10.07.2015 Views

Contract Award - Connecticut Department of Administration Services

Contract Award - Connecticut Department of Administration Services

Contract Award - Connecticut Department of Administration Services

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

CONTRACT SUPPLEMENTSP-37 Rev. 7/08Prev. Rev. 4/08Ann Simeone<strong>Contract</strong> Specialist(860)713-5051Telephone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT DIVISION165 Capitol Avenue, 5 th Floor SouthHARTFORD, CT 06106-1659CONTRACT AWARD NO.:05PSX0202<strong>Contract</strong> <strong>Award</strong> Date:1 July 2005Bid Due Date:SUPPLEMENT DATE:19 June 2009CONTRACT AWARD SUPPLEMENT #1IMPORTANT: THIS IS NOT A PURCHASE ORDER. DO NOT PRODUCE OR SHIP WITHOUT AN AGENCYPURCHASE ORDER.DESCRIPTION: This contract is for Food and Catering <strong>Services</strong> for Southeastern Mental Health Authority for Building 301 at 401 WestThames Street, Norwich, <strong>Connecticut</strong> (formally known as Uncas on the Thames).FOR: DMHASSoutheastern Mental Health Authority401 West Thames StreetBuilding 301Norwich, CT 06360TERM OF CONTRACT / DELIVERY DATE REQUIRED:July 1, 2005 thru June 30, 2013CHANGE TO IN STATE (NON-SB)CONTRACT VALUECHANGE TO DAS-CERTIFIED SMALLBUSINESS CONTRACT VALUEAGENCY REQUISITION NUMBER: SMHA 01/14/09CHANGE TO OUT OF STATECONTRACT VALUECHANGE TO TOTAL CONTRACTAWARD VALUE$717,444.00 $717,444.00NOTICE TO CONTRACTORS: This notice is not an order to ship. Purchase Orders against contracts will be furnished by the usingagency or agencies on whose behalf the contract is made.INVOICE SHALL BE RENDERED DIRECT TO THE ORDERING AGENCY.NOTE: Dollar amounts listed next to each contractor are possible award amounts, however, they do not reflect any expected purchaseamounts (actual or implied). They are for CHRO use only.NOTICE TO AGENCIES: A complete explanatory report shall be furnished promptly to the Procurement Manager concerning itemsdelivered and/or services rendered on orders placed against awards listed herein which are found not to comply with the specificationsor which are otherwise unsatisfactory from the agency’s viewpoint, as well as failure <strong>of</strong> the contractor to deliver within a reasonableperiod <strong>of</strong> time specified. Please issue orders and process invoices promptly.CASH DISCOUNTS: Cash discounts, if any, shall be given SPECIAL ATTENTION, but such cash discount shall not be taken unlesspayment is made within the discount period.PRICE BASIS: Unless otherwise noted, prices include delivery and transportation charges fully prepaid f.o.b. agency. No extracharge is to be made for packing or packages.CONTRACTOR INFORMATION:REFER TO THE CONTRACT ON THE DAS PROCUREMENT WEB PAGE FOR THE MOST CURRENT CONTRACTOR INFORMATION.(http://www.das.state.ct.us/Purchase/New_PurchHome/Busopp.asp)Company Name: <strong>Connecticut</strong> Community Providers Assoc. (CCPA)Company Address: 35 Cold Springs Road, Suite 522, Rocky Hill, CT 06067-6165Tel. No.: (860) 257-7909 Fax No.: (860) 257-7777 <strong>Contract</strong> Value: $717,444.00Contact Person: Kirk SpringsteadDelivery:Company E-mail Address and/or Company Web Site: E-mail Address: ccpamail@ccpa-inc.org || Web Site: www.ccpa-inc.orgRemittance Address: Same as aboveCertification Type (SBE,MBE, WBE or None): None Terms: Net 45 Days Agrees to Supply Political SubDivisions: NoThis contract is hereby extended for an additional four (4) years through June 30, 2013.NOTE: All terms and conditions not otherwise affected by this supplement remain unchanged and in full force and effect.APPROVED__________________________________ANN SIMEONE<strong>Contract</strong> Specialist(Original Signature on Document in Procurement Files)


