 20 oz $1.50 Nestea Iced T w/Lmn (bottle) 20 oz $1.50 Orangeade (bottle) 20 oz $1.50 Orange Crush (bottle) 20 oz $1.50 Pepsi 12 oz $.090 Pepsi (bottle) 20 oz $1.50 Pink Lemonade Tropicana (bottle) 20 oz $1.50 Sierra Mist 20 oz $1.50 Sprite 12 oz $.090 Sprite (bottle) 20 oz $1.50 Sprite Zero (bottle) 20 oz $1.50 Strawberry Crush (bottle) 20 oz $1.50 Sunkist Soda Orange 12 oz $.090 Sunkist Soda Orange Diet (bottle) 20 oz $1.50 Sunkist Soda Orange PET (bottle) 20 oz $1.50
Page 60 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Tropicana Fruit Punch (bottle) 20 oz $1.50 Tropicana Peach Papaya Juice (bottle) 20 oz $1.50 Twister Orange Soda 12 oz $0.90 Tropicana Strawberry Mellon Juice (bottle) 20 oz $1.50 V-8 Juice 11.5 oz $1.60 Yoo Hoo Choc. Drink 11 oz $1.10
THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
EXHIBIT C- VISTOR'S PARK VENDING EQUIPMENT AND SAMPLE VISITOR'S COUNT ITB 12-DC-8388
If Water and/or Total Visitor Count 12 Month Avg. Visitor Total Number of Electric is available From 1-1-12 thru Count From 1-1-12
Institution I Facilitv Name Machines mark (W) and/or (E) 12-31-12 thru 12-31-12
REGION I I I Apalachee East 1 1 W&E 1,995 I 166
Apalachee West W&E 1,783 149
Calhoun Cl 1 1 W&E 5,346 446
Calhoun WC 1 1 W&E 1,785 149
Centurv CJ 1 2 W&E 7,128 594
Century WC 1 1 W&E 1,375 115
Berrvdale FC ' W&E 874 73
Pensacola WR 3 2 W&E 753 63
Franklin Cl 1 2 W&E 5,719 477
BavCityWC 1 1 w 972 81
Gulf Cl 1 1 W&E 4,896 408
Gulf Annex 1 1 W&E 2,962 247
GulfFC 1 1 W&E 698 58
Holmes Cl 1 2 W&E 7,887 657
Homes WC 1 1 W&E 2,052 171
Jackson Cl i 1 1 E 4.793 399
Jackson WC 1 1 E 1,602 134
Graceville WC 1 1 E 1 203 100
Jefferson Cl '
1 1 W&E 3,424 285
Tallahassee WR 2 2 W&E 1,703 142
Liberty Cf 1 1 E 5,975 498
Liberty WC 1 1 E ~1;720 143
Quincv Annex 1 2 E 2,726 227
NWFRC 1 2 W&E 7,169 597
NWFRC Annex 2 2 W&E 5 295 441
Panama City WR 2 2 W&E 944 I 79
Okaloosa Cf 1 1 W&E 4,473 373
Okaloosa WC 1 1 W&E 1,076 90
Santa Rosa Cl 1 1 W&E 2,306 192
Santa Rosa Annex l 1 ll 1 I W&E 6,322 527
Model Tenn Bid for Services (08/08/2012} Revised Page 61 of68 lTB# 12-DC-8388
I
I
If Water and/or Total Visitor Count 12 Month Avg. Visitor Total Number of Electric is available From 1-1-12 thru Count From 1-1-12
Institution/ Facilitv Name Machines mark {W) and/or (E) 12-31-12 thru 12-31-12
REGION I, CONT'D Snack Bottle
Taylor Cl 2 2 W&E 7,100 592
Taylor Annex 2 1 W&E 6,124 44051'0
C 1 1 W&E 2,547 212
Wakulla Cl 1 1 W&E 9,230 769
Wakulla Annex 1 1 W&E 7,848 654
Wakulla WC 1 1 W&E 5 972 498
, Walton Cl 1 1 W&E 9,367 781
Walton WC 1 1 W&E 5,639 470
REGION II
If Water and/or Total Visitor Count 12 Month Avg. Visitor Total Number of Electric is available From 1-1-12 thru Count From 1-1-12
lnstltution / Facility Name Machines mark (W) and/or (E) 12-31-12 thru 12-31-12
REGION II Snack Bottle
Baker Correctional Institution ' 2 3 W&E 19,717 1,643
Baker Work Camp 1 1 W&E 6,183 515
Columbia Correctional lnstitutlon 1 2 W&E 6,859 571
Columbia Annex 1 1 W&E 10,730 894
Cross City CorrectJonal Institution 1 2 W&E 6,500 542
Cross Citv Work Camp 1 1 W&E 1,471 123
Dinsmore WRC 1 W&E 1,568 131
Florida State Prison II 1 2 W&E 5 531 461
Florida State Prison West Unit 1 2 W&E 9,059 755
Gainesville Work Camp 1 1 W&E 4,385 365
Hamilton Correctional Institution 1 2 W&E 6,141 512
Hamilton Annex 1 2 W&E 9,311 776
Lake Citv WRC 2 3 W&E 1,756 146
Lancaster Correctional Institution 1 2 W&E 6,735 561
Lancaster Work Camp 1 2 W&E 1 429 119
Lawtey Correctional Institution 1 I 2 I W&E 8,371 698
Lowell Cl Annex 1 1 W&E 8,457 705
Lowell Correctional Institution 2 1 W&E 12,351 1,029
Lowell Work Camo 0 0 W&E 5,351 446
Lowell Reception Center 1 1 E 5,549 617 (Apr-Dec)
Model Tenn Bid for Services (08/08/2012) Revised Page 62 of 68 !TB# 12-DC-8388
lnstltutlon / Facility Name
REGION II, CONT'D
Madison Correctional Institution
Madison Work Camo
Marion Correctional Institution
Marion Work Camp
Mavo Correctional Institution
Mayo Correctional Institution - Annex
Mavo Work Camp
Putnam Correctional Institution
I Reception and Medical Center
Santa Fe WRC
Suwannee Correctional Institution
Suwannee Annex
Suwannee Work Camp
_'.:. ·.,.·: .. ;,j.,
Union Correctional Jnstitution
REGION Ill
Institution / Facility Name
REGION 111
. 1 Arcadia Road Prison
AtlanticWRC
Avon Park Correctional Institution
Avon Park Work Camp
BartowWRC
• Bia Pine Key Road Prison
Rrrward Work Camp
Model Term Bid for Services (08/08/2012)
Total Number of Machines
Snack Bottle
2
2
3 2
1
0 II 0
1 2
2
'1
I 4
4
0 0
2 4
Total Number of Machines Currentlv
Snack Bottle
1 1
1 1
2 2
1 1
1 2
0 0
1 1
:
Revised Page 63 of68
If Water and/or Electric is available mark (W) and/or (El
W&E
W&E
W&E
W&E
W&E
W&E
W&E
E
E
E
W&E
~E
E
E
W&E
If Water and/or Electric is available mark (W) and/or (E)
E
E
W&E
W&E
E
E
W&E
Total Visitor Count From 1-1-12 thru
12-31-12
6,132
1,090
12,117
4,344
0
6,297
1,170
6 753
10,148
Total Visitor Count From 1-1-12 thru
12-31-12
704
174
12,187
3,678
1,075
508
4,138
ITB# 12-DC-8388
12 Month Avg. Visitor Count From 1-1-12
thru 12-31-12
511
91
1,010
362
0
524
97
563
845
859
~t93
NA389
NA565
12 Month Avg. Visitor Count From 1-1-12
thru 12-31-12
59
15
1,016
307
90
42
345
Institution/ Facility Name
REGION 111 /CON'TI
I Central Florida Reception Center
Total Number of Machines Currentlv
1 Snack Botti" II
If Water and/or Electric is available mark (W\ and/or (El
W&E
Total Visitor Count From 1-1-12 thru
12-31-12
7,249
12 Month Avg. Visitor Count From 1-1-12
thru 12-31-12
604
Central Florida Receof1on Cente_r c:cE.::.asc..:t:...U._n_lt'--il'----3"-----,i----1'----lf-~--W----"&-eE"-----!l----...:1:=.0c::,9c::2c;,,7 ___ ~f-----.::.9..c.1 "'1 ----II
Central Florida Reception Center South Unit I W&E 875 73
Charlotte Correctional Institution 1 W&E 9,890 824
Cocoa WRC 1 1 W&E 1.267 106
Dade Correctional Institution 2 . W&E 12,458 1038
Desoto Annex 2 2 W&E 13,400 283
Desoto Work Camp 1 W& E 2,076 173
Everolades Correctional Institution 2 2 W&E 14,514 1210
Ft. Mvers Work Camp W&E 1,332 111
/ Ft. Pierce WRC 2 E 1.560 130
Glades Work Camp 1 W& E 2,037 170
Hardee Correctional Institution 2 2 E 14.701 1225
Hardee Work Camp 2 E 2,731 228
itution W&E 7,279 607
Ho!lvwood WRC 2 3 W&E 904 75
Homestead Correctional Institution W&E 7,063 589
WRC 2 2 E 793 66
I I ;akp Correctional Institution 2 r 2 W&E 8,987 ll 749
Largo Road Prison E 2.497 208
Loxahatchee Road Prison E 1,299 108
I Martin Correctional Institution i: 1 W&E 11.126 927
I M:artin Work Camp E 517 43
I Miami North WRC 3 E 1.367 114
Okeechobee Correctional institution 2 2 W&E 12,423 1035
Opa Locka WRC 0 0 W&E 408 34
Orlando WRC 2 2 E 363 30
Pinellas WRC E 449 37
Institution 2 2 W&E 17,998 1,500
Model Tenn Bid for Services (08/08/2012) Revised Page 64 of 68 !TB# l2-DC·8388
!f Water and/or Total Visitor Count 12 Month Avg. Visitor Total Number of Electric is available From 1-1-12 thru Count From 1-1-12
Institution/ Facility Name Machines Currentlv mark (W) and/or (E) 12-31-12 thru 12-31-12
REGION Ill (CON'T)
Polk Work Camp 1 1 W&E 3,578 298
Saoo Palm Re-Entrv Center 2 2 E 4,953 413
St Petersburq WRC 2 2 W&E 2,517 210
I South Florida Reception Center I 3 2 W& E 7.853 654
South Florida South Unit 2 1 W&E 6,113 509
Sumter Correctional Institution 3 2 W&E 14,995 1250
Sumter Work Camp 1 1 E 2,630 219
Tarpon Sprinos WRC 1 1 E 1.124 94
West Palm Beach WRC 2 2 W&E 472 39
Zephyrhills Correctional Institution 1 W&E 7,464 622
Model Term Bid for Services (08/08/2012) Revised Page 64a of 68 !TB# 12-DC-8388
Page 65 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
EXHIBIT D – SECURITY GUIDELINES ITB 12-DC-8388
Firm Representing: Name of Employee/Vendor: (Print)
1) FS 944.47: Except through regular channels as authorized by the officer-in-charge of the correctional institution, it is unlawful to introduce into or upon the grounds of any state correctional institution, or to take or attempt to take or send or attempt to send therefrom any of the following articles, which are hereby declared to be contraband.
(a) Any written or recorded communication or any currency or coin given or transmitted, or intended to be
given or transmitted, to any inmate of any state correctional institution. (b) Any article of food or clothing given or transmitted, or intended to be given or transmitted, to any
inmate of any state correctional institution. (c) Any intoxicating beverage or beverage which causes or may cause an intoxicating effect. (d) Any controlled substance or any prescription or nonprescription drug having a hypnotic, stimulating or
depressing effect. (e) Any firearm or weapon of any kind or any explosive substance. (This includes any weapons left in
vehicles) (f) Any cellular telephone or other portable communication device intentionally and unlawfully
introduced inside the secure perimeter of any state correctional institution without prior authorization or consent from the officer in charge of such correctional institution.
A person who violates any provision of this section as it pertains to an article of contraband described in subsections (a), (b), or (f) is guilty of a felony of the third degree. In all other cases, a violation of a provision of this section constitutes a felony of the second degree.
2) Do not leave keys in ignition of motor vehicles. All vehicles must be locked and windows rolled up when parked on state property. Wheel locking devices may also be required.
3) Keep all keys in your pockets. 4) Confirm, with the Institutional Warden, where construction vehicles should be parked. 5) Obtain formal identification (driver’s license or non-driver’s license obtained from the Department of
Highway Safety and Motor Vehicles). This identification must be presented each time you enter or depart the institution.
6) Absolutely no transactions between contract personnel and inmates are permitted. This includes, but is not
limited to, giving or receiving cigarettes, stamps, or letters. 7) No communication with inmates, verbal or otherwise, is permitted without the authorization of the officer-
in-charge.