CONTRACT AWARDRFP-38 NEW 6/98Jim Gotta<strong>Contract</strong> Specialist(860) 713-5074Telephone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO Box 150414HARTFORD, CT 06115-041405PSX0202CONTRACT AWARD NO.:05PSX0202<strong>Contract</strong> <strong>Award</strong> Date:1 July 2005CONTRACT AWARDIMPORTANT: THIS IS NOT A PURCHASE ORDER. DO NOT PRODUCE OR SHIP WITHOUT AN AGENCY PURCHASE ORDER.DESCRIPTION:Food and Catering <strong>Services</strong> for Southeastern Mental Health Authority - Building 301 - 401 West Thames Street, Norwich,<strong>Connecticut</strong>FOR: DMHASSoutheastern Mental Health Authority401 West Thames StreetBuilding 301Norwich, CT 06360IN STATE (NON-SB)CONTRACT VALUEDAS CERTIFIED SMALLBUSINESS CONTRACT VALUETERM OF CONTRACT / DELIVERY DATE REQUIRED:July 1, 2005 thru June 30, 2009OUT OF STATECONTRACT VALUE$179,361.00 yearly estimateNOTICE TO CONTRACTORS: This notice <strong>of</strong> award is not an order to ship. Purchase Orders against contracts will be furnished bythe using agency or agencies on whose behalf the contract is made.INVOICE SHALL BE RENDERED DIRECT TO THE ORDERING AGENCY.NOTE: Dollar amounts listed next to each contractor are possible award amounts, however, they do not reflect any expected purchaseamounts (actual or implied). They are for CHRO use only.NOTICE TO AGENCIES: A complete explanatory report shall be furnished promptly to the Procurement Manager concerning itemsdelivered and/or services rendered on orders placed against awards listed herein which are found not to comply with the specificationsor which are otherwise unsatisfactory from the agency’s viewpoint, as well as failure <strong>of</strong> the contractor to deliver within a reasonableperiod <strong>of</strong> time specified. Please issue orders and process invoices promptly.CASH DISCOUNTS: Cash discounts, if any, shall be given SPECIAL ATTENTION, but such cash discount shall not be takenunless payment is made within the discount period.PRICE BASIS: Unless otherwise noted, prices include delivery and transportation charges fully prepaid f.o.b. agency. No extracharge is to be made for packing or packages.CONTRACTOR INFORMATION:Company Name: <strong>Connecticut</strong> Community Providers Association, Inc.Address: 35 Cold Springs Road, Suite 522, Rocky Hill CT 06067-3165Tel. No.: 860 257-7909 Fax No.: 860 257-7777 <strong>Contract</strong> Value:$179,361.00 yearly estimateContact Person: Kirk Springsted SSN/FEIN No.: 06 0998831 Delivery: As RequiredCertification Type (SBE,MBE, WBE or None): None Terms: Net 30 Days Agrees to Supply Political Sub-Divisions: N/ACompany E-mail Address and/or Company Web Site www.ccpa.inc.orgDate Issued: 19 July 2005APPROVED__________________________________J. GOTTA<strong>Contract</strong> Specialist(Original Signature on Document in Procurement Files)


STANDARD BIDTERMS AND CONDITIONSSP-19 Rev. 1/05(Prev. Rev. 11/02)Jim Gotta<strong>Contract</strong> Specialist(860) 713-5074Telephone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO Box 150414HARTFORD, CT 06115-0414BID NO.:05PSX0202Standard Bid and <strong>Contract</strong> Terms and Conditions - Page 1 <strong>of</strong> 4All Invitations For Bids issued by the <strong>Department</strong> <strong>of</strong>Administrative <strong>Services</strong>, Procurement <strong>Services</strong> will bindBidders to the terms and conditions listed below, unlessspecified otherwise in any individual Invitation For Bids.Incorporated by reference into this contract areapplicable provisions <strong>of</strong> the <strong>Connecticut</strong> General Statutesincluding but not limited to Sections 4a-50 through 4a-80and applicable provisions <strong>of</strong> the Regulations <strong>of</strong><strong>Connecticut</strong> State Agencies including but not limited toSections 4a-52-1 through 4a-52-22.The contractor agrees to comply with the statutesand regulations as they exist on the date <strong>of</strong> this contractand as they may be adopted or amended from time totime during the term <strong>of</strong> this contract and anyamendments thereto.Submission <strong>of</strong> Bids1. Bids must be submitted on forms supplied byProcurement <strong>Services</strong>. Telephone or facsimile bids will not beaccepted in response to an Invitation For Bids.2. The time and date bids are to be opened is given in eachbid issued. Bids received after the specified time and date <strong>of</strong>bid opening given in each bid proposal shall not beconsidered. Bid envelopes must clearly indicate the bidnumber as well as the date and time <strong>of</strong> the opening <strong>of</strong> the bid.The name and address <strong>of</strong> the Bidder should appear in theupper left hand corner <strong>of</strong> the envelope.3. Incomplete bid forms may result in the rejection <strong>of</strong> thebid. Amendments to bids received by Procurement <strong>Services</strong>after the time specified for opening <strong>of</strong> bids, shall not beconsidered. An original and one copy <strong>of</strong> the proposalschedule shall be returned to Procurement <strong>Services</strong>. Bidsshall be computer prepared, typewritten or handwritten inink. Bids submitted in pencil shall be rejected. All bids shallbe signed by a person duly authorized to sign bids on behalf<strong>of</strong> the bidder. Unsigned bids shall be rejected. Errors,alterations or corrections on both the original and copy <strong>of</strong> theproposal schedule to be returned must be initialed by theperson signing the bid proposal or their authorized designee.In the event an authorized designee initials the correction,there must be written authorization from the person signingthe bid proposal to the person initialing the erasure,alterations, or correction. Failure to do so shall result inrejection <strong>of</strong> bid for those items erased, altered or correctedand not initialed.4. Conditional bids are subject to rejection in whole or inpart. A conditional bid is defined as one which limits,modifies, expands or supplements any <strong>of</strong> the terms andconditions and/or specifications <strong>of</strong> the invitation for bids.5. Alternate bids will not be considered. An alternate bid isdefined as one which is submitted in addition to the biddersprimary response to the invitation for bids.6. Prices should be extended in decimal, not fraction, to benet, and shall include transportation and delivery chargesfully prepaid by the <strong>Contract</strong>or to the destination specified inthe bid, and subject only to cash discount.7. Pursuant to Section 12-412 <strong>of</strong> the <strong>Connecticut</strong> GeneralStatutes, the State <strong>of</strong> <strong>Connecticut</strong> is exempt from the payment<strong>of</strong> excise, transportation and sales taxes imposed by the FederalGovernment and/or the State. Such taxes must not be includedin bid prices.8. In the event <strong>of</strong> a discrepancy between the unit price andthe extension, the unit price shall govern.9. By its submission the Bidder represents that the bid is notmade in connection with any other Bidder submitting a bid forthe same commodity or commodities and is in all respects fairand without collusion or fraud.10. All bids will be opened and read publicly and upon awardare subject to public inspection.Guaranty or Surety11. Bid and or performance bonds may be required. Bondsmust meet the following requirements: Corporation - must besigned by an <strong>of</strong>ficial <strong>of</strong> the corporation above their <strong>of</strong>ficial titleand the corporate seal must be affixed over the signature; Firmor Partnership - must be signed by all the partners and indicatethey are “doing business as”; Individual - must be signed by theowner and indicated as “Owner”. The surety company executingthe bond or countersigning must be licensed in <strong>Connecticut</strong>and the bond must be signed by an <strong>of</strong>ficial <strong>of</strong> the suretycompany with the corporate seal affixed over their signature.Signatures <strong>of</strong> two witnesses for both the principal and thesurety must appear on the bond. Power <strong>of</strong> attorney for the<strong>of</strong>ficial signing the bond for the surety company must besubmitted with the bond.Samples12. Accepted bid samples do not supersede specifications forquality unless sample is superior in quality. All deliveries shallhave at least the same quality as the accepted bid sample.13. Samples are furnished free <strong>of</strong> charge. Bidder must indicateif their return is desired, provided they have not been madeuseless by test. Samples may be held for comparison withdeliveries.