Page 66 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
8) Strict tool control will be enforced at all times. Tools within the correctional institution are classified as AA, A, or B. Class AA tools are defined as any tool that can be utilized to cut chain link fence fiber or razor wire in a rapid and effective manner. Class A tools are defined as those tools which, in their present form, are most likely to be used in an escape or to do bodily harm to staff or inmates. Class B tools are defined as tools of a less hazardous nature. Every tool is to be geographically controlled and accounted for at all times. At the end of the workday, toolboxes will be removed from the compound or to a secure area as directed by security staff. You must have two copies of the correct inventory with each tool box, one copy will be used and retained by security staff who will search and ensure a proper inventory of tools each time the tool box is brought into the facility, the other copy will remain with the tool box at all times. Tools should be kept to a minimum (only those tools necessary to complete your job). All lost tools must be reported to the Chief of Security (Colonel or Major) immediately. No inmate will be allowed to leave the area until the lost tool is recovered.
9) Prior approval must be obtained from the Chief of Security prior to bringing any powder-activated tools
onto the compound. Strict accountability of all powder loads and spent cartridges is required. 10) All construction materials will be delivered into the compound on trucks entering through the sallyport gate.
As the security check of vehicles is an intensive and time consuming (10-15 minutes) process, the contractor is requested to minimize the number of deliveries.
11) Establish materials storage and working areas with the Warden and/or Chief of Security. 12) Control end-of-day construction materials and debris. Construction materials and debris can be used as
weapons or as a means of escape. Construction material will be stored in locations agreed to by security staff and debris will be removed to a designated location. Arrange for security staff to inspect the project area before construction personnel leave. This will aid you in assuring that necessary security measures are accomplished.
13) Coordinate with the Warden and Chief of Security regarding any shutdown of existing systems (gas, water,
electricity, electronics, sewage, etc.). Obtain institutional approval prior to shutting down any existing utility system. Arrange for alternative service (if required) and expeditious re-establishment of the shutdown system.
14) With the intent of maintaining security upon the institution’s grounds, a background check will be made
upon all persons employed by the contractor or who work on the project. The Department, represented by the Institution’s Warden, reserves the right to reject any person whom it determines may be a threat to the security of the institution.
______________________________ Signature of Employee/Vendor ______________________________ __________________________________ Date Signature of Staff Witness
Page 67 of 68 Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
EXHIBIT E – SPECIAL VISITOR’S DAYS ITB 12-DC-8388
33-601.722 Visiting Schedule. (1) Regular visitors shall be allowed to visit between 9:00 a.m. and 3:00 p.m. Eastern Standard Time (EST)
– 8:00 a.m. and 2:00 p.m. Central Standard Time (CST) each Saturday and Sunday. (a) Institutions shall initiate the visiting registration process at 8:15 a.m. (EST) and 7:15 a.m. (CST). To
better facilitate the registration process, visitors will be allowed to park in designated spaces no earlier than 7:30 a.m. (EST) and 6:30 a.m. (CST).
(b) Visitors shall not be processed after 2:00 p.m. (EST) and 1:00 p.m. (CST) unless authorized by the duty warden.
(c) Regular visiting shall occur on the following holidays: 1. New Year’s Day; 2. Birthday of Martin Luther King, Jr., third Monday in January; 3. Memorial Day; 4. Independence Day; 5. Labor Day; 6. Veteran’s Day, November 11; 7. Thanksgiving Day; 8. Friday after Thanksgiving; and 9. Christmas Day. (d) If any of the holidays listed in paragraph (c) above falls on Saturday, the preceding Friday shall be
observed as a holiday. If any of these holidays falls on Sunday, the following Monday shall be observed as a holiday.
(2) Where unusual circumstances occur, the warden or his designee shall be authorized to allow an inmate additional visiting hours for a regular or special visitor. The exception will be based on such factors as great travel distance or infrequency of visits.
(3) The secretary or his designee shall approve or disapprove any request for changes to visiting hours or days. Specific Authority 944.09, 944.23 FS. Law Implemented 20.315, 944.09, 944.23 FS. History–New 11-18-01, Amended 5-5-05, 10-12-05.
MANDATORY FORM
PRICE INFORMATION SHEET
ITB-12-DC-8388 VISITING PARKS VENDING~ REGIONS I, II & III
The Bidder shall enter the highest "Percentage of Commission" for the provision of Vending Machines, Vending Products and related services for Department locations in Region I, Region II and/or Region III.
LOCATION PERCENTAGE OF COMMISSION
Region I 25.2 O/o
Region II 30.2 %
Region III NIA O/o
Keefe Commissary Network, L.L.C. NAME OF PROPOSER'S ORGANIZATION
Original Signature on File SIGNATURE OF AUTHORIZED REPRESENTATIVE
William Bosco, Group Vice President PRINTED NAME OF AUTHORIZED REPRESENTATIVE
5/4/2013 DATE
Page 68 of68 Model Tenn Bid for Services (08/08/2012)
CHECK IF ''NO BID"
i
!TB# 12-DC-8388
FLORIDA DEPARTMEIH Of CORRECTIOfliS
Office of Administration
Amendment #1 Agency Term Contract 12-DC-8388-A
Visiting Parks Vending - Regions I, II & m
This Amendment ("Amendment"), effective September 3, 2016, or the date last executed below,
whichever is later, to the Agency Term Contract #12-DC-8388-A ("Contract") is effective between the
State of Florida, Department of Corrections ("Department") and Keefe Commissary Network, L.L.C.
("Contractor"). The Department and Contractor are collectively referred to herein as the "Parties." All
capitalized terms used herein shall have the meaning assigned to them in the Contract, unless otherwise
defined herein.
1.0 RENEWAL
In accordance with Section 2.2 of the above-referenced Contract, the Contract is hereby renewed
for a three year period, ending September 2, 2019. This renewal shall be under the same prices,
terms, and conditions indicated in the current Contract, including the modifications listed in Section
2.0 of this Amendment.
2.0 MODIFICATIONS
In accordance with Section 7.23 of the above-referenced Contract, the following modifications are hereby applied to the Contract:
2.1 Section 7.6.2 of the above-referenced Contract, which names the Department employee who is primarily responsible for maintaining the Contract Administration file, is hereby revised as follows:
Tania Cowan, Purchasing Manager Bureau of Support Services Department of Corrections 501 S. Calhoun Street, Suite 311 Tallahassee, FL 32399-2500 Telephone {850) 717-3700 [email protected]
2.2 The following sections are hereby added to Section 7, Contract Terms and Conditions:
7.24 Scrutinized Companies
In accordance with Section 287.135, F.S., agencies are prohibited from contracting with companies, for goods or services over $1,000,000, who are on either the "Scrutinized Companies with Activities in Sudan List," or the "Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List," which have been combined to one PFIA list of Prohibited Companies. which is updated quarterly. This list is created pursuant to Section 215.473, F.S. which states that false certification may subject a company to civil penalties, attorney's fees. and/or costs.
Agency Term Contract 12-DC-8388-A Page 1 of 14
. fl.OOIDA DEPARTh'!Elff Of CORRECTIONS
Office of Administration
Amendment #1 Agency Term Contract 12-DC-8388-A
Visiting Parks Vending - Regions I, II & Ill
7 .25 Inspector General
The Vendor shall comply with Section 20.055(5), F.S., which states; it is the duty of every state officer, employee, agency, special district, board, commission, Vendor, and subcontractor to cooperate with the inspector general in any investigation, audit, inspection, review or hearing.
7 .26 Records
7.26.1 Non-Governmental Entities The Contractor agrees to: (a) keep and maintain public records required by the Department in order to perform the service; (b) upon request from the Department's custodian of public records, provide the Department with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Contract if the Contractor does not transfer the records to the Department; and (d) upon completion of the Contract, transfer, at no cost, to the Department all public records in possession of the Contractor or keep and maintain public records required by the Department to perform the service. If the Contractor transfers all public records to the Department upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the Department, upon request from the Department's custodian of public records, in a format that is compatible with the information technology systems of the Department. Pursuant to §287.058{1){c), F.S, the Department is allowed to unilaterally cancel the Contract for refusal by the Contractor to allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with the Contract, unless the records are exempt from §24(a) of Art. I of the State Constitution and §119.07(1), F.S.
If the Contractor has questions regarding the application of Chapter 119, Florida Statutes, to the Contractor's duty to provide public records relating to this Contract, contact the custodian of public records at:
Agency Term Contract 12-DC-8388-A Page 2 of 14
FLORIDA DEPARTMENT Of' CORRECTIONS
Office of Administration
Amendment #1 Agency Term Contract 12-DC-8388-A
Visiting Parks Vending - Regions I, II & Ill
Florida Department of Corrections ATTN: Public Records Unit 501 South Calhoun Street Tallahassee, Florida 32399-2500 Telephone: (850} 717-3605 Fax: (850) 922-4355 Email: [email protected]
2.3 Exhibit B, Master Vending List, is hereby revised and attached hereto.
2.4 ITB-12-DC-8388 Mandatory Form, Price Information Sheet, is hereby revised and attached
hereto.
3.0 CONFLICT
To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms
of this Amendment shall control. All other terms of the Contract remain in full force.
CONTRACTOR: Keefe Commissary
~· . . ,/
- ---~ Si;:;= Print Name &/\6<-Aj:> LJ. P.