<strong>Award</strong>14. <strong>Award</strong> will be based on quality <strong>of</strong> the articles or services tobe supplied, their conformance with specifications, deliveryterms, price, administrative costs, past performance, andfinancial responsibility.15. Procurement <strong>Services</strong> may reject any bidder in default <strong>of</strong>any prior contract or guilty <strong>of</strong> misrepresentation or any bidderwith a member <strong>of</strong> its firm in default or guilty <strong>of</strong>misrepresentation.16. Procurement <strong>Services</strong> may correct inaccurate awardsresulting from clerical or administrative errors.<strong>Contract</strong>17. The existence <strong>of</strong> the contract shall be determined inaccordance with the requirements set forth above. However, theaward <strong>of</strong> the contract is not an order to ship.18. The <strong>Contract</strong>or shall not assign or otherwise dispose <strong>of</strong>their contract or their right, title or interest, or their power to


STANDARD BIDTERMS AND CONDITIONSSP-19 Rev. 1/05(Prev. Rev. 11/02)Jim Gotta<strong>Contract</strong> Specialist(860) 713-5074Telephone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO Box 150414HARTFORD, CT 06115-0414BID NO.:05PSX0202Standard Bid and <strong>Contract</strong> Terms and Conditions - Page 3 <strong>of</strong> 4<strong>Contract</strong>or. The <strong>Contract</strong>or will give written notice <strong>of</strong> thecause and probable duration <strong>of</strong> any such delay.Advertising31. <strong>Contract</strong>ors may not reference sales to the State foradvertising and promotional purposes without the priorapproval <strong>of</strong> Procurement <strong>Services</strong>.Rights32. The State has sole and exclusive right and title to allprinted material produced for the State and the contractorshall not copyright the printed matter produced under thecontract.33. The <strong>Contract</strong>or assigns to the State all rights title andinterests in and to all causes <strong>of</strong> action it may have underSection 4 <strong>of</strong> the Clayton Act, 15 USC 15, or under Chapter624 <strong>of</strong> the general statutes. This assignment occurs when the<strong>Contract</strong>or is awarded the contract.33. <strong>Contract</strong>or agrees that it is in compliance with allapplicable federal, state and local laws and regulations,including but not limited to <strong>Connecticut</strong> General StatutesSections 4a-60 and 4a-60a. The <strong>Contract</strong>or also agrees that itwill hold the State harmless and indemnify the State from anyaction which may arise out <strong>of</strong> any act by the contractorconcerning lack <strong>of</strong> compliance with these laws andregulations.34. All purchases will be in compliance with Section 22a-194to Section 22a-194g <strong>of</strong> the <strong>Connecticut</strong> General Statutesrelated to product packaging This contract is subject to theprovisions <strong>of</strong> Executive Order No. Three <strong>of</strong> Governor ThomasJ. Meskill promulgated June 16, 1971, the provisions <strong>of</strong>Executive Order No. Seventeen <strong>of</strong> Governor Thomas J. Meskillpromulgated February 15, 1973 and section 16 <strong>of</strong> P.A. 91-58nondiscrimination regarding sexual orientation, and theprovisions <strong>of</strong> Executive Order No. Sixteen <strong>of</strong> Governor John G.Rowland promulgated August 4, 1999 regarding Violence inthe Workplace Prevention Policy.


34.STANDARD BIDTERMS AND CONDITIONSSP-19 Rev. 1/05(Prev. Rev. 11/02)Jim Gotta<strong>Contract</strong> Specialist(860) 713-5074Telephone NumberSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor SouthPO Box 150414HARTFORD, CT 06115-0414BID NO.:05PSX0202Standard Bid and <strong>Contract</strong> Terms and Conditions - Page 4 <strong>of</strong> 4Records, Files, and Information35. The contract resulting from the ITB is subject to theprovisions <strong>of</strong> §1-218 <strong>of</strong> the <strong>Connecticut</strong> General Statutes, as itmay be modified from time to time. In accordance with thissection, each contract in excess <strong>of</strong> two million five hundredthousand dollars between a public agency and a person forthe performance <strong>of</strong> a governmental function shall (1) providethat the public agency is entitled to receive a copy <strong>of</strong> recordsand files related to the performance <strong>of</strong> the governmentalfunction, and (2) indicate that such records and files aresubject to the Freedom <strong>of</strong> Information Act and may bedisclosed by the public agency pursuant to the Freedom <strong>of</strong>Information Act. No request to inspect or copy such records orfiles shall be valid unless the request is made to the publicagency in accordance with the Freedom <strong>of</strong> Information Act.Any complaint by a person who is denied the right to inspector copy such records or files shall be brought to the Freedom<strong>of</strong> Information Commission in accordance with the provisions<strong>of</strong> sections 1-205 and 1-206 <strong>of</strong> the <strong>Connecticut</strong> GeneralStatutes.36. Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) <strong>of</strong> the <strong>Connecticut</strong> GeneralStatutes which prohibits contractors from taking adverseaction against employees who disclosed information to theAuditors <strong>of</strong> Public Accounts or the Attorney General.Health Insurance Portability and Accountability Act(HIPAA)37. Under the Health Insurance Portability andAccountability Act (HIPAA) <strong>of</strong> 1996, Bidders are expected toadhere to the same standards as the state agency/coveredentity as to Protected Health Information (PHI), to maintaincompliance with Title 45 CFR Part 164.504, Uses andDisclosures: Organizational Requirements, Bidder <strong>Contract</strong>s.Protected Health Information (PHI) includes informationrelated to claims, health services, federal and state taxinformation, financials, criminal/court related informationand other personally identifiable records. Bidder agrees thatit shall be prohibited from using or disclosing the PHI providedor made available by the state agency/covered entity or viewedwhile on the premises for any purpose other than as expresslypermitted or required by this <strong>Contract</strong>. These uses anddisclosures must be within the scope <strong>of</strong> the Bidder’s servicesprovided to the state agency/covered entity. Bidders shallestablish and maintain reasonable safeguards to prevent anyuse or disclosure <strong>of</strong> the PHI, other than as specified in this<strong>Contract</strong> or required by law. Bidder agrees that anytime PHI isprovided or made available to any subcontractors or agents,Bidder must enter into a subcontract, which contains the sameterms, conditions and restrictions on the use and disclosure <strong>of</strong>PHI as contained in this <strong>Contract</strong>. Bidder agrees to makeavailable and provide a right <strong>of</strong> access to PHI by the individualfor whom the information was created and disclosed. Bidderagrees to make information available as required to provide anaccounting <strong>of</strong> disclosures. Bidder agrees to make its internalpractices, books, and records relating to the use or disclosure <strong>of</strong>PHI received from, or created or received by Bidder on behalf <strong>of</strong>the state agency/covered entity, available to the Secretary <strong>of</strong>Health and Human <strong>Services</strong> (HHS) for purposes <strong>of</strong> determiningcompliance with the HHS Privacy Regulations. At termination<strong>of</strong> this <strong>Contract</strong>, Bidder agrees to return or destroy all PHIreceived from, or created by the state agency/covered entity. Ifnot feasible, extend the protections <strong>of</strong> this agreement to the PHIand limit further uses and disclosures. Bidder will haveprocedures in place for mitigating any harmful effects from theuse or disclosure <strong>of</strong> PHI in a manner contrary to this <strong>Contract</strong>or the HHS Privacy Regulations. Bidder must develop andimplement a system <strong>of</strong> sanctions for any employee,subcontractor or agent who violates this <strong>Contract</strong> or the HHSPrivacy Regulations. The PHI shall be and remain the resources<strong>of</strong> the state agency/covered entity. Bidder agrees that itacquires no title or rights to the information, including any deidentifiedinformation, as a result <strong>of</strong> this <strong>Contract</strong>. Bidderagrees that the state agency/covered entity has the right toimmediately terminate this <strong>Contract</strong> if the state agency/coveredentity determines that Bidder has violated a material term <strong>of</strong>this HIPAA Compliance Agreement above.


lSTATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor, SouthsidePO Box 150414HARTFORD, CT 06115-0414Food and Catering <strong>Services</strong> for the Southeastern Mental Health Authority401 West Thames Street, Norwich, <strong>Connecticut</strong><strong>Contract</strong> Number 05PSX0202<strong>Contract</strong> Terms and ConditionsThis contract is for Food and Catering <strong>Services</strong> forSoutheastern Mental Health Authority for Building 301 at 401West Thames Street, Norwich, <strong>Connecticut</strong> (formally knownas Uncas on the Thames).Terms: Agreement will be in effect from July 1, 2005 – June30, 2009. All parties reserve the right to cancel this agreementupon 30 days written notification. All amendments to thiscontract must be done so in writing and agreed upon by allparties. The State reserves the right to extend this contract fora period(s) up to the full original contract term or partsthere<strong>of</strong>.The contractor is responsible for all aspects <strong>of</strong> the food serviceoperation, including preparing and serving food, consumables,supplies, clean up, related equipment and trash disposal. Thecontractor will be responsible for compliance with allapplicable laws and regulations for a food service operationincluding safe food handling and local health departmentcertificates.It is the responsibility <strong>of</strong> the awarded contractor to makecertain the hood above the grill is up to code and inspectedand serviced prior to opening for business.CW Resources shall remove their kitchen equipment at theend <strong>of</strong> the contract period.<strong>Contract</strong>or shall adhere to established security and/or propertyentrance policies and procedures established. It is the<strong>Contract</strong>or’s responsibility to understand and adhere to thosepolicies and procedures prior to any attempt to enter thepremises. The <strong>Contract</strong>or shall adhere to the Agenciesconfidentiality policies.price adjustments if the best interests <strong>of</strong> the state will beserved.To request a price adjustment, the contractor must submit aformal request to J. Gotta, <strong>Contract</strong> Specialist, <strong>Department</strong> <strong>of</strong>Administrative <strong>Services</strong>/Procurement <strong>Services</strong>, Box 150414,Hartford, CT 06115-0414, within thirty (30) days <strong>of</strong> theannual anniversary date <strong>of</strong> the contract. If approved, priceadjustments shall become effective ten (10) days after theapproval. Retroactive adjustments shall not be allowed. Anypurchase orders issued by any State agency prior to theeffective date will be honored by the <strong>Contract</strong>or at the price ineffect at the time <strong>of</strong>f the issuance <strong>of</strong> the purchase order.Brief Care Program Food Specifications:CW Resources Inc. will provide three meals per day, sevendays per week to be delivered by 7:30 am breakfast, 11:45 amlunch, and 4:45 pm supper. All meals will consist <strong>of</strong> an entrée,starch, vegetable, beverage, condiment, desert and c<strong>of</strong>fee.C.W. Resources will also provide all dishes, silverware, andnapkins needed.Provided per client: 2 napkins, 1 fork, 1 knife, 1 spoon, 3sweeteners according to diet, 3 creamers, 1 milk, 1 juice(breakfast) 2 butter packets (if needed)Provided per meal: 1 c<strong>of</strong>fee filter, 1 plate, 1 c<strong>of</strong>fee cup, 1bowl (if needed), 1 saltshaker, and 1 peppershakerSpecial Diets: There will be no charges for special diets. Aspecial diet is a diet which as been prescribed by a doctor ordietician. No preference allowed.The regular house diet will be 2400 calories.Prices shall remain firm for the first two- years <strong>of</strong> the contractperiod. After the first two years, CW Resources may file for aprice adjustment consistent with and relative to price changesoriginating with the manufacturer and/or the market trends onan annual basis. In addition, prices shall remain the sameexcept for required standard wage adjustments andcorresponding payroll burden. Such adjustments shall apply towages and associated payroll burden only. The new pricingmedium must be sent with the request for adjustment.Requests for such an adjustment must be fully and properlydocumented and, if approved, shall be firm for until the nextannual anniversary date <strong>of</strong> the contract. The State reserves therights to reject any requestedThe supper meal will be the hot meal except for weekends andholidays in which case the noon meal will be the hot meal.Menus will be provided and they will rotate on a set cycle <strong>of</strong>approximately 4 weeks. Menus will be posted during the thirdweek <strong>of</strong> the previous month.All meals will be delivered by the times specified above. Upondelivery <strong>of</strong> food, CW personnel or SMHA personnel will signfood check <strong>of</strong>f list or CW will not be responsible for the foodleft. A copy <strong>of</strong> the list will be given to CW and SMHA.<strong>Contract</strong> Specialist: J. Gotta (860) 713-5074 jim.gotta@po.state.ct.us 1