¢;/10 Date
Agency Term Contract 12-DC-8388-A
Kelle Director of
~ /1 (1"1
Kenneth S. Steely
General Counsel
Date
Page 3 of 14
EXHIBIT B - MASTER VENDING LIST
ITB-12-DC-8388 VISITING PARKS VENDING-REGIONS I, II & III
MASTER VENDING LIST (revised 09/03/16)
100 Cal Pk Lorna Doane Cris s .74 oz $0.85
100 Cal Pk Oreo Thin Cris s .81 oz $0.85
3 k Pecan Twirls 3 oz $1.00
Act II BtrLvr Pcorn 3 oz $1.00
Fries Hot Vend 1.5 oz $1.00
Stk Fries HtChiliChs 1.5 oz $1.00
4 oz $1.00
Baked Ruffles Ched & Sr Cm LSS 1.125 oz $0.85
Beef & Gheaaaf Gheese S~iek:s ±.±~S e,z; ~
l.:J::2§ e,z; ~
1.125 oz $0.85
1.125 oz $0.85
Broadstreet Jumbo Hone Bun 5.0 oz $1.35
BSB Ban Pud Cck 4 oz $1.00
BSB Cake Coffee Cinnamon FOA - 3.4 oz $1.00
BSB Coco Cruh Donut 3 oz $1.00
BSB Dbl Choe Cck 4oz $1.00
BSB Rnd Cinn Roll 5 oz $1.00
BSB Sberr Scake Cck 4 oz $1.00
Bsil Animl Snkr 2.125 oz $0.80
5 oz $0.80
2oz $1.00
1.5 oz $1.00
Cheddar Cheese Goldfish 2.25 oz $1.00
Cheese/Peanut Butter Crackers 1.5 oz $0.60
Model Term Bid for Services (08/08/2012) ITB# 12-DC-8388
Pricing Revised 9/3/2016
Agency Term Contract 12-DC-8388-A Page 4 of 14
Cheetos Crackers
Cheetos Cracker, Baked Cheddar
Cheetos Cracker, Peanut Butter
Cheetos Baked Crunchy
Cheetos Crunchy
Cheetos Crunchy JalpnoChdr LSS
Cheetos Flamin'Hot Chip LSS
Cheetos Flamin' Hot Crunchy
Cheetos Puffs
Cheezits
Chex Mix Turtle Bars
ChexMix BldPrty
ChexMix Hny Nut
ChexMix Trad
Chips Ahoy Bite Size Cookies
Chips, Buffalo Wing Blue Cheese, ML
Chocolate Iced Honey Bun
City Cow, Sharp Cheddar Cheese Stick
Cloverhill Cinnamon Roll
Cloverhill Cheese Danish
Cloverhill Butter Krunch Big Texas Roll
Cloverhill Strawberry Cheese Danish
Dbl Decker Banana Moon Pie
Dbl Decker Chocolate Moon Pie
Dbl Decker Vanilla Moon Pie
Dorita Bakes Nacho Cheese
Dorita Late Night Cheeseburger
Doritos CoolRnch
Doritos Late Night Taco LSS
Doritos NachoChs
Doritos Spicy Sweet Chili LSS
Double Barrel Salami Sticks
Dunkin Sticks Multipack
Duplex Creme Cookie
Model Term Bid for Services (08/08i2012)
Pricing Revised 9/3/2016
Agency Term Contract 12-DC-8388-A
1.38 oz $0.35
1.38 oz $0.55
1.38 oz $0.55
1.5 oz $.70
2 oz $1.00
2oz $1.00
2 oz $1.00
1.75 oz $1.00
.875 oz $0.85
2 oz $1.00
1.2 oz $0.85
1.75 oz $1.00
1.75 oz $1.00
1.75 oz $1.00
2 oz $1.00
1.5 oz $1.00
4.75 oz $1.25
4 oz $1.75
4 oz $1.00
4 oz $1.00
4 oz $1.00
4 oz $1.00
2.75 oz $1.00
2.75 oz $1.00
2.75 oz $1.00
1.375 oz $0.65
1.75 oz $1.00
1.75 oz $1.00
1.75 oz $1.00
1.75 oz $1.00
1.75 oz $1.00
1.125 oz $0.85
1.67 oz $1.00
5 oz $0.75
!TB# 12-DC-8388
Page 5 of 14
Famous Amos Choe Sand Cookie
Famous Amos Chaco Chip Cookie
Fritos
Fritos BBQ
Fritos Crackers
Fritos Chili Cheese
Fritos FTwt Hny BBQ
Funyuns LSS
Gardetto Original Snak-Ens LSS
Gmas Mini VanCrm
Hickory Smoked Beef Sticks
Hot-N-Soicy Sausage
JTM Fried Apple Pie
Kars NutNYogrtTrlMx
Kars SwtnSlt TrlMx
Kars TrkMx
Kit Kat, Crispy
Klg NGrn SBerryBr
Klg NGrnBberrvBr
Klg Nutri-Grain Apple Cinnamon
Klg PtrtBsugrCin
Klg Rice Krispies
Klg SpecK BBerrvBr
Klg SpecK SBerrvBr
Knott's Cookie Shortbrd Aprict
Knott' s Cookie Shortbrd Rasp
Knott's Cookie Strawberry LSS
Lance Bar Peanut
Lance Choc-o-Lunch
Lance Cream Cheese & Chives
Lance CrmChsCptWfr
Lance Grilled Cheese
Lance Nekot
Lance Toastchee
Model Term Bid for Services (08/08/2012)
Pricing Revised 9/3/2016
Agency Term Contract 12-DC-8388-A
2.2oz $1.00
2oz $1.00
2 oz $1.00
2 oz $1.00
1.38 oz $0.35
2 oz $1.00
2 oz $1.00
1.25 oz $0.85
2.5 oz $1.00
3.71 oz $1.00
1.125 oz $0.85
1.125 oz $0.85
2oz $1.00
2oz $1.00
3.5 oz $1.25
2oz $0.80
1.61 oz $0.85
1.3 oz $1.00
1.3 oz $1.00
1.3 oz $1.00
3.52 oz $1.00
1.3 oz $1.00
.81 oz $1.00
.81 oz $1.00
2oz $1.00
2 oz $1.00
3 oz $1.00
2.21 oz $1.00
1.65 oz $0.75
1.38 oz $0.60
1.375 oz $0.75
1.38 oz $0.60
1.75 oz $0.75
1.5 oz $0.75
!TB# 12-DC-8388
Page 6 of14
Lance Van-0-Lunch
Lays Baked Cheddar Snack Mix, Quaker
Lays, Cheddar & Sour Cream
Lays Baked Sour Cream & Onion
Lays BBQ LSS T --·- r,1. ·--
~ -··· Lays Chs PB Crkr
Lays KC Master BBQ
Lays Kettle Sharp Cheddar LSS
Lays Munchos
Lays SCnO Chp
Lays Slt& Vinegar
Lays ToastPBCrkr
Lorna Doane Sleeve Cookies
Microwave Popcorn
Moon Lodge Microwave Popcorn, Extra Butter
Moon Lodge Microwave Popcorn, Kettle Corn
Moon Lodge Salted Peanuts
Moon Pie Peanut Butter Twin Pk
Mrs. Freshley's Bear Claw Danish
Mrs. Freshley's Big Dutch Apple Claw
Mrs. Freshley's Blueberry Cheese Claw
Mrs. Freshley's Carrot Cake
Mrs. Freshley's Cher FrtPie
Mrs. Freshley's Cherry Cheese Claw
Mrs. Freshlev's Choe Donut
Mrs. Freshley's FriedAplPie
Mrs. Freshley's Golden Creme Cake
Mrs. Freshley's Iced Grand Honey Bun
Mrs. Freshley's Jbo Hny Bun
Mrs. Freshley's Jumbo Glazed Honey Bun
Mrs. Freshley's Little Layer Cakes 2pk
Mrs. Freshley's Pwd Donut
Mrs. Freshley's Strawberry Cheese Claw
Model Term Bid for Services (08/08/2012)
Pricing Revised 9/3/2016
Agency Term Contract 12-DC-8388-A
1.65 oz $1.00
1.75 oz $1.00
1.56 oz $0.90
1.125 oz $0.65
1.5 oz $1.00
~ ~
1.38 oz $0.75
1.5 oz $0.90
1.375 oz $0.85
1.3125 oz $0.85
1.5 oz $1.00
1.5 oz $1.00
1.38 oz $0.75
1.5 oz $1.00
3.5 oz $1.00
2.8 oz. $1.00
2.8 oz. $1.00
1.75 oz $0.75
2.4 oz $1.00
4.0oz $1.00
4.25 oz $1.00
4.25 oz $1.00
3.5 oz $1.00
4.5 oz $1.00
4.25 oz $1.00
3 oz $1.00
4.5 oz $1.00
2.8 oz $0.85
6 oz $1.00
5 oz $1.00
4.75 oz $1.00
2 oz $1.10
2.5 oz $1.00
4.25 $1.00
!TB# 12-DC-8388
Page 7 of 14
Munchies Snack Mix Chs Fix LSS
Nat Vly Granola Bar
Nat Vlly Bar Sweet & Salty Pnt
Nat Vly Cruh PB
Nat Vly Dark Choe Chewy Mix Br
Nat Vly Oats & Honey
Nbco FF FigN ewtons
Nilla Wafers Mini Big Bag
Oreo Choe Cookie
Oreo Cookie - Golden
Peanut Butter Cookies 2pk
Peanut Butter Wafers 2pk
Planters Cheese Flavored Peanut Butter Crackers
Planters Toast Peanut Butter Sandwich Crackers
Planters Honey Roasted Peanuts
Planters Slt Pnuts
Planters Trail Mix
Pop-Tart Chocolate Chip
Pop-Tart Frosted Blueberry
Pop-Tart Frosted Cherry T)
,.... __ , ~ ~· - ............................. - . Pop-Tart Frstd Brwn Sugar Cinn
Pop-Tart Hot Fudge Sundae
Pop-Tart Hot Fudge Sundae
Pop-Tart S'mores
Quaker Bkd Ched Mix
Rice Crispy Treats Square
Ritz Crackers and Cheese
Rold Gold Tny Twists Prtzl LSS
Ruffles
Ruffles Chedder SC
Ruger Vanilla Wafers
Sour Cream/Onion Chips
Model Term Bid for Services (08/08/2012)
Pricing Revised 9/3/2016
Agency Term Contract 12-DC-8388-A
1.75 oz $1.00
1.6 oz $0.90
1.8 oz $1.00
1.5 oz $1.00
1.2 oz $0.85
1.5 oz $1.00
2.1 oz $1.00
2.75 oz $1.00
$0.75 1.8 oz $±.00
1.8 oz $1.00
2.75 oz $1.10
2 oz $0.80
1.4 oz $0.75
1.4 oz $0.75
2 oz $1.00
2oz $1.00
2oz $1.00
3.67 oz $1.00
3.6 oz $1.00
3.6 oz $1.00
3.6+ 8>?: $±.00
3.5 oz $1.00
3.67 oz $1.00
3.38 oz $1.00
3.6 oz $1.00
1.75 oz $1.00
$1.00 1.3 oz ~
1.35 oz $0.75
2 oz $1.00
1.5 oz $1.00
1.5 oz $1.00
1.18 oz $0.85
1.5 oz $0.85
!TB# 12-DC-8388
Page 8 of 14
Snackwells Vanilla Cnn Sleeve
Sn der Mini Pretzels
Sun Maid Oatmeal Raisin Cookie
SunChi s Garden Salsa LSS
Swiss Creme Sandwich Cookie
Swiss Rolls Multi ack
Take5
Texas Cinnamon Roll
TGIF ChedBac Skn
Tro ical Plantains, Chi s
Twizzler Sherr
Velveeta, Jala eno Cheese S read
Welch's Fruit Punch Fruit Snks
Welch's Gra e Fruit Snks
Welch's Island Fruit Snacks
Welch's Strawberr Fruit Snks
Welch's Mx Frt Snk
e
Whole Shabano, Peanuts
Zi v Cake, Dunkin Sticks
v Cake, Iced Cinnamon Roll
v Cake, Monster Iced Hone Bun
y Cake, Soft Baked Cookies, Choe Chi
3 Musketeers
All-Stars Mix, Sathers
Almond Joy
Bab Ruth
Model Term Bid for Services (08/08/2012)
Pricing Revised 9/3/2016
Agency Term Contract 12-0C-8388-A
1.7 oz $1.00
2.25 oz $1.00
3 oz $1.00
1.5 oz $1.00
1.5 oz $1.00
1.5 oz $1.00
1.5 oz $1.00
1.2 oz $0.85
1.75 oz $1.00
2 oz $1.00
1.5 oz $0.85
4 oz $1.00
1.75 oz $1.00
1.2 oz $0.65
5 oz $1.00
2 oz $0.75
2.25 oz $1.00
2.25 oz $1.00
2.25 oz $1.00
2.25 oz $1.00
2.25 oz $1.00
1.75 oz $1.00
1.5 oz $1.00
1.75 oz $0.75
1.7 oz $0.75
4 oz $1.25
6 oz $1.25
2.75 oz $1.10
2.13 oz $1.00
3.75 oz $1.50
1.61 oz $1.00
2.1 oz $1.00
!TB# 12-DC-8388
Page 9 of14
BSvr Peppermint
BSvr Wintergreen
Butteifinger
Gummy Bears, Sathers
Hersey's
Hersey's
Hrshy Almd
Hrshy Almd
Hrshy Almd
Hrshy Take 5
Jollv Ranchers, Assorted Hard Candy
Jolly Rancher Screaming Sours
Kit Kat Lrg
Kit Kat XCrispy
Lemonhead, Chewy
Lifesvrs 5 Flavor
Lifesvrs WGreen
M&Ike Orig Frt
M&M Pla:ifl
M&M Pnut 1' 6"1L __ H7_ TL ,
~ --Mr. Goodbar
Nbco Nutr Btr PB
Nestle Crunch ~ ....... .......... A-'1.4
Reeses NutRageous
Reeses PB Cup
Reeses PB Cup
Reeses PB Cup
Reeses Pieces PB "' . - - r,. •
-A.\i..j.,,
Skittles Tropical
Skittles Wildberry
£RielEefS
Model Term Bid for Services (08/08i2012)
Pricing Revised 9/3/2016
Agency Term Contract 12-DC-8388-A
.75 oz $1.00
.75 oz $1.00
2.1 oz $1.00
4 oz $1.50
1.55 oz $0.85
2.1 oz $1.00
1.45 oz $0.85
1.85 oz $1.00
2.1 oz $1.00
1.95 oz $1.00
3.7 oz $1.75
2oz $1.00
2.04 oz $1.00
1.61 oz $1.00
4 oz $1.50
.9 oz $0.75
.72 oz $0.75
2.12 oz $1.00
±.69 6'i': $-hOO
1.74 oz $1.00
2.05 ez *1-:00 1.75 oz $1.00
1.9 oz $1.00
1.55 oz $1.00
1.85 6:t: $-hOO
1.8 oz $1.00
1.5 oz $0.85
2.1 oz $1.00
2.25 oz $1.00
1.53 oz $1.00
i.±7 El:t: $+.00
2.17 oz $1.00
2.17 oz $1.00
2.0'.7 ez $-hOO
!TB# 12-DC-8388
Page 10 of 14
Starburst Ori inal Fruit Chews 2.07 oz $1.00
Starburst Tro ical Fruit Chews 2.07 oz $1.00
Sour Jacks with Melon 2.0 oz $0.85
Sour Neon Ni ht Crawlers, Sathers 4 oz $1.50
Sour Patch Watermelon Flavor 3 oz $1.50
Twizzers, Strawberr 3.8 oz $1.25
Twix 1.79 oz $1.00
Twix, Chocolate & Caramel Cookie Bars 2.0 oz $0.85
York Mint Pattie 1.43 oz $1.00
Zero Bar 1.85 oz $1.00
A & W Root Beer 12 oz $0.90
Bar s Root Beer 12 oz $1.00
Bar s Root Beer bottle 20oz $1.50
20 oz $1.50
20 oz $1.50
Cherr 20 oz $1.50
$1.00 Coke 12 oz ~
Coke Classic bottle 20 oz $1.50
Coke Zero bottle 20 oz $1.50
Dasani 20 oz $1.50
Dasani Gra e 20 oz $1.50
Dasani Stawberr 20 oz $1.50
Dr Pe 12 oz $0.90
Dr Pe bottle 20 oz $1.50
$1.00 DtCFCoke 12 oz ~
Dt CF Coke (bottle) 20 oz $1.50
Dt Cher Coke 20 oz $1.50
Dt Coke 20 oz $1.50
DtDrPe 12 oz $0.90
Dt Dr Pe bottle 20 oz $1.50
Model Term Bid for Services (08/08/2012) !TB# 12-DC-8388
Pricing Revised 9/3/2016
Agency Term Contract 12-DC-8388-A Page 11 of 14
Dt Mtn Dew (bottle)
Dt Pepsi
Dt Pepsi (bottie)
Fanta Grp
Fanta Grp (bottle)
Fanta Oran
Fanta Oran (bottle)
Fanta Pineapple (bottle)
Fanta Sberry (bottle)
Fuze Iced Tea w/ Lemon
Gatorade 2 Blueberry (bottle)
Gatorade 2 Fruit Punch (bottle)
Gatorade 2 Grape (bottle)
Gatorade 2 Lemon Lime (bottle)
Gatorade 2 Orange (bottle)
Gatorade Cool Blue (bottle)
Gatorade Fruit Punch (bottle)
Gatorade Glacier Freeze (bottle)
Gatorade Lemon Lime (bottle)
Gatorade Orange (bottle)
Gatorade Riptide Rush (bottle)
Grape Crush (bottle)
Hawaiian Punch
Lipton Brisk Tea (bottle)
Lipton Diet Green Tea (bottle)
Lipton Green Tea (bottle)
Mellow Yell ow
MM Apple Juice
MM Frt Punch (bottle)
MM Lemonade
MM Lemonade (bottle)
MM Orange Juice
MM Orangeade (bottle)
Model Tenn Bid for Services (08/08/2012)
Pricing Revised 9/3/2016
Agency Term Contract 12-DC-8388-A
20 oz $1.50
12 oz $0.90
20 oz $1.50
$1.00 12 oz ~
20 oz $1.50
$1.00 12 oz ~
20 oz $1.50
20oz $1.50
20 oz $1.50
12 oz $1.00
20 oz $1.50
20 oz $1.50
20oz $1.50
20oz $1.50
20 oz $1.50
20 oz . $1.50
20 oz $1.50
20oz $1.50
20 oz $1.50
20 oz $1.50
20oz $1.50
20oz $1.50
12 oz $0.90
20 oz $1.50
20 oz $1.50
20 oz $1.50
12 oz $1.00
15.2 oz $1.50
20 oz $1.50
12 oz $0.90
20oz $1.50
15.2 oz $1.70
20 oz $1.50
!TB# 12-DC-8388
Page 12 of 14
MM Pink Lemonade (bottle)
MM Ruby Red
Mtn Dew (bottle)
Mtn Dew Code Red (bottle)
Mug Root Beer
Mug Root Beer (bottle)
Nestea Cool (bottle)
Nestea Iced T w/Lmn (bottle)
Orangeade (bottle)
Orange Crush (bottle)
Pepsi
Pepsi (bottle)
Pink Lemonade Tropicana (bottle)
Sierra Mist
Sprite
Sprite (bottle)
Sprite Zero (bottle)
Strawberry Crush (bottle)
Sunkist Soda Orange
Sunkist Soda Orange Diet (bottle)
Sunkist Soda Orange PET (bottle)
Tropicana Fruit Punch (bottle)
Tropicana Peach Papaya Juice (bottle)
Twister Orange Soda
Tropicana Strawberry Mellon Juice (bottle)
V-8 Juice
Yoo Hoo Choe. Drink
Model Term Bid for Services (08/08/2012)
Pricing Revised 9/3/2016
Agency Term Contract 12-DC-8388-A
20 oz $1.50
15.2 oz $1.60
20 oz $1.50
20 oz $1.50
12 oz $0.90
20oz $1.50
20 oz $1.50
20 oz $1.50
20 oz $1.50
20 oz $1.50
12 oz $0.90
20 oz $1.50
20oz $1.50
20oz $1.50
$1.00 12 oz ${}BO
20oz $1.50
20 oz $1.50
20oz $1.50
12 oz $0.90
20 oz $1.50
20oz $1.50
20 oz $1.50
20 oz $1.50
12 oz $0.90
20 oz $1.50
11.5 oz $1.60
11 oz $1.10
!TB# 12-DC-8388
Page 13 of14
]MANDATORY FORM
PRICE INFORMATION SHEET
ITB-12-DC-8388 VISITING PARKS VENDING-REGIONS I, II & III
The Bidder shall enter the highest "Percentage of Commission" for the provision of Vending Machines, Vending Products and related services for Department locations in Region I, Region II and/or Region III.
LOCATION PERCENTAGE OF COMMISSION
Region I 21.0 % ~s.~ %
Region II 28.0 % 30.i %
Region III NLA %
Keefe Commissary Network, L.L.C.
NAME OF PROPOSER'S ORGANIZATION
Original Signature on File
SIGNATURE OF AUTHORIZED REPRESENTATIVE
William Bosco, Group Vice President
PRINTED NAME OF AUTHORIZED REPRESENTATIVE
5/4/2013
DATE
Model Term Bid for Services (08/08/2012)
Pricing Revised 9/3/2016
Agency Term Contract 12-DC-8388-A
CHECK IF "NO BID"
!TB# 12-DC-8388
Page 14 of 14
~,_.-,..u:Nr a.-~ FLORIDA DEPARTMENT OF CORRECTIONS
',!. ~
~ ~ Bureau of Procurement
Amendment #2 Agency Term Contract 12-DC-8388-A
Visiting Parks Vending- Regions I, II & Ill
This Amendment ("Amendment"), effective December 15, 2016, or the date last executed below,
whichever is later, to the Agency Term Contract #12-DC-8388-A ("Contract") is effective between the
State of Florida, Department of Corrections ("Department") and Keefe Commissary Network, L.L.C.
("Contractor''). The Department and Contractor are collectively referred to herein as the "Parties." All
capitalized terms used herein shall have the meaning assigned to them in the Contract, unless otherwise
defined herein.
1.0 MODIFICATIONS In accordance with Section 7.23 of the above-referenced Contract, the following modifications are hereby applied to the Contract:
1.1 Section 7.6.2 of the above-referenced Contract, which names the Department employee who is primarily responsible for maintaining the Contract Administration file, is hereby revised as follows:
TaRia CawaR, P1:1rel:iasiRg MaRager B1:1rea1:1 af S1:113130rt SeF¥iees Qe13artFReRt af CarreetiaRs SQl S. Call'l01:1R Street, S1:1ite 311 Tallal'lassee, FL 32399 2SQQ
Telef3R0Re (8SQ} 717 37QQ TaR i a .Zo m @fele. FRyfl ori Ela .earn
ATC Administrator Bureau of Procurement Department of Corrections 501 S. Calhoun Street, Suite 311 Tallahassee, FL 32399-2500 Telephone (850) 717-3700 [email protected]
1.2 Exhibit A, Correctional Institutions/Facilities, is hereby revised to include Columbia
Correctional Institution Work Camp, Hamilton Correctional Institution Work Camp, and New
River Correctional Institution, denoted with asterisks, and attached hereto.
2.0 CONFLICT
To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms
of this Amendment shall control. All other terms of the Contract remain in fu II force.
Agency Term Contract 12-DC-8388-A Page 1 of 2
~,s,1"'tNTa.-~ FLORIDA DEPARTMENT OF CORRECTIONS
'fl, c:.
~ ~ Bureau of Procurement
Amendment #2 Agency Term Contract 12-DC-8388-A
Visiting Parks Vending - Regions I, II & Ill
CONTRACTOR: Keefe Commissary ~NeWo~.I " , I i - ·
A 1' Signature ~vvll Kasey B.
Bureau of Procurement
Print Name lfJ.n?Jf lW
Date
Date 1'>k- ~(11~ )1 ~ Kenneth S. Ste General Counsel
Date
Agency Term Contract 12-DC-8388-A Page 2 of 2
EXHIBIT A - CORRECTIONAL INSTITUTIONS/FACILITIES
ITB-12-DC-8388 VISITING PARKS VENDING – REGIONS I, II & III
MAJOR INSTITUTIONS
* Indicates a work camp adjacent to an institution.
Region I
Apalachee Correctional Institution East 35 Apalachee Drive
Sneads, Florida 32460-4166
(850) 718-0688
Fax: (850) 593-6445
Apalachee Correctional Institution West 52 West Unit Drive
Sneads Florida 32460-4165
(850) 718-0577
Fax: (850) 593-6445
* Calhoun Correctional Institution 19562 SE Institution Drive
Blountstown, Florida 32424-5156
(850) 237-6500
Fax: (850) 237-6508
* Century Correctional Institution 400 Tedder Road
Century, Florida 32535-3659
(850) 256-2600
Fax: (850) 256-2335
*Franklin Correctional Institution
1760 Highway 67 North
Carrabelle, Florida 32322
(850) 697-1100
Fax: (850) 697-1108
Gulf Correctional Institution 500 Ike Steele Road
Wewahitchka, Florida 32465-0010
(850) 639-1000 SC 790-1000
Fax: (850) 639-1182
*Gulf Correctional Institution Annex
699 Ike Steel Road
Wewahitchka, Florida 32465
(850) 639-1509
Fax: (850) 639-1508
* Holmes Correctional Institution 3142 Thomas Drive
Bonifay, Florida 32425-0190
(850) 547-2100
Fax: (850) 547-0522
* Jackson Correctional Institution 5563 10th Street
Malone, Florida 32445-3144
(850) 569-5260
Fax: (850) 569-5996
Jefferson Correctional Institution 1050 Big Joe Road
Monticello, Florida 32344-0430
(850) 342-0500
Fax: (850) 997-0973
* Liberty Correctional Institution 11064 N.W. Dempsey Barron Road
Bristol, Florida 32321-9711
(850) 643-9400
Fax: (850) 643-9412
Northwest Florida Reception Center
4455 Sam Mitchell Drive
Chipley, Florida 32428-3597
(850) 773-6100
Fax: (850) 773-6252
Northwest Florida Reception Center
Annex
4455 Sam Mitchell Drive
Chipley, Florida 32428-3597
(850) 773-6500
Fax: (850) 773-6611
* Okaloosa Correctional Institution 3189 Little Silver Rd.
Crestview, Florida 32539-6708
(850) 682-0931
Fax: (850) 689-7803
Quincy Annex 2225 Pat Thomas Parkway
Quincy, Florida 32351-8645
(850) 627-5400
Fax: (850) 875-3572
Santa Rosa CI 5850 East Milton Rd.
Milton, Florida 32583-7914
(850) 983-5800
Fax (850) 983-5907
Santa Rosa Annex 5850 East Milton Rd.
Milton, Florida 32583-7914
(850) 983-5800
Fax (850) 983-5907
* Wakulla Correctional Institution 110 Melaleuca Drive
Crawfordville, Florida 32327-4963
(850) 410-1895
Fax: (850) 410-0203
Wakulla Annex
110 Melaleuca Drive
Crawfordville, Florida 32327-4963
(850) 487-4341
Fax: (850) 410-0203
* Walton Correctional Institution 691 Institution Road
DeFuniak Springs, Florida 32433-1831
(850) 951-1300
Fax: (850) 951-1750
*Taylor Correctional Institution
8501 Hampton Springs Road
Perry, Florida 32348-8747
(850) 838-4000
Fax: (850) 838-4024
Taylor Correctional Institution Annex
8501 Hampton Springs Road
Perry, Florida 32348
(850) 838-4002
Fax: (850) 838-4024
Region II
* Baker Correctional Institution P.O. Box 500, 20706 US 90 W.