STATE OF CONNECTICUTDEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5 th Floor, SouthsidePO Box 150414HARTFORD, CT 06115-0414Food and Catering <strong>Services</strong> for the Southeastern Mental Health Authority401 West Thames Street, Norwich, <strong>Connecticut</strong><strong>Contract</strong> Number 05PSX0202<strong>Contract</strong> Terms and ConditionsDuring the course <strong>of</strong> the contract and as long as CWResources operates a cafeteria on the Uncas on the Thamesgrounds (Husky Cafeteria), SHMA clients will be allowed totake their meal at the cafeteria by providing CW Resourcespersonnel with a voucher signed by designated SHMApersonnel. The voucher will be good for an entrée, starch,vegetable, beverage, condiment, desert and c<strong>of</strong>fee forbreakfast, or lunch Monday through Friday, excluding stateholidays. Any food exclusions shall be noted in the cafeteria.Emergency plan: The facility CW uses to prepare meals has gasfor cooking and therefore should be available for use during mostpower outages. CW will also be able to transport food from ourNew Britain location, which also prepares food and operates 7days per week. In the event that this is also not available CW willstore shelf stable meals at Uncas.Responsibility for food left out: In the event that food is leftout by request <strong>of</strong> SMHA personnel CW can not ensure thatfood is maintained to temperature and or that food will bestored properly. Because <strong>of</strong> this CW takes no responsibilityfor food left out.Cafe' hours: The Cafe' is not part <strong>of</strong> this contract, although it isbeing made available to clients <strong>of</strong> SMHA. The current hours<strong>of</strong> the cafe' are approximately 7 a.m. to 2 p.m. These hoursare subject to change without notice.Brief Care Program:Breakfast - $8.64 per mealLunch - $10.80 per mealDinner - $12.96 per meal½ Gallon <strong>of</strong> Milk- $2.70 per ½ gallonAgencies should indicate Public Act 77-405 as theauthorization code.<strong>Contract</strong>or shall not commence work under this contract untilall insurance required under this Section has been obtained,nor shall the <strong>Contract</strong>or allow any subcontractor to commencework on a subcontract until all similar insurance required <strong>of</strong>the subcontractor has been obtained.Commercial General Liability$1,000,000 Combined Single Limit per occurrence for bodilyinjury, personal injury and property damage. Coverage shallinclude Premises and Operations, Independent <strong>Contract</strong>ors,Products and Completed Operations, <strong>Contract</strong>ual Liability andBoard Form Property Damage coverage. If a generalaggregate is used, the general aggregate limit shall applyeither separately to the project or the general aggregate limitshall be twice the occurrence amount.Automobile Liability$1,000,000 Combined Single Limit Automobile Liabilityinsurance shall be maintained against claims for damagesresulting from bodily injury, including wrongful death, andproperty damage which may arise from the operations <strong>of</strong> anyowned, leased, hired or non-owned automobiles used by or forthe <strong>Contract</strong>or in any capacity in connection with carrying outthis contract.Workers Compensation and Employers’ LiabilityStatutory coverage in compliance with the Compensation laws<strong>of</strong> the State <strong>of</strong> <strong>Connecticut</strong>. Coverage shall includeEmployers’ Liability with minimum limits <strong>of</strong> $100,000 eachaccident, $100,000 disease-each employee, and $500,000disease-policy limit.Minimum Scope <strong>of</strong> InsuranceAll Liability insurance policies shall be written on an“occurrence” basis only. All insurance coverage is to beplaced with insurers authorized to do business in the State <strong>of</strong><strong>Connecticut</strong> and must be placed with an insurer that has anA.M. Best’s Rating <strong>of</strong> no less and A-, VII. All certificates <strong>of</strong>insurance shall be filed with the <strong>Department</strong> <strong>of</strong> Administrative<strong>Services</strong> on the standard Acord Certificate <strong>of</strong> Insurance formshowing the specified insurance and limits. The State <strong>of</strong><strong>Connecticut</strong> shall be named as an Additional Insured. Thecontractor’s insurer shall have no right <strong>of</strong> recovery <strong>of</strong>subrogation against the State and the contractor’s insuranceshall be primary coverage.<strong>Contract</strong> Specialist: J. Gotta (860) 713-5074 jim.gotta@po.state.ct.us 2

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!