Sanderson, Florida 32087-0500
(386) 719-4500
Fax: (386) 758-5759
* Columbia Correctional Institution 216 S.E. Corrections Way
Lake City, Florida 32025-2013
(386) 754-7600
Fax: (386) 754-7602
Columbia Correctional Institution Annex
216 S.E. Corrections Way
Lake City, Florida 32025-2013
(386) 466-3000
Fax: (386) 754-7602
* Cross City Correctional Institution 568 NE 255th Street
Cross City, Florida 32628
(352) 498-4444
Fax: (352) 498-4333 or 4334
* Florida State Prison 7819 N.W. 228th Street
Raiford, Florida 32026-1000
(904) 368-2500
Fax: (904) 368-2732
(Delivery Vehicle must have drop lift
capacity)
Florida St. Prison West Unit
Post Office Box 747
State Road 16
Starke, Florida 32091-0747
(904) 368-2500
Fax: (904) 368-27299
* Hamilton Correctional Institution
10650 SW 46th Street
Jasper, Florida 32052-1360
(386) 792-5151
Fax: (386) 792-515
Hamilton Correctional Institution Annex
10650 S.W. 46th Street
Jasper, Florida 32052-1360
(386) 792-5151
Fax: (386) 792-5159
* Lancaster Correctional Institution 3449 S.W. State Road 26
Lawtey Correctional Institution 7819 N.W. 228th Street
Trenton, Florida 32693-5641
(352) 463-4100
Fax: (352) 463-3476
Raiford, Florida 32026-2000
(904) 782-2000
Fax: (904) 782-2005
*Lowell Correctional Institution
11120 NW Gainesville Rd
Ocala, Florida 34482-1479
(352) 401-5301
Fax: (352) 401-5331
Lowell Correctional Institution Annex 11120 NW Gainesville Rd
Ocala, Florida 34482-1479
(352) 401-5301
Fax: (352) 401-5331
Lowell Reception Center
3700 NW 111th Place
Ocala, Florida 34482-1479
352-840-8000
FAX: (352) 401-5331
* Madison Correctional Institution 382 Southwest MCI Way
Madison, Florida 32340-4430
(850) 973-5300
Fax: (904) 973-5339
* Marion Correctional Institution 3269 NW 105th Street
Lowell, Florida 32663-0158
(352) 401-6400
Fax: (352) 840-5657
* Mayo Correctional Institution Annex 8784 US Highway 27 West
Mayo, Florida 32066-3458
(386) 294-4500
Fax: (386) 294-4534
New River Correctional Institution
7819 NW 228th Street
Raiford, Florida 32026-3000
(904) 368-3000
Fax: (904) 368-3205
Putnam Correctional Institution 128 Yelvington Road
East Palatka, Florida 32131-2112
(386) 326-6800
Fax: (386) 312-2219
*Reception and Medical Center
P.O. Box 628
Hwy 231
Lake Butler, Florida 32054-0628
(386) 496-6000
Fax: (386) 496-3287
Reception and Medical Center West
8183 SW 152nd Loop
P.O. Box 628
Lake Butler, Florida 32054-0628
(386) 496-6002
Fax: (386) 496-4689
*Suwannee Correctional Institution
5964 U.S. Highway 90
Live Oak, Florida 32060
(386) 963-6201
Fax: (386) 963-6103
Suwannee Correctional Institution Annex
5964 U.S. Highway 90
Live Oak, Florida 32060
(386) 963-6301
Fax: (386) 963-6103
* Tomoka Correctional Institution 3950 Tiger Bay Road
Daytona Beach, Florida 32124-1098
(386) 323-1070
Fax: (386) 323-1006
Union Correctional Institution 7819 N.W. 228th Street
Raiford, Florida 32026-4000
(386) 431-2000
Fax: (386) 431-2016
Region III
* Avon Park Correctional Institution P.O. Box 1100
County Road 64 East
Avon Park, Florida 33826-1100
Central Florida Reception Center 7000 H C Kelley Rd
Orlando, Florida 32831-2518
(863) 453-3174
Fax: (863) 453-1511
(407) 207-7777
Fax: (407) 249-6570
Central Florida Reception Center East
7000 H C Kelley Road
Orlando, Florida 32831-2518
(407) 207-7777
Fax: (407) 249-6570
Central Florida Reception Center South
7000 H C Kelley Road
Orlando, Florida 32831-2518
(407) 207-7777
Fax: (407) 249-6570
Charlotte Correctional Institution 33123 Oil Well Road
Punta Gorda, Florida 33955-9701
(941) 833-2300
Fax: (941) 575-5747
Dade Correctional Institution 19000 S. W. 377th Street
Florida City, Florida 33034-6409
(305) 242-1900
Fax: (305) 242-1881
* DeSoto Annex 13617 S.E. Highway 70
Arcadia, Florida 34266-7800
(863) 494-3727
Fax: (863) 494-1740
Everglades Correctional Institution 1601 S.W. 187th Ave.
Miami, Florida 33185-3701
(305) 228-2054
Fax: (305) 228-2039
* Hardee Correctional Institution 6901 State Road 62
Bowling Green, Florida 33834-9505
(863) 767-4500
Fax: (863) 767-4504
Hernando Correctional Institution 16415 Springhill Drive
Brooksville, Florida 34604-8167
(352) 754-6715
Fax: (352) 544-2307
Homestead Correctional Institution 19000 S. W. 377th Street
Florida City, Florida 33034-6409
(305) 242-1700
Fax: (305) 242-2424
Lake Correctional Institution 19225 U.S. Highway 27
Clermont, Florida 34715-9025
(352) 394-6146
Fax: (352) 394-3504
* Martin Correctional Institution 1150 S.W. Allapattah Road
Indiantown, Florida 34956-4397
(772) 597-3705
Fax: (772) 597-3742
Okeechobee Correctional Institution 3420 N.E. 168th St.
Okeechobee, Florida 34972-4824
(863) 462-5474
Fax: (863) 462-5402
* Polk Correctional Institution 10800 Evans Road
Polk City, Florida 33868-6925
(863) 984-2273
Fax: (863) 984-3072
South Florida Reception Center 14000 NW 41st Street
Doral, Florida 33178-3003
(305) 592-9567
Fax: (305) 470-5628
South Florida Reception Center South Unit:
13910 NW 41st Street
Doral, Florida 33178-3014
(305) 592-9567
Fax: (305) 470-5628
Sumter Correctional Institution and BTU 9544 County Road 476B
Bushnell, Florida 33513-0667
(352) 569-6100
Fax: (352) 569-6196
Zephyrhills Correctional Institution 2739 Gall Boulevard
Zephyrhills, Florida 33541-9701
(813) 782-5521
Fax: (813) 782-4954
WORK CAMPS, FORESTRY CAMPS & ROAD PRISONS Region I
Berrydale Forestry Camp 6920 Highway 4
Jay, Florida 32565-2204
(850) 675-4564
Fax: (850) 675-0801
Bay City Work Camp 1001 West Highway 98
Apalachicola, Florida 32320-1272
(850) 653-1020
Fax: (850) 653-2592
Calhoun Work Camp 19564 SE Inst. Drive
Blountstown, Florida 32424-5156
(850) 674-2887
Fax: (850) 674-2503
Century Work Camp 400 Tedder Road
Century, Florida 32535-3659
(850) 256-2600
Fax: (850) 256-5005
Graceville Work Camp 5230 Ezell Road
Graceville, Florida 32440-4289
(850) 263-9230
Fax: (850) 263-9235
Gulf Forestry Camp 3222 DOC Whitfield Road
White City, Florida 32465
(850) 827-4000
Fax: (850) 827-2986
Holmes Work Camp 3182 Thomas Drive
Bonifay, Florida 32425-4238
(850) 547-2703
Fax: (850) 547-3169
Jackson Work Camp 5607 10th Street
Hwy 71 North
Malone, Florida 32445-9998
(850) 569-5260
Fax: (850) 569-5996
Liberty Work Camp 11064 NW Dempsey Barron Road
Bristol, Florida 32321-0711
(850) 643-9542
Fax: (850) 643-9562
Okaloosa Work Camp 3189 Little Silver Road
Crestview, Florida 32539-6708
(850) 682-0931
Fax: (850) 682-4578
Wakulla Work Camp 110 Melaleuca Drive
Crawfordville, Florida 32327-4963
(850) 413-9663
Fax: (850) 421-1261
Walton Work Camp 301 World War II Veterans Lane
De Funiak Springs, Florida 32433-1838
(850) 951-1355
Fax: (850) 951-1766
Taylor Work Camp 8501 Hampton Springs Road
Perry, Florida 32348-0000
(850) 223-4501
Fax: (850) 838-4024
Region II
Baker Work Camp P.O. Box 500
US 90 E.
Sanderson, Florida 32087-0500
(386) 719-4670
Fax: (386) 719-2775
Cross City Work Camp 568 N.E. 255th Street
Cross City, Florida 32628
(352) 498-4330
Fax: (352) 498-4338
Gainesville Work Camp 1000 NE 55th Blvd.
State Road 26 East
Gainesville, Florida 32641-6067
(352) 955-2045
Fax: (352) 955-3119
Lowell Work Camp 11120 NW Gainesville Road
Ocala, Florida 34482
(352) 401-5301
Fax: (352) 401-5331
Lancaster Work Camp 3449 SW SR 26
Trenton, Florida 32693-5641
(352) 463-4100
Fax: (352) 463-3476
Marion Work Camp Post Office Box 158
3269 NW 105th Street
Lowell, Florida 32663-0158
(352) 401-6865
Fax: (352) 401-6443
Madison Work Camp Post Office Box 692
382 SW MCI Way
Madison, Florida 32340-4430
(850) 973-5302
Fax: (850) 973-5358 SC 296-5339
RMC Work Camp P.O. Box 628
Lake Butler, Florida 32054
(386) 496-4050
Fax: (386) 496-4060
Mayo Work Camp 8976 US 27 West
Mayo, Florida 32066
(386) 294-4752
Fax: (386) 294-4532
Tomoka Work Camp 3950 Tiger Bay Road
Daytona Beach, Florida 32124-1098
(321) 323-1220
Fax: (321) 323-1006
Suwannee Work Camp
5964 U.S. Highway 90
Live Oak, Florida 32060
(386) 963-6100
Fax: (386) 963-6103
Region III
Arcadia Road Prison 2961 N.W. County Road 661
Arcadia, Florida 34266-8203
(863) 993-4628
Fax: (863) 993-4630
Avon Park Work Camp Post Office Box 1100
County Road 64 East
Avon Park, Florida 33826-1100
(863) 453-3174
Fax: (863) 453-1511
Big Pine Key Road Prison P.O. Box 430509
450 Key Deer Blvd.
Big Pine Key, Florida 33043-0509
(305) 872-2231
Fax: (305) 872-9417
Brevard Work Camp 855 Camp Road
Cocoa, Florida 32927-3700
(321) 634-6130
Fax: (321) 634-6051
DeSoto Work Camp
Highway 70 East
Arcadia, Florida, 34266
(863) 494-3727
Fax: (863) 494-1740
Ft. Myers Work Camp
P.O. Box 051107
12551 Wainwright Drive
Immokalee, Florida 34142-9628
(239) 332-6915
Fax: (239) 332-6992
Glades Work Camp
2600 N Main Street
Belle Glade, Florida 33430-5314
(561) 829-1800
Fax: (561) 992-1355
Hardee Work Camp 6899 State Road 62
Bowling Green, Florida 33834-9505
(863) 773-2441
Fax: (863) 773-0160
Largo Road Prison 5201 Ulmerton Road
Clearwater, Florida 33760-4006
(727) 570-5135
Fax: (727) 588-4920
Loxahatchee Road Prison 230 Sunshine Road
West Palm Beach, Florida 33411-3616
(561) 791-4760
Fax: (561) 791-4763
Martin Work Camp 1150 SW Allapattah Road
Indiantown, Florida 34956-4310
(772) 597-3705
Fax: (772) 597-4238
Polk Work Camp 10800 Evans Road
Polk City, Florida 33868-6925
(863) 984-2273
Fax: (863) 984-1761
Sago Palm Work Camp
15500 Bay Bottom Rd
Pahokee Florida 33476
(561) 924-4300
Sumter Work Camp Post Office Box 1807
9544 County Road 476B
Bushnell, Florida 33513-0667
(352) 569-6114
Fax: (352) 793-6845
WORK RELEASE CENTERS
Region I
Panama City WRC 3609 Highway 390
Panama City, Florida 32405-2795
(850) 872-4178
Fax (850) 747-5739
Pensacola WRC 3050 North L. Street
Pensacola, Florida 32501-1010
(850) 595-8920
Fax (850) 595-8919
Tallahassee WRC Physical Address
2616A Springhill Road
Delivery Address
2628 Springhill Road
Tallahassee, Florida 32310-6730
(850) 488-2478
Fax (850) 922-6240
Region II
Dinsmore WRC
13200 Old Kings Road
Jacksonville, Florida 32219
(904) 924-1700
Fax: (904) 924-1704
Lake City WRC
1099 N.W. Dot Gln
Lake City, Florida 32055-2564
(386) 758-0535
Fax: (386) 758-1559
Santa Fe WRC
2901 Northeast 39th Avenue
Gainesville, Florida 32602-1202
(352) 955-2070
Fax: (352) 955-3162
Satellite Fed by Gainesville Work Camp
Daytona Beach WRC
3601 U.S. Highway 92 West
Daytona Beach, Florida 32124-1002
(386) 238-3171
Fax: (386) 947-4058
Region III
Atlantic WRC
263 Fairgrounds Road
West Palm Beach, Florida 33411-3639
(561) 791-4187
Fax: (561) 791-4749
Satellite Fed by Loxahatchee Road Prison
Bartow WRC
550 N. Restwood Avenue
Bartow, Florida 33830-4200
(863) 534-7037
Fax (863) 534-0036
Cocoa WRC
585 Camp Road
Cocoa, Florida 32927-4738
(321) 690-3210
Fax: (321) 634-6002
Ft. Pierce WRC
1203 Bell Avenue
Ft. Pierce, Florida 34982-6544
(772) 468-3929
Fax: (772) 467-3140
Hollywood WRC
P.O. Box 8759
8501 W. Cypress Drive
Pembroke Pines, Florida 33025-4542
(954) 985-4720
Fax: (954) 967-1251
Kissimmee WRC
2925 Michigan Avenue
Kissimmee, Florida 34744-1200
(407) 846-5210
Fax: (407) 846-5368
Miami North WRC
7090 Northwest 41st Street
Miami, Florida 33166-6817
(305) 470-5580
Fax (305) 470-5584
Opa Locka WRC
5400 Northwest 135th Street
Opa Locka, Florida 33054-4310
(305) 827-4057
Fax: (305) 364-3188
Orlando WRC
7300 Laurel Hill Road
Orlando, Florida 32818-5278
(407) 578-3510
Fax: (407) 578-3509
Pinellas WRC
5205 Ulmerton Road
Clearwater, Florida 33760-4002
(727) 570-5138
Fax: (727) 570-3187
St. Petersburg WRC
4237 8th Avenue, South
St. Petersburg, Florida 33711-2000
(727) 893-2289
Fax: (727) 893-1182
Tarpon Springs WRC
566 Brady Road
Tarpon Springs, Florida 34689-6707
(727) 942-5420
Fax (727) 942-5469
West Palm Beach WRC
261 West Fairgrounds Road
West Palm Beach, Florida 33411-3639
(561) 791-4750
Fax: (561) 791-4018
Satellite Fed by Loxahatchee Road Prison
RE-ENTRY CENTERS
Region III
Sago Palm Re-Entry Center 500 Baybottom Road
Pahokee, Florida 33476
(561) 924-4320
Fax (561) 924-4303
Everglades Re-Entry Center 1601 SW 187 Ave
Miami, Florida 33194
(305) 278-2000
Fax (305) 228-2039
~M(Nra,-r:JJ,'~· ~ FLORIDA DEPARTMENT OF CORRECTIONS
,:," ~
l i Bureau of Procurement
Amendment #3 Agency Term Contract 12-DC-8388-A
Visiting Parks Vending- Regions I, II & Ill
This Amendment ("Amendment"), effective January 13, 2017, or the date last executed below,
whichever is later, to the Agency Term Contract 12-DC-8388-A ("Contract") is effective between the
State of Florida, Department of Corrections ("Department") and Keefe Commissary Network, L.L.C.
("Contractor"). The Department and Contractor are collectively referred to herein as the "Parties." All
capitalized terms used herein shall have the meaning assigned to them in the Contract, unless otherwise
defined herein.
1.0 MODIFICATIONS In accordance with Section 7.23 of the above-referenced Contract, Exhibit C, Visitor's Park Vending
Equipment and Sample Visitor's Count, is hereby revised to remove Berrydale Forestry Camp, and
attached hereto.
2.0 CONFLICT
To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms
of this Amendment shall control. All other terms of the Contract remain in full force.
CONTRACTOR: Keefe Commissary
Network, , .
~ .AAJvit ~ Signatur~ " v
Bureau of Procurement
Print Name Date 1
/Wldt~c.A~ ~ Kenneth S. ely
General Counsel Date
I /11/tf , . Date
Agency Term Contract 12-DC-8388-A Page 1 of 1
Amendment #4 Agency Term Contract 12-DC-8388-A
Visiting Park Vending - RegieAs I, II, & Ill Statewide
This Amendment ("Amendment"), effective March 21, 2017, or the date last executed below, whichever is
later, to Agency Term Contract (ATC) #12-DC-8388-A ("Contract") is effective between the State of Florida,
Department of Corrections (" Department" ) and Keefe Commissary Network, L.L.C. ("Contractor" ). The
Department and Contractor are collectively referred to herein as the " Parties." All capitalized terms used
herein shall have the meaning assigned to them in the Contract, unless otherwise defined herein.
1.0 CONTRACT TITLE CHANGE
The title of this contract has been changed as follows:
From: "Visiting Park Vending - RegieAs I, II, & Ill"
To "Visiting Park Vending - Statewide"
This reflects that this contract covers all regions statewide, and is reflected on this Amendment, and on
Revised Exhibits A and C.
2.0 MODIFICATIONS
The following modifications are hereby applied to the Contract per 7.7, Contract Management Changes
and 3.4, Service Locations and Service Times:
2.1 SECTION 7.6.1- DEPARTMENT'S CONTRACT MANAGER Section 7.6.1 of 12-DC-8388-A, which currently states, "The Contract Manager for this Contract will be identified in the resultant Contract," is revised to identify the Department's Contract Manager as
follows:
The Contract Manager for this Contract will be: ieleAtifieel iA tt:ie rest:JltaAt CeAtract.
John Bryant, Operations and Management Consultant Manager Bureau of Contract Management and Monitoring (BCMM) Florida Department of Corrections
pOl S. Calhoun Street Tallahassee, Florida 32399-2500 Telephone (850) 717-3700
2.2 EXHIBIT A - CORRECTIONAL INSTITUTIONS/FACILITIES
Exhibit A to ATC #12-DC-8388-A is revised to:
• Remove Big Pine Key Road Prison
• Remove Arcadia Road Prison
• Remove Berrydale Forestry Camp {It was removed from Exhibit C in Amendment 3, but
remained on Exhibit A.)
Agency Term Contract 12-DC-8388-A
Amendment #4 Page 1 of 3
Amendment #4 Agency Term Contract 12-DC-8388-A
Visiting Park Vending - RegieRs I, II, & Ill Statewide
• Add the address for Columbia Work Camp (The camp was added by asterisk in Amendment
2, but physical address wasn't noted.)
• Add the address for Hamilton Work Camp (The camp was added by asterisk in Amendment
2, but physical address wasn't noted.)
• Add New River Work Camp - Camp is now noted by asterisk on Major Institutions list and
address is listed in Work Camp Region II list.
• Reflect the reorganization of Region Ill into Regions Ill and IV (This region change doesn't
affect contract locations or addresses of these locations in any way.)
The revised Exhibit A is attached hereto.
2.3 EXHIBIT C - VISTOR'S PARK VENDING EQUIPMENT AND SAMPLE VISITOR'S CHART
Exhibit C to ATC #12-DC-8388-A is revised to:
• Remove Big Pine Key Road Prison
• Remove Arcadia Road Prison
• Add Columbia Work Camp (The camp was added by asterisk to Exhibit A in Amendment 2,
but wasn't noted in Exhibit c.)
• Add Hamilton Work Camp (The camp was added by asterisk to Exhibit A in Amendment 2,
but wasn't noted in Exhibit c.)
• Add New River Work Camp
• Reflect the reorganization of Region Ill into Regions Ill and IV (This region change doesn't
affect contract locations or addresses of these locations in any way.)
• Reflect consistency in naming convention of Corrections Institutions (Cl), Work Camps (WC), and Work Release Centers (WRC) so all appear as "Cl", "WC", "WRC". (This change has no effect on contract substance, only uniformity.)
The revised Exhibit C is attached hereto.
3.0 CONFLICT To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of
this Amendment shall control. All other terms of the Contract remain in full force.
Agency Term Contract 12-DC-8388-A Amendment #4 Page 2 of 3
Amendment #4 Agency Term Contract 12-DC-8388-A
Visiting Park Vending - RegieRs I, 111 & Ill Statewide
CONTRACTOR: Keefe Commissary Network, L.L.C
St ~
John Puricelli Executive Vice President, GM
Print Name
Date
Agency Term Contract 12-DC-8388-A
Amendment #4
Kasey B. Bureau of Procurement
q\\(\1 Date
Approved as to form and legality, subject to execution;
@f!e~~&µMJ.tj General Counsel
Date
Page 3 of 3
Revised 6/28/17 ITB-12-DC-8388-A Exhibit A Page 1 of 10
REVISED EXHIBIT A - CORRECTIONAL INSTITUTIONS/FACILITIES
ITB-12-DC-8388-A VISITING PARK VENDING – REGIONS I, II & III STATEWIDE
MAJOR INSTITUTIONS * Indicates a work camp adjacent to an institution.
Region I
Apalachee Correctional Institution East 35 Apalachee Drive
Sneads, Florida 32460-4166 (850) 718-0688
Fax: (850) 593-6445
Apalachee Correctional Institution West 52 West Unit Drive
Sneads Florida 32460-4165 (850) 718-0577
Fax: (850) 593-6445 * Calhoun Correctional Institution
19562 SE Institution Drive Blountstown, Florida 32424-5156
(850) 237-6500 Fax: (850) 237-6508
* Century Correctional Institution 400 Tedder Road
Century, Florida 32535-3659 (850) 256-2600
Fax: (850) 256-2335 *Franklin Correctional Institution
1760 Highway 67 North Carrabelle, Florida 32322
(850) 697-1100 Fax: (850) 697-1108
Gulf Correctional Institution 500 Ike Steele Road
Wewahitchka, Florida 32465-0010 (850) 639-1000 SC 790-1000
Fax: (850) 639-1182 *Gulf Correctional Institution Annex
699 Ike Steel Road Wewahitchka, Florida 32465
(850) 639-1509 Fax: (850) 639-1508
* Holmes Correctional Institution 3142 Thomas Drive
Bonifay, Florida 32425-0190 (850) 547-2100
Fax: (850) 547-0522 * Jackson Correctional Institution
5563 10th Street Malone, Florida 32445-3144
(850) 569-5260 Fax: (850) 569-5996
Jefferson Correctional Institution 1050 Big Joe Road
Monticello, Florida 32344-0430 (850) 342-0500
Fax: (850) 997-0973 * Liberty Correctional Institution 11064 N.W. Dempsey Barron Road
Bristol, Florida 32321-9711 (850) 643-9400
Fax: (850) 643-9412
Northwest Florida Reception Center 4455 Sam Mitchell Drive
Chipley, Florida 32428-3597 (850) 773-6100
Fax: (850) 773-6252 Northwest Florida Reception Center
Annex 4455 Sam Mitchell Drive
Chipley, Florida 32428-3597 (850) 773-6500
Fax: (850) 773-6611
* Okaloosa Correctional Institution 3189 Little Silver Rd.
Crestview, Florida 32539-6708 (850) 682-0931
Fax: (850) 689-7803
Revised 6/28/17 ITB-12-DC-8388-A Exhibit A Page 2 of 10
MAJOR INSTITUTIONS (CONT’D) * Indicates a work camp adjacent to an institution.
Region I (Cont’d)
Quincy Annex 2225 Pat Thomas Parkway
Quincy, Florida 32351-8645 (850) 627-5400
Fax: (850) 875-3572
Santa Rosa CI 5850 East Milton Rd.
Milton, Florida 32583-7914 (850) 983-5800
Fax (850) 983-5907 Santa Rosa Annex
5850 East Milton Rd. Milton, Florida 32583-7914
(850) 983-5800 Fax (850) 983-5907
* Wakulla Correctional Institution 110 Melaleuca Drive
Crawfordville, Florida 32327-4963 (850) 410-1895
Fax: (850) 410-0203 Wakulla Annex
110 Melaleuca Drive Crawfordville, Florida 32327-4963
(850) 487-4341 Fax: (850) 410-0203
* Walton Correctional Institution 691 Institution Road
DeFuniak Springs, Florida 32433-1831 (850) 951-1300
Fax: (850) 951-1750
Region II
* Baker Correctional Institution P.O. Box 500, 20706 US 90 W. Sanderson, Florida 32087-0500
(386) 719-4500 Fax: (386) 758-5759
* Columbia Correctional Institution 216 S.E. Corrections Way
Lake City, Florida 32025-2013 (386) 754-7600
Fax: (386) 754-7602 Columbia Correctional Institution Annex
216 S.E. Corrections Way Lake City, Florida 32025-2013
(386) 466-3000 Fax: (386) 754-7602
* Cross City Correctional Institution 568 NE 255th Street
Cross City, Florida 32628 (352) 498-4444
Fax: (352) 498-4333 or 4334 * Florida State Prison 7819 N.W. 228th Street
Raiford, Florida 32026-1000 (904) 368-2500
Fax: (904) 368-2732 (Delivery Vehicle must have drop lift capacity)
Florida St. Prison West Unit Post Office Box 747
State Road 16 Starke, Florida 32091-0747
(904) 368-2500 Fax: (904) 368-27299
*Hamilton Correctional Institution 10650 SW 46th Street
Jasper, Florida 32052-1360 (386) 792-5151
Fax: (386) 792-515
Hamilton Correctional Institution Annex 10650 S.W. 46th Street
Jasper, Florida 32052-1360 (386) 792-5151
Fax: (386) 792-5159
Revised 6/28/17 ITB-12-DC-8388-A Exhibit A Page 3 of 10
MAJOR INSTITUTIONS (CONT’D) * Indicates a work camp adjacent to an institution.
Region II (Cont’d)
* Lancaster Correctional Institution 3449 S.W. State Road 26
Trenton, Florida 32693-5641 (352) 463-4100
Fax: (352) 463-3476
Lawtey Correctional Institution 7819 N.W. 228th Street
Raiford, Florida 32026-2000 (904) 782-2000
Fax: (904) 782-2005 * Madison Correctional Institution
382 Southwest MCI Way Madison, Florida 32340-4430
(850) 973-5300 Fax: (904) 973-5339
* Mayo Correctional Institution Annex 8784 US Highway 27 West Mayo, Florida 32066-3458
(386) 294-4500 Fax: (386) 294-4534
*New River Correctional Institution 7819 NW 228th Street
Raiford, Florida 32026-3000 (904) 368-3000
Fax: (904) 368-3205
Putnam Correctional Institution 128 Yelvington Road
East Palatka, Florida 32131-2112 (386) 326-6800
Fax: (386) 312-2219 *Reception and Medical Center
P.O. Box 628 Hwy 231
Lake Butler, Florida 32054-0628 (386) 496-6000
Fax: (386) 496-3287
Reception and Medical Center West 8183 SW 152nd Loop
P.O. Box 628 Lake Butler, Florida 32054-0628
(386) 496-6002 Fax: (386) 496-4689
*Suwannee Correctional Institution 5964 U.S. Highway 90
Live Oak, Florida 32060 (386) 963-6201
Fax: (386) 963-6103
Suwannee Correctional Institution Annex 5964 U.S. Highway 90
Live Oak, Florida 32060 (386) 963-6301
Fax: (386) 963-6103 *Taylor Correctional Institution
8501 Hampton Springs Road Perry, Florida 32348-8747
(850) 838-4000 Fax: (850) 838-4024
Taylor Correctional Institution Annex 8501 Hampton Springs Road
Perry, Florida 32348 (850) 838-4002
Fax: (850) 838-4024 * Tomoka Correctional Institution
3950 Tiger Bay Road Daytona Beach, Florida 32124-1098
(386) 323-1070 Fax: (386) 323-1006
Union Correctional Institution 7819 N.W. 228th Street
Raiford, Florida 32026-4000 (386) 431-2000
Fax: (386) 431-2016
Revised 6/28/17 ITB-12-DC-8388-A Exhibit A Page 4 of 10
MAJOR INSTITUTIONS (CONT’D) * Indicates a work camp adjacent to an institution.
Region III
* Avon Park Correctional Institution P.O. Box 1100
County Road 64 East Avon Park, Florida 33826-1100
(863) 453-3174 Fax: (863) 453-1511
Central Florida Reception Center 7000 H C Kelley Rd
Orlando, Florida 32831-2518 (407) 207-7777
Fax: (407) 249-6570
Central Florida Reception Center East 7000 H C Kelley Road
Orlando, Florida 32831-2518 (407) 207-7777
Fax: (407) 249-6570
Central Florida Reception Center South 7000 H C Kelley Road
Orlando, Florida 32831-2518 (407) 207-7777
Fax: (407) 249-6570 * DeSoto Annex
13617 S.E. Highway 70 Arcadia, Florida 34266-7800
(863) 494-3727 Fax: (863) 494-1740
* Hardee Correctional Institution 6901 State Road 62
Bowling Green, Florida 33834-9505 (863) 767-4500
Fax: (863) 767-4504 Hernando Correctional Institution
16415 Springhill Drive Brooksville, Florida 34604-8167
(352) 754-6715 Fax: (352) 544-2307
Lake Correctional Institution 19225 U.S. Highway 27
Clermont, Florida 34715-9025 (352) 394-6146
Fax: (352) 394-3504 *Lowell Correctional Institution
11120 NW Gainesville Rd Ocala, Florida 34482-1479
(352) 401-5301 Fax: (352) 401-5331
Lowell Correctional Institution Annex 11120 NW Gainesville Rd Ocala, Florida 34482-1479
(352) 401-5301 Fax: (352) 401-5331
Lowell Reception Center 3700 NW 111th Place
Ocala, Florida 34482-1479 352-840-8000
FAX: (352) 401-5331
* Marion Correctional Institution 3269 NW 105th Street
Lowell, Florida 32663-0158 (352) 401-6400
Fax: (352) 840-5657 * Polk Correctional Institution
10800 Evans Road Polk City, Florida 33868-6925
(863) 984-2273 Fax: (863) 984-3072
Sumter Correctional Institution and BTU 9544 County Road 476B
Bushnell, Florida 33513-0667 (352) 569-6100
Fax: (352) 569-6196 Zephyrhills Correctional Institution
2739 Gall Boulevard Zephyrhills, Florida 33541-9701
(813) 782-5521 Fax: (813) 782-4954
Revised 6/28/17 ITB-12-DC-8388-A Exhibit A Page 5 of 10
MAJOR INSTITUTIONS (CONT’D) * Indicates a work camp adjacent to an institution.
Region IV
Charlotte Correctional Institution 33123 Oil Well Road
Punta Gorda, Florida 33955-9701 (941) 833-2300
Fax: (941) 575-5747
Dade Correctional Institution 19000 S. W. 377th Street
Florida City, Florida 33034-6409 (305) 242-1900
Fax: (305) 242-1881 Everglades Correctional Institution
1601 S.W. 187th Ave. Miami, Florida 33185-3701
(305) 228-2054 Fax: (305) 228-2039
Homestead Correctional Institution 19000 S. W. 377th Street
Florida City, Florida 33034-6409 (305) 242-1700
Fax: (305) 242-2424 * Martin Correctional Institution
1150 S.W. Allapattah Road Indiantown, Florida 34956-4397
(772) 597-3705 Fax: (772) 597-3742
Okeechobee Correctional Institution 3420 N.E. 168th St.
Okeechobee, Florida 34972-4824 (863) 462-5474
Fax: (863) 462-5402 South Florida Reception Center
South Unit: 13910 NW 41st Street
Doral, Florida 33178-3014 (305) 592-9567
Fax: (305) 470-5628
WORK CAMPS, FORESTRY CAMPS & ROAD PRISONS
Region I
Berrydale Forestry Camp 6920 Highway 4 Jay, Florida 32565-2204 (850) 675-4564 Fax: (850) 675-0801
Bay City Work Camp 1001 West Highway 98
Apalachicola, Florida 32320-1272 (850) 653-1020
Fax: (850) 653-2592 Calhoun Work Camp 19564 SE Inst. Drive
Blountstown, Florida 32424-5156 (850) 674-2887
Fax: (850) 674-2503
Century Work Camp 400 Tedder Road
Century, Florida 32535-3659 (850) 256-2600
Fax: (850) 256-5005 Graceville Work Camp
5230 Ezell Road Graceville, Florida 32440-4289
(850) 263-9230 Fax: (850) 263-9235
Gulf Forestry Camp 3222 DOC Whitfield Road White City, Florida 32465
(850) 827-4000 Fax: (850) 827-2986
Revised 6/28/17 ITB-12-DC-8388-A Exhibit A Page 6 of 10
WORK CAMPS, FORESTRY CAMPS & ROAD PRISONS (CONT’D)
Region I (Cont’d)
Holmes Work Camp 3182 Thomas Drive
Bonifay, Florida 32425-4238 (850) 547-2703
Fax: (850) 547-3169
Jackson Work Camp 5607 10th Street Hwy 71 North
Malone, Florida 32445-9998 (850) 569-5260
(8 0) 69 996 Liberty Work Camp 11064 NW Dempsey Barron Road
Bristol, Florida 32321-0711 (850) 643-9542
Fax: (850) 643-9562
Okaloosa Work Camp 3189 Little Silver Road
Crestview, Florida 32539-6708 (850) 682-0931
Fax: (850) 682-4578 Wakulla Work Camp 110 Melaleuca Drive
Crawfordville, Florida 32327-4963 (850) 413-9663
Fax: (850) 421-1261
Walton Work Camp 301 World War II Veterans Lane
De Funiak Springs, Florida 32433-1838 (850) 951-1355
Fax: (850) 951-1766 Taylor Work Camp
8501 Hampton Springs Road Perry, Florida 32348-0000
(850) 223-4501 Fax: (850) 838-4024
Region II
Baker Work Camp P.O. Box 500
US 90 E. Sanderson, Florida 32087-0500
(386) 719-4670 Fax: (386) 719-2775
Cross City Work Camp 568 N.E. 255th Street
Cross City, Florida 32628 (352) 498-4330
Fax: (352) 498-4338
Columbia Work Camp 216 SE Corrections Way
Lake City, FL 32025-0000 (386) 754-7668
Fax: (386) 719-2770
Gainesville Work Camp 1000 NE 55th Blvd. State Road 26 East
Gainesville, Florida 32641-6067 (352) 955-2045
Hamilton Work Camp 10650 SW 46th Street
Jasper, Florida 32052-0000 (904) 792-5409
Fax: (386) 904-5159
Lancaster Work Camp 3449 SW SR 26
Trenton, Florida 32693-5641 (352) 463-4100
Fax: (352) 463-3476
Revised 6/28/17 ITB-12-DC-8388-A Exhibit A Page 7 of 10
WORK CAMPS, FORESTRY CAMPS & ROAD PRISONS (CONT’D)
Region II (Cont’d)
Madison Work Camp Post Office Box 692 382 SW MCI Way
Madison, Florida 32340-4430 (850) 973-5302
Fax: (850) 973-5358 SC 296-5339
Mayo Work Camp 8976 US 27 West
Mayo, Florida 32066 (386) 294-4752
Fax: (386) 294-4532
New River Work Camp 13600 NE 258th Court
Raiford, Florida 32083 (386) 431-4450
RMC Work Camp P.O. Box 628
Lake Butler, Florida 32054 (386) 496-4050
Fax: (386) 496-4060 Suwannee Work Camp 5964 U.S. Highway 90
Live Oak, Florida 32060 (386) 963-6100
Fax: (386) 963-6103
Tomoka Work Camp 3950 Tiger Bay Road
Daytona Beach, Florida 32124-1098 (321) 323-1220
Fax: (321) 323-1006
Region III
Arcadia Road Prison 2961 N.W. County Road 661 Arcadia, Florida 34266-8203
(863) 993-4628 Fax: (863) 993-4630
Avon Park Work Camp Post Office Box 1100 County Road 64 East
Avon Park, Florida 33826-1100 (863) 453-3174
Fax: (863) 453-1511 Big Pine Key Road Prison P.O. Box 430509 450 Key Deer Blvd. Big Pine Key, Florida 33043-0509 (305) 872-2231 Fax: (305) 872-9417
Brevard Work Camp 855 Camp Road
Cocoa, Florida 32927-3700 (321) 634-6130
Fax: (321) 634-6051
DeSoto Work Camp Highway 70 East
Arcadia, Florida, 34266 (863) 494-3727
Fax: (863) 494-1740
Hardee Work Camp 6899 State Road 62
Bowling Green, Florida 33834-9505 (863) 773-2441
Fax: (863) 773-0160 Largo Road Prison 5201 Ulmerton Road
Clearwater, Florida 33760-4006 (727) 570-5135
Fax: (727) 588-4920
Lowell Work Camp 11120 NW Gainesville Road
Ocala, Florida 34482 (352) 401-5301
Fax: (352) 401-5331
Revised 6/28/17 ITB-12-DC-8388-A Exhibit A Page 8 of 10
WORK CAMPS, FORESTRY CAMPS & ROAD PRISONS (CONT’D)
Region IV
Ft. Myers Work Camp P.O. Box 051107
12551 Wainwright Drive Immokalee, Florida 34142-9628
(239) 332-6915 Fax: (239) 332-6992
Glades Work Camp 2600 N Main Street
Belle Glade, Florida 33430-5314 (561) 829-1800
Fax: (561) 992-1355
Loxahatchee Road Prison 230 Sunshine Road
West Palm Beach, Florida 33411-3616 (561) 791-4760
Fax: (561) 791-4763
Martin Work Camp 1150 SW Allapattah Road
Indiantown, Florida 34956-4310 (772) 597-3705
Fax: (772) 597-4238
WORK RELEASE CENTERS
Region I
Panama City WRC 3609 Highway 390 Panama
City, Florida 32405-2795 (850) 872-4178
Fax (850) 747-5739
Pensacola WRC 3050 North L. Street
Pensacola, Florida 32501-1010 (850) 595-8920
Fax (850) 595-8919 Tallahassee WRC
Physical Address: 2616A Springhill Road Delivery Address: 2628 Springhill Road
Tallahassee, Florida 32310-6730 (850) 488-2478
Fax (850) 922-6240
Region III (Cont’d)
Marion Work Camp Post Office Box 158
3269 NW 105th Street Lowell, Florida 32663-0158
(352) 401-6865 Fax: (352) 401-6443
Polk Work Camp 10800 Evans Road
Polk City, Florida 33868-6925 (863) 984-2273
Fax: (863) 984-1761
Sumter Work Camp Post Office Box 1807
9544 County Road 476B Bushnell, Florida 33513-0667
(352) 569-6114 Fax: (352) 793-6845
Revised 6/28/17 ITB-12-DC-8388-A Exhibit A Page 9 of 10
WORK RELEASE CENTERS (CONT’D)
Region II
Dinsmore WRC 13200 Old Kings Road
Jacksonville, Florida 32219 (904) 924-1700
Fax: (904) 924-1704
Lake City WRC 1099 N.W. Dot Gln
Lake City, Florida 32055-2564 (386) 758-0535
Fax: (386) 758-1559 Santa Fe WRC
2901 Northeast 39th Avenue Gainesville, Florida 32602-1202
(352) 955-2070 Fax: (352) 955-3162
Satellite Fed by Gainesville Work Camp
Daytona Beach WRC 3601 U.S. Highway 92 West
Daytona Beach, Florida 32124-1002 (386) 238-3171
Fax: (386) 947-4058
Region III
Bartow WRC 550 N. Restwood Avenue
Bartow, Florida 33830-4200 (863) 534-7037
Fax (863) 534-0036
Cocoa WRC 585 Camp Road
Cocoa, Florida 32927-4738 (321) 690-3210
Fax: (321) 634-6002 Kissimmee WRC
2925 Michigan Avenue Kissimmee, Florida 34744-1200
(407) 846-5210 Fax: (407) 846-5368
Orlando WRC 7300 Laurel Hill Road
Orlando, Florida 32818-5278 (407) 578-3510
Fax: (407) 578-3509 Pinellas WRC
5205 Ulmerton Road Clearwater, Florida 33760-4002
(727) 570-5138 Fax: (727) 570-3187
St. Petersburg WRC 4237 8th Avenue, South
St. Petersburg, Florida 33711-2000 (727) 893-2289
Fax: (727) 893-1182 Tarpon Springs WRC
566 Brady Road Tarpon Springs, Florida 34689-6707
(727) 942-5420 Fax (727) 942-5469
Revised 6/28/17 ITB-12-DC-8388-A Exhibit A Page 10 of 10
WORK RELEASE CENTERS (CONT’D)
Region IV
Atlantic WRC 263 Fairgrounds Road
West Palm Beach, Florida 33411-3639 (561) 791-4187
Fax: (561) 791-4749 Satellite Fed by Loxahatchee Road Prison
Ft. Pierce WRC 1203 Bell Avenue
Ft. Pierce, Florida 34982-6544 (772) 468-3929
Fax: (772) 467-3140
Hollywood WRC P.O. Box 8759 8501
W. Cypress Dr. Pembroke Pines, Florida 33025-4542
(954) 985-4720 (9 4) 96 12 1
Miami North WRC 7090 Northwest 41st Street Miami, Florida 33166-6817
(305) 470-5580 Fax (305) 470-5584
Opa Locka WRC 5400 Northwest 135th Street
Opa Locka, Florida 33054-4310 (305) 827-4057
Fax: (305) 364-3188
West Palm Beach WRC 261 West Fairgrounds Road
West Palm Beach, Florida 33411-3639 (561) 791-4750
Fax: (561) 791-4018
RE-ENTRY CENTERS
Region IV
Everglades Re-Entry Center 1601 SW 187 Ave
Miami, Florida 33194 (305) 278-2000
Fax (305) 228-2039
Sago Palm Re-Entry Center 500 Baybottom Road
Pahokee, Florida 33476 (561) 924-4320
Fax (561) 924-4303
REVISED EXHIBIT C - ITB #12-DC-8388 - VISTOR'S PARK VENDING EQUIPMENT AND SAMPLE VISITOR'S COUNT
REVISED 5/31/17 EXHIBIT C - CONTRACT #12-DC-8388-A, Page 1 of 4 ITB #12-DC-8388
Snack Bottle
Apalachee East 1 1 W & E 1,995 166
Apalachee West 1 1 W & E 1,783 149
Calhoun CI 1 1 W & E 5,346 448
Calhoun WC 1 1 W & E 1,785 149
Century CI 1 2 W & E 7,128 594
Century WC 1 1 W & E 1,375 115
Pensacola WRC 3 2 W & E 753 63
Franklin CI 1 2 W & E 5,719 477
Bay City WC 1 1 W 972 81
Gulf CI 1 1 W & E 4,896 408
Gulf Annex 1 1 W & E 2,982 247
Gulf FC 1 1 W & E 898 58
Holmes CI 1 2 W & E 7,887 657
Holmes WC 1 1 W & E 2,052 171
Jackson CI 1 1 E 4,793 399
Jackson WC 1 1 E 1,602 134
Graceville WC 1 1 E 1,203 100
Jefferson CI 2 2 W & E 3,424 285
Tallahassee WRC 1 1 W & E 1,703 142
Liberty CI 1 1 E 5,973 498
Liberty WC 1 1 E 143
Quincy Annex 1 2 E 2,726 227
NWFRC 1 2 W & E 7,189 597
NWFRC Annex 2 2 W & E 5,295 441
Panama City WRC 2 2 W & E 944 79
Okaloosa CI 1 1 W & E 4,473 373
Okaloosa WC 1 1 W & E 1,078 90
Santa Rosa CI 1 1 W & E 2,306 192
Santa Rosa Annex 1 1 W & E 6,322 527
Taylor CI 2 2 W & E 7,100 592
Taylor Annex 2 1 W & E 6,124 510
Taylor WC 1 1 W & E 2,547 212
Wakulla CI 1 1 W & E 9,230 769
REGION IInstitution / Facility Name
Total Number of Machines
If Water and/or Electric is available mark W and/or E
Total Visitor Count From 1/1/12 thru
12/31/12
12 Month Avg Visitor Count From 1/1/12
thru 12/31/12
REVISED EXHIBIT C - ITB #12-DC-8388 - VISTOR'S PARK VENDING EQUIPMENT AND SAMPLE VISITOR'S COUNT
REVISED 5/31/17 EXHIBIT C - CONTRACT #12-DC-8388-A, Page 2 of 4 ITB #12-DC-8388
Snack Bottle
Wakulla Annex 1 1 W & E 7,848 654
Wakulla WC 1 1 W & E 5,972 498
Walton CI 1 1 W & E 9,367 781
Walton WC 1 1 W & E 5,639 470
Snack Bottle
Baker CI 2 3 W & E 19,717 1,643
Baker WC 1 1 W & E 6,183 516
Columbia CI 1 2 W & E 8,859 571
Columbia Annex 1 1 W & E 10,730 894
Columbia WC 1 1 W & E N/A N/A
Cross City CI 1 2 W & E 6,500 542
Cross City WC 1 1 W & E 1,471 123
Dinsmore WRCC 1 1 W & E 1,568 131
Florida State Prison 1 2 W & E 5,531 461
Florida State Prison West Unit 1 2 W & E 9,059 755
Gainesville WC 1 1 W & E 4,385 365
Hamilton CI 1 2 W & E 6,141 512
Hamilton Annex 1 2 W & E 9,311 776
Hamilton WC 1 1 W & E N/A N/A
Lake City WRCC 2 3 W & E 1,756 146
Lancaster CI 1 2 W & E 6,735 561
Lancaster WC 1 2 W & E 1,429 119
Lawtey CI 1 2 W & E 8,371 698
Lowell CI Annex 1 1 W & E 8,457 705
Lowell CI 2 1 W & E 12,351 1,029
Lowell WC 0 0 W & E 5,351 446
Lowell Reception Center 1 1 E 5,549 617 (Apr-Dec)
Madison CI 1 2 W & E 6,132 511
Madison WC 1 2 W & E 1,090 91
Marion CI 3 2 W & E 12,117 1,010
Marion WC 1 1 W & E 4,344 362
If Water and/or Electric is available mark W and/or E
Total Visitor Count From 1/1/12 thru
12/31/12
12 Month Avg Visitor Count From 1/1/12
thru 12/31/12
REGION IIInstitution / Facility Name
REGION I (CONT'D)Institution / Facility Name
Total Number of Machines
If Water and/or Electric is available mark W and/or E
Total Visitor Count From 1/1/12 thru
12/31/12
12 Month Avg Visitor Count From 1/1/12
thru 12/31/12
Total Number of Machines
REVISED EXHIBIT C - ITB #12-DC-8388 - VISTOR'S PARK VENDING EQUIPMENT AND SAMPLE VISITOR'S COUNT
REVISED 5/31/17 EXHIBIT C - CONTRACT #12-DC-8388-A, Page 3 of 4 ITB #12-DC-8388
Snack Bottle
Mayo CI 0 0 W & E 0 0
Mayo CI - Annex 1 2 W & E 6,297 524
New River CI 1 1 E N/A N/A
New River WC 0 0 E N/A N/A
Putnam CI 1 2 E 6,753 563
Reception and Medical Center 1 2 E 10,148 845
Reception and Medical Center West 1 1 W & E 5,885 490
Reception and Medical Center WC 1 1 E 10,309 859
Santa Fe WRCC 1 1 W & E 2,318 193
Suwannee CI 1 1 W & E 4,673 389
Suwannee Annex 1 1 W & E 6,782 565
Suwannee WC 1 1 W & E 2,096 175
Tomoka CI 2 2 E 11,115 926
Tomoka WC 0 0 E 2,617 219
Union CI 2 4 W & E 8,819 735
Snack Bottle
Arcadia Road Prison 1 1 E 704 59
Avon Park CI 2 2 W & E 12,187 1,018
Avon Park WC 1 1 W & E 3,678 307
Bartow WRCC 1 2 E 1,075 90
Big Pine Key Road Prison 0 0 E 508 42
Brevard WC 1 1 W & E 4,138 345
Central Florida Reception Center 1 1 W & E 7,249 604
Central Florida Reception Center East Unit 3 1 W & E 10,927 911
Central Florida Reception Center South Unit 1 1 W & E 875 73
Cocoa WRCC 1 1 W & E 1,267 106
DeSoto Annex 2 2 W & E 13,400 283
DeSoto WC 1 1 W & E 2,076 173
Glades WC 1 1 W & E 2,037 170
Hardee CI 2 2 E 14,701 1,225
Hardee WC 1 2 E 2,731 228
REGION II (CONT'D)Institution / Facility Name
Total Number of Machines
If Water and/or Electric is available mark W and/or E
Total Visitor Count From 1/1/12 thru
12/31/12
12 Month Avg Visitor Count From 1/1/12
thru 12/31/12
REGION IIIInstitution / Facility Name
Total Number of Machines
If Water and/or Electric is available mark W and/or E
Total Visitor Count From 1/1/12 thru
12/31/12
12 Month Avg Visitor Count From 1/1/12
thru 12/31/12
REVISED EXHIBIT C - ITB #12-DC-8388 - VISTOR'S PARK VENDING EQUIPMENT AND SAMPLE VISITOR'S COUNT
REVISED 5/31/17 EXHIBIT C - CONTRACT #12-DC-8388-A, Page 4 of 4 ITB #12-DC-8388
Snack Bottle
Hernando CI 1 1 W & E 7,279 607
Kissimmee WRCC 2 2 E 793 66
Lake CI 2 2 W & E 8,987 749
Largo Road Prison 1 1 E 2,497 208
Orlando WRCC 2 2 E 363 30
Pinellas WRCC 1 1 E 449 37
Polk CI 2 2 W & E 17,998 1,500
Polk WC 1 1 W & E 3,578 298
St. Petersburg WRCC 2 2 W & E 2,517 210
Sumter CI 3 2 W & E 14,995 1,250
Sumter WC 1 1 E 2,630 219
Tarpon Springs WRCC 1 1 E 1,124 94
Zephyrhills CI 1 1 W & E 7,464 622
Snack Bottle
Atlantic WRCC 1 1 E 174 15
Charlotte CI 1 1 W & E 9,890 824
Dade CI 2 1 W & E 12,458 1,038
Everglades CI 2 2 W & E 14,514 1,210
Ft. Myers WC 1 1 W & E 1,332 111
Ft. Pierce WRCC 2 1 E 1,560 130
Hollywood WRCC 2 3 W & E 904 75
Homestead CI 1 1 W & E 7,063 589
Loxahatchee Road Prison 1 1 E 1,299 108
Martin CI 1 1 W & E 11,126 927
Martin WC 1 2 E 517 43
Miami North WRCC 3 4 E 1,367 114
Okeechobee CI 3 2 W & E 12,423 1,035
Opa Locka WRCC 0 0 W & E 408 34
Sago Palm Re-Entry Center 2 2 E 4,953 413
South Florida Reception Center 3 2 W & E 7,853 654
South Florida South Unit 2 1 W & E 6,113 509
REGION III (CONT'D)Institution / Facility Name
Total Number of Machines
REGION IVInstitution / Facility Name
Total Number of Machines
If Water and/or Electric is available mark W and/or E
Total Visitor Count From 1/1/12 thru
12/31/12
12 Month Avg Visitor Count From 1/1/12
thru 12/31/12
If Water and/or Electric is available mark W and/or E
Total Visitor Count From 1/1/12 thru
12/31/12
12 Month Avg Visitor Count From 1/1/12
thru 12/31/12